acknowledgement form...acknowledgement form solicitation no: 2019-0066 closing date: 30 may 19...
TRANSCRIPT
ACKNOWLEDGEMENT FORM
Solicitation No: 2019-0066 Closing Date: 30 May 19 Title: Deployable Video Surveillance and Security system for the Base of
Operations (BOO) and In Field Equipment Vienna Local Time: 17:00
Procurement Staff: Thorvaldsdottir CTBTO Req. No.: 0010013622
Please complete 'A' or 'B' or 'C'and Return
WITHIN FIVE (5) DAYS
THE PREPARATORY COMMISSION FOR THE COMPREHENSIVE NUCLEAR-TEST-BAN TREATY ORGANIZATION (CTBTO)
by email [email protected]
__ ________________________ other (please specify)
__ insufficient time to prepare a proper submission;
__ we do not have the required expertise for this specific project;
__ our current workload does not permit us to take on additional work at this time;
______________
______________
_____________________________________________
____________________
_________________________________________
________________________
________________________
_________________________________________
Email/Tel: (date)
By: Contact Name:
Company Name: A: We shall submit our bid
Email/Tel: (date)
By: Contact Name:
Company Name: B: We may submit and will advise
Email/Tel:
Contact Name:
Company Name:
C: We will not submit a bid for the following reason(s)
Page 1 of 10
INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF BIDS
1. General
This Invitation to Bid (ITB) is for the provision of goods/services/works as described in the
attached Technical Requirement/Terms of Reference.
The Bid shall meet all requirements stated in these Instructions and the Technical Specifications.
In case of an award, the following documents shall govern Purchase Order and in case of
discrepancies or inconsistencies, the documents to prevail shall be given precedence in the
following order:
(a) The Purchase Order;
(b) The Commission’s General Conditions of Contract (Annex A);
(c) The Terms of Reference (Annex B);
(d) The Bidder’s Offer (Bid) shall be included as Annex C, if applicable.
2. Documents included in this Invitation to Bid (ITB)
This ITB consists of the following documents:
(a) Letter of Invitation
(b) These Instructions for Preparation and Submission of Bids
(c) The Commission’s General Conditions of Contract (Annex A)
(d) The Terms of Reference (Annex B)
(e) Vendor Profile Form
(f) List of CTBT Member States
(g) Statement of Confirmation
3. Amendment of the ITB Documents
At any time prior to the closing date for submission of Bid, the Commission may, for any
reason, modify the ITB documents by amendment. The Commission may consider extending
the deadline in order to allow adequate time for considering the modifications in the
preparation of the Bid.
4. Language of the Bid
The Bid and all correspondence and documents relating to it shall be in English.
5. Format and Submission of the Bid
The Bid shall be typed, dated and signed by an official legally authorized to enter into contracts
on behalf of your organization. The Bid shall not contain any interlineation, erasures or
Page 2 of 10
overwriting except as necessary to correct errors, in which case such corrections shall be
initialled by the authorized person(s) signing the Bid.
(a) The Bid shall be submitted in two sealed envelopes. One sealed envelope shall contain 1
(one) original and 2 (two) copies of the Financial Section of the Bid and the other sealed
envelope shall contain 1 (one) original and 2 (two) copies of the Technical Section of the
Bid, where each document shall be clearly marked as “Original Bid” or “Copy of Bid”.
No pricing/financial information shall be included in the Technical Section of the
Bid.
Note however that the list of items (without the prices) shall be included in the
Technical Section of the Bid.
The envelope shall be clearly marked as follows:
NAME OF PROJECT: Deployable Video Surveillance and Security System for the Base
of Operation (BOO) and In Field Equipment
CLOSING DATE: 30 May 2019
CTBTO REF. NO.: 2019-0066/THORVALDSDOTTIR
"DO NOT OPEN BEFORE THE CLOSING DATE"
6. Mailing Address and Closing Date
(a) The Bid shall be sent to the following addressee:
Chief, Procurement Section
Office E0918
CTBTO, Vienna International Centre
Wagramer Strasse 5
A-1400 Vienna
AUSTRIA
(b) The Bid shall be received by the above-mentioned addressee not later than the closing
date indicated in the Letter of Invitation.
(c) Bids sent by e-mail - even if they are submitted before the Closing Date as an
“Electronic Advance Copy” for the subsequent submission of the same Bid as a hard
copy - will not be considered and may lead to the rejection of the bidder from the
procurement process.
7. Request for Clarifications and Contacting the Commission
The Commission will issue clarifications, if required. Bidders are requested to e-mail any
questions pertaining to this ITB as soon as possible after receipt of the solicitation documents,
but in any case no later than 10 business days prior to the Closing Date. No requests for
Page 3 of 10
clarifications will be entertained after this time. Questions will only be accepted via e-mail
and should be sent to:
E-mail: [email protected]
Subject: Request for Clarifications re ITB No. 2019-
0066/THORVALDSDOTTIR
The Commission will make all reasonable efforts to issue the clarifications not later than 5
business days prior to the Closing Date.
Except in the case of responding to an ITB clarification, no bidder shall contact the
Commission on any matter relating to the Bid after its submission and until the award of the
Purchase Order. Any attempt to influence the Commission in its evaluation of the Bid or the
award decision may result in rejection of the Bid.
8. Eligible Goods and Services
The goods and services (if any) to be rendered under the Purchase Order shall have their
origin in the States Signatories of the Comprehensive Nuclear-Test-Ban Treaty (CTBT), the
list of which is attached to this ITB. For purposes of this paragraph, "the origin" means the
place from where the materials, goods and/or from which the services are supplied.
9. Type of Contract and Payment
The Commission intends to conclude a firm fixed price based on the Commission’s Purchase
Order. The terms and conditions of payment are as follows:
Within 30 days of receipt and acceptance of the Deployable Video Surveillance and Security
System (hereinafter referred to as the “Equipment” and/or the “Services”) as applicable and of
the following documents:
(1) Invoice(s) showing price of Equipment/Services as applicable, pre-paid packing and
handling, transportation and freight, insurance, customs clearance (as applicable) and
local delivery in Vienna Austria to CTBTO. The Supplier shall submit an invoice in 1
(one) original and 2 (two) copies or electronically, from the Supplier’s official e-mail
address in PDF format, duly signed and stamped by the Supplier and submitted to the
Commission’s email addressed specified in the Purchase Order. Each invoice shall
contain the Purchase Order number (CTBTO and SAP numbers), detailed banking
instructions, including the name and address of the Supplier’s bank, account number,
account holder’s name and SWIFT, IBAN and/or ABA codes for payment by electronic
transfer. and actual pre-paid transportation & insurance cost (if applicable);
(2) Air Way Bill and Packing List (as applicable);
(3) Delivery Note acknowledged by the designated receiving staff in Seibersdorf, showing
all the respective items delivered;
(4) Certificate of Origin (original) or equivalent;
(5) Certificate of transportation insurance (copy);
(6) Acknowledgement Copy of the Purchase Order with the Supplier’s signature;
Page 4 of 10
(7) A copy of the documents reporting the result of Equipment Acceptance Testing,
approved and counter-signed by the Commission designated staff;
(8) The Contractor’s/Supplier’s certificate, counter-signed by the Consignee/end-user,
confirming the successful completion of the Services;
(9) Documentation supporting any incurred delivery cost (if applicable); and
(10) Any other relevant documents.
Applicable Taxes payable by the Supplier and/or its subcontractor(s) shall be invoiced separately
or be separately identified on the invoice. Actual payment of the Taxes must primarily be
supported by original documentation such as bank account statements, transfer orders, or receipts
issued by the local tax or customs authorities. If submission of such original documentation is not
possible for justifiable reasons, their copies could be accepted by the Commission provided that
they are duly signed and certified by local tax or customs authorities. In case the currency in
which the taxes are levied is not the currency of the Purchase Order, bank statements (or
equivalent) showing the exchange rate used for the conversion shall be submitted to the
Commission, in addition to any other supporting documentation.
“Taxes” means all direct and indirect taxes (including value added tax, general sales tax or goods
and services tax), assessments, fees, customs duties, liens and charges in as much as they are
levied in conclusion or implementation of the Purchase Order, including customs restrictions and
charges of similar nature in respect of articles imported or exported for the Commission’s official
use.
10. Content of the Bid
The Bid shall contain, but not necessarily be limited to, the information described below.
The Bid shall be composed of the following separate parts:
I. Technical Bid; and
II. Financial Bid;
providing, but not limited to, the following information:
PART I: TECHNICAL BID
Please state the reference number and the date of this ITB in the Bid and any correspondence
relating to it.
1. Personnel
The Bid shall state the contact details and address (name, telephone and fax numbers, and e-
mail address) of the person/point of contact in your company dealing with this ITB.
2. Documents Establishing the Eligibility and Qualifications of the Bidder (i) The Bidder shall furnish documentary evidence of its status as an eligible and
qualified vendor. In order to award a contract to a Bidder, its qualifications must be
Page 5 of 10
documented to the Commission’s satisfaction. These include, but are not limited to the following:
(a) That, in the case of a Bidder offering to supply Equipment under the Purchase Order which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ manufacturer or producer to supply the goods in the country of final destination;
(b) That the Bidder has the financial, technical, and production capability necessary to perform the Purchase Order.
(ii) Expertise of the Firm/Organization: This section shall provide details regarding the experience of the organization and a list of the projects/contracts (both completed and on-going, both domestic and international) which are related or similar in nature to the requirements of the ITB.
(iii) Management Structure and Key Personnel: This section shall provide information about the management structure and include the comprehensive curriculum vitae (CVs) of key personnel that will be assigned to support the implementation of the technical bid, clearly defining their roles and responsibilities. Curriculum Vitae (CVs) should establish competence and demonstrate qualifications in areas relevant to the requirements of this ITB.
(iv) In complying with this section, the Bidder assures and confirms to the Commission
that the personnel being nominated are available to fulfil the demands of the Purchase Order during its stated full term.
3. Statement of Confirmation
The attached Statement of Confirmation shall be duly signed and submitted together with
the Bid.
4. Specifications
The Bid shall include a detailed description of the items proposed and include relevant
technical literature.
