bidding documents for purchase of computers/i.t.labs...
TRANSCRIPT
1
BIDDING DOCUMENTS FOR PURCHASE OF COMPUTERS/I.T.LABS
EQUIPMENTS AND FURNITURE.
No.________________________ Dated ______________/2017
M/S _______________________
_______________________
_______________________
G.S.T.___________________ Income Tax No. ______________
Owner Name along with CNIC No. __________________________________________
Last Date of Receipt of Tender: 05-12.2017 2:00PM
Opening Date & Time: 05-12-2017 2:30PM
Tender Price Rs. 500/-
Total Estimated Price Rs.31.560 M
Estimated Price of Lot “A” Rs. 20916000/-
Estimated Price of Lot “B” Rs. 2070000/-
Estimated Price of Lot “C” Rs. 6105000/-
Estimated Price of Lot “D” Rs. 2464000/-
Total Bid Security @2% of Estimated Price Rs. 631100/-
Bid Security Price for Estimated Price of Lot “A” Rs.418320/-
Bid Security Price for Estimated Price of Lot “B” Rs. 41400/-
Bid Security Price for Estimated Price of Lot “C” Rs. 122100/-
Bid Security Price for Estimated Price of Lot “D” Rs. 49280/-
COMPUTER ITEMS FOR I.T LAB IN HIGH SCHOOLS (Lot “A”)
(1Server + 4 Desktop, N-Computing, Printer, Networking & Wiring.)
Sr.
No
.
Specification QTY.
Per Lab
Rate per Item
(including all
Taxes)
1 Server
(HP, Dell or equivalent)
Processor: 7th Generation Processor Intel Core i7-7700 with Intel HD Graphics
630 (3.6GHz, 8MB cache, 4 cores) or higher;
Mother Board: Intel Q170 chipset or better;
Memory: Min 8GB DDR4-2133 SDRAM, 4 DIMM Memory Slots;
Hard Disk drive: 1TB (7200 RPM) SATA-3 or higher;
Super Drive Internal: CD+RW and 8X DVD RW 16X DVD R or higher
compatible with MS Windows 7/8/10;
Display & Sound Card: Integrated Intel HD Graphics 630 and High Definition
Sound Card
Network Adapter: Giga bit LAN 10/100/1000, Built-in Wi-Fi Intel 8260 802.11
ac PCI
Casing: Manufacturer Standard Tower Casing with standard power supply
I/O Ports: 2 external USB 3.0 ports (rear) and 6 external USB 2.0 ports (2 front,
4 rear); 1 RJ-45; 1VGA; 1 Display Port1.2; 1 Mic-in & 1 Headphone out;
Key board & Mouse: Standard Keyboard & Optical Mouse with USB port,
Speaker: Built-in (On board)
LED: 18.5” or higher, 1024 x 768 Resolution supportive.
1
2
Software: Preinstalled license software of Microsoft Windows Server
2012 Std. Edition with CALS as Lab Requirement. Antivirus. 2 Computers
(HP, Dell or equivalent) Processor Type: Intel Core i5-7500, 7th Generation,
6MB cache or Higher.
Processor Speed: 3.4GHz or Higher
Mother Board: Intel Q170 chipset.
Intel HD Graphics 630
RAM: 8GB DDR-4 or Higher
Casing: Manufacturer Standard Tower Casing with standard power supply
Hard Disk drive: 500GB SATA or higher.
Optical Drive: Multiform at DVD Writer.
I/O Ports: 2 external USB 3.0, 4 External USB 2.0 port, minimum 2 PCI Slots, 1
RJ-45; 1 Serial (optional); 1 VGA;1 Display Port; 1 PS/2 (optional); 2 Line-in
(Stereo/microphone), 2 Line-out (Headphone/ Speaker), wireless network card.
Key board & Mouse: Standard Keyboard & Optical Mouse with USB port.
LED: 18.5” or higher, 1024 x 768 Resolution supportive.
Software Preinstalled license software of Windows 10 Pro. 64bits
4
3 LED MONITOR (HP, Dell or equivalent)
18.5” LED Monitor Widewith 1 Year warranty (virtual display)
11
4 Terminal Devices (N-Computing Latest Model)
N-Computing MX100S or equivalent User Desktop Virtualization Kits (One
primary Device and two satellites Devices).10/100/1000 Mb/s Ethernet
supported. Support UXP Protocol. Virtualization software must be included with
hardware and without any additional cost. Must support windows and Linux
operating systems.FCC Class A, CE, KCC and RoHS compliant.
