bidding document for hardware it equipment (2)

Upload: usman-shahid

Post on 07-Apr-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    1/97

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    2/97

    The bidder is expected to examine the Bidding Documents, including all instructions, forms, terms, specifications and charts/drawings. Failure to furnish all informationrequired by the Bidding documents or submission of a Bid not substantially responsive tothe Bidding Documents in every respect would result in the rejection of the Bid.

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    3/97

    TABLE OF CONTENTS

    Invitation to BidI-1Instructions to BiddersIB-11. Scope ...................................................................................................................................... 62. Eligible Bidder ....................................................................................................................... 63. Cost of Bidding ...................................................................................................................... 64. Joint Ventures ......................................................................................................................... 65. Assurance ............................................................................................................................... 66. Contents of Bidding Documents ............................................................................................ 77. Clarification of Bidding Documents ...................................................................................... 78. Amendment of Bidding Documents ....................................................................................... 79. Language of Bid ..................................................................................................................... 910. Documents Comprising the Bid ........................................................................................... 911. Bid Form ............................................................................................................................ 1012. Bid Prices ........................................................................................................................... 1013. Bid Currencies .................................................................................................................... 1014. Documents Establishing Eligibility of the Bidder and the Goods ..................................... 1015. Documents Establishing the Bidders Qualifications to Perform the Contract .................. 1016. Documents Establishing the Goods' Conformity to the Bidding Documents .................... 1117. Bid Security ........................................................................................................................ 1118. Period of Validity of Bid .................................................................................................... 1219. Format and Signing of Bid ................................................................................................. 1220. Sealing and Marking of Bid ............................................................................................... 1321. Deadline for Submission of Bid ......................................................................................... 1322. Late Bid .............................................................................................................................. 13

    23. Modification and Withdrawal of Bid ................................................................................. 1424. Opening of Bid ................................................................................................................... 1525. Clarification of Bid ............................................................................................................ 1526. Determination of Responsiveness of Bid ........................................................................... 1527. Evaluation and Comparison of Bids .................................................................................. 16

    27.1. Basis of Evaluation and Comparison of Bid ................................................................ 1627.2. Technical Evaluation .................................................................................................... 1727.3. Commercial Evaluation ............................................................................................... 1727.4. Evaluated Bid Prices .................................................................................................... 17

    28. Contacting the Purchaser .................................................................................................... 1829. Purchaser's Right to Accept the Bid or Reject the Bid ....................................................... 18

    30. Post-qualification and Award Criteria ............................................................................... 1931. Purchasers Right to Vary Quantities at Time of Award ................................................... 1932. Notification of Contract Award ......................................................................................... 1933. Signing of Contract ............................................................................................................ 1934. Performance Security ......................................................................................................... 1935. Instructions to Assist the Bidder ........................................................................................ 2036. Income Tax & General Sales Tax ...................................................................................... 20BID SECURITY FORM ........................................................................................................... 1PERFORMANCE SECURITY FORM .................................................................................... 2

    1. Definitions .............................................................................................................................. 11.2. Headings and Titles .......................................................................................................... 21.3. Interpretation .................................................................................................................... 21.4. Periods 2

    1

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    4/97

    1.5. Notice, Consents and Approvals ...................................................................................... 22. Application ............................................................................................................................. 23. Country of Origin ................................................................................................................... 24. Standards ................................................................................................................................ 35. Use of Contract Documents and Information ........................................................................ 3

    6. Patent Rights .......................................................................................................................... 37. Performance Security ............................................................................................................. 38. Inspection and Tests ............................................................................................................... 49. Packing ................................................................................................................................... 410. Delivery and Documents ...................................................................................................... 4

    10.2. Contract Execution Schedule ......................................................................................... 42.1. Documentation ................................................................................................................. 52.1. Taking-Over Certificate ................................................................................................... 5

    11. Marine Insurance of the Goods ........................................................................................... 512. Transportation ..................................................................................................................... 513. Incidental Services ............................................................................................................... 614. Spare Parts ............................................................................................................................ 615. Warranty and Defects Liability Expiry Certificate .............................................................. 6

    15.6. Property in Replaced Components ................................................................................ 715.7. Defects Liability Expiry Certificate .............................................................................. 7

    16. Payment Terms ..................................................................................................................... 716.3. Method of Application ................................................................................................... 716.1. Payment .......................................................................................................................... 7

    17. Prices .................................................................................................................................... 718. Change Orders ...................................................................................................................... 719. Contract Amendments .......................................................................................................... 820. Assignment ........................................................................................................................... 821. Subcontracts ......................................................................................................................... 822. Extensions in the Contractor's Performance ........................................................................ 823. Liquidated Damages ............................................................................................................. 924. Termination for Default ....................................................................................................... 925. Force Majeure ...................................................................................................................... 926. Termination for Insolvency ................................................................................................ 1027. Termination for Convenience ............................................................................................ 1028. Resolution of Disputes ....................................................................................................... 1029. Contract Language ............................................................................................................. 1130. Applicable Law .................................................................................................................. 11

    31. Notices ................................................................................................................................ 112.1. Notice to Contractor ....................................................................................................... 1131.1. Notice to Purchaser ...................................................................................................... 11

    32. Taxes and Duties ................................................................................................................ 1133. Client and Client's Representative ..................................................................................... 11

    33.1. Client's Duties .............................................................................................................. 1133.2. Client's Representative ................................................................................................. 1233.3. Client's Power to Delegate ........................................................................................... 1233.4. Client's Decisions and Instructions .............................................................................. 12

    34. Ownership of Goods ......................................................................................................... 1235. Training .............................................................................................................................. 12

    36. Compliance with Statues and Regulations ......................................................................... 1337. Headings ............................................................................................................................. 13

    2

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    5/97

    38. Waiver ................................................................................................................................ 131. Statement of work .............................................................................................................. 14

    2. Hardware Requirements ....................................................................................................... 142.1 Hardware Specifications ................................................................................................ 14

    2.2 Commercial Availability of Hardware ............................................................ 39

    2.3 Power .................................................................................................................. 392.4 Availability and Reliability ................................................................................ 392.5 Delivery Instructions ........................................................................................... 39Annexure A ......................................................................................................................... 401. Background ...................................................................................................................... 402. Offices (Local & Foreign) ................................................................................................ 403. Financial 404. Name of the Foreign / Local Hardware Brands Represented by the Firm ..................... 415. Foreign Alliances ............................................................................................................. 416. Domestic Alliances .......................................................................................................... 417. Licensed Software Resources .......................................................................................... 42

    3

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    6/97

    INVITATION TO BID

    1. Project Management Unit, Board of Revenue, Government of the Punjab, Lahore,invites sealed bids from eligible bidders for the supply, delivery and installation of Hardware and IT Equipment.

    2. Project Management Unit, Board of Revenue requests Tender Bids in sealedenvelopes for the LOT(s) mentioned in ScheduleB of this document. Proponentsapplying for bids should submit two separate bids/envelopes for FinancialProposal and Technical Proposal.

    3. The Technical Proposal should contain all the bid items without quoting the price andmust list firms clientele, after-sales service and authorization letters frommanufactures, etc. Financial bids of Firms not pre-qualified on Technical basis willnot be opened. The selected firms would be responsible for complete installation of the equipment and would hand it over in satisfactory running state within stipulatedtime.

    4. The bidding document can be obtained from the given below address upon Cash payment of non-refundable fee of Rs. 500/- within 10 days (i.e. from 18-05-2011 to28-05-2011) of publication of this notice.

