Biman Bangladesh Airlines Ltd. Directorate of Engineering & Material Management

Similar documents
Приложение 1 ТЕХНИЧЕСКО ЗАДАНИЕ

For Reference Only. Jett Pro Line Maintenance FAA REPAIR STATION NO. YUJR093Y EUROPEAN AVIATION SAFETY AGENCY (EASA) MANUAL SUPPLEMENT

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN

Airworthiness Directive

Special Condition. Approval of Turbofan Engine Take-off Thrust at High Ambient Temperature (TOTHAT) rating.

Implementation procedure for certification and continued airworthiness of Beriev Be-200E and Be-200ES-E

APPENDIX F PERFORMANCE COMPENSATION AND GUARANTEES

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

201F Fuel Pump Shaft Seal Leak

Airworthiness Directive

Elements of Aircraft Maintenance Reserve Development

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035

PHL/CO/ENGG/ th Jan Tender Enquiry No.PHL/CO/ENGG/5600/TE-92 dated 28 th Jan 2010

Airworthiness Directive

Airworthiness Directive

PVI 60KW, PVI 82KW, PVI 95KW

Airworthiness Directive

Airworthiness Directive

Notification of a Proposal to issue an Airworthiness Directive

Airworthiness Directive

Program Evaluation and Audit Metro Transit Bus Tire Lease Contract Review

MAINTENANCE ORGANISATION EXPOSITION 8. TCCA SUPPLEMENT

City of Durango Hydrant Use Policy

Airworthiness Directive

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

PVI 1800/PVI Residential/Commercial Grid-Tied Photovoltaic Inverter WARRANTY MANUAL. Subject to Change REV , Solectria Renewables

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

Airworthiness Directive

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

Assisted School Travel Program. Eligible Service Provider Request for Increased Run Capacity

Engine Maintenance Management

201F Fuel Pump Valve Housing Cap Screw Replacement

Request for Quotation (RFQ) for the provision of electrical construction services to the CSIR CSIR RFQ:

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Interconnection Process for Generation Systems

Notification of a Proposal to issue an Airworthiness Directive

Section: Deterioration Factor Version: 4 +EUROMOT COMMENTS Date: 19 Oct 2015 (revised by EUROMOT 29 Nov 2015)

CONTINENTAL AIRCRAFT ENGINE service bulletin

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

BACS APPROVED BUREAU SCHEME SUPPORT GUIDELINES

AIRWORTHINESS DIRECTIVE

TYPE-CERTIFICATE DATA SHEET

Airworthiness Directive

Chromalloy. Borescope and Test Report. Prepared for. Triumph Air Repair A Triumph Group Company

Arkansas State University - Jonesboro

E/ECE/324/Rev.2/Add.102/Rev.1 E/ECE/TRANS/505/Rev.2/Add.102/Rev.1

CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for

[Docket No. FAA ; Directorate Identifier 2016-NE-09-AD] Airworthiness Directives; Pratt & Whitney Division Turbofan Engines

Impact on Certification Process

TECHNICAL INSTRUCTION HAC Rev N/C

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

MTU Maintenance Zhuhai. The passion for perfection. MTU Maintenance Zhuhai An MTU Aero Engines Company

INVITATION TO BID FUEL PRODUCTS

Commercial Driver s License Drug and Alcohol Clearinghouse Frequently Asked Questions

AIRBUS EASA AD activities AD implementation

Risk Management of Rail Vehicle Axle Bearings

European Aviation Safety Agency

European Aviation Safety Agency

Type Acceptance Report

Engine/Module Repair Requirements /

AIRWORTHINESS DIRECTIVE

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017

City of Storm Lake Fire Department Heavy Rescue Specifications

Revision Transmittal Sheet

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

[Docket No. FAA ; Directorate Identifier 2008-SW-44-AD; Amendment ; AD ]