Warranty 1 Years from manufacturer’s authorized warranty center in Pakistan.
4
5 Keyboard & Mouse: Standard Keyboard & Optical Mouse Compatible with N-
Computing MX100 (User Desktop Virtualization kits) as per lab requirement.
11
6 Scanner: Canon/HP/Dell or equivalent
Type: Desktop Color Flatbed
Resolution: 2400*4800 DPI
Interface: High Speed USB
Size: Letter
Scan Button: 4 Button (PDF, Auto scan, copy, E-Mail)
Power Supply: USB Direct
1
7 Printer Print Speed Min: 22 PPM or higher 1
Memory
Capacity
128 MB or Better
Processor 600 Mhz
Printer Technique Laser Monochrome
Paper Trays Standard Trays
Interface High speed USB, Ethernet and Wireless also.
8 Wired
Networ
king
24 Port Gigabit Switch Rack mountable, with rack mount 2 U, Back
boxes, Face Plates double insert , I/O’s UTP Cat-6 Cable and Ducting
as per lab Required, Network installation,
configuration
Patch cord for N-Computing installation, as per lab requirement.
1
9 Electric
Wiring
Electrical Wiring for Server, computers, printer (1-point), UPS (2-
point), Smart Board (1-point) and AC (1-point) as per lab
requirement, DP boxes consist of circuit breakers, Dedicated 7/29
copper wire from DP Box to each point for AC connection 7/44
copper cable is required.
1 job
COPMUTER ITEMS FOR ELEMENTARY SCHOOLS Sr. Specification QTY. Rate per Item
3
No
.
Per Lab (including all
Taxes)
1 Computers (HP, Dell or equivalent) Processor Type: Intel Core i5-7500, 7th Generation,
6MB cache or Higher.
Processor Speed: 3.4GHz or Higher
Mother Board: Intel Q170 chipset.
Intel HD Graphics 630
RAM: 8GB DDR-4 or Higher
Casing: Manufacturer Standard Tower Casing with standard power supply
Hard Disk drive: 500 GB SATA or higher.
Optical Drive: Multiform at DVD Writer.
I/O Ports: 2 external USB 3.0, 4 External USB 2.0 port, minimum 2 PCI Slots, 1
RJ-45; 1 Serial (optional); 1 VGA;1 Display Port; 1 PS/2 (optional); 2 Line-in
(Stereo/microphone), 2 Line-out (Headphone/ Speaker), wireless network card.
Key board & Mouse: Standard Keyboard & Optical Mouse with USB port.
LED: 18.5” or higher, 1024 x 768 Resolution supportive.
Software Preinstalled license software of Windows 10 Pro. 64bits
2
2 LED MONITOR (HP, Dell or equivalent)
18.5” LED Monitor Wide with 1 Year warranty (virtual display)
3
3 Terminal Devices (N-Computing Latest Model)
N-Computing MX100S or equivalent User Desktop Virtualization Kits(One
primary Device and two satellites Devices).10/100/1000 Mb/s Ethernet
supported. Support UXP Protocol. Virtualization software must be included with
hardware and without any additional cost. Must support windows and Linux
operating systems.FCC Class A, CE, KCC and RoHS compliant.
Warranty 1 Years from manufacturer’s authorized warranty center in Pakistan.
1
4 Keyboard & Mouse: Standard Keyboard & Optical Mouse Compatible with N-
Computing MX100 (User Desktop Virtualization kits) as per lab requirement.
3
5 Printer Print Speed Min: 22 PPM or higher 1
Memory Capacity 128 MB or Better
Processor 600 Mhz
Printer Technique Laser Monochrome
Paper Trays Standard Trays
Interface High speed USB, Ethernet and Wireless also.
6 Wired
Networ
king
8 Port Gigabit Switch Rack mountable, with rack mount 2 U, Back
boxes, Face Plates double insert , I/O’s UTP Cat-6 Cable and Ducting
as per lab Required, Network installation,
configuration
Patch cord for N-Computing installation, as per lab requirement.
1
7 Electric
Wiring
Electrical Wiring for Server, computers, printer (1-point), UPS (1-
point), , DP boxes consist of circuit breakers, Dedicated 7/29 copper
wire from DP Box to each point.
