fatima jinnah medical university lahore · · 2019-02-22university, lahore to forfeit the earnest...
TRANSCRIPT
1
Fatima Jinnah Medical University
Lahore
Tender Document
Tender No. IT-0005
“Supply & Installation of LAN, WLAN and other IT
equipment”
at
Fatima Jinnah Medical University
Lahore
TENDER DOCUMENT
TENDER No. IT- 0005
2
“Supply & Installation of LAN, WLAN and other IT
equipment”
at
Fatima Jinnah Medical University Lahore
TENDER PRICE Rs. 500/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No
Sold to: M/S
Date of Sale
Bank Challan No.
Date
3
1. Overview
Fatima Jinnah Medical University, Lahore intends to purchase “Supply & Installation of LAN, WLAN
and other IT equipment” as provided at Annex ‘A’. The supplier will be responsible for Supply,
delivery, installation and commissioning of all specified items, wherever required, at the
Fatima Jinnah Medical University Lahore. This document provides complete instructions for
bidders intending to participate in this Tender. 2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal before
11:00 AM on 08-03-2019. Technical Proposals will be opened on same day at 11:30 AM
in the presence of representatives of responding bidders, if any, and Financial Proposals
will be opened after completion of technical evaluation. The exact time and place for
opening of financial proposals will be informed to technically qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed andc labeled. Proposals shall be delivered at the
address given below.
Registrar
Fatima Jinnah Medical University, Lahore
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
IT Department, FJMU
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this Request for
Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must be
submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related supplies, with contact person and
telephone/fax numbers.
iv. Detailed product design information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ Distributors/Agents
in Pakistan for Supply and installation.
5.2. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes
& Levies.
5.3. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of Fatima Jinnah Medical University, Lahore. The
Tender shall not be considered without Earnest Money. Bank guarantee will not be
accepted. Bank draft for Earnest Money should be placed with the Technical proposal.
5.4. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If the
selected bidder fails to sign the contract with in stipulated time, Earnest Money will be
forfeited.
5.5. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of Fatima Jinnah Medical University, Lahore within 10 days
after signing of the contract on judicial stamp paper of the value PKR. 1200/-which shall
remain valid for 12 months beyond delivery period. This performance guarantee will
be released after the completion of warranty/guarantee period, along with the
satisfactory completion report which will be intimated to the Seller and the Registrar
Fatima Jinnah Medical University, Lahore for their onward issuance of No Objection
Certificate (NOC) for the release of performance guarantee.
5.6. Fatima Jinnah Medical University reserves the right to accept / reject any or all
proposals without assigning any reason thereof.
5.7. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.8. The decision of the FJMU procurement committee will be binding on all concerned and will
in no case be challenged in any forum.
5.9. FJMU Lahore reserves the right to modify the conditions / specifications of the Tender
Document with written intimation to all the participants who have purchased the
Tender Document.
5.10. Delivery period will be 30 days from the date of issuance of purchase order/supply
order.
6
5.11. Delivery shall be completed according to the agreed upon schedule.
5.12. In case the selected bidder fails to execute the contract strictly in accordance with the terms
and conditions laid down in the contract, the Performance Guarantee shall be forfeited.
5.13. The University will get the item inspected at Fatima Jinnah Medical University, Lahore
and reject the item, if not found according to the stated specifications.
5.14. The University reserves the right to claim compensation for the losses caused by delay in the
delivery of equipment.
5.15. It is the sole responsibility of the bidder to comply with local, national and international
laws.
5.16. In case any supplies/material are found not in conformity with the specifications provided in
the tender, either on account of inferior quality, defective workmanship, faulty design, faulty
packing or is short supplied, or wrongly supplied, the supplier will replace the same
free of charges or pay the full cost of replacement.
5.17. All the proposals submitted will become the property of the University.
5.18. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the Fatima Jinnah Medical
University, Lahore to forfeit the Earnest Money in favor of the Fatima Jinnah Medical
University, Lahore and/or putting a ban on the future inquires or taking any other suitable
action against the bidder.
5.19. Delivery of the items will be free of charge at Fatima Jinnah Medical University, Lahore
during the office hours with a copy of Delivery Challan.
5.20. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include,
but not limited to the consideration of the following with respect to the functional requirements
given ahead:
a. Technical specifications of proposed item
7
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply and Commissioning of LAN, WLAN and
other IT Equipment
Hardware Firewall
QTY. 01
Sr.