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Airworthiness Directive

TERMS AND CONDITIONS

Emergency Vehicle Application Package

Wholesale Developer Services Charges

2018 Clean Diesel Rebate Program

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SERVICE MAINTENANCE AND OVERHAUL HYDRO AFTER SALES SERVICE

5 Year / 160,000 km (100,000 mi) ** 1 Year / 30,000 km (19,000 mi) 3 Year / 100,000 km (62,000 mi)

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) AMENDMENTS TO THE ANNEX OF THE PROTOCOL OF 1997 TO AMEND THE INTERNATIONAL CONVENTION FOR THE

Airworthiness Directive

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

Centerwide System Level Procedure

Table 1: Alternator Models ES (CMI ), ALX-9524 (CMI ), ALX-9524R, & ALV-9610 Affected Serial Numbers

Thermo 230 Thermo 300 Thermo 350 DBW 230 DBW 300 DBW 350 GBW 300 LGW 300 NGW 300

FOR THE MOST RECENT REVISION LEVEL OF THIS SERVICE BULLETIN.

Microgeneration Installation Standard: MCS

European Aviation Safety Agency

JEA Distributed Generation Policy Effective April 1, 2018

TYPE-CERTIFICATE DATA SHEET

CITY OF HAMILTON BY-LAW NO

ARAI/TA(4G_RV)/HORIBA/MEXA 584L/ Dated 25 Mar 2014

Principle Decision by the Central Experience Exchange Circle of the Notified Bodies and the GS Bodies according to the Product Safety Act ZEK

TYPE-CERTIFICATE DATA SHEET

ANNEX 3. RESOLUTION MEPC.278(70) (Adopted on 28 October 2016)

Honorable Mayor Smith and members of the City Council; City Manager Brenda Fischer. Approval of Contract: Brindlee Mountain Fire Apparatus

7.3L POWERSTROKE BANJO BOLT KIT Fits L Powerstroke Diesel. Installation Guide

Airworthiness Directive

HOUSE AMENDED PRIOR PRINTER'S NOS. 13, 30, 47, PRINTER'S NO , 56 THE GENERAL ASSEMBLY OF PENNSYLVANIA SENATE BILL

TYPE-CERTIFICATE DATA SHEET

Transcription:

Biman Bangladesh Airlines Ltd. Directorate of Engineering & Material Management Name of the Tender: Selection of Agency for Repair/Overhaul of GTCP331-250H APU. 01. Introduction Biman Bangladesh Airlines is operating 02 (two) A310-300 Aircraft fitted with GTCP331-250H Model APU in international and regional routes. There are 02 (two) installed APU and 01 (one) spare APU in the fleet. Biman hereby invites offer from approved repair agency, having proven capability and experience on repair/overhaul of this specific APU type. The APU MRO selected under this bidding process shall be responsible for all schedule and unscheduled repair/ overhaul of GTCP331-250H Model APU. Therefore, all APU s (including Spare APU) operated by Biman during the contracted period, shall be repaired under this agreement. The agreement shall be valid for a period of four (04) years from the date of signing unless terminated by either party giving to the other party not less than 3 months in advance written notice prior to the date such termination becomes effective, or till Biman operated A310-300 aircraft in its fleet, whichever is earlier. Bidder shall quote prices for each shop visit (schedule/ unscheduled) during this 4 year contracted period, where indicated in the Price Schedule as Annexure-1. 02. Tenderer Qualifications : The bidder shall provide following Information / Technical Documents and must agree with the following terms and conditions: (a) The Bidder must be a holder of Certificate of Approval issued by FAA and/or EASA with local Regulatory Authority approval and capable of in-house repairing and overhauling of GTCP331-250H Model APU. In addition, the Tenderer must agree to comply with all applicable directive(s) / instruction(s) issued by the Civil Aviation Authority of Bangladesh (CAAB). (b) The minimum period of general experience of Bidder in repair/ overhaul of APU shall be five years. (c) The Bidder should have the experience of Repair/ Overhauling at least 05 (five) GTCP331-250H Model APU over the last three years (January 2010 to December 2012 inclusive) and must be provided with APU serial numbers. (d) A Tender Offer submitted by a Joint Venture, Consortium or Association (JVCA) is not acceptable. (e) Any discussion/ negotiation will be done directly with the Bidder MRO. Biman will not deal with any Agent/Broker during the process of evaluation and finalization of the proposal or agreement. 03. Tender Mandatory Requirements : The Bidder shall agree and provide response (Agreed/ Not-agreed) to each of the following Mandatory requirements and provide applicable documents to qualify as Responsive Tenderer : Page: 1 of 9