    5. All bids must be accompanied by a call deposit (CDR) of two percent (02%) of total bid amount. The bids along with the CDR must be delivered to the office of theProject Manager, Project Management Unit, Board of Revenue, Lahore on or before1400 hours on 28-05-2011. The Technical bids will be publicly opened in the officeof the Secretary (Revenue) Board of Revenue, Punjab, Old Anarkali, Lahore, at 1430hours on 28-05-2011.

    6. Bidders shall submit Bid, which comply with the Bidding Documents. AlternativeBids will not be considered. The attention of bidders is drawn to the provisions of Clause on Determination of Responsiveness of Bid regarding the rejection of Bids,which are not substantially responsive to the requirements of the Bidding Documents.

    7. Project Management Unit, Board of Revenue, Lahore will not be responsible for anycosts or expenses incurred by bidders in connection with the preparation or deliveryof bids.

    8. As authority competent to accept the tender, the Purchaser reserves the right to acceptor reject one or all the tenders without assigning any reason thereof.

    9. If a firm is already pre-qualified / registered with the Government, even then it has tosubmit 2% call deposit letter for tender

    10. Delivery of all common items must be made within four weeks of issuance of purchase order.

    IB-4

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    7/97

    11. Suppliers / vendors quoting for more then one Lot, must quote separately in SealedEnvelop for each Lot mentioned in Schedule-B of this document, each Lot will beseparately evaluated for the purchase.

    12. All prices quoted must include any Taxes applicable, such as GST, Income Tax, etc.

    If not specifically mentioned in the Quotation, it will be presumed that the pricesinclude all the taxes.

    13. The Bidder should bid for each item in a Lot. Failure to meet this condition will causedisqualification.

    14. Failure to supply items within the stipulated time period will invoke penalty asspecified in Schedule-A of this document. In addition to that, 02% Call Deposit(CDR) amount will be forfeited and the company will not be allowed to participate infuture tenders as well.

    Project Manager Project Management Unit,

    Board of Revenue,168 Shadman II,

    LahoreTel. No. 37581648

    IB-5

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    8/97

    INSTRUCTIONS TO BIDDERS

    INTRODUCTION

    1. Scope

    1.1 The Purchaser wishes to receive Bid for the procurement of Computer Hardware andIT Equipment (hereinafter referred to as Goods), and provision services such asinstallation, configuration, testing, support, after sale services and other suchobligations specified hereinafter (hereinafter referred to as Services).

    1.2 The bid is to be completed and submitted to the Purchaser in accordance with theseInstructions to Bidders.

    2. Eligible Bidder

    2.1 The Invitation for Bid is open to the firm based in Pakistan representing with registeredoffice in Pakistan.

    3. Cost of Bidding

    3.1 The bidder shall bear all costs associated with the preparation and delivery of its Bid,and the Purchaser will in no case be responsible or liable for those costs.

    4. Joint Ventures

    4.1 Bids submitted by a joint venture of two or more companies or partners shall complywith the following requirements:

    a) The Bid, and in case of successful Bid, the Contract form, shall be signed by allso as to be legally binding on all the partners;

    b) One of the partners shall be authorized to be in charge; and this authority shall be evidenced by submitting a power of attorney signed by legally authorizedsignatories of all the partners;

    c) The partner in charge shall be authorized to incur liabilities, receive paymentsand receive instructions for and on behalf of any or all partners of the joint

    venture;d) All partners of the joint venture shall be liable jointly and severally for theexecuting of the Contract in accordance with the Contract terms, and a relevantstatement to this effect shall be included in the authorization mentioned under (b) above as well as in the Bid Form and the Form of Agreement (in case of asuccessful Bid); and

    e) A copy of the agreement entered into by the joint venture partners shall besubmitted with the Bid.

    5. Assurance5.1 The successful bidder will be required to give satisfactory assurance of its ability and

    intention to supply the Goods and Services pursuant to the Contract, within the timeset forth therein.

    IB-6

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    9/97

    BIDDING DOCUMENTS

    6. Contents of Bidding Documents

    6.1 The Goods required, bidding procedures and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bid, the bidding documents include:

    a) Instructions to Bidders b) Bid Formc) Schedules:

    Schedule - A Special StipulationSchedule - B Price Schedule

    d) Bid Security Forme) Performance Security Formf) Contract Formh) Conditions of Contracti) Technical Specifications

    6.2 The bidder is expected to examine all instructions, forms, terms and specifications in theBidding Documents. Failure to furnish all information required by the Biddingdocuments or submission of a bid not substantially responsive to the bidding documentsin every respect will result in the rejection of the bid.

    7. Clarification of Bidding Documents

    7.1 The prospective bidder requiring any further information or clarification of the biddingdocuments may notify the Purchaser in writing or by telephone or by visiting at thefollowing address:

    Project Manager Project Management Unit-Board of Revenue,168 Shadman IILahoreTel. No. [email protected]

    Project Management Unit, Board of Revenue will respond in writing to any request for information or clarification of the bidding documents which it receives no later thanthree (03) days prior to the deadline for the submission of bid.

    8. Amendment of Bidding Documents

    8.1 At any time prior to the deadline for submission of bid, the Purchaser may, for anyreason, whether at its own initiative or in response to a clarification requested by the

    prospective bidder, modify the bidding documents by amendment.

    8.2 The amendment shall be part of the bidding documents, pursuant to Clause 6.1, will be

    notified in writing or by telex, or by fax to the prospective bidder who has received the

    IB-7

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    10/97

    bidding documents, and will be binding on him. Bidder is required to acknowledgereceipt of any such amendment to the bidding documents.

    8.3 In order to afford the prospective bidder reasonable time in which to take the amendmentinto account in preparing its bid, the Purchaser may, at its discretion, extend the deadline

    for the submission of bid.

    IB-8

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    11/97

    PREPARATION OF BID

    9. Language of Bid

    9.1 The bid prepared by the bidder, and all correspondence and documents relating to the bidexchanged by the bidder and the Purchaser shall be written in the English language. Any

    printed literature furnished by the bidder may be written in another language, providedthat this literature is accompanied by an English translation, in which case, for purposesof interpretation of the bid, the English translation shall govern.

    10. Documents Comprising the Bid

    10.1 The bid prepared by the bidder shall comprise the technical and financial proposal inaccordance with clause 10.2 & 10.3. However, the evaluation of proposal submittedshall be inclusive of, but not be limited to, the following factors:

    10.2 Financial Proposal

    10.2.1 The Financial Proposal of the bid shall comprise the following documents:

    a) Bid Form

    The Bidder shall complete the Bid Form in accordance with Clause 11.

    b) Price Schedule

    The Bidder shall complete the appropriate Price Schedule furnished in the BiddingDocuments in accordance with Clauses 12 & 13.

    c) Bid Security

    The bidder shall furnish Bid Security in accordance with Clause 17.

    10.3 Technical Proposal

    10.3.1 The Technical Proposal shall comprise the following documents:

    (a) Documentary evidence establishing, in accordance with Clause 14, that the bidder is eligible to bid.

    (b) Documentary evidence establishing, in accordance with Clause 15, that the bidder is qualified to perform the Contract if its Bid is accepted.

    (c) Documentary evidence establishing, in accordance with Clause 16, that theGoods to be supplied by the bidder conform to the bidding documents.

    (d) Power of attorney in accordance with Clause 19.2.

    IB-9

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    12/97

    11. Bid Form

    11.1 The bidder shall complete the Bid Form duly signed by the authorized personnel alongwith the stamp of the company and all the Schedules furnished in the bidding

    documents.

    12. Bid Prices

    12.1 The bidder shall complete Schedule B Price Schedule for all the items in accordancewith the instructions contained in this document.