1 job
Note:
1) The bidders must submit the Manufacturer Authorization Form (MAF) Letter
along with their bid For Server, Computer, Software & N-Computing Devices
infavor of CEO Dist. Education Authority Bhakkar.
2) The bidders must provide verification letter against all the supplied Microsoft
products from Microsoft Pakistan.
3) All the Computer items must be of same brand. At least 1 or more year
comprehensive warranty including parts, labour and reinstallation & onsite service.
4) Bidder must provide training to the technical sources for future maintenance of IT
Lab.
Qualification Criteria for Lot “A” (Minimum Qualifying Marks=60% out of 70 marks)
4
1. Past Performance Bidder should have over 5 years, experience of working in
education sector establishing IT Labs in schools in Pakistan with Similar
Nature, With Education Department.
2. Post Commissioning
Support Bidder should have demonstrated experience in providing at a minimum
1year post commissioning support for hardware, software, conversion and
training.
3 Qualification of
Bidder Bidder should have average PKR 40 Million turnover for last 2 years
Bidder should be authorized (Original Equipment Manufacturer OEM
Bidder/ Supplier/ Dealer)
4 Delivery &
Installation Complete onsite delivery & installation of all IT equipment.
Should have equipment available ex-stock.
Should be able to complete installation within specified period of award of
contract.
5 Mandatory
Documents Registered Sales and Income tax Payer
Call deposit slip original
Quoted specification of equipment as per Requirement
Sr.No. Eligibility Marks/Criteria Obtained Marks
1. Minimum 1 to 5 projects of the same nature executed
during last five (05) years score will be given as per
schedule
01 projects 8
02 projects 16
03 projects 24
04 projects 32
05 projects 40
2. Financial Statement of last Two years with Turnover of
not less than 20 million rupees.
20 marks
3. ISO Certified firm 10 marks
INTERACTIVE SMART BOARD IN HIGH SCHOOLS (Lot “B”)
Sr.No. Name
of Item
QTY. Per
Lab
Description Specification Rate per
Item
(Including
all taxes)
10 1 Digitizing
Technology
Infrared/4- Camera
Diagonal Size 70” or Higher
User input Touch or pen
Connectivity Must be able to connect Computing devices,
including Laptops, Phone, Tablets PCs Smart
Phones and Desktop computer1
OS
Compatibility
Windows (All Currently Supported Versions)
and Android (for Smart phone, tablets, Elearn,
Punjab Etc,)
Interactive
Software
Product system software and application
software for teachers and support team to build
curriculum relevant multimedia based learning
components for students and prebuilt
interactive multimedia components,
Teacher
training
Comprehensive onsite training for subject area
teachers (including Science, Math, English, IT
etc.) The supplier must provide written
undertaking on their letter head the teachers
who have been trained can affectively use the
system and build interactive multimedia
components.
Warranty At least 2 year comprehensive warranty
including parts, labour and reinstallation &
onsite service.
5
Note: The product must be high quality, internationally
recognized and deployed Globally. Supplier must provide
adequate backup solution during warranty period free of cost, in
case system is out of order for more than 5 working days.
Multimedia
projector
Foreign brand like Dell, Sony, Panasonic or equivalent
System: SVGA, Contrast Ratio 13000: 1
Lumens:3000 or higher
Lamp Life: 10,000 hrs (High resolution) or higher
With celling hanging fitting & complete installation
Qualification Criteria for Lot “B” (Interactive Smart Board) (Minimum Qualifying
Marks=60% out of 70 marks)
Sr.No. Component Requirement
1. Delivery & Installation Complete onsite delivery & installation of interactive class room
equipment
Should have equipment available ex-stock
Should be able to complete installation within specified period of
award of contract
2. OEM (Original Equipment
Manufacturer) Supplier should be authorized OEM exclusive supplier
3. Interactive Software Supplier should have in-house facility for current curriculum
digitization and interactive conversion.
4. Training Supplier should have in house capacity to train teachers on
interactive smart boards’ at large scale on TPACK.