SL Tender requirement Bidder response (a) Shop Visit TAT : Shop in Shop out TAT shall not be more than 45 (forty-five) calendar days, lower preferable. The TAT and its term and condition(s) shall clearly be specified in the offer and draft agreement. (b) The workscoping of Biman's APU during any shop visit at Bidder s facility will be carried out jointly by Biman's representative and Bidder s engineering personnel in reference to the Workscope Planning Guide. But Biman will maintain control of APU 'workscope' requirements at all times and will have the right to change the workscope during the early stages of shop visit. (c) Warranty period shall be a minimum of 1200 FH or 12 months whichever is earlier after installation of the APU on aircraft, higher is preferable. The repair agency must also warrant their subcontractor s work and to specify sub-contractor s assigned warranty, guarantees and product liability. (d) The repair agency shall agree to undertake any warranty claims/issues with Manufacturer/ subcontractor on behalf of Biman. (e) Serviceable Biman parts left after any APU shop visit shall be monitored and maintained in Biman parts stock at Tenderer's facility for future use by Biman during the tenure of the contract. The Tenderer shall provide FOC storage and management of such parts. The stock of Biman parts should be returned to Biman or to a place or party designated by Biman once the contract is terminated for any reason. (f) QEC item overhaul / repair and test capabilities must be defined whether performed in-house or by FAA/EASA approved subcontractor. This shall also include wiring harnesses. (g) All Used Serviceable Parts (including LLPs, LRUs etc.) installed in Biman APU by the repair agency shall have proper documents and traceability back to birth history and such parts should be of around same or lower age than corresponding Biman parts. (h) APU delivery and re-delivery shall preferably be done in base station Dhaka at the expense and responsibility of Overhaul Agency. However, the agency may offer to deliver and redeliver the APU at their expenses in any of the following Biman route stations: London (Heathrow), Singapore, Bangkok, Jeddah, Riyadh, Doha, Muscat, Rome, Delhi, Abu Dhabi, Kuala Lumpur, Dubai, Karachi, Hong Kong and Kuwait. In such cases (if other than Dhaka), an amount of US$ 2,000.00 an average estimated transportation cost should be added to the quoted Not-to-exceed prices during Tender Financial Evaluation while determining financially lowest evaluated tenderer. The Bidder shall also agree to pay Biman an amount of US$ 2,000.00 as transportation cost for each APU if delivery/re-delivery takes place from any of the above mentioned route station. (i) APU shall be checked at receipt and dispatch time. A list of missing items must be made shop-in & shop-out and accompany the APU documentation. (j) APU release documentation should be to a format that is acceptable to Biman. A list of all AD's and SB's with applicability/ compliance data applicable to the APU model should be provided in the shop visit report. Electronic copy of shop visit report along with 2 (two) hardcopies should be provided after each APU shop visit. Page: 2 of 9