    12.2 Prices quoted in the Price Schedule for the Goods and Services should be entered in thefollowing manner:

    (i) The price of the Goods will be quoted Cost Insurance Freight (CIF) Lahore(Pakistan) at the address provided in Schedule A.

    (ii) For services (training) in the use of the Goods.

    12.3 Prices quoted by the bidder shall remain fixed and valid until completion of the Contract performance and will not be subject to variation on account of escalation.

    13. Bid Currencies

    13.1 Prices shall be quoted in Pak Rupees.

    14. Documents Establishing Eligibility of the Bidder and the Goods

    14.1 The bidder shall furnish, as part of its bid, certification establishing both the bidder'seligibility to bid and that the origin of the Goods is an eligible source country, pursuantto Clause 3. The bidder offering to supply Goods under the contract shall establish to the

    purchaser's satisfaction that the bidder has been duly authorized by his Principal namelyM/s _______________________, to supply the Goods for the Contract.

    15. Documents Establishing the Bidders Qualifications to Perform the Contract

    15.1 The documentary evidence of the bidders qualifications to perform the Contract, if itsBid is accepted, shall establish to the Purchasers satisfaction prior to the award of Contract:

    (a) that, in the case of a bidder offering to supply Goods under the Contract whichthe bidder did not manufacture or otherwise produce, the bidder has been dulyauthorized by the Goods manufacturer or producer to supply to and install theGoods in the Purchasers country; The bidder shall attach / submit ValidAuthorization Letter (Not Older than One Year) from the Principal.

    (b) that, the bidder has the financial, technical and production capability necessary

    to perform the Contract, including capacity in terms of personnel for the purpose of carrying out the Services.

    IB-10

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    13/97

    (c) that, the bidder not doing business within the Purchasers country, the bidder is, or will be (if the Contract is awarded to it), represented by an agent in thatcountry equipped and able to carry out the maintenance, repair and spare

    parts-stocking obligations prescribed in the Conditions of the Contract and or

    Technical Specifications.

    16. Documents Establishing the Goods' Conformity to the Bidding Documents

    16.1 The documentary evidence of the Good's conformity to the bidding documents may bein the form of literature, drawings and data, and shall furnish:

    (a) a detailed description of the Goods essential technical and performancecharacteristics;

    (b) a list, giving full particulars, of trained personnel, for training and servicingincluding available sources spare parts and special tools, etc. necessary for the

    proper and continuing functioning of the Goods.

    17. Bid Security

    17.1 Pursuant to Clause 10.2.1(c), the bidder shall furnish, as part of its bid, a bid security inthe amount of not less than two percent of the Total Bid Price.

    17.2 The bid security shall be denominated in Pak Rupees and shall be in one of the followingforms;

    (a) Bank guarantee issued by a reputable bank operating in Pakistan in the form provided in the bidding documents;

    (b) Cashier's cheque or certified cheque.

    17.3 The bid not secured in accordance with Clauses 17.1 and 17.2 above will be rejected bythe Purchaser as non-responsive.

    17.4 An unsuccessful bidders bid security will be discharged or returned, or both, as promptly as possible upon award of Contract.

    17.5 The bidder's bid security will be returned, upon the bidder's executing the contract,

    pursuant to Clause 33, and furnishing the performance security, pursuant to Clause 34.

    17.6 The bid security may be forfeited:

    (a) If the bidder withdraws its bid during the period of bid validity specified by the bidder on the Bid Form; or

    (b) If the bidder does not accept the correction of the Total Bid Price pursuant toClause 26; or

    (c) If the bidder fails;

    (i) To sign the contract in accordance with Clause 33, or

    (ii) To furnish the performance security in accordance with Clause 34.

    IB-11

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    14/97

    18. Period of Validity of Bid

    18.1 The bid shall remain valid for ninety (90) days from the date of bid closing prescribed bythe Purchaser, pursuant to Clause 21.

    18.2 Notwithstanding Clause 18.1 above, the Purchaser through the Consultant may solicitthe bidder's consent to an extension of the period of bid validity. The request and theresponses thereto shall be made in writing or by cable or fax. If the bidder agrees to theextension request, the validity of the bid security provided under Clause 17 shall also besuitably extended. The bidder may refuse the request without forfeiting its bid security.The bidder will not be required or permitted to modify its bid.

    19. Format and Signing of Bid

    19.1 The bidder shall prepare one (1) original and one (1) copy of the documents comprisingthe Technical & Financial Bid as described in Clause 10, clearly marking eachORIGINAL and COPY as appropriate. In the event of any discrepancy betweenthe ORIGINAL and the COPY , the ORIGINAL shall govern.

    19.2 Prescribed Bid Form and Schedules shall be used and not to be retyped. The original andcopy of the bid shall be typed or written in indelible ink (in the case of copies,

    photocopies are also acceptable) and shall be signed by the bidder or a person dulyauthorized to sign on behalf of the bidder. Such authorization shall be indicated bywritten power of attorney accompanying the bid. All pages of the bid where entries andamendments have been made shall be initialed by the person signing the bid.

    19.3 The bid shall contain no interlineations, erasures or overwriting except as necessary tocorrect errors made by the bidder, in which case such corrections shall be initialed by the

    person or persons signing the bid.

    IB-12

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    15/97

    SUBMISSION OF BID

    20. Sealing and Marking of Bid

    20.1 The bidder shall seal the original and each copy of the Technical & Financial Bid

    separately in an inner and an outer envelope, duly marking the envelopes as"ORIGINAL" and "COPY".

    20.2 The inner and outer envelopes shall:

    (a) be addressed to the following address:

    Project Manager Project Management Unit, Board of Revenue168 Shadman IILahoreTel. No. 37581648

    (b) bear the following identification:

    Bid for PROJECT MANAGEMENT UNIT, BOARD OF REVENUETENDER ,

    Procurement of Hardware & IT EquipmentDO NOT OPEN BEFORE 28-May-2011.

    20.3 In addition the inner envelope shall indicate the name and address of the bidder to

    enable the bid to be returned unopened in case it is declared Late.

    20.4 Fax bid will not be entertained.

    21. Deadline for Submission of Bid

    21.1 The original and copy of bid must be received by the Purchaser at the address specifiedin Clause 20.2 by 1400 hours on 28-May-2011.

    21.2 The Purchaser through the Consultant may, at its discretion, extend the deadline for thesubmission of bids by amending the bidding documents in accordance with Clause 8, in

    which case all rights and obligations of the Purchaser and bidders previously subject tothe deadline will thereafter be subject to the deadline as extended.

    22. Late Bid

    22.1 The bid received by the Purchaser after the deadline for submission of bid prescribed bythe Purchaser, pursuant to Clause 21, will be rejected and returned unopened to the

    bidder.

    IB-13

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    16/97

    23. Modification and Withdrawal of Bid

    23.1 The bidder may modify or withdraw its bid after the bids submission, provided thatwritten notice of the modification or withdrawal is received by the Purchaser prior to the

    deadline prescribed for submission of bid.

    23.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked anddispatched in accordance with the provisions of Clause 20. A withdrawal notice mayalso be sent by telex or fax but must be followed by a signed confirmation copy, postmarked not later than the deadline for submission of bid.

    23.3 The bid may not be modified subsequent to the deadline for submission of bid.

    23.4 The bid may not be withdrawn in the interval between the deadline for submission of bidand the expiration of the period of bid validity specified by the bidder on the Bid Form.Withdrawal of a bid during this interval may result in the bidders forfeiture of its bidsecurity, pursuant to Clause 17.

    IB-14

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    17/97

    OPENING AND EVALUATION OF BID

    24. Opening of Bid

    24.1 The bid shall be opened by the Purchaser in the presence of the bidder's representativeswho choose to attend at the time and date specified in Clause 21.1, at the office of thePurchaser, given in Clause 20.2 (a). The bidder's representatives who are present shallsign a register evidencing their attendance.