The Bid shall also provide any other relevant issue which the bidder would like to bring to
the attention of the Commission whether or not having cost implications. This shall
include details of warranties/manufacturer’s guaranties in respect to any Equipment item.
5. Manufacturer’s Part Number
The Bid shall include the Manufacturer’s Part Number for each Good required by the
Commission under this ITB.
6. Sub-Contractors
The Bid shall include names, legal status, address and qualifications of subcontractor(s),
if any, involved in the Project and the scope of the subcontracted services. The bidder
shall provide a statement that its organization shall be fully responsible for the
Page 6 of 10
performance of sub-contractors. All sub-contractors shall be legally established in one of
the CTBT states signatories.
7. Insurance
Insurance to be included in the Bid must be for All Risk, covering 110% of the cost of the
equipment proposed, and from the date/place of the shipment to the date/place the
delivery is completed. The insurance shall be in the name of the supplier and the
Commission. You are requested to confirm that you will provide this insurance coverage.
8. Delivery Schedule
Delivery time shall be indicated in weeks after receipt of an order and shall be firm during
the validity of the Bid.
9. References
1) Potential bidders shall include a minimum of 3 client references with their offer.
2) If after reasonable efforts, the Commission is unable to contact the client references
provided by the bidder, the Commission may take the decision not to further consider
the offer provided by the bidder.
10. Purchase Order
A statement that the bidder has carefully reviewed the Commission’s General Conditions
of Contract and agreed to all terms and conditions. As applicable, these will form part of
the Purchase Order for this procurement.
PART II: FINANCIAL BID
For the Equipment
i. The Bid shall include the costs of the Equipment, packing and handling, insurance,
transportation and freight, customs clearance (if and applicable) and local delivery to the
Commission’s Equipment Storage and Maintenance Facility (ESMF) in Seibersdorf, Austria.
The delivery terms shall be DAP (Delivered At Place; Incoterms 2010) door-to-door CTBTO,
Seibersdorf, Austria.
ii. The Bidder is required to prepare a clear and broken down price schedule for the Equipment,
clearly indicating the appropriate unit prices. In presenting the cost for each item, adequate
justification and calculation must be included in the cost. All individual costs shall be stated in
EURO or US Dollars and be computed to constitute the total Contract Price.
For the Services
i. The Bid shall include the costs of the Services, including but not limited to the applicable
hourly rates, travel costs etc.
Page 7 of 10
ii. In presenting the cost for each item, adequate justification and calculation must be included in the
cost. All individual costs shall be stated in EURO or US Dollars and be computed to constitute
the total Contract Price.
iii. In principle the Commission is exempt from taxes. Since the arrangement under which such
exemption is respected varies from country-to-country, the selected bidder will be informed by
the Commission whether tax exemption will occur at source or whether taxes paid by the
selected bidder will be reimbursed by the Commission upon submission of the original
supporting documentation.
(1) For Austrian companies
The price quoted shall be net of Taxes. All applicable Taxes payable by the selected
bidder at the conclusion or implementation of the Purchase Order in respect of the
Equipment/Services shall be quoted separately or be separately identified on the Bid
together with information on the nature of the tax and its method of calculation.
(2) For European Union (EU) Companies
The price quoted shall be net of Taxes. All applicable Taxes payable by the selected
bidder at the conclusion or implementation of the Purchase Order in respect of the
Equipment/Services shall be quoted separately or separately identified on the Bid
together with information on the nature of the Tax and its method of calculation. Due
to the VAT exemption applicable to the Commission, no VAT will be charged to the
Commission by the EEC Suppliers under the Purchase Order (Ref. EU VAT Council
Directive 2006/112/EC, Article 151).
(3) For Non-EU Companies
The price quoted shall be net of Taxes. All applicable Taxes payable by the selected
bidder at the conclusion or implementation of the Purchase Order in respect of the
Equipment/Services shall be quoted separately or be separately identified on the Bid
together with information on the nature of the tax and its method of calculation. For
deliveries to Vienna, Austria, and due to the tax exemption at source, applicable to the
Commission, no Taxes shall be charged to the Commission under the Purchase Order.
iv. Note that clear and detailed explanations would enable us to evaluate the Bid promptly and
proceed with fewer requests for clarifications/justifications in a later stage. This is also a factor
influencing the decision for Purchase Order award.
11. Completeness and Correctness of the Bid
The Commission reserves the right to verify all information furnished in the Bid through a source
of its choice. Any inaccurate information so given may lead to the rejection of the Bid.
Page 8 of 10
12. Evaluation of the Bid
(a) The technical evaluation shall include the following evaluation criteria:
(i) compliance of the items with the technical specifications;
(ii) supplier’s qualifications;
(iii) delivery schedule.
(b) Subject to the conformance of the Technical Bid to the technical specifications, the
Financial Bid shall be evaluated as follows:
(i) contractual compliance;
(ii) commercial acceptability.
(c) The Commission, based on the evaluation method given above, will determine the Bid
which is the “least costly technically acceptable Bid”.
(d) To assist in the examination, evaluation and comparison of bids, the Commission may, at its discretion, request any Bidder to clarify its Bid. The Commission’s request for clarification and the Bidder’s response shall be in writing.
13. Correction of Errors
The Commission will check the Bid for any arithmetic errors. If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected.
14. Validity of the Bid
The Bid shall be valid for 90 (ninety) days after the deadline for its submission to the
Commission, unless an extension of validity has been requested by the Commission.
15. Negotiations of the Bid
The Commission reserves the right to request clarifications on the Bid and to enter into
negotiations regarding technical or commercial aspects of the Bid before awarding the Purchase
Order under this ITB. If and when the Bid, including any amendment resulting from such
negotiations, is fully agreed, the Commission will notify the bidder in writing.
16. Modification and Withdrawal of Bid
Bidders may modify or withdraw their Bids after its submission, provided that written notice of
the modification or withdrawal is received by the Commission by the closing date for the
submission of the Bid. The Bid may not be modified subsequent to the closing date.
Page 9 of 10
17. The Commission’s Right to Reject the Bid
The Commission reserves the right to accept or reject the Bid or to annul this procurement
process at any time prior to award without having to inform the affected party of the grounds
therefore, without thereby incurring any liability to the affected party.
18. Costs of preparation and submission of the Bid
Bidders shall bear all the costs associated with the preparation and submission of Bid and the
Commission will not be responsible or liable for those costs, regardless of the outcome of this
ITB.
19. Proprietary Information
All documentation and information contained in this ITB are proprietary to the Commission
and shall not be duplicated, used or disclosed –in whole or in part- for any purpose other than
to evaluate them and respond to the Commission’s ITB or otherwise without prior written
agreement of the Commission.
20. Use of former Preparatory Commission for the CTBTO (“Commission”) employees in
the preparation of Bids
Use of former Preparatory Commission for the CTBTO (“Commission”) employees
in the preparation of Bids:
A Bidder must not, in the absence of prior written approval from the Commission, permit a
person to contribute to, or participate in, any process relating to the preparation of a Bid or
the procurement process if the person:
a. At any time during the 12 months immediately preceding the date of issue of the Solicitation was an official, agent, servant or employee of, or otherwise engaged by the Commission;
b. At any time during the 24 months immediately preceding the date of issue of the Solicitation was an employee of the Commission personally engaged, directly or indirectly, in the definition of the requirements, project or activity to which the Solicitation relates.
Page 10 of 10
BIDDER’S STATEMENT
PLEASE FILL THIS FORM & SUBMIT WITH THE BID
Delivery Time:
Shipping weight (kg) and Volume (m3) – if applicable:
List of recommended consumables and spares including prices and details on local availability, if
applicable (please tick):
For one year period For a period of ………………………….
Warranty period applicable (it shall be for a minimum of 24 months, starting from the acceptance of
the goods/services by the Commission) – please tick below:
For a two year period For a period of ………………………….
Availability of local service in Vienna, Austria (if any):
State country of origin or assembly of all items quoted:
Quantity discount and early payment discount (if any):
Include documentary evidence of qualifications to perform the order, which shall establish to the
Commission’s satisfaction that the bidder has the financial, technical and production capability
necessary to perform the order in its entirety and to provide spare parts and other necessary on-going
services as required.
Included in this Bid : Yes No
Confirmation that the bidder has reviewed the Commission’s General Conditions of Contract
and agreed to all terms and conditions.
Yes No
Remarks:
With regards to the software provided with the equipment, state and confirm whether the software
licenses are transferable to third parties, i.e. the Commission or the Commission’s State Signatories
(Member States).