5. Past performance Supplier should have demonstrated experience in education
transformation in Pakistan
Should have min 3 years demonstrated experience in providing total
interactive learning solution in public and private sector educational
training institutions
Supplier should have over 3 years, experience of working in
education sector along with providing / establishing IT Labs in
schools in Pakistan
Supplier should have demonstrated experience in supplies,
installation, conversion, training and support for minimum 100
interactive smart boards working in such institutions
Supplier should have demonstrated in house capacity in M&E of
total interactive solutions
Supplier should have permanent educationists with demonstrated
experience in implementing total interactive solution, Further it
should have permanent text digitization and conversion staff
6. Post Commissioning
Support Supplier should have demonstrated experience in providing at a min
2 year post commissioning support in hardware, software,
conversion and training.
7 Mandatory Documents Registered Sales and Income tax Payer
Call deposit slip original
Quoted specification of equipment as per Requirement
Sr, No. Eligibility Marks / Criteria
1. HR Capacity of the Bidder
A. Qualified IWBs Expert, Experience (1 Marks for each Year-5 Marks)
B. Qualified Teacher training Expert. Experience (1 Marks for each year)
10 marks
2. Minimum 1 to 5 projects of the same nature
During last three (3) years score will be given as per schedule
01 projects 8
02 projects 16
03 projects 24
04 projects 32
05 projects
or above
40
6
3. Financial Statement of last two years with Turnover of not less than 20 million
rupees
20 marks
UPS & AC IN HIGH SCHOOLS (Lot “C”) Sr.No. Name of
Item
QTY. Per
Lab
Specification Rate per Item
(Including all taxes)
1 UPS
2 Brand Homage or Equivalent (3000 VA
2400 Watts ) 24V DC or Equivalent
Battery Four Lead Acid Batteries
12 V – 200 AH or equivalent
With complete installation and fitting
2 AC
1 Floor Standing Split Air Conditioner 2 Ton
(24000BTU) PEL,HAIER,DAWLANCE, GREE
or Equivalent with Automatic Voltage Stabilizer,
12000 Watt (5-Relay), Branded (Best Quality)
with complete installation & fitting.
U.P.S FOR ELEMENTARY SCHOOLS Sr.No. Name of
Item
QTY. Per
Lab
Specification Rate per Item
(Including all taxes)
1 UPS
1 Brand Homage or Equivalent (3000 VA
2400 Watts ) 24V DC or Equivalent
Battery Two Lead Acid Batteries
12 V – 200 AH or equivalent
With complete installation and fitting
Qualification Criteria for Lot “C” (UPS & AC) (Minimum Qualifying Marks=60% out of 60 marks)
Sr.No. Component Requirement
1 Mandatory Documents Registered Sales and Income tax Payer
Call deposit slip original
Quoted specification of equipment as per Requirement
Sr. No. Eligibility Marks/Criteria
1. Minimum 1 to 5 projects of the same nature and
financial capacity during last five (05) years score will
be given as per schedule
01 projects 8
02 projects 16
03 projects 24
04 projects 32
05 projects or above 40
2. Financial Statement of last Two years with Turnover of
not less than 10 Million rupees
20 marks
FURNITURE ITEMS IN HIGH SCHOOLS (Lot “D”)
Sr.
No.
Name of
Item
QTY.
Per
Lab
Specification Rate per
Item
(Including
all taxes)
1 Computer
Chairs for
Students
16 Standard size Seat & Back (peacock Shell Type) made of high
grade plastic, fixed on 5 legs revolving pedestal made of steal
and plastic. Height adjustable with manual jack.
2 Computer
Tables for
students
15 Size:- 750x600x760 mm (H)
Structure made of 20x 20 mm mild steel square pipe, wall
thickness 1.2 mm. finished with silver powder coating. Top/
Key Board Trays and CPU boxes made of 15.5 mm thick top
quality shisham wood color lamination board. Edge lipping
with solid seasoned shisham wood, furnished with NC lacquer.
One CPU box, one Key Board Tray made of 15.5 mm thick
high density chipboard, pressed with melamine lamination
sheet on both sides, Key board trays having shisham wooden
7
strips for holding the Key board and use as a handle. Key
board sliding tray having imported sliding channels, beading
finished with L.C Lacquer.
3 Computer
Tables for
Teacher
1 Overall Size:- 1525x610x760 mm (H)
Structure Size: 1500 x 585 x 730mm (H)
Structure made of 25x 25 mm mild steel square pipe, wall
thickness 1.2 mm. finished with silver powder coating with 6-
Nos Rubber shoes. Top made of 24mm high density chipboard
pressed with one side Formica, other side lamination sheet.