(k) Currently, Biman has zero spare APU Model GTCP331-250H in the fleet. The repair agency must support Biman with normal loan APU whenever required by Biman. The repair agency must also support Biman with FOC loan APU in case of zero-spare situation due TAT failure. Only usage (Flight Hours) fee would be charged (excluding daily fee). Tenderer shall also agree to support Biman with lease APU and Component, whenever required. (l) Bidder must offer Not to Exceed (NTE) cost guarantee for schedule / unschedule repair/overhaul for each APU shop visit including cost of materials per A-2.0 and for all applicable ADs, SBs (Cat 1 to 3) issued up to the date of Contract sign and Bench-check of all Components and Accessories followed by repair/overhaul them as necessary, if Bench-check failed. The stub life of LLPs is to be considered as 5000 FC. Biman will pay either the Not to Exceed cost guarantee amount or the actual overhaul/repair cost of any APU, whichever is lower. (m) The prices quoted by the Tenderer in Price Schedule Annexture-1 shall preferably be fixed for duration of four years. If any changes in quoted price during the contracted four years, the methodology and financial figure should clearly be mentioned in the offer for any escalation or reduction of prices for necessary adjustment during evaluation. Refer Price Schedule Annexture-1 para A-7.1. (n) All prices shall be quoted in US$ (United States of American Dollar). (o) The following documents would also form as part of the APU Maintenance Agreement: a. Lease terms and conditions (GTA) b. GTCP331-250 APU Repair Directory c. Shop Handling Manual 04. Other requirements of the Tender Tender requirement Bidder response (a) All disassembly, assembly, repair, Overhaul, inspection, cleaning, testing, modification, alteration, or any other process, technique required during APU shop visit must be up to the manufacturer s approved repair standard and must comply regulatory requirement. An NTO (No Technical Objection) should be sought for repairs not covered within applicable Repair Manuals and prior concurrence from Biman must be made before incorporation of the same. QEC item, overhaul / repair and test capabilities must be defined whether performed inhouse or by FAA / EASA approved subcontractor. (b) The repair agency shall have an independent Quality Assurance program that monitors compliance with applicable airworthiness regulations, requirements and their own maintenance procedure manual. Such program shall also address the specific requirement of the customer s Quality Assurance program as detailed in customer s Maintenance Control Manual. Page: 3 of 9

(c) The repair agency must agree the preparation of customized WPG (Work scope planning guide) jointly (by the repair agency and Biman). WPG must reflect details of all performance items carried out by the shop and test cell to improve APU performance. (d) Parts to be scrapped during any APU shop visit should be held for an agreed period of time to allow inspection by Biman representative. (e) The repair agency must assist Biman by providing Lab report, estimated cost of repairing/overhauling an APU etc. due to FOD (Foreign Object Damage) whenever requested by Biman for insurance claim. (f) The agency may extend FOC training to Biman engineering personnel as and when requested by Biman. (g) Strip condition and inspection reports should be made available in a timely manner and should be included in shop visit report. Strip reports shall include photographs and list of all replaced / reinstalled / scrapped items. (h) (i) (j) (k) (l) Packaging, shipment and transportation requirements must be of Industry standard and acceptable to Biman. APU/ accessories removed following an incident must have shop priority such that investigation into incident can be dealt with quickly. The APU shall be repaired on a Time-and-Material basis with fixed price quote for routine repair. Tenderer must quote prices as stipulated in paragraphs of attached Price Schedule as Annexure-1. Bidder must agree that new part prices should be applicable at the date of APU redelivery from the shop but not at the date of invoice. Full In-house capability is preferred however, for the parts subcontracted, the agency must agree to provide subcontractor's invoice. Charges for handling of parts including insurance and warranty will be the responsibility of the agency. (m) The repair agency must agree to pay local taxes/ VAT if any. (n) Exchange fees for Time-critical parts would be applied. For parts other than Time-critical parts no exchange fee will be applied. (o) Failure to repair parts within specified TAT mentioned in the Repair Directory due to which any charges for any parts exchanged by used or new parts will be borne by the Tenderer. (p) The Tender validity period shall be 120 days. Biman may request further validity extension, if needed. (q) All prices requested per Price Schedule Annexture-1 to be quoted. Page: 4 of 9