No
Brand Any renowned brand atleast 5 years
local market repute
Item name Specifications
01
General
Specifications
Support multi-core processing
architecture, UTM features
including firewall, DPI, IDS/IPS,
Antivirus,Anti-spam and Content
Filtering services.
8 x GE (RJ45) + 4 x GE (SFP)
Ports
4 Singlemode SFP Modules
Support for 10G Module
Should have 300 GB Hard Disk
(hot-swappable)
Firewall performance: 4 Gbps or
higher, IPS throughput: 2 Gbps or
higher, IPSec VPN throughput: 3
Gbps or higher, Concurrent
session4,000,000 or higher
Shall have detailed reporting
mechanism with media endpoint
discovery
Capability to support dual homing
with aggregation switches to
ensure no down time in case of
link or interface failure.
Routing IPv4: static routing, RIP,
OSPF, BGP, and IS-IS
9
IPv6: RIPng, OSPFv3,
BGP4+, IPv6 IS-IS, IPv6
RD, and A CL6
Security Features Authentication methods
(local, RADIUS,
HWTACACS, SecureID,
AD, CA, LDAP, and
Endpoint Security)
Support identification of
atleast 6000 application
protocols, application
specific action, and online
update of protocol databases
Recognition of viruses,
Trojan horses, and malware
hidden in applications
through combination of
application identification
and virus scanning
Identify file types and
sensitive information to
prevent information leaks
Over 5000 signatures for
attack identifications.
Protocol identification to
defend against abnormal
protocol behavior. Supports
user-defined IPS signatures.
Defense against DDoS
attacks, such as the SYN
flood and UDP flood attacks
Support HTTP/HTTPS/FTP-
based content awareness to
defend against web viruses
Support URL blacklist and
whitelist and keyword
filtering
VPN technologies: IPSec
VPN, SSL VPN, L2TP
VPN, MPLS VPN, and GRE
10
Web filtering /
Application
filtering
Supported
Traffic Shaping
and prioritization.
QoS
Supported
Load balancing Supported
Source/Destination
NAT Supported
Statefull VoIP:
H.323, SIP Supported
Training 2-3 persons for 5 days
For local branded Firewall RAM, Hard Disk, VGA, LAN
Card and Monitor must belong to suggested brands
3 Year Parts and Labor warranty for all components on
site
Maximum of48 hours down time for all components
including replacement of the whole unit anywhere in the
province
The bidders should clearly mention Terms and
Conditions of service agreements for the supplied
hardware equipment after the expiry of initial warranty
period.
Incase of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc.
Please mention the country of origin
/manufacturing/assembly of the quoted brand /model
Vendor /Assembler to provide verification of Serial
numbers /AA numbers of Intel products.
Only authorized partner with partner letter with company
experience letter
Sr. # ITEM DESCRIPTION QTY.
02 Router Supply Installation testing and commissioning of Routers
with following specifications:
Network Router with VPN & security bundle, minimum 2 x
integrated 10/100/1000 Ethernet ports, 1 x EHWIC or
01
11
equivalent card with 4 port. Feature-Set: Firewall, VPN,
support all industry (IEEE) standard layer 3 routing
Protocol, Multi-NAT, Multi-Homing, MPLS, IP SLA,CEF.
Warranty: Manufacturer 3 Year Warranty
03
24 port
network
switch
along
with
SFP
modules
24 x10/100/1000Base-T Ethernet ports, 2 or higher Gig SFP
with 2 single mode SFP modules and 2 or higher Combo
Ports, Switching capacity at-least 50Gbps or higher,
forwarding throughput 36Mpps or higher, 16K or higher
MAC address tables, 256 or higher active VLAN, Mac-
based and Port-based authentication, Voice VLAN or
equivalent, IGMP snooping v1/v2/v3, MLD Snooping,
Traffic shaping based on interfaces and queues, flow
mirroring, port-based ACL, VLAN-based ACL, DHCP
Snooping feature, SNMPv1/v2c/v3, Telnet, RMON, SSHv2,
web management. Support in-service patching and upgrade.