    25. Clarification of Bid

    25.1 To assist in the examination, evaluation and comparison of bid, the Consultant may, atits discretion, ask the bidder for a clarification of its bid. All responses to requests for clarification shall be in writing, and no change in the price or substance of the bid shall

    be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the evaluation of bid.

    26. Determination of Responsiveness of Bid

    26.1 Prior to the detailed evaluation of the bid, pursuant to Clause 28, the Purchaser assisted by the Consultant will examine and determine the substantial responsiveness of the bidto the requirements of the bidding documents. A substantially responsive bid is onewhich:

    (a) Meets the eligibility criteria specified in Clauses 2;(b) Has been properly signed on the Bid Form;(c) Is accompanied by the required Securities and these Securities are valid and in

    good order;(d) Meets the major technical criteria specified in the schedule:(e) Meets the delivery period set out in Schedule A Special Stipulations to Bid;(f) Meets the rate and limit of liquidated damages as specified in Schedule A

    Special Stipulations to Bid;(g) Offers fixed price quotations i.e. the bid do not offer an escapable price

    quotation;(h) Is otherwise complete and generally in order;(i) Conforms to all the terms, conditions and Specifications of the bidding

    documents, without material deviation or reservation. A material deviation or reservation is one:

    (i) Which affects in any substantial way the scope, quality or performance of the Goods; or

    (ii) Which limits in any substantial way, inconsistent with the biddingdocuments, the Purchaser's rights or the bidder's obligations under theContract.

    26.2 The Purchasers determination of a bidder's responsiveness shall be based on thecontents of the bid itself without recourse to extrinsic evidence.

    IB-15

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    18/97

    26.3 The bid determined as not substantially responsive will be rejected by the Purchaser andmay not subsequently be made responsive by the bidder by correction or withdrawal of the nonconforming deviation or reservation.

    26.4 The Purchaser may waive any minor informality or non-conformity or irregularity in the

    bid.

    26.5 Correction of Arithmetical Errors: Bid determined to be substantially responsive will bechecked by the Consultant for any arithmetic errors. Errors will be rectified by theConsultant as follows:

    (a) For the total bid price entered in paragraph of the Bid Form, if there is adiscrepancy between the amounts in Figures and in words, the amount whichtallies with the total Bid Price, shown in the Price Schedule, will govern unlessthe Bid Contains a specific statement confirming the total Bid Price.

    (b) Where there is a discrepancy between the unit rate and the total price resultingfrom multiplying the unit rate by the quantity, the unit rate as quoted will governand the total price shall be corrected, unless, there is an obviously grossmisplacement of the decimal point in the unit rate, in which case the total priceas quoted will govern and the unit rate will be corrected, and

    (c) Where there is a discrepancy in the total price quoted in the Price Schedule vis--vis addition of each item, the total of the itemized prices will govern.

    The amount stated in the Bid Form will be adjusted in accordance with the above procedure for the correction of errors, and shall be considered as binding upon theBidder. If the Bidder does not accept the correction of the errors, his Bid will be rejectedand the Bid Security will be forfeited in accordance with Clause 17.6.

    Corrected Total Bid Price: The price as determined after the application of arithmeticcorrections shall be termed as Corrected Total Bid Price.

    27. Evaluation and Comparison of Bids

    The Purchaser will evaluate and compare the bids previously determined to besubstantially responsive, pursuant to Clause 26, as stated hereinafter.

    27.1. Basis of Evaluation and Comparison of Bid

    The bids will be evaluated in two steps. The first step would ensure that technicalrequirements are met by the bidders as per the technical evaluation criteria. In the secondstep financial proposals of only those firms which meet the technical requirements will

    be evaluated.The companies will also be evaluated on separate pro forma to assess their strength in

    terms of financial capacity, quality standard compliance, international standardscompliance, certifications like ISO, status of the company, after sale services, responsetime and local vending capability. Evaluation will be done both for the company and the

    product. The bid shall be evaluated on the basis of whole of the Goods referred in thePrice Schedule.

    IB-16

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    19/97

    27.2. Technical Evaluation

    It will be examined in detail whether the Goods offered by the bidder comply with theSpecifications of the bidding documents. To facilitate this, the Goods specification will

    be reviewed. Technical features/criteria of the Goods detailed in the Specifications will

    be compared with the bidder's Goods Data submitted with the bid. Other technicalinformation submitted with the bid will also be reviewed.

    It will be examined whether the bidder has the capability to provide after sale service properly.

    27.3. Commercial Evaluation

    It will be examined in detail whether the bid comply with the specified Conditions of Contract of the bidding documents. It is expected that no major deviation/stipulationshall be taken by the bidder.

    27.4. Evaluated Bid Prices

    The Purchasers evaluation of a bid will take into account in addition to the Bid Price,the following factors (Adjustments) in the manner and to the extent stated hereinafter.Adjustment will be based on corrected Bid Prices. The price so determined after making such adjustments will be termed as Evaluated Bid Price.Correction of arithmetical errors as stated in Clause 26.5: The cost of makinggood any deficiency resulting from any acceptable, quantifiable variations anddeviations from the Schedules, Conditions of Contract and Specifications, shall beadded to the corrected Bid Price for comparison purposes only. For bid offeringdelivery period of the Service earlier than the period specified in the Schedule ASpecial Stipulations to Bid, no credit will be given.Terms of Payment: The bidder shall state their bid price for the payment termsoutlined in the Conditions of Contract. The bid will be evaluated on the basis of this

    base price. The bidder may state alternate payment terms and indicate the reduction in bid price that wish to offer for such alternative payment terms. The Purchaser mayconsider the alternative payment terms offered by the bidder.

    27.5 Parameters of Technical & Financial Evaluation

    The bids will be evaluated according to the following percentages for the technical andfinancial bids respectively.Technical Bids 70%Financial Bids 30 %

    Only those bids will be considered which are 100% in-compliance with the tender specifications.

    IB-17

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    20/97

    27.5.1 Parameters of Technical & Financial Evaluation

    Evaluation Parameter ForBids

    TotalMarks Questionnaire

    Company profile The companies would be qualified on the basis of proposals

    submitted against this particular tender. They will also beevaluated for their company profile, financial strength, generalstanding, etc. in the market. They would be judged on merit as per the Evaluation Form annexed with the bidding document asAnnexure A. Proposal evaluation will be read with the details

    provided by the bidder company. The Technical evaluation will be Hardware specific and not only the generic capability of the bidder from across the board for Hardware procurement.

    Technical Proposal 700 Disqualification in any two parts will lead to over alldisqualification.

    Conformance toHardware EquipmentSpecifications(Qualification 500/500)

    500 Each hardware item must fulfill the specifications given in this bidding document. The mentioned specifications suggestminimum requirements. Bidders may propose improved/enhanceditems.

    Authorized Dealer orManufacturer.

    100 Authorization letter of the Manufacturer provided (100 marks)Manufacturer (100 marks)

    GST and companyregistration Certificate

    50 If GST Certificate is provided, 25 marks.If Company Registration Certificate is provided, 25 marks.

    Certification for QualityAssurance &Management

    50 The company should be certified for quality assurance andmanagement. e.g. ISO 9001-2000 etc. 50 marks if such certificateis provided.

    Financial Proposal 300 Formula for calculating marks:

    M = Minimum BidB = The Bid

    Then Score = (M / B) Weight

    28. Contacting the Purchaser

    28.1 Any effort by a bidder to influence the Purchaser in the Purchaser's decisions in respectof bid evaluation, or Contract award will result in the rejection of the bidder's bid.