Top edges covered with shisham wooden beading. One CPU
box, one key board tray made of 15.5 mm thich high density
chipboard, preseed with melamine lamination sheet on both
sides, Key board Tray having shisham wooden strips for
holding the key board and use as a handle. Key board sliding
tray having imported sliding channels, beading finished with
N.C Lacquer.
FURNITURE ITEMS FOR ELEMENTARY SCHOOLS Sr.No. Name of
Item
QTY.
Per
Lab
Specification Rate per
Item
(Including
all taxes)
1 Computer
Chairs for
Students
5 Standard size Seat & Back (peacock Shell Type) made of high
grade plastic, fixed on 5 legs revolving pedestal made of steal
and plastic. Height adjustable with manual jack.
2 Computer
Tables for
students
4 Size:- 750x600x760 mm (H)
Structure made of 20x 20 mm mild steel square pipe, wall
thickness 1.2 mm. finished with silver powder coating. Top/
Key Board Trays and CPU boxes made of 15.5 mm thick top
quality shisham wood color lamination board. Edge lipping
with solid seasoned shisham wood, furnished with NC lacquer.
One CPU box, one Key Board Tray made of 15.5 mm thick
high density chipboard, pressed with melamine lamination
sheet on both sides, Key board trays having shisham wooden
strips for holding the Key board and use as a handle. Key
board sliding tray having imported sliding channels, beading
finished with L.C Lacquer.
3 Computer
Tables for
Teacher
1 Overall Size:- 1525x610x760 mm (H)
Structure Size: 1500 x 585 x 730mm (H)
Structure made of 25x 25 mm mild steel square pipe, wall
thickness 1.2 mm. finished with silver powder coating with 6-
Nos Rubber shoes. Top made of 24mm high density chipboard
pressed with one side Formica, other side lamination sheet.
Top edges covered with shisham wooden beading. One CPU
box, one key board tray made of 15.5 mm thich high density
chipboard, preseed with melamine lamination sheet on both
sides, Key board Tray having shisham wooden strips for
holding the key board and use as a handle. Key board sliding
tray having imported sliding channels, beading finished with
N.C Lacquer.
Qualification Criteria for Lot “D” (Furniture) (Minimum Qualifying Marks=60% out of 60 marks)
Sr.No. Component Requirement
1 Mandatory Documents Registered Sales and Income tax Payer
Call deposit slip original
Quoted specification of equipment as per Requirement
8
Sr.No. Eligibility Marks/Criteria
1. Minimum 1 to 5 projects of the same nature and financial
capacity during last five (05) years score will be given as per
schedule
01 projects 8
02 projects 16
03 projects 24
04 projects 32
05 projects or above 40
2. Financial Statement of last Two years with Turnover of not
less than 10 Million rupees
20 marks
NOTE: -
The bids will be evaluated according to lowest quoted prices after qualification in
technical bid.
TERMS & CONDITIONS
Note: - Please read the following note and instructions carefully:
1. Any offer which not received according to terms and conditions of the bidding document liable to be
rejected. No offer shall be considered if:
i. Received after the time and date fixed for its receipt.
ii. The tender is unsigned.
iii. The offer is ambiguous.
iv. The offer is conditional.
v. The offer is from a firm, black listed, suspended or removed from the approved list.
vi. The offer is received by Telegram/ Fax.
vii. Offer received with shorter validity than required in the bidding document.
viii. The offer is for store not conforming to specification indicated in the bidding document.
ix. CDR of required amount i.e @2% of total estimated cost not attached with the Technical
Proposal.
2. The offer shall remain valid up to 90 days after the opening of the bids.
3. The purchaser reserves the right to purchase full or part of the store.
4. (a) If the acceptance of tender issued during the validity period of the offer is not accepted by the
bidder, the earnest money shall be forfeited and the store will be purchased at his risk and cost.
(b) In case, the offer is withdrawn, amended or revised during the validity period of the offer, the
Earnest money is liable to be forfeited.
(c) In case, the contractor fails to execute the contract in accordance with terms and conditions laid
down in the contract the security deposited by him shall be forfeited and the store will be purchased at
his risk and cost.
5. The buyer reserves the right to claim compensations for the loss caused by the delay in the delivery of
store.
6. Rates (including all applicable taxes should be quoted on free delivery to the consignee’s end i.e. Govt.
High/elementary schools as per list attached herewith. (C&F/FOR).