05. Documents to be provided along with the Tender Offer (Mandatory) : The Bidder shall submit with its Tender offer the following additional documents in English : (a) Copies of approval of FAA and or EASA/ as applicable and Certificate of Approval from local regulatory authority of the approved APU maintenance services organization are to be provided. (b) Two copy of tender offer shall be submitted (one original and one copy). Original tender offer must be submitted with signature and seal of tenderer in every page along with original copy of Tender documents. (c) A draft copy of the APU Maintenance Agreement highlighting each corresponding requirements of the Tender Schedule requirement. APU Lease GTA highlighting the terms and conditions including lease rates would also form part of the draft APU Maintenance Agreement. (d) List of Time Critical parts that cannot be repaired and installed within the specified TAT period. (e) List of repaired/overhauled GTCP331-250 Model APU per Serial Number during the period January 2010 to December 2012 inclusive. (f) The draft copy of the APU Maintenance Agreement shall include the Tender Schedule requirements and shall also include the following : - a list of facilities where the maintenance is to be carried out, including a list of satellite facilities that the tenderer may use; - a `Statement of Work' (SOW) for the Maintenance Agreement that contains the detailed technical requirements, including references to maintenance intervals, manuals, Airworthiness Directives (ADs), Service Bulletins (SBs) and operator special requirements. A clear, unambiguous and sufficiently detailed SOW and assignment of responsibilities are required to ensure no misunderstanding arises between the operator, the Contractor and the operator's Authority that could result in a situation where the work, which has a bearing on the airworthiness or the serviceability of operator's aircraft, is not properly performed; - a requirement for the repair agency to produce a suitable quality plan for the project; - use and control of parts and materials; - process for the approval of deviations from maintenance documents; - a need for an internal evaluation system by the repair agency; - access by the customer's quality assurance department staff for the purpose of evaluating ongoing quality; - a reporting structure that immediately notifies the customer immediately if there is any defect, unairworthy condition, failure or malfunction which are related to aircraft structure, powerplant, aircraft systems or equipments; - a system of completing, reviewing, retaining maintenance records; - a system of calibration of tooling and equipment; - a system of managing customer supplied parts; - a system of inspecting and testing, i.e., a quality control system; - a system of handling unsatisfactory product; - a system of handling, storage, packaging and delivery; - a system of product identification and traceability; - a system of training by the repair agency of its staff including continuation training not exceeding 36 months interval, - a system of Release To Service of an aircraft or component; - a system for communication between the customer and the repair agency; - a Service Level Agreement (SLA) that includes clear Key Performance Indicators as agreed between the customer and the repair agency for the assessment of Page: 5 of 9

achievement of ongoing quality levels (the definition of the specific indicators depends on the policy of the customer); - a system of periodic review meetings to include some or all of those below: - Contract Review Meeting - Workscope Planning Meeting 06. Tender Financial Evaluation For qualifying contract : (a) Tenderer(s) evaluated as RESPONSIVE after application of all the evaluation factors indicated in Tenderer Qualifications and Bid Mandatory Requirements shall be further evaluated to determine financially lowest-evaluated Tenderer in accordance with individual quoted Not to Exceed price per shop visit per Annexure-1, para A-5.1; and (b) Annual escalation of quoted Not-to-exceed price shall also be considered to determine financially lowest evaluated tenderer; and (c) If APU delivery/redelivery point is offered other than Dhaka, an amount of US$ 2,000.00, an average estimated transportation cost to be added with the Not-toexceed price to determine financially lowest evaluated tenderer. Page: 6 of 9