    29. Purchaser's Right to Accept the Bid or Reject the Bid

    29.1 The Purchaser reserves the right to accept or reject any bid at his sole discretion and toannul the bidding process at any time prior to award of Contract, without therebyincurring any liability to the bidder or any obligation to inform the bidder of the groundsfor the Purchaser's action.

    IB-18

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    21/97

    AWARD OF CONTRACT

    30. Post-qualification and Award Criteria

    30.1 The Purchaser will determine to its satisfaction whether the bidder has offered Service

    at reasonable prices consistent with the current prevailing market prices and isqualified to satisfactorily perform the Contract

    30.2 The determination will take into account the bidders financial, technical and production capabilities. It will be based upon an examination of the documentaryevidence of the bidders qualifications submitted by the bidder, pursuant to Clause 15,as well as such other information as the Purchaser deems necessary and appropriate.

    30.3 An affirmative determination will be prerequisite for award of the Contract to the bidder. A negative determination will result in rejection of the bidders Bid.

    30.4 Subject to Clause 29 above, the Purchaser will award the Contract to the bidder if its bid has been determined to be substantially responsive to the bidding documents andconsistent with the current prevailing market prices as determined by the Purchaser,

    provided further that the bidder is determined to be qualified to satisfactorily performthe Contract.

    31. Purchasers Right to Vary Quantities at Time of Award

    31.1 The Purchaser reserves the right at the time of award of Contract to increase or decrease the quantity specified in the Specifications, without any change in unit pricesor other terms and conditions.

    32. Notification of Contract Award

    32.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the bidder in writing by registered letter that its bid has been accepted. This letter istermed as Letter of Acceptance.

    32.2 The notification of award will constitute the formation of a contract, until the Contracthas been affected pursuant to Clause 34 below.

    33. Signing of Contract

    33.1 After the acceptance of performance security by the Purchaser, the Purchaser willsend to the successful bidder the Contract Form provided in the bidding documents,incorporating all agreements between the parties.

    33.2 Within three (3) days of the receipt of such Contract Form, the bidder shall sign and datethe Contract and return it to the Purchaser.

    34. Performance Security

    34.1 Within seven (7) days of the receipt of the Letter of Acceptance from the Purchaser, the bidder shall furnish the performance security, in accordance with the Conditions of

    IB-19

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    22/97

    Contract, in the performance security Form provided in the bidding documents or another form acceptable to the Purchaser.

    ADDITIONAL INSTRUCTIONS

    35. Instructions to Assist the Bidder

    35.1 Bid shall be prepared and submitted in accordance with the instructions set forth herein.These instructions to Bidders are provided to assist in preparing their Bid and shall notconstitute part of the Contract Documents.

    36. Income Tax & General Sales Tax

    36.1. The bidder may make inquires on income tax to the concerned authorities of Income Tax andGeneral Sales Tax Department, Government of Pakistan.

    IB-20

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    23/97

    BID FORMTo:

    Project Manager Project Management Unit, Board of Revenue,

    168 Shadman II,Lahore

    Gentlemen:

    Having examined the bidding documents including the above Contract, we the undersigned,offer to supply, deliver test and impart training in conformity with the said bidding documentsfor the Total Bid Price.

    Pak Rupees (in figures in words )

    or such other sums as may be ascertained in accordance with the Price Schedule attached heretoand made part of this Bid.

    We undertake, if our Bid is accepted, to complete the Works in accordance with the ContractExecution Schedule provided in the Schedule A Special Stipulations to Bid.

    If our Bid is accepted, we will provide the performance security in the sum equivalent to 20 per cent of the Contract Price, for the due performance of the Contract.

    We agree to abide by this Bid for the period of ninety (90) days from the date fixed for bidopening pursuant to Clause 25 of the Instructions to Bidders, and it shall remain binding upon usand may be accepted at any time before the expiration of that period.

    Until a formal Contract is prepared and executed, this Bid, together with your written acceptancethereof in your Notification of Contract Award, shall constitute a binding Contract between us.

    We understand that you are not bound to accept the lowest-priced or any Bid that you mayreceive.

    Dated this____________day of _____________2011.

    --------------------------------WITNESS BIDDER

    Signature -------------------------- Signature ----------------------------

    Name-------------------------------- Name --------------------------------

    Title: ------------------------------- Title----------------------------------

    Address: --------------------------- Address-----------------------------

    BF-1

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    24/97

    SCHEDULE A: SPECIAL STIPULATIONS

    For ease of reference, certain information and Special Stipulations applicable to the Contractare set forth herein.

    1. Amount of PerformanceSecurity

    7.1 The selected firm willhave to deposit 10% of the value of the contractin the form of bank guarantee at the time of award of contract. Thisamount will be returnedto the firm after User Acceptance testing.

    2. Delivery of Goods & ServicesAddress at which Service to

    be executed10.1 Project Management Unit,

    Board of Revenue, 168Shadman II,Lahore

    Contract Execution Schedule 10.2 To be provided by vendor Delivery of Goods 10.2.1 Within 4 Weeks of issue of

    Purchase Order 3. Warranty Period offered by

    the Manufacturer 15.2 As specified in the

    Schedule-B of thisDocument

    4. Time within which paymentshall be made after delivery of certificate of payment toPurchaser

    16.6 As per Government Policy

    5. Liquidated damagesa) Liquidated damages for

    delayed delivery of Service part thereof.

    0.25% of the Contract Priceof the delayed or Service

    per day or part thereof. b) Limit of Liquidated

    Damages Not to exceed in theaggregate ten percent(10%) of Contract Price

    stated in the Notice of Contract Award/Letter of Acceptance by thePurchaser.

    BF-2

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    25/97

    SCHEDULE - B: PRICE SCHEDULE

    Preamble

    1. The Goods and Service will be delivered at the address provided in Schedule A. Thetotal Bid Price shall include all charges up to the delivery point and other services to be

    provided under the Contract.

    2. Where no prices are entered against any item, the price of that itemshall be deemed to have been distributed among the rates and prices of other items, andno separate payment shall be made for that item(s)/ Services.

    3. Price Schedule should be provided according to the completesolution of Computer Hardware Equipment as described in Technical Specificationsof this document. Each cost should be identified as installation (one time) or monthly/quarterly/yearly (recurring) for any other equipment rental or any support of operation services thereof.

    4. The Warranty Period will start from the date of installation/deployment of equipment at site.

    BF-3

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    26/97

    LOT-AA.1 DATABASE SERVER

    FOREIGN BRANDSIBM, HP, DELL

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted u an t i t

    Unit Price TotalPrice

    1 Form Factor 2U Rack Mount02

    2 Processor

    Intel Xeon Processor E5640,

    2.66GHz Base Frequency, 5.86

    GT/s QPI Speed, 4 Cores, 8Threads

    3CPU(Installed /Max)

    ( 1 / 2 )

    4 L3 Cache 12MB (1x12MB)

    5 Chipset Intel 5520 Chipset or Higher

    6RAM(Installed /

    Max)

    16GB (4 x 4GB) (DDR3-1333) /

    192GB

    7 Graphics Integrated Graphic Controller

    8RAIDSupport

    RAID Controller Card with full

    support for RAID 1 and 5

    (512MB with BBWC)

    9 SAS HBA

    Two (2 x1 External Port SAS

    Host Bus Adapter, PCIe x8

    Capable, 3Gb/s per Port, Full

    support to 3Gb/s SAS)