05
04
Networ
k Access
Switch
24 Port
POE
with 2x
Combo
Gigabit
SFP
Ports
along
with
SFP
Transce
iver
Enclosure Type: Rack Mountable
Mounting Kit: Included
Ports: 24 x 10/100/1000 + 2 x combo Gigabit SFP
Device Type: Switch - 26 ports
Remote Management Protocol: SNMP, RMON, HTTP,
TFTP 32 F
Interfaces: 26 x 10Base-T/100BaseTX/1000Base-T - RJ-45 |
26 x 10Base-T/100BaseTX/1000Base-T - RJ-45 - PoE | 2 x
SFP (mini-GBIC)
Flash Memory: 16 MB
Voltage Required: AC 120/230 V( 50/60 Hz )
Performance: Switching capacity: 38.69 Mpps; Forwarding
performance (64-byte packet size): 52 Gbps
Power Device: Power supply - internal
Power Over Ethernet (PoE): PoE
Status Indicators: Link activity, port transmission speed,
system, PoE
Ram: 128 MB
Authentication Method: RADIUS
Encryption Algorithm: MD5
SFP Module
Long Range 1G Single Mode SFP
01
Note: Bidder must provide Warranty & Support of hardware equipment for atleast 1
year
12
Sr. No
Item Description QTY.
05
WLAN Controller
All proposed wireless access points must have the
ability to be managed in the following ways:
o Stand-Alone (CLI and/or GUI)
o Wireless LAN Controller or On-Premise Virtual
Controller (Suitable hardware must be provided in case
of virtual appliance)
The proposed solution should have individual WLAN
Controller or Virtual Controllers at each site for
management of AP’s.
Failure of the entire control plane (WLAN Controller
or On-Premise Virtual Controller) must not impact the
WLAN AP’s ability to forward traffic, either active
sessions or new users attempting to establish sessions.
Easy firmware upgrades or configuration updates to
an individual access point or to a group of access points
Ability to group access points in a hierarchy, by
location for example, to allow an organized
management and deployment, local or remote, from the
central location.
The solution must provide ability to create, modify
and apply configuration, Firewall/Security policies and
traffic shaping (QoS) policies based on application,
user, SSID or any combination thereof.
The proposed solution must have integrated client
health monitoring and troubleshooting. Security
Requirements for WLAN Controller / NMS Solution
Support for Active Directory or equivalent user
database (LDAP)integration
Support for multiple pre-shared keys for unique
identification and classification on a single SSID.
Rogue access point and rogue client detection.
Support the functionality to provide different user
experiences (firewall/Security settings, QoS, rate
limits, SLA, dynamic airtime scheduling etc.) on a
single SSID based upon user identification during
authentication. Guest access/ BYOD
Secure guest access shall allow each guest to receive
a unique pre-shared key without the use of certificates.
Guest access solution shall support guest self-
registration from a browser
01
13
06
Wireless Access Points
Fully comply IEEE802.11a/b/g/n/ac wave 1/2 standard,
support working in both 2.4GHz and 5GHz meanwhile,
data rate min 1.0 Gbps, and support 2x2 MIMO, Min.
Antenna Gain: 3 dBi or higher on 2.4GHz and 5dBi on
5GHz, should be able to work in controller based and
standalone mode. Must support at least 200 users.
Including rogue device detection and countermeasure,
attack detection and dynamic blacklist, and STA/AP
blacklist and whitelist, 802.1x authentication, MAC
address authentication, and Portal authentication.
Should be able to support PoE power Source.
18
07 PoE Injectors PoE injectors which support above mentioned WAPs to
operate
18
Note: Bidder must provide Warranty & Support of hardware
equipment for atleast 1 year
Other Passive Material 08 UTP Cable Cat-
6 Molex/3M or equivalent Approx
1830 M / As per Actual
09 Fiber cable 12 core Multi Mode optical fiber G652D, Maximum 12
fibers per tube and solid polyethylene fillers, reinforced
plastic (FRP) central strength member, water blocked
interstices, taped, polyethylene inner sheathed,
corrugated steel tape armored, polyethylene overall
sheathed
Approx. 600 M /As per actual *
10 24 port Patch Panel
Modular Patch Panel, Unshielded, Shuttered 24 Port,
IU, Rack Mount, Color Black, With Loaded Cat 6 I/O
and Rear Cable Management Tray.