Annexure - 1 Price Schedule For Repair, Overhaul, Loan/Lease of GTCP331-250H Model APU and its Components/Accessories Installed on A310-300 Aircraft A-1. LABOR AND EXPENDABLES A-1.1 Tenderer is required to specify labor hour rate for Routine and Non-routine works as may be required during APU overhaul / repair or refurbishment. A-1.2 Tenderer is required to provide Fixed Routine Labor (Man Hour) and Flat-rated Expendables Cost (USD) according to the following: QEC strip and re-install Remove the QEC, clean, visually inspect, reinstall and finally inspect on APU Partial Repair (including Hot Section inspection repair;no power section teardown) Repair of Complete APU (excluding Gearbox) Repair of Complete APU (including Gearbox) Labor (Man-hour) Labor (Man-hour) Labor (Man-hour) Labor (Man-hour) Expendables (Flat Rate, USD) Expendables (Flat Rate, USD) Expendables (Flat Rate, USD) Expendables (Flat Rate, USD) A-1.3 APU Test Run Fixed price to be quoted (including Fuel, Oil and man hour, this price will be paid irrespective of number of test run required for a shop visit). A-1.4 Component Flat rate fee to be quoted including all Labour, 100% kit and special processes as required (excluding breakdown materials) to perform Overhaul and Bench / Shop check of respective component. Components Starter Motor Fuel Control Unit Lube Pump Assy Generator Scavenge Pump Cooling Fan Assembly Primary Fuel Manifold Assembly Secondary Fuel Manifold Assembly Oil Temperature Regulator Oil Cooler Assembly Ignition Unit Flow Sensing Module Gearbox Press Regulating Valve De-Oil Solenoid Valve LOP Switch Oil Temp Control Valve Gearbox Shutoff Valve Overhaul cost in USD Bench/Shop check in USD Page: 7 of 9

Fan Shutoff Valve Fuel Nozzle IGV Actuator Wiring Harness Variable Volume Chamber Surge Control Valve Bleed Load Valve Fuel Flow Divider Inlet pressure Sensor Pressure Relief valve Turbine Oil Scavenge Pump A-2.0 MATERIAL A-2.1 Tenderer must quote prices for replacement materials used during APU repair/overhaul as per the following table. Only OEM parts shall be used for Biman s APU. New Parts 100% OEM CLP Handling Charges (%) Handling Charges Ceiling Used Parts Please Quote in (%) A-2.2 For the parts exchanged utilizing rotable pool, Biman would pay the repair price of that part. In that case, the Agency must quote handling prices as per the following table. LLPs Non LLPs & Accessories Handling Charges Handling Charges Ceiling A-3.0 APU AND COMPONENT LOAN/LEASE SUPPORT Tenderer shall agree to support Biman with Loan/lease APU and Component, whenever required. In case of AOG due to TAT extension, agency must provide FOC (Free of Charge) loan APU in Biman's QEC configuration in addition to penalty fee mentioned below. Only usage fee may be paid by Biman (excluding daily fee). A-3.1 APU Lease Charges (i) Daily fee to be quoted (ii) Flight hour charge to be quoted. A-4.0 PENALTY FOR TAT EXTENSION A-4.1 In case of TAT failure, US$ 500.00 (US Dollar Five hundred) will be imposed as penalty for each calendar day till APU is redelivered after repair/overhaul from the shop. Page: 8 of 9

A-5.0 NOT TO EXCEED COST GUARANTEE A-5.1 Tenderer must offer Not to Exceed (NTE) cost guarantee for schedule / unscheduled repair/overhaul for each APU shop visit including cost of materials per A-2.0 and for all applicable ADs, SBs issued up to the date of Contract sign and Bench-check of the Components/ Accessories and repair/ overhaul - if Bench-check failed. The stub life of LLPs is to be considered as 5000 FC. Biman will pay either the Not to Exceed cost guarantee amount or the actual overhaul/repair cost of any APU, whichever is lower. A-6.0 ON-SITE SUPPORT A-6.1 Tenderer must provide on-site support at Dhaka or any out-station as and when required. Price to be quoted for on site support. A-7.0 PRICE ESCALATION / REDUCTION A-7.1 Prices quoted by the Tenderer in this Price Schedule Annexture-1 shall preferably be fixed for duration of the four years contract period. If any changes in quoted price during the contracted four years, the methodology and financial figure should be clearly mentioned for any escalation or reduction of prices for necessary adjustment during evaluation. -- The End -- Page: 9 of 9