    10Hard DriveBays

    Standard (6) 3.5 drives 15K

    RPM

    11 Hard Disk Drives

    2 x 300GB 15K RPM 6Gbps

    SAS Hard Drive Hot Swappable

    or Better

    12OpticalDrives 1x DVD+R/RW

    13 Network

    Interface

    4 x Integrated Gigabit Ethernet

    BF-4

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    27/97

    14 ExternalPorts 4 x USB 2.0 Ports, 1 x VGA

    15Power Supply Redundant Power supply

    16 AccessoriesPower Cards and PDU

    Interconnect Cords, Rack Rails

    17Keyboard,Mouse andMonitor

    Not Required (NONE)

    OptionalSoftware

    ( to bequotedSeparately)

    Software

    System Diagnostic / Server

    Management Software (Media

    Kit Included)

    AntivirusKaspersky Total Space Security

    Client

    Operating

    System

    Microsoft Windows Server

    2008 R2 Enterprise Edition (64-

    bit)NOTE:1- Three Years Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    BF-5

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    28/97

    A.2 DAS (Directly Attached Storage) Note: Must be of same brand as Database Servers

    FOREIGNBRANDS

    IBM, HP, DELL

    Sr.# ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Form Factor 3U Rack Mount or higher 01

    2 Array Type

    Standard SAS array with (2)

    controllers, upto 90drive bays 15k

    or 10k RPM SAS, Near Line SAS

    or SSD support 6Gb SAS Direct

    Attach

    3 Capacity 50 TB or higher with SAS

    4Controller

    Cache2 GB per controller

    5 Host Interface6 Gb/sec SAS (4) Port per

    controller

    6RAID

    Support0, 1, 5,6

    7 Hard Drives8 x 300GB 15K RPM 6Gbps

    SAS Drives Hot Swappable

    8 Power Supply Redundant Power supply

    9 SAS Cables04 (2M with Connectors)

    2X Dual Port SAS HBANOTE:1- Three Years Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    BF-6

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    29/97

    A.3 CORE SERVER

    FOREIGN BRANDSIBM, HP, DELL

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Form Factor 2U Rack Mount02

    2 Processor

    Intel Xeon Processor E5620,

    2.40 GHz Base Frequency, 5.86

    GT/s QPI Speed, 4 Cores, 12

    Threads

    3

    CPU

    (Installed /

    Max)

    ( 1 / 2 )

    4 L3 Cache 12MB (1x12MB)

    5 Chipset Intel 5520 Chipset or Higher

    6

    RAM

    (Installed /Max)

    16GB (4 x 4GB) (DDR3-1333) /

    192GB

    7 Graphics Integrated Graphic Controller

    8RAID

    Support

    RAID Controller Card with full

    support for RAID 1 and 5

    (512MB with BBWC)

    9Hard Drive

    Bays

    Standard (6) 15K RPM Hot-

    plug drive bays to support

    10Hard Disk

    Drives

    2x 146GB 15K RPM 6Gbps

    SAS 4x300GB 15K RPM 6Gbps

    Hard Drive Hot Swappable or

    Better

    11Optical

    Drives1x DVD+R/RW

    12 Network

    Interface

    4 x Integrated Gigabit Ethernet

    BF-7

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    30/97

    13External

    Ports4 x USB 2.0 Ports, 1 x VGA

    14Power

    SupplyRedundant Power supply

    15 Accessories Power Cards and PDUInterconnect Cords, Rack Rails

    16

    Keyboard,

    Mouse &

    Monitor

    Not Required (NONE)

    OptionalSoftware

    ( to bequotedSeparately)

    Software

    System Diagnostic / Server

    Management Software (Media

    Kit Included)

    AntivirusKaspersky Total Space Security

    Client

    Operating

    System

    Microsoft Windows Server

    2008 R2 Standard Edition (64-

    bit)NOTE:1- Three Years Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province3- The bidders should clearly mention Terms and Conditions of serviceagreements for the supplied hardware equipment after the expiry of initialwarranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    A.4 DESKTOP COMPUTER

    FOREIGN BRANDSIBM, HP, DELL

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    Brand

    Quoted u an t i t

    Unit Price Total

    Price

    1 Form Factor Tower / Mini Tower 50

    2 Processor Intel Core i5 2100,

    3.1GHz

    3 Chipset Intel Q65 Chipset or Better

    4 RAM 4GB DDR3 1333MHz

    BF-8

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    31/97

    5 Hard Drive320 GB 7200RPM SATA

    or Higher

    6 GraphicsIntegrated Graphics Media

    Accelerator

    7 SoundIntegrated Audio

    Controller

    8Ports

    6 x USB 2.0 ports,(Minimum 2 x Ports infront)1 x VGA port

    9 Network

    Interface

    Integrated Gigabit

    (10/100/1000 Mbps)

    Ethernet Controller

    (RJ-45)

    Wireless 802.11 n

    (Integrated or Same

    Brand)

    10 Keyboard Standard same brand

    11 MouseOptical same brand

    (Mouse Pad Included)

    12 Monitor

    17 Inch LCD non wide or

    Higher (Same Brand)

    13Optical

    DriveSuper Drive

    OptionalSoftware

    ( to bequoted

    Separately)

    Office

    Productivity

    Software

    Microsoft Office 2010

    Professional Edition 64-bit

    (Licensed)Operating

    System

    Windows 7 Professional

    64-bit (Licensed)

    Anti Virus

    Kaspersky Total Space

    Security Client for

    Windows 7NOTE:1- Three Years Parts and Labor warranty for all components on site2- Maximum of 48 hours down time for all components includingreplacement of the whole unit anywhere in the province3- The bidders should clearly mention Terms and Conditions of serviceagreements for the supplied hardware equipment after the expiry of initialwarranty period4- In case of International Warranties, the local authorized dealers shouldmention their service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the

    BF-9

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    32/97

    quoted brand / model

    A.5 SERVER RACK (With KVM and PDU)

    FOREIGNBRANDS

    IBM, HP, DELL

    Sr.# ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    UnitPrice

    Total Price

    1 Type42 U Standard Server Rack

    Enclosure (Branded / Imported)

    01

    2 Side Panel Required

    3Ventilation /

    DoorsPerforated front and rear doors

    4

    Castors and

    adjustable

    leveling feet

    Standard leveling feet and castors

    5 Cooling FanAcoustically engineered to reduce

    noise, Ultra-Quiet Fan

    6 Rack LCD Console with Integrated 8 Port AnalogKVM Switch

    6.aComputer

    Connections

    8 Port

    6.bKVM

    InterfacePS2 / USB

    6.c LCD 17 Inch Active Matrix LCD TFT

    6.dKeyboard /

    Mouse

    QWERTY Keyboard with Touch

    Pad

    6.e KVM cables 8 Cable Sets (All in one)

    7Rack PDU(Two PDU with 8 output Connections each, to

    provide redundant power system)

    7.a

    Maximum

    Total Current

    Draw per

    Phase

    10A

    7.bOutput

    Connections8 (IEC 320 C13)

    7.c Accessories Cord retention

    bracket(s), Rack

    Mounting brackets

    All the relevant

    BF-10

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    33/97

    accessories required

    for commissing of

    equipment.NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    Signature of Bidder _______________________

    Note: Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of import duties and sales and other taxes already paid shall beshown separately.