4
11 Multi-mode Patch Cord SC-LC
Connectors: SC to LC Duplex Single-Mode UPC w/
Ceramic Ferrules Cable: 9/125um OS1 Single-Mode
Fiber Color: Yellow Length: 3 meter
15
12 Cat 6 Patch Cord
Molex/3M or equivalent Cat 6 Patch Cords (for
Switches) Pure copper
40 Cables of 1 M + 20 Cables of 3M length
14
13 24 port Cable Management Panel
1U Space Panel-Manages cables on front of rack
40mmX40mm duct on front
4
14 Multi-Function Fiber Enclosure
Material: Powder Coated Mild Steel, Fibre Termination
Options: Direct, Fusion Splice, Mechanical Splice, Pre-
Terminated MTP
4
15 Pig Tails SC Pigtails 6 PC X 1 Fibre 50μm (OM3) MM - 1.5M 12
16 Wall Plates Single Shutter with CAT6 RJ45 Keystone Jack
Single Face Plates shutter with Cat 6 RJ45. 15
17 In Wall Boxes Color White 15
18 12 U Data cabinet
Double Section 600x600, 1 Fixed tray, 2 Fans, Wall
mounting, glass door and powder coated
3
19 Misc. Materials & Services
Ethernet CAT 6 Cable laying Services Including
material i.e. Duct, PVC Pipe Jeddah/Adamjee/Master ,
Multiple Size According to requirement, Best
Quality)etc. in Ft. (Chiseling, Digging, Carpenting and
mason work not included)
01
15
Annex ‘B’
(Bid Form)
Sr. No Item Qty. Unit Rate
(Including all
taxes)
Total Prices
(Including all
taxes)
01 Hardware Firewall 01
02 Router 01
03 24 Port Network Switch 01
04 24 Port Network Switch PoE
01
05 WLAN Controller 01
06 Wireless Access Point 18
07 PoE injectors 18
08 UTP Cable CAT 6 1830
M
09 Fiber Cable 12 Core 600 M
10 24 Port Patch Panel 04
11 Multi mode Patch Cord SC-LC
15
12 CAT 6 Patch Cord 40 +
20
13 24 Port Cable Management Panel
4
14 Multi-Function Fiber Enclosure
04
15 Pig Tail 12
16 Wall Plates 15
17 Wall Boxes 15
18 12 U Data Cabinet 03
19 Other Items (if Required )
01
20 Installation and Commissioning
01
Total_________________________
Total in words:_________________________________________________________________
16
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
i. Profile of company
ii. Detail of Previous/Current customers of related Supplies, Purchase Orders, with contact
person and telephone/cell numbers.
iii. Detailed product information
iv. Copy of National Tax Registration Certificate
v. Copy of Sales Tax Registration Certificate
vi. Bank letter/Certificate of Account Information/financial standing
vii. An affidavit on Rs. 100/- Stamp Paper that currently they are not black listed or de- barred
by any Government/Semi-Government Department to participate in bidding and to supply
equipment. Failure to submit such affidavit may lead to disqualification.
viii. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
ix. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
x. Signed and stamped Tender document
17
2. Detailed
Evaluation
(Minimum Passing Score Required is 70
Points)
TECHNICAL EVALUATION CRITERIA FOR
TENDER Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max
Marks
1 Past Performance/Experience of the Bidder (Reg. with
-- 10 GST/NTN)
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years’ experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years’ experience 3 --
2.2 6 – 10 years’ experience 6 --
2.3 The bidder will Provide details of 03 operational offices in Pakistan 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After Sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification matched as provided in Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Relevant certification of at least 05 10
Resources of quoted brand
5.5 Satisfactory letter from clients in favor of such equipment 5
5.6 Guarantee / Warranty (as the case may be) 5
5.7 Provision of Training to concerned user 2.5
5.8 Free Installation (if required) as per requirement 2.5
Total --
100
18
REGISTRAR
FATIMA JINNAH MEDICAL UNIVERSITY, LAHORE
Fatima Jinnah Medical University
Lahore
Tender Document
Tender No. IT-0004
“Supply & Installation of Desktop computer, Server,
Printer, UPS and other IT equipment”
at
Fatima Jinnah Medical University
Lahore
19
TENDER DOCUMENT
TENDER No. IT- 0003
“Supply & Installation of Desktop computer, Server, Printer, UPS and other IT equipment”
at
Fatima Jinnah Medical University Lahore
TENDER PRICE Rs. 500/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No
Sold to: M/S
Date of Sale
Bank Challan No.
Date
20
1. Overview
Fatima Jinnah Medical University, Lahore intends to purchase “Supply & Installation of
Desktop computer, Server, Printer, UPS and other IT equipment” as provided at Annex
‘A’. The supplier will be responsible for Supply, delivery, installation and commissioning of all
specified items, wherever required, at the Fatima Jinnah Medical University Lahore. This
document provides complete instructions for bidders intending to participate in this Tender. 2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal before
11:00 AM on 08-03-2019. Technical Proposals will be opened on same day at 11:30 AM
in the presence of representatives of responding bidders, if any, and Financial Proposals
will be opened after completion of technical evaluation. The exact time and place for
opening of financial proposals will be informed to technically qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed andc labeled. Proposals shall be delivered at the
address given below.
Registrar
Fatima Jinnah Medical University, Lahore
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
IT Department, FJMU
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this Request for
Proposal.
21
2.5. The original Tender Document duly signed and officially sealed by the bidder must be
submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related supplies, with contact person and
telephone/fax numbers.
iv. Detailed product design information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
22
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ Distributors/Agents
in Pakistan for Supply and installation.
5.2. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes
& Levies.
5.3. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of Fatima Jinnah Medical University, Lahore. The
Tender shall not be considered without Earnest Money. Bank guarantee will not be
accepted. Bank draft for Earnest Money should be placed with the Technical proposal.
5.4. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If the
selected bidder fails to sign the contract with in stipulated time, Earnest Money will be
forfeited.
5.5. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of Fatima Jinnah Medical University, Lahore within 10 days
after signing of the contract on judicial stamp paper of the value PKR. 1200/-which shall
remain valid for 12 months beyond delivery period. This performance guarantee will
be released after the completion of warranty/guarantee period, along with the
satisfactory completion report which will be intimated to the Seller and the Registrar
Fatima Jinnah Medical University, Lahore for their onward issuance of No Objection
Certificate (NOC) for the release of performance guarantee.
5.6. Fatima Jinnah Medical University reserves the right to accept / reject any or all
proposals without assigning any reason thereof.
5.7. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.8. The decision of the FJMU procurement committee will be binding on all concerned and will
in no case be challenged in any forum.
5.9. FJMU Lahore reserves the right to modify the conditions / specifications of the Tender
Document with written intimation to all the participants who have purchased the
Tender Document.
5.10. Delivery period will be 30 days from the date of issuance of purchase order/supply
order.
23
5.11. Delivery shall be completed according to the agreed upon schedule.
5.12. In case the selected bidder fails to execute the contract strictly in accordance with the terms
and conditions laid down in the contract, the Performance Guarantee shall be forfeited.
5.13. The University will get the item inspected at Fatima Jinnah Medical University, Lahore
and reject the item, if not found according to the stated specifications.
5.14. The University reserves the right to claim compensation for the losses caused by delay in the
delivery of equipment.
5.15. It is the sole responsibility of the bidder to comply with local, national and international
laws.
5.16. In case any supplies/material are found not in conformity with the specifications provided in
the tender, either on account of inferior quality, defective workmanship, faulty design, faulty
packing or is short supplied, or wrongly supplied, the supplier will replace the same
free of charges or pay the full cost of replacement.
5.17. All the proposals submitted will become the property of the University.
5.18. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the Fatima Jinnah Medical
University, Lahore to forfeit the Earnest Money in favor of the Fatima Jinnah Medical
University, Lahore and/or putting a ban on the future inquires or taking any other suitable
action against the bidder.
5.19. Delivery of the items will be free of charge at Fatima Jinnah Medical University, Lahore
during the office hours with a copy of Delivery Challan.
5.20. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include,
but not limited to the consideration of the following with respect to the functional requirements
given ahead:
a. Technical specifications of proposed item
24
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
25
Annex ‘A’
TECHNICAL SPECIFICATIONS
LOT 1
Item 1
DESKTOP COMPUTERS
QTY. 20
DESKTOP COMPUTER Core i3
Sr. # ITEM DESCRIPTION (Minimum Specifications)
1. Processor Intel® 8th Generation Core™ i3 3.6 GHz (Base Frequency) or higher
2. Mother Board Intel Chipset
3. Memory 4 GB DDR-4 or higher
4. Hard Disk Drive 500 GB SATA
5. Optical Drive DVD Writer
6. Video/Display
Card Integrated
7. Sound Card Integrated
8. Network Adapter Built-in Gigabit Ethernet card (Microsoft Windows, Linux Supportive)
Wake on LAN (WOL) support
9. LCD Display 18.5" LED Monitor, Low Radiation, 1024 x 768 Resolution supportive.
10. Integrated I/O
Interfaces Six USB Ports (USB 2.0/3.0), PCI/PCIe slot etc.