SPECIAL TERMS AND CONDITIONS
1. Single stage-Two envelope procedure.
(i) The bid shall be comprised on a single package containing two separate envelopes; each envelope
shall contain separately the financial proposal and technical proposal.
(ii) Envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL”
in bold and legible letters to avoid confusion.
(iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.
(iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the
Chief Executive Officer, District Education Authority Bhakkar without being opened.
9
(v) The procuring agency shall evaluate the technical proposal as per specification/criteria, without
reference to the price and reject any proposal which does not conform to the specified
requirements.
(vi) During the technical evaluation no amendments in the technical proposal shall be permitted.
(vii) The Financial proposal of bids shall be opened publicly at a time, date and venue announced and
communicated to the bidders in advance.
(viii) After the evaluation and approval of technical proposal the procuring agency, shall at a time
within the bid validity period, publicly open the financial proposals of the technically accepted
bids only. The financial proposal of bidders found technically non-responsive/disqualified shall
be returned un-opened to the respective bidders.
(ix) The bids found to be the financial lowest shall be accepted.
(x) Others terms and condition will be followed as per Punjab Procurement rules 2014 (PPRA’S)
2. Bidders must quote on the prescribed invitation to Bidding Documents in limited tender as well as in
advertised tender. Cash Receipts (in original or Photocopy) in token of having purchased the tender,
must accompany the offer.
3. Bidders should be addressed to Chief Executive Officer (District Education Authority) Bhakkar.
4. Bidders should quote their confirmed and final rates including all applicable taxes.
5. Store offered should be of the best trade quality confirming to stipulated specification,
Manufacturer’s Name, Brand’s Name and country of origin of the supplies offered should be
mentioned clearly against each item of supply.
6. The successful bidder may be required to furnish security deposit upto 05% in the form of deposit at
call in favour of Chief Executive Officer (District Education Authority) Bhakkar within the period
specified in Advance acceptance of tender, failing which repurchase shall be made at their risk and
expenses.
7. If the tender is accepted, supplier will have to deliver the required items at the schools concerned as
per enclosed list at his own expenses within 30 days. However authority is competent to extend
supply period if reason are given genuinely.
8. The delivery of items will be in one lot, piecemeal; split supply will not be accepted in routine and in
case of sound reasons authority can accept the part supply.
9. The bidders shall enclosed catalogues/leaflet/ literature and other technical data, if any, in respect of
store offered by them.
10. Any erasing/ cutting/ crossing etc. appearing in the offer must be properly signed by the person
signing the tender. Moreover, all pages to the tender must also be properly signed. Offer with any
over-writing shall in no circumstances be accepted.
11. The quotation should be submitted on the basis of accounting unit specified in the invitation to tender.
(a) A certificate should be given by the bidder that they will be responsible for the free replacement
of store if the same is found to be substandard and or a variance with the specifications given in
the tender enquiry. In case a similar store offered is at variance with the specifications given in
the tender enquiry, the Bidders must clearly identify variations in their offers. Store offered of
specifications superior to the one specified in the tender enquiry shall however, be acceptable.
(b) In case indigenous store is offered as a store similar to that specified in the tender enquiry the
bidders shall, within Seven days of the opening of the tender, have the said store, wherever
possible, pre-inspected by the Inspection Wing at their own cost.
12. Tender sample, where needed, should be submitted by the bidders along with their offers.
13. No quoting firms would be allowed to withdraw to his offer during validity period after conclusion of
contract/ rates/ contract whichever is earlier.
14. All the legitimate taxes will be deducted according to Govt. policy.
15.The procurement agency can reject all the bids or proposals at any time prior to the acceptance of the
bid proposal but the procurement agency shall upon request by any supplier or contractor who submitted
a bid or proposal provide, the grounds of rejection of bids or proposals, but shall not require to justify
those grounds.
10
16 Inspection authority in the presence of contactors/their authorized representative, if conclude that
rejection is justified under terms and conditions of contract, the stores shall be replaced by you within
15 days failing which the stores shall be purchased at your risk and cost.
17 The tender will abide by all the SPECIAL TERMS AND CONDITIONS mentioned/attached along
with tender specifications.
18 The contractor is required to send specimen signatures (in triplicate) or his authorized representative
who is competent to sign the bills and receive payments on his behalf. The change of the contractor’s
representative authorized to sign the bill and receive payment etc should be promptly reported by the
contractor failing which the entire responsibility for wrong payment would lay on the contractor.
19 Sound financial position of two years bank statement should be attached.
20 Commissioning of the labs as per schedule chalked out by the client would be the responsibility of
supplier.
21 Supplier can quote rates in all or any one of category.
22 Firm/person shall have to submit with the tender an affidavit on a stamp paper of Rs. 100/-
denomination to the effect that neither the firm/person is disqualified/blacklisted from any
government organization nor involved in any litigation.
CHIEF EXECUTIVEOFFICER
DISTRICT EDUCATION AUTHORITY
BHAKKAR
11
LIST OF HIGH SCHOOLS (BOYS & GIRLS) FOR ESTABLISHMENT OF I.T LABS IN DISTRICT BHAKKAR
Sr.
No. Name of School Tehsil
Name and quantity of Items to be procured
Ser
ver
Co
mp
ute
r
Ter
min
al
Dev
ices
LED
Key
bo
ard
Mo
use
Sca
nn
er
Pri
nte
r
Wired
Networking
Electric
Wiring
Interactive
Smart Board
with
Multimedia
UPS AC
Co
mp
ute
r
Ta
ble
fo
r
tea
cher
Co
mp
ute
r
Ch
air
s fo
r
stu
den
ts
Co
mp
ute
r
Ta
ble
fo
r
stu
den
ts
1
GHS Chak No.
183/TDA Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
2 GGHS Dagger Rehtas Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
3 GGHS 42-43/TDA Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
4 GGHS 56/TDA Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
5 GGHS 44/TDA Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
6 GGHS 53/TDA Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
7 GGHS Saray Mohajir Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
8 GGHS Bharmi Nawab Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
9 GGHS Bakhtawar Wala Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
10 GHS Jhamat Shumali
Darya
Khan 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
11
GGHS Tibba Hamid
Shah
Darya
Khan 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
12 GHS 30-31/ML
Kallur
Kot 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
13 GHS Soha Jhunj
Kallur
Kot 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
14 GHS Daily Namdar
Kallur
Kot 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
15 GHS Hataran Wala
Kallur
Kot 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
16 GHS Gujja Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
17 GHS Bhilmana Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
18 GHS Binda Baho Shah Bhakkar 1 4 4 11 11 11 1 1 1 1 1 2 1 1 16 15
Total 18 72 72 198 198 198 18 18 18 18 18 36 18 18 288 270
12
LIST OF ELEMENTARY SCHOOLS (BOYS & GIRLS) FOR ESTABLISHMENT OF I.T LABS IN DISTRICT BHAKKAR
Sr.
No. Name of School Tehsil
Name and quantity of Items to be procured
Co
mp
ute
r
Ter
min
al
Dev
ices
LED Key
board Mouse Printer
Wired
Networking
Electric
Wiring UPS
Co
mp
ute
r
Ta
ble
fo
r
tea
cher
Co
mp
ute
r
Ch
air
s fo
r
stu
den
ts
Co
mp
ute
r
Ta
ble
fo
r
stu
den
ts
1 GES Lundi Nasheb
Darya
Khan 2 1 3 3 3 1 1 1 1 1 5 4
2 GES Akra
Kallur
Kot 2 1 3 3 3 1 1 1 1 1 5 4
3 GES Koria Mankera 2 1 3 3 3 1 1 1 1 1 5 4
4 GGES Raitri
Kallur
Kot 2 1 3 3 3 1 1 1 1 1 5 4
5 GES Saeed Wala
Kallur
Kot 2 1 3 3 3 1 1 1 1 1 5 4
6 GGES 9/TDA
Darya
Khan 2 1 3 3 3 1 1 1 1 1 5 4
7 GMES Mahni Mankera 2 1 3 3 3 1 1 1 1 1 5 4
8 GES Noora
Kallur
Kot 2 1 3 3 3 1 1 1 1 1 5 4
9
GGES Kallur Kot
Gharbi
Kallur
Kot 2 1 3 3 3 1 1 1 1 1 5 4
10 GES Mankera Mankera 2 1 3 3 3 1 1 1 1 1 5 4
Total 20 10 30 30 30 10 10 10 10 10 50 40
CHIEF EXECUTIVE OFFICER
(DEA) BHAKKAR