Yes No Not applicable
Remarks:
Name:
Name & Title of Contact Person:
Signature & date:
ANNE� A
Genera� Conditions of Contract
1. DEF�N����N�
(a) �n t�ese �enera� conditions of contract t�e ter�s �e�innin� �it� a ca�ita� �etter s�a�� �a�e t�e �eanin� as defined in t�e Contract�
(�) o �e rendered �nder t�e Contract�
(c)and�or ot�er s����ies to �e �ro�ided �nder t�e Contract�
(inc��din� �a��e added ta�� �enera� sa�es ta� or �oods and ser�ices ta�)� assess�ents� fees� c�sto�s d�ties� �iens and c�ar�es in as ��c� as t�e� are �e�ied in conc��sion or i���e�entation of t�e Contract� inc��din� c�sto�s restrictions and c�ar�es of si�i�ar nat�re in res�ect of artic�es i��orted or e��orted for t�e
�. �E�A� ��A���
��e Contractor s�a�� �e considered as �a�in� t�e �e�a� stat�s of an inde�endent contractor �is����is t�e Co��ission� �eit�er t�e Contractor and an� s���contractor� nor t�eir �ersonne� s�a�� �e considered to �e an e���o�ee or an a�ent of t�e Co��ission�
�. A����N�EN�
��e Contractor s�a�� not assi�n� transfer� ��ed�e or �a�e ot�er dis�osition of t�e Contract or an� �art t�ereof� or an�
Contract e�ce�t �it� t�e �rior �ritten consent of t�e Co��ission�
�. �����N��A���N�
�n t�e e�ent t�e Contractor re��ires t�e ser�ices of one or �ore s��contractors� t�e Contractor s�a�� o�tain t�e �rior �ritten a��ro�a� and c�earance of t�e Co��ission for s�c� s��cos��contractor s�a�� not re�ie�e t�e Contractor of an� of �is o��i�ations �nder t�e Contract� and t�e ter�s of an� s��contract s�a�� �e s���ect to and in confor�it� �it� t�e �ro�isions of t�e Contract�
�. �����E �F �N��������N�
(a) ��e Contractor s�a�� neit�er see� nor acce�t instr�ctions fro� an� a�t�orit� e�terna� to t�e
Co��ission in connection �it� t�e �erfor�ance of its o��i�ations �nder t�e Contract� ��e Contractor s�a�� refrain fro� an� action ��ic� �a� ad�erse�� affect t�e Co��ission and s�a�� f��fi� its co��it�ents �it� t�e f���est re�ard to t�e interests of t�e Co��ission�
(�)of t�e Contractor s�a��� at a�� ti�es� o�e� and confor� to a�� re��ests aofficia�s and t�e �nited �ations �ec�rit� �taff�
�.F�� E�����EE�
��e Contractor s�a�� �e res�onsi��e for t�e �rofessiona� and tec�nica� co��etence of its e���o�ees and �i�� se�ect� for t�e �erfor�ance �nder t�e Contract� re�ia��e indi�id�a�s ��o �i�� �erfor� effecti�e�� in t�e i���e�entation of t�e Contract� res�ect t�e �oca� c�sto�s and confor� to a �i�� standard of �ora� and et�ica� cond�ct�
�. A����N�EN� �F �E���NNE�
(a) ��e Contractor s�a�� not re��ace or �it�dra� an� �ersonne� referred to in t�e Contract for t�e �erfor�ance of t�e �er�ices �it�o�t t�e �rior �ritten a��ro�a� of t�e Co��ission or �n�ess re��ested �� t�e Co��ission�
(�) �rior to assi�n�ent� re��ace�ent or �it�dra�a� of �ersonne� for t�e �erfor�ance of t�e �er�ices� t�e Contractor s�a�� s���it to t�e Co��ission for its consideration� t�e c�rric���� �itae or detai�ed ��stification to �er�it e�a��ation �� t�e Co��ission of t�e i��act ��ic� s�c� assi�n�ent� re��ace�ent or �it�dra�a� �o��d �a�e on t�e �er�ices�
(c) �n t�e e�ent of �it�dra�a� of �ersonne�� a�� costs and additiona� e��enses res��tin� fro� t�e re��ace�ent� for
s�a�� �e for t�e acco�nt of t�e Contractor� ��c� �it�dra�a� s�a�� not �e considered as ter�ination in �art or in ��o�e of t�e Contract�
�. ��NF���� �F �N�E�E��
�o e���o�ee� officer� ad�iser� a�ent and�or s��contractor of t�e Contractor assi�ned to �erfor� �er�ices �nder t�e Contract s�a�� en�a�e� direct�� or indirect��� in an� ��siness� �rofession or occ��ation connected or re�ated to t�e �er�ices or Goods to �e �ro�ided �nder t�e Contract if t�is constit�tes a conf�ict of interest�
ANNEX A
�
�. �N���AN�E�
(a) ��e Contractor s�a�� �ro�ide and t�ereafter �aintain a��ro�riate ins�rance� or its e��i�a�ent� �it� res�ect to its e���o�ees to co�er c�ai�s for �ersona� in��r� or deat� in connection �it� t�e Contract�
(�) ��e Contractor s�a�� �ro�ide and t�ereafter �aintain ins�rance a�ainst a�� ris� in res�ect of its �ro�ert� and an� e��i��ent �sed for t�e e�ec�tion of t�e Contract�
(c) ��e Contractor s�a�� a�so �ro�ide and t�ereafter �aintain �ia�i�it� ins�rance in an ade��ate a�o�nt to co�er t�ird �art� c�ai�s for deat�� �odi�� in��r�� �oss of and da�a�e to �ro�ert� arisin� fro� an� o�erations carried o�t �� t�e Contractor in �erfor�in� its o��i�ations in connection �it� t�e Contract or fro� o�eration of an� �e�ic�es� �oats� air��anes and ot�er e��i��ent o�ned or �eased �� t�e Contractor or its a�ents� ser�ants� e���o�ees or s��contractors�
(d) ��ce�t for ins�rance �entioned in �ara�ra�� (a)� t�e ins�rance �o�icies �nder t�is c�a�se s�a���(i) �a�e t�e Co��ission as additiona� �eneficiar�� (ii)
ri��ts to t�e ins�rance carrier a�ainst t�e Co��ission�
(e) ��e Contractor s�a��� ��on re��est� �ro�ide t�e Co��ission �it� satisfactor� e�idence of t�e ins�rance re��ired �nder t�e Contract�
(f) �n� a�o�nts not ins�red� not reco�ered fro� or not c�ai�ed �� t�e ins�rer s�a�� �e �orne �� t�e Contractor�
(�) �nfor�ation concernin� red�ction of co�era�e s�a�� �e f�rnis�ed �� t�e Contractor to t�e Co��ission �it� at �east t�irt� (��) da�s �rior �ritten notice�
(�) ��e Contractor �nderta�es t�at �ro�isions to t�e sa�e effect as t�e �ro�isions in s���c�a�ses (a) t�ro��� (c) a�o�e �i�� �e inserted in a�� s��contracts �ade in �erfor�ance of t�e Contract� e�ce�t s���contracts e�c��si�e�� for f�rnis�in� Goods�
1�. EN�����AN�E����EN�
��e Contractor s�a�� not ca�se or �er�it an� �ien� attac��ent or ot�er enc���rance �� an� �erson to �e ��aced on fi�e in an� ����ic office or on fi�e �it� t�e Co��ission a�ainst an� �onies d�e or to �eco�e d�e for an� �er�ices or Goods �ro�ided �nder t�e Contract� or �� reason of an� ot�er c�ai� or de�and a�ainst t�e Contractor�
11.���E��AN�E �F ��E �A�
(a) ��e Contractor s�a�� co���� �it� a�� �a�s� ordinances� r��es and re���ations� inc��din� ��t not �i�ited to �ea�t�� en�iron�enta� and �a�o�r �a�s �earin� ��on t�e �erfor�ance of its o��i�ations �nder t�e ter�s of t�e Contract�
(�) �n �artic��ar� t�e Contractor s�a�� co���� �it� t�e �a�o�r �a�s of t�e co�ntr� in ��ic� t�e �er�ices or Goods are to �e f�rnis�ed �ro�idin� for �enefits co�erin� in��r� or deat� in t�e co�rse of e���o��ent�
1�.��NF�DEN��A����
(a) ��� tec�nica�� financia� or ot�er doc��entation and data t�e Contractor co��i�ed for or recei�ed fro� t�e Co��ission �nder t�e Contract s�a�� �e treated as confidentia� and s�a�� �e de�i�ered on�� to t�e
�er�ices or as re��ested �� t�e Co��ission�(�) �it�er �art� ac�no��ed�es t�at a�� �no��ed�e and
infor�ation concernin� t�e ot�er �art� t�at �a� �e ac��ired in connection �it� t�e �erfor�ance of its o��i�ations �nder t�e Contract� inc��din� ��t not �i�ited to� an� infor�ation re�atin� to its o�erations and �roced�res� are confidentia� and �ro�rietar� infor�ation of t�e ot�er �art� and it s�a�� recei�e s�c� confidentia� and �ro�rietar� infor�ation of t�e ot�er �art� in confidence and s�a�� not disc�ose or �er�it disc�os�re of an� s�c� �no��ed�e or infor�ation to an� �erson and�or entit� �it�o�t t�e �rior �ritten consent of t�e ot�er �art��
(c) ��e Contractor s�a�� not� at an� ti�e� �se s�c� confidentia� infor�ation to its o�n ad�anta�e�
(d) ��e restrictions on confidentia�it� s�a�� not a���� to t�e infor�ation ��ic��(i) �resent�� is in t�e ����ic do�ain�(ii) �ereafter �eco�es �art of t�e ����ic do�ain �it�o�t
(iii) �as in t�e �ossession of t�e ot�er �art� at t�e ti�e of t�e disc�os�re� as s�o�n �� �ritten e�idence�
(i�) is disc�osed to t�e ot�er �art� at an� ti�e �ereafter �� a t�ird �art��
(�) is re��ired to �e disc�osed to �o�ernin� �odies� or to �o�ern�enta� a�t�orities to t�e e�tent re��ired �� �a� or to o�tain needed a�t�ori�ation to �erfor� t�e Contract or ��rs�ant to re�ortin� re��ire�ents i��osed �� t�ose �o�ernin� �odies or t�e �o�ern�ent of t�e �tate of t�e Contractor�
(e) ��ese o��i�ations do not �a�se ��on satisfactor� co���etion of t�e �er�ices� de�i�er� of t�e Goods or ter�ination of t�e Contract �� t�e Co��ission�
1�.�AN��A�E�� �E����� AND �EA���E�
�n�ess ot�er�ise s�ecified in t�e Contract� t�e �n��is� �an��a�e s�a�� �e �sed �� t�e Contractor in a�� �ritten co���nications to t�e Co��ission �it� res�ect to t�e �er�ices or Goods to �e �ro�ided and a�� doc��ents �roc�red or �re�ared �� t�e Contractor� ��e Contractor s�a�� �se �etric �nits� e�ce�t ��en ot�er�ise s�ecified in t�e Contract�
1�.���������
(a) ��e Contractor s�a�� not ad�ertise or ot�er�ise �a�e ����ic t�e fact t�at it is �ro�idin� or �as �ro�ided �er�ices and Goods for t�e Co��ission� ��so� t�e Contractor s�a�� not� in an� �anner ��atsoe�er� �se t�e na�e� e���e� or officia� sea� of t�e Co��ission or an� a��re�iation of t�e na�e of t�e Co��re�ensi�e ��c�ear��est��an �reat� �r�ani�ation in connection �it� its ��siness or ot�er�ise�
(�) ��ese o��i�ations do not �a�se ��on satisfactor� co���etion of t�e �er�ices� de�i�er� of t�e Goods or ter�ination of t�e Contract�
�
1�.�FF���A� N�� �� �ENEF�����N��N�EN� FEE�
(a) ��e Contractor �arrants t�at�(i) �o �erson or se��in� a�enc� �as �een e���o�ed or
retained �� it to so�icit or sec�re t�e Contract ��on an a�ree�ent or �nderstandin� for a co��ission� �ercenta�e� �ro�era�e� contin�ent fee or retainer� e�ce�t re���ar e���o�ees or �ona fide and officia��� esta��is�ed co��ercia� or se��in� a�encies �aintained �� t�e Contractor for t�e ��r�ose of sec�rin� ��siness�
(ii) �o officia� or ser�ant or retired e���o�ee of t�e Co��ission ��o is not a re���ar e���o�ee of t�e Contractor� �as �een or s�a�� �e ad�itted �� t�e Contractor to an� direct or indirect �enefit arisin� fro� t�e Contract or t�e a�ard t�ereof�
(�) �n case of �reac� �� t�e Contractor of t�e �arranties referred to in �re�io�s c�a�ses� t�e Co��ission s�a�� �a�e t�e ri��t to ded�ct fro� t�e Contract �rice� or ot�er�ise reco�er fro� t�e Contractor� t�e f��� a�o�nt of an� s�c� co��ission� �ercenta�e� �ro�era�e� contin�ent fee or retainer so �aid�
1�. �N�E��E���A� ����E��� AND ���E� ������E�A�� ������
(a) ��ce�t to t�e e�tent t�e Contractor �as �ranted a �icense to t�e Co��ission� t�e Co��ission� s�a�� �e entit�ed to a�� inte��ect�a� �ro�ert�� inc��din� ��t not �i�ited to co��ri��ts� �atents and trade�ar�s� �it� re�ard to �rod�cts� doc��ents or ot�er �ateria�s ��ic� �ear a direct re�ation to or are �rod�ced or co��ected �nder t�e Contract� ��e Contractor s�a�� ta�e a�� necessar� ste�s� �re�are and �rocess a�� necessar� doc��ents and assist in sec�rin� s�c� �ro�ert� ri��ts and transferrin� t�e� to t�e Co��ission and�or to t�e �o�ern�ent ��ere t�e �er�ices or Goods are to �e �ro�ided� in co���iance �it� t�e re��ire�ents of t�e a���ica��e �a��
(�) ��e Contractor dec�ares t�at it does not �no� of an� inte��ect�a� �ro�ert� ri��ts of t�ird �arties� ��ic� �i��t �e infrin�ed in t�e e�ec�tion of t�e Contract� ��o��d� contrar� c�ai�s �e raised a�ainst t�e Co��ission c�ar�in� it �it� infrin�e�ent of inte��ect�a� �ro�ert� ri��ts� t�e Contractor s�a�� �o�d �ar��ess t�e Co��ission and s�a�� inde�nif� it to t�e f��� e�tent of an� da�a�es or a�ards arisin� fro� s�c� c�ai�s� ��is o��i�ation of t�e Contractor s�a�� contin�e to �e in f��� force and effect �� to t�e e��iration of s�c� inte��ect�a� �ro�ert� ri��ts�
(c) ��e Co��ission s�a�� �i�e t�e Contractor d�e notice in �ritin� of an� c�ar�es of infrin�e�ent �ro���t a�ainst t�e Co��ission and of t�e fi�in� of an� s�it for infrin�e�ent of inte��ect�a� �ro�ert� ri��ts of t�ird �arties d�e to t�e e�ec�tion of t�e Contract� and��it�o�t �re��dice to t�e i���nit� en�o�ed �� t�e Co��ission as an internationa� or�ani�ation fro� e�er� for� of �e�a� �rocess� inc��din� enforce�ent and e�ec�tion� t�e Co��ission s�a�� �i�e t�e Contractor t�e o��ort�nit� to defend t�e Co��ission a�ainst t�e said s�it at its discretion and s�a�� not�
�ritin�� �a�e an� ad�ission or consent to an� c�ai� of an� t�ird �art��
�osition�
1�.DEFA��� �� ��E ��N��A����
(a) �n case t�e Contractor fai�s to f��fi� its o��i�ations and res�onsi�i�ities �nder t�e Contract and �ro�ided t�e Contractor �as not re�edied s�c� fai��re(s) �it�in t�irt� (��) da�s of �a�in� �een �i�en �ritten notification �� t�e Co��ission of t�e nat�re of t�e fai��re(s)� t�e Co��ission �a�� at its entire discretion and �it�o�t �re��dice to its ri��t to �it��o�d �a��ent(s)� �o�d t�e Contractor in defa��t �nder t�e Contract�
(�) ��en t�e Contractor is t��s in defa��t� t�e Co��ission �a�� �� �i�in� �ritten notice to t�e Contractor� ter�inate t�e Contract as a ��o�e or s�c� �art or �arts t�ereof in res�ect of ��ic� t�e Contractor is in defa��t� ��on s�c� notice� t�e Co��ission s�a�� �a�e t�e ri��t
�art or t�ose �arts of t�e Contract �it� res�ect to ��ic� t�e Contractor is in defa��t�
(c) ��e Contractor s�a��� in t�is case� �e so�e�� res�onsi��e for an� reasona��e costs of co���etion of t�e �er�ices and�or de�i�er� of Goods� inc��din� s�c� costs� ��ic� are inc�rred �� t�e Co��ission o�er and a�o�e t�e ori�ina��� a�reed Contract �rice�
1�.�������D�N� �F �A��EN�
(a) ��e Co��ission �a� �it��o�d an� �a��ent to t�e Contractor or� on acco�nt of s��se��ent�� disco�ered e�idence� n���if� t�e ��o�e or �art of an� �a��ent a��ro�a� t�eretofore �i�en� to s�c� an e�tent as �a� �e necessar� to �rotect t�e Co��ission fro� �oss �nder t�e Contract on acco�nt of�(i)
or to �a�e ade��ate �ro�ress �it� t�e o��i�ations� e�ce�t for fai��re arisin� o�t of force �a�e�re�
(ii)�erfor�ance� ��en s�c� fai��re �as �een dra�n to �is attention �� t�e Co��ission�
(iii)re�orts re��ired�
(�) ��e �it��o�din� �� t�e Co��ission of an� interi� n to
contin�e �erfor�ance of �is o��i�ations �nder t�e Contract�
(c) �o interest s�a�� accr�e on �a��ents e�ent�a��� �it��e�d �� t�e Co��ission in a���ication of t�e sti���ations of t�is �ara�ra���
1�.�����DA�ED DA�A�E�
����ect to C�a�se �� �e�o� (force �a�e�re)� if t�e Contractor fai�s to de�i�er an� or a�� of t�e �er�ices and�or Goods �it�in t�e �atest ti�e �eriod(s) s�ecified in t�e Contract� t�e Co��ission �a�� �it�o�t �re��dice to its ot�er re�edies �nder t�e Contract� ded�ct fro� t�e Contract �rice as �i��idated da�a�es� a s�� e��i�a�ent to ��� �er cent of t�e �ortion of t�e Contract �rice for t�e de�a�ed �er�ices and�or Goods for eac� �or�in� da� of
�
de�a� �nti� act�a� �erfor�ance� �� to a �a�i��� of si�t� (��) �or�in� da�s� ��e reco�er� �� t�e Co��ission of �ro�en da�a�es s�a�� not �e e�c��ded�
��.F���E �A�E��E
(a) �orce �a�e�re as �sed �erein s�a�� �ean acts of God� ind�stria� dist�r�ances� acts of t�e ����ic ene��� ci�i� dist�r�ances� e���osions and an� ot�er si�i�ar ca�se of e��i�a�ent force not ca�sed �� nor �it�in t�e contro� of eit�er �art� and ��ic� neit�er �art� is a��e to o�erco�e�
(�) �s soon as �ossi��e after t�e occ�rrence of an� ca�se constit�tin� force �a�e�re� t�e Contractor s�a�� �i�e notice and f��� �artic��ars in �ritin� to t�e Co��ission of s�c� force �a�e�re if t�e Contractor is t�ere�� rendered �na��e� ��o��� or in �art� to �erfor� its o��i�ations and �eet its res�onsi�i�ities �nder t�e Contract�
(c) �n t�is e�ent� t�e fo��o�in� �ro�isions s�a�� a�����(i) ��e o��i�ations and res�onsi�i�ities of t�e
Contractor �nder t�e Contract s�a�� �e s�s�ended to t�e e�tent of its ina�i�it� to �erfor� t�e� and for as �on� as s�c� ina�i�it� contin�es�
(ii) ��e ter� of t�e Contract s�a�� �e e�tended for a �eriod e��a� to t�e �eriod of s�s�ension ta�in�� �o�e�er� into acco�nt an� s�ecia� conditions ��ic� �a� ca�se t�e ti�e for co���etion of t�e o��i�ations to �e different fro� t�e �eriod of s�s�ension�
(iii) �f t�e Contractor is rendered �er�anent�� �na��e� ��o��� or in �art� �� reason of force �a�e�re to �erfor� its o��i�ations and �eet its res�onsi�i�ities �nder t�e Contract� t�e Co��ission s�a�� �a�e t�e ri��t to ter�inate t�e Contract on t�e sa�e ter�s and conditions as are �ro�ided for in t�e �er�ination C�a�se of t�e Contract� e�ce�t t�at t�e �eriod of notice �a� �e se�en (�) da�s instead of t�irt� (��) da�s�
i�) �or t�e ��r�ose of t�e �recedin� s���c�a�se� t�e Co��ission �a� consider t�e Contractor �er�anent�� �na��e to �erfor� in case of an� �eriod of s�s�ension in e�cess of ninet� (��) da�s� �n� s�c� �eriod of ninet� (��) da�s or �ess s�a�� �e dee�ed te��orar� ina�i�it� to �erfor��
�1. �N����EN�� AND �AN�������
��o��d t�e Contractor �e inso��ent� ad��d�ed �an�r��t� or s�o��d t�e Contractor �a�e a �enera� assi�n�ent for t�e �enefit of its creditors� or s�o��d a recei�er �e a��ointed on
�a�� �it�o�t �re��dice to an� ot�er ri��t or re�ed� it �a� �a�e �nder t�e ter�s of t�e Contract� ter�inate t�e Contract fort��it� �� �i�in� t�e Contractor �ritten notice of s�c� ter�ination�
��. �NDE�N�F��A���N
��e Contractor s�a�� inde�nif�� �o�d and sa�e �ar��ess and defend at its o�n e��ense t�e Co��ission� its officers� a�ents� ser�ants and e���o�ees fro� and a�ainst a�� s�its� c�ai�s� de�ands and �ia�i�it� of an� nat�re or �ind� inc��din� cost and e��enses arisin� o�t of acts or o�issions
of t�e Contractor or its e���o�ees or s��contractors in t�e �erfor�ance of t�e Contract� ��is re��ire�ent s�a�� e�tend� inter a�ia� to c�ai�s or �ia�i�ities in t�e nat�re of