11. Wireless LAN Wireless 802.11b/g/n or ac.
12. Mouse & Key
Board USB Wired Keyboard, 2-Button USB 2.0 Optical Mouse with Scroll.
13 Warranty 3 Years Local Warranty
26
Item 2
NETWORK PRINTER
QTY. 01
NETWORK PRINTER Sr. No
Item Description 01
Printer HP LaserJet Pro M402DN or “equivalent”
Print speed black: Normal: Up to 38 ppm
First page out (ready)
Black: As fast as 5.7 sec
Print Resolution Technologies
FastRes 1200, HP ProRes 1200, 600 dpi
Duty cycle (monthly, A4)
Up to 80,000 pages 6
Recommended monthly page volume=750 to 4000 7
Print technology=Laser
Processor speed=1200 MHz
Display=2-line backlit LCD graphic display
HP ePrint capability: Yes
Mobile printing capability: Yes
Connectivity, standard
1 Hi-Speed USB 2.0
1 Host USB
1 Gigabit Ethernet 10/100/1000T network
Network ready
Standard (built-in Gigabit Ethernet) Warrantee: One Year
Complete at site Product Warranty
27
Item 3
SERVER MACHINE
QTY. 01
BANDED SERVER HP/DELL/LENOVO or “equivalent”
Sr. No Item Description
01
Server Machine
BASIC, 1U or 2U, 2.5/3.5" Chassis with up to 4 Hot Plug Hard Drives Intel® Xeon® E3-1220 v5 3.00GHz, 8M cache, 4C/4T, turbo (80W) or Higher 16GB 2133MT/s, Dual Rank DDR3 DIMMS 3x1TB 6G NL SAS 7.2KRPM (2.5/3.5-inch) Hot Plug Hard Drive RAID Controller, (RAID 0/1/1+0/5/5+0) Ethernet 1Gb 2-port Network Controller Integrated video standard Dual Power Supply (1+1 Fully redundancy) 1U or 2U Rack Form Factor with Rail Kit 3 Years Local Warranty
28
Item 3
UPS (6 KVA) along 01 hrs Long backup
QTY. 01
Sr. no Item Description
01 UPS (6 KVA) along
01 hrs Long backup True on-line double-conversion technology
Rated Power: 6KVA / 4800 W UPS
Pure Sine Wave output
Input Voltage Range: 110 VAC~300VAC
Input Frequency Range: 46Hz ~ 64Hz
Generator compatible
Programmable power management outlets
Emergency power off function (EPO)
Input Power Factor: ≥0.99 @ 100% Load
Maintenance bypass available
Web SNMP Card UPS Shutdown software included
29
Annex ‘B’
(Bid Form)
Sr. No Item Qty. Unit Rate
(Including all
taxes)
Total Prices
(Including all
taxes)
01 Desktop Computer 20
02 Printer 01
03 Server Machine 01
04 UPS 3KVA 01
Total_________________________
Total in words:_________________________________________________________________
30
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
i. Profile of company
ii. Detail of Previous/Current customers of related Supplies, Purchase Orders, with contact
person and telephone/cell numbers.
iii. Detailed product information
iv. Copy of National Tax Registration Certificate
v. Copy of Sales Tax Registration Certificate
vi. Bank letter/Certificate of Account Information/financial standing
vii. An affidavit on Rs. 100/- Stamp Paper that currently they are not black listed or de- barred
by any Government/Semi-Government Department to participate in bidding and to supply
equipment. Failure to submit such affidavit may lead to disqualification.
viii. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
ix. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
x. Signed and stamped Tender document
31
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
-- 10 GST/NTN)
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years’ experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years’ experience 3 --
2.2 6 – 10 years’ experience 6 --
2.3 The bidder will Provide details of 03 operational offices in Pakistan 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After Sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification matched as provided in Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Relevant certification of atleast 05 10
Resources of quoted brand
5.5 Satisfactory letter from clients in favour of such equipment 5
5.6 Guarantee / Warranty (as the case may be) 5
5.7 Provision of Training to concerned user 2.5
5.8 Free Installation (if required) as per requirement 2.5
Total -- 100
REGISTRAR
FATIMA JINNAH MEDICAL UNIVERSITY, LAHORE