    BF-11

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    34/97

    LOT-B

    B.1 UPS 10KVA

    FOREIGNBRANDS

    APC, Riello, MGE, Emerson

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Capacity 10KVA (10000VA)02

    2 Nominal Output

    Voltage230 Volt

    3

    Output

    Connections /

    Outlets

    04 (IEC 320 C13)

    01 (Hard Wire 3-wire (H N + G)

    4 Nominal Input

    Voltage230 Volt

    5

    Input Voltage

    Range for Main

    Operation

    160 280 Volt

    6

    Input

    Connection Hard Wire 3-wire (1P H+N+G)

    7 Battery TypeMaintenance-free Sealed Lead-

    Acid battery, leak proof

    8

    Typical Backup

    Time at FULL

    LOAD

    Minimum 14 Minutes

    9 Audible AlarmUPS running on battery, Low

    Battery, Overload

    10 Wave Form Sine Wave

    11UPS Technology

    / TypeTrue Online

    12 Transfer Time Zero Milliseconds (Online)

    13 Surge Protection Spikes and Surge

    14 Protection Unit Fuse for overload & short circuit protection.

    BF-12

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    35/97

    15 Control PanelLED / LCD status display withload and battery bar-graphs , online/ on battery and overload indicators

    16 SNMP Support Built in Ethernet Port for SNMPMonitoringNOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    B.2 UPS 500VA

    FOREIGNBRANDS

    APC, Riello, MGE, Emerson

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Capacity 500VA60

    2 Nominal Output

    Voltage230 Volt

    3

    Output

    Connections /

    Outlets

    Minimum 3 (Battery Backup)

    (Type: IEC 320 C13)

    Minimum 1 (Surge Protection)

    (Type: IEC 320 C13)

    4 Nominal Input

    Voltage230 Volt

    5

    Input Voltage

    Range for Main

    Operation

    196 280 Volt

    6Input

    Connection

    IEC-320-C14 inlet (With 1.8

    Meters Power Cord)

    7 Battery TypeMaintenance-free sealed Lead-

    Acid battery, leak proof

    8

    Typical Backup

    Time at FULL

    LOAD

    Minimum 5 Minutes

    BF-13

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    36/97

    9 Audible AlarmUPS running on battery, Low

    Battery, Overload

    10 Wave FormPseudo Sinusoidal / Step Sine

    Wave

    11UPS Technology

    / TypeLine Interactive

    12 Transfer Time2-4 Milliseconds, including

    detection time

    13 Surge Protection Spikes and Surge

    14 Status Display

    LED status display with On Line,

    On Battery, Replace Battery and

    Overload indicators

    15 Protection UnitFuse for overload & short circuit

    protection.NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    Signature of Bidder _______________________

    Note: Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other

    taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of import duties and sales and other taxes already paid shall beshown separately.

    LOT-C

    C.1 Printer Medium Duty

    FOREIGNBRANDSHP, DELL, CANON,XEROX

    BF-14

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    37/97

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Type Laser Printer 21

    2 Print Speed Up to 30 PPM

    3 Print Mode Black & White

    4 Printer Memory 16MB

    5 Processor 266MHz or Higher

    6Print Quality

    (Black)

    Up to 600 x 600 (1200 dpi

    effective output)

    7 Paper Tray 2

    8Paper Handling

    Standard / Input

    250-sheet input tray,

    50-sheet multipurpose tray

    9

    Paper handling

    Standard /

    Output

    150-sheet output bin

    10Supported

    Media SizeLetter, Legal, A4

    11Monthly duty

    cycleUp to 25000 pages

    12Standard

    Connectivity

    1. Hi-Speed USB 2.0 port

    (USB Cable Included)

    2. Ethernet 100/1000

    13

    Compatibility

    with operating

    systems (Driver

    Availability)

    Microsoft Windows 7 (32-

    bit/64-bit)

    14

    The Vendor must quote the price of

    5 new toners. For evaluation

    purpose the cumulated price of

    printers and toners will be

    considered.NOTE:

    1- One Year Parts and Labor warranty for all components on site

    BF-15

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    38/97

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    C.2 Printer Heavy Duty

    FOREIGNBRANDS

    HP, DELL, CANON,XEROX

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Type Laser Printer 01

    2 Print Speed Up to 52 PPM, letter

    3 Print Mode Black & White

    4 Printer Memory 128MB

    5 Processor 540MHz or Higher

    6Print Quality

    (Black)

    Up to 1200 x 1200

    dpi

    7 Duplex Printing Automatic two-sided Printing

    8 Paper Tray 2

    9Paper Handling

    Standard / Input

    100-sheet multipurpose tray 1,

    500-sheet tray 2

    10Paper handling

    Standard /Output

    100-sheet rear output bin,

    500-sheet top output bin

    11Supported

    Media SizeLetter, legal, A4

    12Monthly duty

    cycleUp to 225,000 pages

    13 Standard

    Connectivity

    1. Hi-Speed USB 2.0 port

    (USB Cable Included)

    BF-16

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    39/97

    2. Ethernet 100/1000

    14

    Compatibility

    with operating

    systems (Driver

    Availability)

    Microsoft Windows 7 (32-

    bit/64-bit

    15

    The Vendor must quote the price

    of 5 new toners. For evaluation

    purpose the cumulated price of

    printers and toners will be

    considered.NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    Signature of Bidder _______________________

    Note:

    Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of import duties and sales and other taxes already paid shall beshown separately.

    BF-17

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    40/97

    LOT -D

    D.1 Scanner Legal Size (Light Duty)

    FOREIGN

    BRANDS

    HP, Canon

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Scanner Type Digital Flatbed Scanner 03

    2Scan

    ResolutionUp to 4800 dpi

    3

    Color bit

    depth /

    Grayscale

    levels

    48bit / 256

    4Scan Size

    (Maximum)8.5 x 14 in (flatbed)

    5Scan File

    FormatsBMP, JPEG, GIF, TIFF, PNG,PDF

    6 Control ButtonsFront-panel buttons for basicoperation and LCD display for status indication

    7 Interface typeHigh Speed USB 2.0 (USB Cable

    Included)

    8 CompatibilityMicrosoft Windows 7 (32

    bit / 64bit)NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of

    the whole unit anywhere in the province3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    BF-18

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    41/97

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    42/97

    brand / model

    Signature of Bidder _______________________

    Note: Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of import duties and sales and other taxes already paid shall beshown separately.

    BF-20

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    43/97

    LOT-E

    E.1 Bio Metric Device / Thumb Scanner

    FOREIGNBRANDS

    Digital Persona (U are U 4500 Reader)

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Form Factor Portable, Desktop50

    2Optical

    Resolution512 dpi

    3 Input Type Monochrome

    4Maximum Gray

    Depth

    8-Bit grey scale (256 Levels of

    Gray)

    5 Interface USB 2.0

    6 Compatibility

    Compatible with Windows 7,

    Vista, XP Professional, 2000 and

    Windows Server 2000, 2003,

    2008 R2

    7 Features

    Blue LED, Works well with dry,

    moist or rough fingerprints,

    Latent print rejection,

    Counterfeit finger rejection,

    Rugged.NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    BF-21

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    44/97

    Signature of Bidder _______________________

    Note:

    Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of import duties and sales and other taxes already paid shall beshown separately.

    BF-22

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    45/97

    LOT-FF.1 Router

    FOREIGN BRANDSCisco, Juniper, HP

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted Q u an t i t y

    Unit Price TotalPrice

    1 Form Factor Rack Mount 01

    2 Modular Yes

    3 EHWIC Slots 4

    4 Service Module Slots 1

    5 Compact Flash Slots 2

    6 Onboard WAN Ports

    3 X Gigabit Ethernet Ports

    (RJ45)

    7 Memory 512MB DDR2 ECC DRAM

    8 LAN Module1X HWIC-4ESW Card /

    Module

    9Compact Flash

    (External)256MB

    10External USB2.0

    Flash Memory Slots2

    11 Remote ManagementSNMP v2 MIB, SNMP MIB

    Extensions, Bridging MIB

    12 Serial Console Port One-up to 115.2 Kbps

    13 Serial Auxiliary Port One-up to 115.2 Kbps

    14 USB Console Port 1

    15 IOS

    IOS Version 15.0 (Or Latest)

    with Data and Security (SEC)

    Licenses

    16 Security Bundle

    HSEC/K9 Bundle W/AIM-VPN/SSL-1,ADV. IP Svcs,10SSL Lic., 64F/256D or equivalent

    17 Licensing3 SSL Licenses, 1 Year IPSSignature updatesubscription.

    BF-23

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    46/97

    NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacementof the whole unit anywhere in the province3- The bidders should clearly mention Terms and Conditions of serviceagreements for the supplied hardware equipment after the expiry of initialwarranty period4- In case of International Warranties, the local authorized dealers shouldmention their service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of thequoted brand / model

    F.2 Layer 2 Manageable Switch

    FOREIGNBRANDS

    Trend Net, HP, Cisco, Linksys

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted u an t i t

    Unit Price TotalPrice

    1 Type 24 Port Gigabit Ethernet Switch02

    2 Standards

    IEEE 802.3u 100Base-TX

    IEEE 802.3ab 1000Base-T

    IEEE 802.3ad Port Trunk IEEE 802.1p QoS

    IEEE 802.1Q VLAN Tag

    IEEE 802.1X Authentication

    SNMP V1

    3Transmission

    MethodStore-and-Forward

    4 Interface24 x 10/100/1000Mbps Auto-

    MDIX RJ-45 ports

    5Switch

    Management Web Based or CLI

    6 Network Media

    Fast Ethernet:

    UTP/STP Cat.5, 5e, 6

    up to 100m

    7Data Transfer

    Rate

    100Mbps:

    100/200Mbps

    (Half/Full-Duplex)

    1000Mbps:

    2000Mbps (Full-

    Duplex)8 Switch Fabric / 48 Gbps forwarding capacity or

    BF-24

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    47/97

    Throughput higher.

    NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    F.3 Wireless Access Point

    FOREIGNBRANDS

    Linksys, Ruckus, Cisco

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1Supported Data

    Rates

    802.11n: 6.5Mbps 130Mbps

    (20MHz), 6.5Mbps 300Mbps

    (40MHz),

    802.11b: 11, 5.5, 2 and 1 Mbps

    802.11g: 54, 48, 36, 24, 18, 12, 9and 6 Mbps

    08

    2 Standards IEEE 802.11n, 802.11b, 802.11g

    3 Transmit Power 26 dbm for 2.4 GHz

    4

    Channel

    Bandwidth

    Supported

    20 MHz and 40 MHz

    5Frequency

    Band Supported

    802.11n: 2.4 2.48GHz

    802.11b: 2.4 2.48 GHz

    6 Ethernet ports:

    1 auto MDX, auto-sensing

    10/100/1000 Mbps RJ-45, POE

    Port.2 auto MDX, auto-sensing

    10/100 Mbps RJ-45

    7 BSSIDMultiple SSID Supported, 8 per

    Radio

    8 Security WEP

    WPA (TKIP)

    WPA-PSK

    WPA2 (AES)

    BF-25

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    48/97

    802.11i

    9Antenna

    Element

    Integrated Software configurable

    8 Directional antennas

    10 Antenna Gain4 Dbi Antenna/10dB interface

    rejection11 Radio Chain 2x212 Spatial Streams Two

    13 Advanced QoS

    Rate Limiting, Band

    Steering and Airtime

    Fairness14 Vlan Supported 802.1Q Standards

    15 Configuration

    Web user interface,

    CLI (Telnet), SSH

    HTTP/S, SNMP via

    Controller

    NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.

    5- Please mention the country of origin / manufacturing / assembly of the quoted brand / model

    F.4 8 Port Gigabit Network Switch

    FOREIGNBRANDS

    Linksys, Trendnet, Cisco, Juniper

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    s p e c i f i c a t i on s

    BrandQuoted

    u an t i t

    Unit Price TotalPrice

    1 Standards EEE802.3 10Base-T, IEEE802.3u

    100Base-TX, IEEE 802.3z

    1000Base-T

    EEE802.1Q Tag-VLAN, IEEE

    802.1D Spanning Tree, IEEE

    802.1w RSTP

    EEE 802.1x (MD5), IEEE 802.1p

    QoS, IEEE802.3ad Link

    AggregationIEEE 802.3x Flow Control,

    02

    BF-26

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    49/97

    IEEE802.3af Power over Ethernet

    2 Network Media 10/100/1000 Mbps

    3 Interface

    8x 10/100/1000Mbps Auto-

    MDIX PoE ports RS-232 serial

    port for local management

    4Data Transfer

    Rate

    Ethernet: 10/20Mbps (half/full

    duplex)

    Fast Ethernet: 100/200Mbps

    (half/full duplex)

    Gigabit: 2000Mbps (full duplex)

    5RAM Buffer /

    Filtering144 Kbytes / 8K entry per device

    6 Switch Fabric 16G forwarding capacity

    7Diagnostic

    LEDs

    Per Unit: Power

    Per Port: Link/Activity, Speed

    PoE: PoE Fault / PoE OperatingNOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.5- Please mention the country of origin / manufacturing / assembly of the quoted

    brand / model

    BF-27

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    50/97

    F.5 Networking

    FOREIGNBRANDS

    Sr. # ITEM DESCRIPTION

    Wh e t h e r Q u o t e d

    Br an d M e e t s t h e

    BrandQuoted Q

    u an t i t y

    UnitPrice

    TotalPrice

    1

    24 Port Patch

    Panel with

    cable guide

    3M, Dintek, Systimax, Alcatel,

    Imported, (or equivalent)

    Gigabit Supported

    02

    2

    LAN Cabling

    CAT6

    IncludingDucting

    CAT 6 UTP / STP 3M, Dintek,

    Systimax, Alcatel, Imported

    cable. TransmissionFrequency:250Mhz

    APA

    3 TaggingTagging of I/O, Patch Panel ports,

    and Cables, (All Ends)

    APA

    4Face Plates &

    Back Boxes

    Dual I/O Face Plates, 3M,Din3M, Dintek, Systimax,Alcatel, Back Boxes Plastic(Local)

    20

    5RJ45

    ConnectorsSteel Jack, CAT6

    50

    6 I/O CAT 6 I/O 20

    7 Patch Cord

    3 Meter (3M, Dintek, Systimax,Alcatel or equivalent) CAT6

    1 Meter (3M, Dintek, Systimax,Alcatel or equivalent) CAT6

    30

    30

    8 DuctingDura Duct Adamjee (or equivalent)16x25, 16x38, 40x40

    APA

    9

    Power

    Distribution for

    Network

    Equipment

    Complete Power Cabling, to provide power for Network Equipment (Data SwitchesInstalled at different locations)

    APA

    10 Switch Rack Wall mounted 6U Switch Rack with power strip and cooling fans.(Complete mounting and

    Installation included)

    1

    NOTE:1- One Year Parts and Labor warranty for all components on site

    2- Maximum of 48 hours down time for all components including replacement of the whole unit anywhere in the province

    3- The bidders should clearly mention Terms and Conditions of service agreementsfor the supplied hardware equipment after the expiry of initial warranty period

    4- In case of International Warranties, the local authorized dealers should mentiontheir service and warranty setup, details of qualified engineers, etc.

    BF-28

  • 8/6/2019 Bidding Document for Hardware IT Equipment (2)

    51/97

    5- Please mention the country of origin / manufacturing / assembly of the quoted brand / model

    Signature of Bidder _______________________

    Note: Currencies should be used in accordance with Clause 13 of the Instructions to bidders. In caseof locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufactureor assembly of the item.

    In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within thePurchasers country, the cost of impor