�ertainin� to inte��ect�a� �ro�ert� ri��ts� ��e o��i�ations �nder t�is c�a�se do not �a�se ��on ter�ination of t�e Contract�
��.A���A��E �E���E�EN�
��e �arties s�a�� �se t�eir �est efforts to sett�e a�ica��� t�ro��� ne�otiation an� dis��te� contro�ers� or c�ai� arisin� o�t of� or re�atin� to� t�e Contract or t�e �reac�� ter�ination or in�a�idit� t�ereof� �f t�e �arties cannot reac� s�c� a�ica��e sett�e�ent t�ro��� ne�otiations� t�e �atter s�a�� first �e referred to conci�iation� �� a re��est �� eit�er �art� for conci�iation �roced�res� ��e conci�iation s�a�� ta�e ��ace in accordance �it� t�e �nited �ations Co��ission on �nternationa� �rade �a� (��C�����) Conci�iation ���es t�en �re�ai�in�� or accordin� to s�c� ot�er �roced�re as �a� �e a�reed �et�een t�e �arties� �it�in a ti�e �eriod of ninet� (��) da�s� ��ere s�a�� �e one conci�iator� ��e conci�iation s�a�� �e in �ienna� ��stria� and it s�a�� �e cond�cted in t�e �n��is� �an��a�e�
��.A�����A���N
(a) �n t�e e�ent of a fai��re to reac� an a�ica��e sett�e�ent in accordance �it� C�a�se �� a�o�e (a�ica��e sett�e�ent)� an� dis��te arisin� o�t of t�e inter�retation or a���ication of t�e ter�s of t�e Contract or an� �reac� t�ereof s�a�� �e sett�ed in accordance �it� t�e ar�itration r��es esta��is�ed �� ��C����� as at �resent in force� ��e n���er of ar�itrators s�a�� �e one� ��e ar�itration s�a�� �e in �ienna� ��stria� and it s�a�� �e cond�cted in t�e �n��is� �an��a�e�
(�) ��e ar�itrator s�a�� ta�e into acco�nt t�e internationa��� reco�ni�ed �enera� �rinci��es of co��ercia� transactions� ��e ar�itrator s�a�� �a�e no a�t�orit� to a�ard ��niti�e da�a�es� nor to a�ard interest in e�cess of fi�e (�) �er cent� and an� s�c� interest s�a�� �e si���e interest on��� ��e �arties s�a�� �e �o�nd �� an� ar�itration a�ard rendered as a res��t of s�c� ar�itration as t�e fina� ad��dication of an� s�c� dis��te�
��.������E�E� AND ����N���E�
�ot�in� in or re�atin� to t�e Contract s�a�� �e dee�ed a �ai�er of an� of t�e �ri�i�e�es and i���nities of t�e Co��ission and its e���o�ees�
�����. �A� E�E�����N
�n �rinci��e� t�e Co��ission is e�e��t fro� a�� �a�es� �ince t�e arran�e�ent �nder ��ic� s�c� e�e��tion is res�ected �aries fro� co�ntr��to�co�ntr�� t�e Contractor s�a�� co��a�orate �it� t�e Co��ission to ac�ie�e �a� e�e��tion at so�rce or to ��rs�e rei���rse�ent of �a�es �aid �� t�e Co��ission� as t�e case �a� �e�
��.�E���NA���N
��e Co��ission �a� ter�inate t�e Contract in ��o�e or in �art� and at an� ti�e� ��
ter�ination to t�e Contractor� �n t�e e�ent s�c� ter�ination
Co��ission s�a�� �e �ia��e to t�e Contractor for �a��ent in res�ect of �er�ices a�read� satisfactor� acco���is�ed or Goods de�i�ered and acce�ted and in confor�it� �it� t�e ter�s of t�e Contract� for necessar� ter�ina� e��enses of t�e Contractor� and for t�e cost of s�c� �r�ent �or� as is essentia� and as t�e Contractor is as�ed �� t�e Co��ission to co���ete� ��e Contractor s�a�� �ee� e��enses at a �ini��� and s�a�� not �nderta�e an� for�ard co��it�ent
ter�ination�
��.���D�
�n t�e e�ent t�at t�e Contract re��ires t�e Contractor to s����� Goods� t�e fo��o�in� c�a�ses s�a�� a���� in addition to t�e a�o�e�
��.�A��AN��
(a) ��e Contractor �arrants t�at t�e Goods� inc��din� �ac�a�in�� confor� to t�e s�ecifications for t�e Goods ordered �nder t�e Contract and are fit for t�e ��r�ose for ��ic� s�c� Goods are ordinari�� �sed and for ��r�oses e��ress�� �ade �no�n to t�e Contractor �� t�e Co��ission� and are ne� and free fro� defects in desi�n� �or��ans�i� and �ateria�s�
(�) ��is �arrant� s�a�� re�ain �a�id for t�ent��fo�r (��) �ont�s after t�e Goods or an� �art t�ereof �a�e �een de�i�ered and acce�ted� ��ic�e�er is �ater� �n�ess t�e Contractor �as �ranted a �on�er �eriod� ��o��d t�e Co��ission transfer t�e tit�e of t�e Goods to a t�ird �art� d�rin� t�e �arrant� �eriod� t�e ri��t to en�o� t�e �arrant� s�a�� �e transfera��e to t�e ne� tit�e��o�der�
(c) �f� d�rin� t�e �arrant� �eriod �entioned in ����c�a�se (�) a�o�e� t�e Goods or an� �art t�ereof are fo�nd to �e defecti�e or not in confor�it� �it� t�e s�ecifications �nder t�e Contract� t�e Contractor s�a��� ��on notification� �ro��t�� and at its o�n e��ense correct a�� s�c� defects and non�confor�ities� �f t�ese defects and non�confor�ities cannot �e corrected� t�e Co��ission s�a�� �a�e t�e ri��t� at t�e Contractor�s e��ense� to eit�er de�and re��ace�ent of t�e defecti�e ite�� or recei�e a��ro�riate rei���rse�ent� or �a�e t�e defecti�e ite� re�aired or ot�er�ise �roc�red fro� a t�ird �art��
��. �N��E����N� AND �E���
(a) ��e Co��ission s�a�� �a�e t�e ri��t to ins�ect and�or to test t�e Goods to confir� t�eir confor�it� to t�e tec�nica� s�ecifications� ��e tec�nica� s�ecifications s�a�� s�ecif� ��at ins�ections and tests t�e Co��ission re��ires�
(�) ��e ins�ections and tests �a� �e cond�cted on t�e �re�ises of t�e Contractor or its s��contractor(s)� at a �oint of de�i�er� desi�nated �� t�e Co��ission and�or
�i�e a�� reasona��e faci�ities and assistance�inc��din� dra�in�s and �rod�ction data�to t�e Co��ission at no c�ar�e to t�e Co��ission�
(c) ��o��d an� ins�ected or tested Goods fai� to confor� to t�e tec�nica� s�ecifications� t�e Co��ission reser�es t�e ri��t to re�ect t�e� and t�e Contractor s�a�� eit�er re��ace t�e re�ected Goods or �a�e a�� a�terations necessar� to �eet s�ecification re��ire�ents free of cost to t�e Co��ission�
(d)
t�e �oint of de�i�er� desi�nated �� t�e Co��ission or
or �ai�ed �� reason of t�e Goods�een ins�ected� tested and �assed �� t�e Co��ission�
(e) �ot�in� in t�is �ection on �ns�ections and �ests s�a�� in an� �a� re�ease t�e Contractor fro� an� �arrant� or ot�er o��i�ations �nder t�e Contract�
(f) ��� e��i��ent��ateria� s����ied �nder t�e Contract �a� �e s���ect to �re�s�i��ent ins�ection �� a t�ird �art� to �e s�ecified �� t�e Co��ission� ��e Contractor is not �ia��e for cost of t�is ins�ection�
��.�A���N�
��e Contractor s�a�� co���� or ens�re co���iance �it� t�e fo��o�in� �ro�isions concernin� �ac�in��
(a) ��e Goods s�a�� �e �ac�ed as is re��ired to �re�ent t�eir da�a�e or deterioration d�rin� transit to t�eir fina� destination� ��e �ac�in� s�a�� �e s�fficient to �it�stand� �it�o�t �i�itation� ro��� �and�in� d�rin� transit�
(�) �n t�e case of a cross��order s�i��ent� t�e Goods s�a�� �a�e a��ro�riate e��ort �ac�in�� �f necessar�� a�� cases�crates ��st �e �ra��ed inside �it� �ea���d�t� ��astic �ined �a�er� s�o��d �e stee��stra��ed and ��st �e a��e to �it�stand to��� �and�in�� ��ids for tr�c� �and�in� are i��erati�e if t�e �ross �ei��t is �ore t�an �� �i�o�ra�s�
(c) ��e consi�n�ent s�a�� �e �ar�ed and s�i��ed as �er address s�o�n on t�e ��rc�ase �rder �or��
(d) �eit�er �artia� de�i�er� nor trans�i��ent s�a�� �e �ade �n�ess s�ecifica��� a�reed �� t�e Co��ission in �ritin��
(e) �ac� case�crate��ac�a�e s�a�� carr� a consec�ti�e n���er� di�ensions� �o���e� and �ei��t (i�e� Case �o� � of � cases� � � � � C c�� � ��� � ���) and s�a�� �e �ar�ed as fo��o�s�
��������� ��� ��� ����������� C��������� ��� ���C������������ ��C������������� ������ ��G������������oint of de�i�er��
���C���� ����������������������G���� ���G�� ��������������������� ���G�� ���������������������
(f) �ar�in�s s�a�� �e done �it� �eat�er�roof �ateria�s� ��� non�containeri�ed Goods s�a�� �e s�i��ed �e�o� dec��
(�) �ac� case�crate�carton s�a�� carr� (o�tside) a co�� of t�e �ac�in� �ist descri�in� t�e contents of t�e case�crate�carton� ��tside Case �o� � s�o��d �e
�
attac�ed �it� in�oice co�erin� t�e act�a� de�i�er�� ��e acco��an�in� �a�ers ��st �e �ade o�t in t�e �n��is� �an��a�e�
(�) �rior to de�i�er�� a fa� (or a �etter �� co�rier ser�ice) s�a�� �e sent to t�e consi�nee� if an�� ad�isin� of t�e fo��o�in��
��rc�ase order�Contract n���er��a��i�� n���er or e��i�a�ent reference n���er of t�e s�i��ent (if an�)�n���er of �o�es�cartons�crates�etc��esti�ated ti�e of de�art�re (���)��oint of de�art�re and na�e of frei��t carrier�esti�ated ti�e of arri�a� (���) to fina� destination�
(i) ��e fo��o�in� doc��ents s�a�� �e enc�osed �it� t�e s�i��ent in case of s�i��in� �� air�
air�a� �i����rofor�a or co��ercia� in�oice��ac�in� �ist�
(�) ��e a�o�e doc��ents are indis�ensa��e and ��st reac� t�e consi�nee� if an�� on ti�e to �er�it c�sto�s c�earance and in order to a�oid de��rra�e c�ar�es�
�1.DE���E�� AND ��AN�����A���N
(a) �e�i�er� of t�e Goods s�a�� �e �ade �� t�e Contractor in accordance �it� t�e ter�s s�ecified in t�e Contract� and t�e Goods s�a�� re�ain at t�e ris� of t�e Contractor �nti� de�i�er� �as �een co���eted�
(�) �rans�ort of t�e Goods to t�e �ort of disc�ar�e or s�c� ot�er �oint in t�e co�ntr� of destination and�or for�ardin� to t�e consi�nee� if an�� (door�to�door) s�ecified in t�e Contract s�a�� �e arran�ed and �aid for �� t�e Contractor and t�e cost t�ereof s�a�� �e inc��ded in t�e Contract �rice�
��.�A�E���E���AND���E�
��on s�ccessf�� co���etion of de�i�er� or of insta��ation and a testin� and e�a��ation �eriod� as s�ecified in t�e Contract� res�onsi�i�it� for t�e Goods �i�� �e �anded o�er to t�e consi�nee or ot�er desi�nated entit��
��.E����� ���EN�E�
�f an e��ort �icence or an� ot�er �o�ern�enta� a�t�ori�ation is re��ired for t�e Goods� it s�a�� �e t�e o��i�ation of t�e Contractor to o�tain s�c� �icence or �o�ern�enta� a�t�ori�ation� �n t�e e�ent of fai��re to o�tain s�c� �icence or a�t�ori�ation �it�in reasona��e ti�e� t�e Co��ission �a� dec�are t�e Contract n��� and �oid�
��.��A�E �A���
�n accordance �it� t�e Contract� t�e Contractor �a� �e re��ired to �ro�ide an� or a�� of t�e fo��o�in� �ateria�s and notifications �ertainin� to s�are �arts �an�fact�red and�or distri��ted �� t�e Contractor�
(a) ��c� s�are �arts as t�e Co��ission �a� c�oose to ��rc�ase fro� t�e Contractor� �ro�ided t�at t�e Contractor is not re�ie�ed of an� �arrant� o��i�ations �nder t�e Contract�
(�) �n t�e e�ent of ter�ination of �rod�ction of t�e s�are after de�i�er� of t�e Goods�(i) ad�ance notification to t�e Co��ission of t�e
�endin� ter�ination� in s�fficient ti�e to �er�it t�e Co��ission to ��ace a fina� order�
(ii) fo��o�in� s�c� ter�ination� f�rnis�in� at no cost to t�e Co��ission� t�e ���e�rints� dra�in�s and s�ecifications of t�e s�are �arts� if and ��en re��ested�
��. �N��ED NA���N� ��N�EN���N �N ��N��A��� F�� ��E �N�E�NA���NA� �A�E �F ���D�
��estions concernin� �atters arisin� �nder t�e Contract� ��t not sett�ed in it� s�a�� �e sett�ed in confor�it� �it� t�e �nited �ations Con�ention on Contracts for t�e �nternationa� �a�e of Goods (�ienna� ����)� ��ic� s�a�� �e a���ica��e to t�e Contract� ��e a���ica��e �an��a�e �ersion of t�e Con�ention s�a�� �e t�e �ersion in ��ic� t�e Contract is �ritten�
� ��ri� ����
1
ANNEX BTERMS OF REFERENCE
DEPLOYABLE VIDEO SURVEILLANCE AND SECURITY SYSTEM FOR THE BASE
OF OPERATIONS AND IN FIELD EQUIPMENT
1. INTRODUCTION
The Preparatory Commission for the Comprehensive Nuclear-Test-Ban Treaty Organization
with its headquarters in Vienna (hereinafter referred to as “the Commission”) is the
international organization mandated to establish the global verification system foreseen under
the Comprehensive Nuclear-Test-Ban Treaty (CTBT), which is the Treaty banning any
nuclear weapon test explosion or any other nuclear explosions. The Treaty provides for a
global verification regime, including a network of 321 stations worldwide, a communication
system, an International Data Centre and On-Site Inspections (OSI) to monitor compliance
with the Treaty.
The Commission outlines here the Terms of Reference (ToR) that the Contractor shall use as
a basis for the delivery of an integrated system required to provide video surveillance, access
control and physical security of the OSI Base of Operations (BOO) and for monitoring
equipment deployed to the field during OSIs after entry into force of the CTBT (hereinafter
referred to as “the Security System”).
2. BACKGROUND
After entry into force of the CTBT, OSIs might be carried out in various environmental
conditions and locations worldwide with a maximum duration of up to 130 days in the field.
Security of Inspection Team (IT) members and of equipment used as well as of data gathered
is essential for the success of any OSI.
The primary aim of any security measures applied by the IT are surveillance, prevention,
documentation and alert. In special cases, security information or even limited surveillance
information may be relayed back by the IT to the OSI Operations Support Centre located in
Vienna. The IT has highly limited manpower (max 40 IT members being present within the
territory of the inspected State Party at any point in time of the inspection), therefore the
Security System must be adaptable and deployable with minimum installation and
maintenance requirements and autonomous operation.
The OSI BOO may consist of a deployable softshell (tent) infrastructure owned and deployed
by the Commission such as illustrated in Figure 1; however such infrastructure should always
be adapted to the available infrastructure and support provided by the Inspected State Party
(ISP) on site. In any case, all IT members and authorized personnel will be issued with RFID
based identity cards for controlling access to the BOO or parts thereof.
2
Figure 1 Typical BOO arrangement from previous field exercise
During an OSI the IT will deploy various radiation, geophysical, sampling and measurement
systems within an area of no more than 1000 km2 around or in the vicinity of the BOO. The
Security System therefore should include a capability for remote monitoring to ensure the
integrity of unattended assets, measurements, or operations being conducted. The
Commission has a proprietary telemetry system that could provide LTE or LAN to the BOO.
The Security System should be capable of rapid air mobilisation to remote sites with a wide
envelope of potential environments. It should be suitable for transport and operation in an
environmentally controlled container (unit load device, ULD; Figure 2) to be made available
by the Commission. No items should be specified that will not fit within these dimensions.
Figure 2 Aircraft ULD container for system transport and master equipment cabinet installation
Note that the Treaty has not yet entered into force and procurement of the Security System
will be at a demonstration level. Therefore, the contractor is expected to keep and propose
only minimum system components and number of equipment items that are required to allow
proof of concept. As expansion and further upgrades may be considered in the future, this
needs to be considered in the design. For instance, technologies and components should be
selected, wherever possible, that will not become obsolete; modular expansions should be
3
possible without significant system redesign; and suppliers should have a track record of worldwide support. There should be no technologies that are export controlled and would
preclude mobilising to field events in any state signatory to the organization.
3. SCOPE OF WORK
The contract shall provide an integrated, modular, fully deployable and adaptive system to provide adequate protection for IT members, inspection equipment and data/samples collected during an OSI. This project must be executed in 2 phases:
Phase I – Consultation
Phase II – Delivery
To help the bidders to better understand the scope of this project, a summary of requirements reflecting the current concept and draft specifications of a security system is provided in Section 4 of this ToR.
It should be considered that final acceptance testing and training will be conducted at Seibersdorf near Vienna, Austria, where the Commission has its Equipment Storage and
Maintenance Facility (ESMF).
3.1. Phase I – Consultation
During Phase I, the Contractor will perform a detailed consultation to review the current concept and draft specifications of a security concept and to finalise the design of the Security System in line with OSI requirements. The contractor must advise the Commission on potential options of improvements in line with the requirements and constraints of an OSI.
The consultation process should be executed in the most cost effective manners primarily via video and tele-conferences and e-mail. However, at least one initial on-site consultation at the Commission’s headquarters in the Vienna International Centre (VIC) and at the ESMF in Seibersdorf by the Contractor will be required for information gathering and discussion of specific requirements.
Phase I should result in a finalised design and architecture of the proposed Security System including overall cost breakdown and user requirements as well as a detailed description of modularity, flexible usability, level of integration and interdependencies of all major system components. The delivery of Phase I should be presented within 6 weeks after signing of the contract and will serve as detailed Terms of Reference for Phase II of this contract.
3.2. Phase II – Delivery
During Phase II, the Contractor will deliver a fully integrated, modular Security System for deployment and flexible use at the BOO and at locations in the field where the IT is operating. The delivery includes presentation and review of prototype capability, acceptance testing, configuration and technical and operator training.
Phase II results in the actual delivery of the Security System to the Commission’s premises within 6 months after signing of the contract. During this period, a full factory acceptance test must be performed and documented by the Contractor at his premises verifying aspects such
4
as power, communication bandwith and storage budgets, with the Commission offered the
opportunity to review the test plan and witness the testing. The format and timing of this test
should be agreed with the designated point of contact.
Upon actual delivery of the Security System, the Commission will undertake an acceptance
test and initiate any final modifications or upgrades of the system if required. It is expected
that this will be coordinated to follow up with necessary classroom and hands on training at
the Commission’s ESMF (2-8 persons, tbc).
Following the initial site acceptance, and subject to no other immediate requirement for the
equipment, the system will be left to run for the full 130 days operational requirement. The
Contractor will be expected to replace or upgrade any feature of the system that does not
meet the Commission’s requirements during this period.
4. REQUIREMENTS OF THE SECURITY SYSTEM
Note: System requirements outlined in this chapter reflect the current concept and draft
specifications of a security system for OSI and are subject to discussion and modification, if
any, during Phase I of this project.
4.1 Functions
Perimeter security of the Base of Operations (BOO);
Personal identification and surveillance of movements around, and controlled access
to sensitive areas within BOO;
Surveillance of high value assets deployed to the field or monitoring of unattended
activities or events in identified areas of interest;
Central control with networked access for supervision, control and alarm response to
both local inspection team and OSC (Vienna) operators;
Secured (local) recording and data storage for up to 130 days.
4.2 Main operational requirements
Modularized for rapid deployment with clearly defined and identified assembly and
interconnections, quick start guides and pre-configured default templates;
Scalable and adaptable to easily adopt to available infrastructure and requirements;
Transportable within standard containerized solutions (see Figure 2) under IATA
DGR 60th
edition regulations with no items causing exceptions due to excess
dimensions, hazardous goods, export control, stringent environmental or handling
requirements;
Individual items to be packed within Zarges K470 product line transport cases with
custom foam inserts to maximize protection and compact modular storage – any
exceptions to be itemized and justified e.g. supplied in custom Pelicase, with no item
exceeding 50kg for a two man lift without being noted as an exception;
Suitable for deployment and operation in widest possible range of remote and extreme
environmental conditions with all outdoor components suitably ingress protected and
braced to sustain high winds;
5
Compatible with the Commission’s Global Communication Network, based around
in-field proprietary 4G LTE Band 20 network and global VSAT communication;
Capacity for 130 days continuous operation with minimal maintenance;
Capable of accessing status, viewing video and images, generating and managing
alarms to mobile Android smartphones and tablet devices;
All field deployed enclosures should be tamper protected, and any item should
generate an alarm where forced opening, loss of data communications or loss of
power is detected;
Capable of working on self-contained networks without needing any online licensing,
subscription, updating, verification, cloud storage, processing or analytics.
4.3 Sub System Requirements
4.3.1 BOO Perimeter & Sensitive Area Surveillance
The perimeter and sensitive area systems should be integrated. Due to deployable weight and
volume limitations, this requirement will be fulfilled by the following components:
Two perimeter mast systems housing five cameras each (Figure 3). Each mast will
have two fixed orientation cameras configured for near field monitoring, two fixed
cameras configured for far field monitoring and one pan, tilt and zoom camera that
can monitor gaps in coverage around the mast and be directed to alarm events
detected by other aspects of the system, or manually targeted.
Two in-camp mast systems housing three cameras each (Figure 4). These would be
fixed orientation cameras with adjustable focus to appropriately cover access points to
sensitive areas of the complex. These masts should be 5-6m in height to give
flexibility of positioning with viewing angles over tent and other in base equipment.
Four additional cameras. These should be provided as spares for the cameras detailed
above, but would also allow ad-hoc installation to cover gaps in capability, to select
the sensitive area camera types based on the layout of the BOO, and to further stress
test the complete security system package.
Figure 3 Perimeter Surveillance
At each cluster, which should support the addition of one of the spare cameras in terms of
power, communication and storage budgets, the camera system will be provided with single
6
phase AC power. The system should be able to run at 110-240 V AC at 50 or 60 Hz to allow
supply from any local system, if provided, or from the Commission’s power generation and
distribution system if operating in isolation. Each cluster should be able to detect tampering
or loss of input power to generate an alarm event within the system.
Figure 4 Sensitive Area Surveillance
Video should be encrypted to prevent tampering or eavesdropping and must be recorded in
parallel at each camera cluster (mast) or at each individual camera for a minimum of twelve
hours in case of loss of power and or communications with the master control unit. Each
cluster should have sufficient battery backup power for this length of time. Preferably,
analytics should continue at each camera or cluster during any period of outage so that alarm
events can retrospectively been assessed.
Cameras must operate over cabled connection (with no wireless data communication in the
BOO). Cat 7 wiring will be presumed within each cluster and fiber optic links from each
cluster to the central control station.
The following table provides the detail of the quantity and type of cameras estimated for this
capability. Significant variation from this specification should be justified with examples of
previous successful installations.
Purpose Specification Quantity Spare
Perimeter – near field fixed 3-9mm bullet, 3MP, 50m IR
illumination, day/night camera, low
mounted for near mast coverage
4 1
Perimeter – far field fixed 9-22mm bullet, 3MP, 150m IR
illumination, day/night camera, high
mounted for far mast coverage
4 1
Perimeter – PTZ 4-130mm, 30x zoom, 200m IR
illumination
2 -
7
Sensitive Area – near field fixed 3-9mm bullet, 3MP, 50m IR
illumination, day/night camera, low
mounted for near mast coverage
4 1
Sensitive Area – far field fixed 9-22mm bullet, 3MP, 150m IR
illumination, day/night camera, high
mounted for far mast coverage
2 1
Table 1 Camera Specifications
Both types of camera cluster should be priced at item level within the quotation as there is
potential that expansion is required at either Phase I clarification or following installation and
evaluation.
4.3.2 Sensitive Area Access Control
Personnel movements around sensitive areas at the BOO need to be monitored and alerts
must occur where unauthorized access or activity takes place. Due to the potential nature of
the BOO being a tented camp, access will be on a ‘trust and monitor’ basis rather than
physical locks or barriers. Access control should be supplied on this basis.
Security installations for six access control points shall be provided under this contract. For
authorized access, a person would have a card reader acknowledge their tag/badge and alarms
of passive infrared (PIR) detectors at the access points would be disabled for a short period of
time to allow access. For authorized exit, a person would be detected by PIR detector at the
inside of the access point and the outdoor PIR would have alarms deactivated accordingly. In
case of unauthorized access, the outdoor PIR would detect a person without an authorized ID
and issue an alarm.
Each of the six access control points should be equipped with the following:
one pole/tripod to host card reader and electronics suitable for mounting on rough
ground;
one card reader;
two short range PIR devices;
one enclosure with PSU/battery, tamper alarm, electronic module, and Ethernet
communications to the central control station, or nearest camera cluster;
all necessary cabling and attachments.
The units should run from single phase power 110-240 V AC power at 50 or 60 Hz as
available and be capable of running for 24 hours on battery without power.
The electronic modules should be capable of supporting physical locks and push to exit
buttons should these be determined necessary in future. To verify this, the sixth system
should be supplied with magnetic locks and exit button with the intention that it could be
fitted to the ULD container housing the security system once procured.
4.3.2 Field Deployable Surveillance
8
The Commission will deploy unattended measurement systems in the field during the conduct
of an OSI. To assist in the protection of these high value assets, to monitor the integrity of the
deployment and to evaluate any local activity that might be responsible for measurements at
these stations, the Commission wishes to have some field deployable security units available.
For the initial order and evaluation, the Contractor should supply three surveillance kits. Each
kit should comprise the following:
one camera tripod capable of supporting up to four cameras;
one fixed and one PTZ cameras with day/night functionality and IR near field
illumination as described in the table below;
audio recording at least at one camera;
industrial network video recording (NVR) supporting expansion up to four cameras,
with high ruggedness and wide analytics capability for alarm event notification;
4G LTE Band 20 modem and Cat 7 Ethernet connection (to Motorola VML750
modem where existing as part of asset under surveillance).
alarm notification and response capability to Android 6 devices;
enclosure(s) with tamper and environmental protection for electronic and battery
components;
battery supply for 24 hours operation;
solar charging capability with capacity to recharge within 8 hours;
14 days recording capacity for 2 cameras, 7 days recording capacity for 4 cameras at
full resolution and frame rate;
2nd
lower capacity data stream for transmission over the LTE network on demand;
all mechanical attachments, fasteners, antennae and cables.
The system must be a rugged design to survive extremes of temperature, precipitation and
high winds. All cables and connectors must be suitably robust and ingress protected.
The system should be able to integrate alarm notifications with the central control station and
be monitored and configured from the master control location. Video should be encrypted to
prevent tampering or eavesdropping.
Purpose Specification Quantity Spare
Asset Protection 3-9mm bullet, 3MP, 50m IR
illumination, day/night camera, low
mounted for near mast coverage
3 -
Asset / Area protection 4-130mm, 2MP, 30x zoom, 200m IR
illumination, day/night camera
3 -
4.3.4 Central Control Station
9
The Commission will arrange for a ULD container to be provided for the security system.
Once unpacked of field installable components, the container will house the central control
and configuration station for the system. As is shown in Figure 2 above, the container will be
designed to have vents for heating and air conditioning, single and three phase power and
bulkhead cable entry systems. The ULD should provide an environment in the range 10-25C.
The Central Control Station to be supplied should consist of:
Uninterruptable power supply with battery backup;
Video recording;
Networking, cable management and marshaling;
Operator console for system configuration, camera control, video review, analytics
and alarm response;
All necessary interconnections within the ULD;
Armoured fiber and Ethernet cables to the remote outposts.
In addition, a card reader or other necessary equipment including 100 cards or tags should be
supplied for card issue and management.
The central control station should be broken down into a number of stackable 19” rack
transport cases such that no individual case exceeds a gross 50kg two man lift. The
breakdown should be based on logical separation – UPS and battery; master processor and
NVR; cable marshaling and network aggregation.
The UPS should be able to run the system for one hour without external power. Loss of
power should generate an alarm within the system.
Video recording should be sufficient to record all cameras for 130 days in high quality at full
frame rate. The contractor should be able to justify compression efficiencies and storage
requirements from previous experience of monitoring perimeter systems and controlled
access points. Storage must use redundant disk arrays to ensure no data loss from a single
disk failure.
The system should allow for a 50% expansion without significant redesign or additional
components, although disk storage will only be purchased to satisfy the current supply
criteria at this time.
The cable and network marshaling should allow for both fiber optic and CAT 7 Ethernet
cabling. There should be sufficient ports for four additional connections to the Commission’s
other systems, 4G in-field mobile network, GCI VSAT system, and BOO office connections.
The central control station should have the facility to:
enroll users with differing control and access privileges and issue cards or tags;
modify the configuration of cameras, recording parameters, overlay components;
control the PTZ cameras either on full manual control, configured set points, alarm
response or roaming patterns;
10
adjust zoom and focus of fixed orientation camera;
distribute alarms by email or text message to configured users and groups of users;
manage video stream quality for remote access devices with low bandwidth with
either live streaming or recorded video;
control physical audio or visual indicators;
provide access to mobile Android devices;
allow masking of private or sensitive areas from streaming and recording.
In addition, the central control station should have the facility to integrate with the remote
field security systems, record all alarms, alarm on loss of control to the system and download
video associated with each alarm.
The system software should also have considerable analytic capability, applied at either the
central control station or inbuilt to camera for assistance in review and replay. Such features
should include detection of:
movements within an area;
people within an area;
loitering within an area;
unusual flow of movement;
object removal from area;
object addition to an area;
loud audio.
It should be specified within the documentation what the licensing nature of the software is,
what license terms would be for further expansion, and what features are additional priced
options. The Commission would prefer a single purchase option over regular subscription
models.
5. DOCUMENTATION
The Contractor should supply a project specific CTBTO system user manual with delivery of
the system in Phase 2, related to the configuration as supplied and tested. This manual should
be supplied in draft format to allow changes to be made during the system acceptance and
training to reflect any reconfigurations, corrections or omissions noted, and subsequently
issued as a final document.
Appendices to this manual should include detailed documentation (installation, user and
maintenance manuals) of all individual system components, including any applicable
certification of conformity, country of origin certificates, Material Safety Data Sheets,
software licence certificates, etc as supplied with the components.
In case of open source and custom software development, all related documentation including
source code must also be provided.
11
6. TRAINING REQUIREMENTS
The Contractor must offer to provide on-site initial setup and training of the full system in the
premises of the Commission. The installation, training and configuration of the system should
not exceed 1 working week. All costs associated with the required training and installation
activities should be included in the priced bid as a separate line item.
The Commission’s facility at Seibersdorf, Austria has all necessary classroom facilities,
suitable secure storage and installation space, tools and test equipment, manual handling
equipment, etc, to facilitate such instruction, though it is recommended that the Contractor
liaise with the Point of Contract prior to arrival to clarify requirements.
It should be expected that between 3 and 8 people would attend, a lower number for technical
and installation purposes and the higher number only for final training purposes. Additional
temporary training licences or dongles should be supplied for this if required The
Commission would require recording some of these activities for subsequent reference and
training.
It will then be the Commission’s intention to run the system for the full 130 day requirement,
with the Contractor required to upgrade or redesign any component that fails to match
required performance.
7. QUALITY OF DELIVERABLES AND CONTRACTOR ASSURANCES
The Contractor shall ensure that all equipment are compliant with applicable safety standards
and all associated services performed in a highly professional and safe manner meeting with
all the timelines and special requirements listed in this TOR. The Contractor must provide
adequate assurance on its overall ability to meet all the requirements and it is properly
prepared, experienced and certified to supply and perform the required systems and activities
of this ToR.
8. SUPPORT REQUIREMENTS
Full technical support is required during acceptance testing and for a minimum of 12 months
after the full delivery of the system. During that period it is planned that the system will be
run as an operational system for 130 days, and any rectifications will be performed. An
optional extension for technical support for an additional 24 months must also be quoted.
9. DELIVERY TERMS AND WORK SCHEDULE
Delivery of all Phase 1 deliverables must be completed within 4 weeks after signing of the
contract.
Delivery of the Security System to the premises of the Commission must occur within 5
months after signing of the contract. This period will be followed by an acceptance test by the
Commission and subsequent training to be provided by the contractor at the Commission’s
ESMF. Following the initial site acceptance, and subject to no other immediate requirement
for the equipment, the system will be left to run for the full 130 days operational requirement.
12
The Contractor will be expected to replace or upgrade any feature of the system that does not
meet the Commission’s requirements during this period.
The contractor must also provide applicable certification and detailed documentation for the
Security System as detailed in Section 5 in the English language, as available, both in
hardcopy and in electronic format.
After the successful configuration and testing, the Commission will issue an acceptance letter
to confirm the full delivery of the system.
All equipment shall be DDU (Delivery duty unpaid, VAT paid) in-house to the CTBTO
ESMF at the Austrian Institute of Technology, 2444 Seibersdorf, Austria, including, as
applicable, packing, handling, insurance and local delivery) within the agreed delivery
schedule. Access to the site and exact timing of the delivery must be coordinated in advance
with the designated Point of Contact of the Commission.
The Commission reserves the right to monitor the work of the Contractor to ensure that it is
performed properly. Any modifications to the deliverables, if requested by the Commission,
must be made within a period of not more than 15 working days.
10. OTHER CONSIDERATIONS
Services shall include all overhead costs of the Contractor required to perform the service,
including but not limited to transportation and travel of the Contractor’s staff, material and
other expenses and licenses if applicable.
CTBTO Member States
Afghanistan Albania Algeria Andorra Angola Antigua and
Barbuda Argentina Armenia Australia Austria Azerbaijan Bahamas Bahrain Bangladesh Barbados Belarus Belgium Belize Benin Bolivia (Plurinational State of)
Bosnia and Herzegovina
Botswana Brazil Brunei Darussalam Bulgaria Burkina Faso Burundi Cambodia Cameroon Canada Cape Verde Central African
Republic Chad Chile China Colombia Comoros Congo Cook Islands Costa Rica Cote d'Ivoire Croatia Cyprus Czech Republic Democratic
Republic of the Congo
Denmark Djibouti
Dominican Republic Ecuador Egypt El Salvador Equatorial Guinea Eritrea Estonia Eswatini Ethiopia Fiji Finland France Gabon Gambia Georgia Germany Ghana Greece Grenada Guatemala Guinea Guinea-Bissau Guyana Haiti Holy See Honduras Hungary Iceland Indonesia Iran, Islamic
Republic of Iraq Ireland Israel Italy Jamaica Japan Jordan Kazakhstan Kenya Kiribati Kuwait Kyrgyzstan Lao People's
Democratic Republic
Latvia Lebanon Lesotho
Liberia Libya Liechtenstein Lithuania Luxembourg Madagascar Malawi Malaysia Maldives Mali Malta Marshall Islands Mauritania Mexico Micronesia,
Federated States of
Monaco Mongolia Montenegro
Republic of Morocco Mozambique Myanmar Namibia Nauru Nepal Netherlands New Zealand Nicaragua Niger Nigeria North Macedonia
Republic of Norway Oman Palau Panama Papua New Guinea Paraguay Peru Philippines Poland Portugal Qatar Republic of Korea Republic of Moldova Republic of Niue Romania Russian Federation Rwanda
Saint Kitts and Nevis Saint Lucia Saint Vincent and
the Grenadines Samoa San Marino Sao Tome and
Principe Senegal Serbia, Republic of Seychelles Sierra Leone Singapore Slovakia Slovenia Solomon Islands South Africa Spain Sri Lanka Sudan Suriname Sweden Switzerland Tajikistan Thailand Timor-Leste Togo Tunisia Turkey Turkmenistan Tuvalu Uganda Ukraine United Arab
Emirates United Kingdom United Republic of
Tanzania United States of
America Uruguay Uzbekistan Vanuatu Venezuela Vietnam Yemen Zambia Zimbabwe
* Please provide a copy of the most recent audited annual report and accounts. Note: Export includes services or work performed abroad or for foreign clients. **Please provide supplementary documentation on these items.
VENDOR PROFILE FORM (VPF) – FOR PRODUCTS/SERVICES/WORK
1. Name of Company:
2. Street Address:
3. Telephone:
P.O. Box : City:
4. Fax :
Zip Code : Country: 5. E-Mail :
6. Contact Person: Title: 7. Legal Status (e.g. Partnership, Private Limited Company, Government Institution) 8. Year Established:
9. Number of Employees:
10. Gross Annual Turnover (US$m)*: 11. Annual Export Turnover (US$m)*:
12. Type of Business/Products: Manufacturer Sole Agent Supplier
13. Type of Business/Services/Work: Engineering Civil Work Governmental Institution
14. References (your main customers, country, year and technical field of products, services or work): ** 15. Previous Supply Contracts with United Nations Organizations (over the last 3 years)** Organization: Value in US$ Equivalent: Year: Organization: Value in US$ Equivalent: Year: 16. Summary of any changes in your company’s ownership during the last 5 years:
* Please provide a copy of the most recent audited annual report and accounts. Note: Export includes services or work performed abroad or for foreign clients. **Please provide supplementary documentation on these items.
2
17.List of Products/Services/Work offered (please indicate the Product/Service/Work # as per attached sheet): Product/Service/Work # Product/Service/Work Description
Questionnaire completed by: 18.Name: Title: Signature: Date:
FOR CTBTO USE ONLY
19. Evaluated By: Initials Date: 20. Updated By: Initials Date: 21. Remarks: 22. Vendor Registration Number Allocated: Not Accepted: