Ministry/Division |
: |
Ministry of Civil Aviation & Tourism |
Agency |
: |
Civil Aviation Authority of Bangladesh |
Procuring Entity Name |
: |
Executive Director, CEMSU, Civil Aviation Authority Bangladesh (CAAB) |
Procuring Entity Code |
: |
N/A |
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (National) (Time-Based) |
Title Of Service |
: |
System Design, Development, Implementation, Operation and Maintenance of an Automated Revenue Management System (ARMS) Service for Civil Aviation Authority of Bangladesh (CAAB) on a turn key basis. |
EOI Ref. No. |
: |
30.31.0000.07.028.21.24, Date:18/01/2023 |
Date |
: |
18/01/2023 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Own Funds Own Funds |
Development Partners |
: |
N/A |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
System Design, Development, Implementation, Operation and Maintenance of an Automated Revenue Management System (ARMS) Service for Civil Aviation Authority of Bangladesh (CAAB) on a turn key basis. |
EOI Closing Date and Time |
: |
08/02/2023 12:00 PM
|
Publication Date |
: |
24/01/2023
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
To System Design, Development, Implementation, Operations & Maintenance of an Automated Revenue Management System (ARMS) Service on a Turn Key basis and initiatives with necessary software systems, applications, resources including hardware, required number of terminals/consoles, technical and support personnel etc. as per the minimum specification determined by CAAB. |
Experience, Resources and Delivery Capacity Required |
: |
Company that submits the EOI shall be evaluated using, but not limited to, the following minimum criteria which the company must provide documentary proof of compliance against each of the requirements as below. Failure to provide documentary evidence for one or more than one requirement as below would lead to rejection of the EOI submission:
1. The firm must be a Bangladeshi Entity
2. The firm must have valid and up to date Trade license, TIN certificate, VAT certificate, Income Tax Payment Certificate (Latest)
3. The firm must appoint and mention minimum 1 (one) to maximum 3 (three) international entity/entities (Principal/s), for Tendered services (Automated Data Collection, E-Invoicing, Automated Revenue Collection).
4. The firm must have 5 (Five) years general experience.
5. The firm must have financial soundness (Bank Solvency certificate must be submitted).
6. The firm should have own office and strong presence in Dhaka with well-equipped office, technical and managerial capability, staffing and logistics capability
7. International Principal for Automated Data Collection:
a. Shall be a reputed aviation organization (must belong to an aviation/airlines community organisation such as ICAO, CANSO etc.).
b. Shall have at least 5 (Five) years experience in the field of Automated Data Collection .
c. Shall have completed such project of same nature/ methods/ technology as prime contractor/sub-contractor, and experience in at least 5 (Five) international airports and they should be in full operation .
d. Shall have its own Intellectual property rights for the software to be used or, propose a third party software for Automated Data Collection and capability to upgrade/customize/modify it. In case a Third Party software is proposed, it must be accompanied by an authorization letter by the concerned third party and its capabilities must be submitted that must comply clauses 15.7.a, 15.7.b and 15.7.c of this EOI.
8. International Principal for E Invoicing:
a. Shall be a reputed aviation organization (must belong to an aviation/airlines community organisation such as ICAO, CANSO etc.).
b. Shall have completed such project of same nature/methods/technology as a prime contractor/sub-contractor, and have experience in at least 3 (Three) international airports and they should be in full operation.
c. Shall have a minimum annual collection of 100 million USD.
d. Shall have its own Intellectual property rights for the software to be
used or, propose a third party software for E Invoicing and capability
to upgrade/customize/modify it. In case a Third Party software is
proposed, it must be accompanied by an authorization letter by the
concerned third party and its capabilities must be submitted that must
comply clauses 15.8.a, 15.8.b and 15.8.c of this EOI.
9. International Principal for Automated Revenue Collection:
a. Shall be a reputed organization (IATA, CANSO or Euro-Control.)
b. Shall provide evidence of Automated Revenue Collection method and explain how they intend to do so. A detailed Payment Gateway description along with System diagram must be submitted. Part or semi automation will not be accepted;
c. Shall provide documents of revenue collection methods by IATA or EURO-CONTROL or CANSO from scheduled flights, Helicopters service providers, Cargo flights, Training flights, Overflying flights and Any other flights conducted by operators those are not the members of IATA/EURO-CONTROL/CANSO.
d. Shall provide Declaration Certificate that it would send collected revenue against generated invoices twice a month and directly to CAAB bank account.
e. Shall have completed such project of similar nature/methods/technology as a prime contractor/sub-contractor, and software experience through which reputed international airlines and operators use to make payments annually in last 5 (five) years;
f. Shall have experience of a minimum average annual collection of 100 Million USD a year in last 5 years;
g. Shall have its own intellectual property rights for the system to be used or, propose a third party system to collect CAAB revenue. In case a Third Party is proposed, it must be accompanied by an authorization letter by the concerned third party and its capabilities must be submitted that must comply clauses 15.9.a, 15.9.b, 15.9.c., 15.9.d, 15.7.e and 15.7.f of this EOI.
10. The firm shall have experience or appoint 1 (one) international/national entity, having experience of setting up and managing commercial off the shelf (COTS) enterprise solution on premise and on cloud as prime contractor/sub Bidder/ management contractor/ local agent for any government project of Bangladesh.
|
Other Details (if applicable) |
: |
1. Two signed copies, (One original and One copy) for this package of EOI shall be submitted in a sealed envelope to the address below.
2. EOI as well as supporting documents attached shall be written in English.
3. Joint Venture (JV) is allowed. Experience of the lead bidder shall be enough to satisfy the requirements 15.1-15.6 of this EOI.
4. EOIs submitted by firms will be screened and firms will be shortlisted in accordance with the procedures set out in the PPR¬-2008. Only short-listed firms will be invited to submit proposals.
|
Association with foreign firms is |
: |
Not Applicable |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
30.31.0000.07.028.21.24 |
Single |
Bangladesh |
2023 |
2033 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Executive Director, CEMSU, CAAB, Kurmitola, Dhaka. |
Designation of Official Inviting EOI |
: |
Executive Director, CEMSU, CAAB |
Address of Official Inviting EOI |
: |
CEMSU, CAAB, Kurmitola, Dhaka-1229. |
Contact details of Official Inviting EOI |
: |
Phone : +880-2- 8901791, Fax : , Email : edcemsu@caab.gov.bd |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
05/02/2023 |
Brief Description |
: |
Consulting Firm (National) for System Design, Development, Implementation, Operation and Maintenance of an Automated Revenue Management System (ARMS) Service for Civil Aviation Authority of Bangladesh (CAAB) on a turn key basis. |
Experience, Resources and Delivery Capacity Required |
: |
Company that submits the EOI shall be evaluated using, but not limited to, the following minimum criteria which the company must provide documentary proof of compliance against each of the requirements as below. Failure to provide documentary evidence for one or more than one requirement as below would lead to rejection of the EOI submission:
1. The firm must be a Bangladeshi Entity
2. The firm must have valid and up to date Trade license, TIN certificate, VAT certificate, Income Tax Payment Certificate (Latest)
3. The firm must appoint and mention minimum 1 (one) to maximum 3 (three) international entity/entities (Principal/s), for Tendered services (Automated Data Collection, E-Invoicing, Automated Revenue Collection).
4. The firm must have 5 (Five) years general experience.
5. The firm must have financial soundness (Bank Solvency certificate must be submitted).
6. The firm should have own office and strong presence in Dhaka with well-equipped office, technical and managerial capability, staffing and logistics capability
7. International Principal for Automated Data Collection:
a. Shall be a reputed aviation organization (must belong to an aviation/airlines community organisation such as ICAO, CANSO etc.).
b. Shall have at least 5 (Five) years experience in the field of Automated Data Collection .
c. Shall have completed such project of same nature/ methods/ technology as prime contractor/sub-contractor, and experience in at least 5 (Five) international airports and they should be in full operation .
d. Shall have its own Intellectual property rights for the software to be used or, propose a third party software for Automated Data Collection and capability to upgrade/customize/modify it. In case a Third Party software is proposed, it must be accompanied by an authorization letter by the concerned third party and its capabilities must be submitted that must comply clauses 15.7.a, 15.7.b and 15.7.c of this EOI.
8. International Principal for E Invoicing:
a. Shall be a reputed aviation organization (must belong to an aviation/airlines community organisation such as ICAO, CANSO etc.).
b. Shall have completed such project of same nature/methods/technology as a prime contractor/sub-contractor, and have experience in at least 3 (Three) international airports and they should be in full operation.
c. Shall have a minimum annual collection of 100 million USD.
d. Shall have its own Intellectual property rights for the software to be
used or, propose a third party software for E Invoicing and capability
to upgrade/customize/modify it. In case a Third Party software is
proposed, it must be accompanied by an authorization letter by the
concerned third party and its capabilities must be submitted that must
comply clauses 15.8.a, 15.8.b and 15.8.c of this EOI.
9. International Principal for Automated Revenue Collection:
a. Shall be a reputed organization (IATA, CANSO or Euro-Control.)
b. Shall provide evidence of Automated Revenue Collection method and explain how they intend to do so. A detailed Payment Gateway description along with System diagram must be submitted. Part or semi automation will not be accepted;
c. Shall provide documents of revenue collection methods by IATA or EURO-CONTROL or CANSO from scheduled flights, Helicopters service providers, Cargo flights, Training flights, Overflying flights and Any other flights conducted by operators those are not the members of IATA/EURO-CONTROL/CANSO.
d. Shall provide Declaration Certificate that it would send collected revenue against generated invoices twice a month and directly to CAAB bank account.
e. Shall have completed such project of similar nature/methods/technology as a prime contractor/sub-contractor, and software experience through which reputed international airlines and operators use to make payments annually in last 5 (five) years;
f. Shall have experience of a minimum average annual collection of 100 Million USD a year in last 5 years;
g. Shall have its own intellectual property rights for the system to be used or, propose a third party system to collect CAAB revenue. In case a Third Party is proposed, it must be accompanied by an authorization letter by the concerned third party and its capabilities must be submitted that must comply clauses 15.9.a, 15.9.b, 15.9.c., 15.9.d, 15.9.e and 15.9.f of this EOI.
10. The firm shall have experience or appoint 1 (one) international/national entity, having experience of setting up and managing commercial off the shelf (COTS) enterprise solution on premise and on cloud as prime contractor/sub Bidder/ management contractor/ local agent for any government project of Bangladesh. |
Other Information |
: |
1. Two signed copies, (One original and One copy) for this package of EOI shall be submitted in a sealed envelope to the address below.
2. EOI as well as supporting documents attached shall be written in English.
3. Joint Venture (JV) is allowed. Experience of the lead bidder shall be enough to satisfy the requirements 15.1-15.6 of this EOI.
4. EOIs submitted by firms will be screened and firms will be shortlisted in accordance with the procedures set out in the PPR¬-2008. Only short-listed firms will be invited to submit proposals.
|
Last Date Of Submission |
: |
22/02/2023 |
Last Time Of Submission |
: |
12:00 PM |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |