invitation to bid to bid for the... · web viewinstructions to bidders a. introduction general: the...

53
Annex I INSTRUCTIONS TO BIDDERS A. Introduction 1. General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment, products, materials, and other associated goods and service components necessary for the Joint Civil and Voter Registry Pilot Project in Afghanistan. 2. Eligible Bidders: Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design specifications, and other documents to be used for the procurement of goods to be purchased under this Invitation to Bids. 3. Cost of Bid: The Bidder shall bear all costs associated with the preparation and submission of the Bid and UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation. B. Solicitation Documents 4. Examination of Solicitation Documents: The Bidder is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Bidder’s risk and may affect the evaluation of the Bid. 5. Clarification of Solicitation Documents: A prospective Bidder requiring any clarification of the Solicitation Documents may notify UNDP in writing. The response will be made in writing to any request for clarification of the Solicitation Documents that it receives earlier than seven working days prior to the Deadline for the Submission of Bids. Written copies of the response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Bidders that received the Solicitation Documents. 6. Amendments of Solicitation Documents: No later than seven working days prior to the Deadline for Submission of Bids, UNDP may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, amend the Solicitation Documents. All prospective Bidders that have received the Solicitation Documents will be notified in writing of any amendments. In order to afford prospective Bidders reasonable time in which to take the amendments into account in 1

Upload: others

Post on 09-Aug-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex I

INSTRUCTIONS TO BIDDERSA. Introduction

1. General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment, products, materials, and other associated goods and service components necessary for the Joint Civil and Voter Registry Pilot Project in Afghanistan.

2. Eligible Bidders: Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design specifications, and other documents to be used for the procurement of goods to be purchased under this Invitation to Bids.

3. Cost of Bid: The Bidder shall bear all costs associated with the preparation and submission of the Bid and UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.

B. Solicitation Documents

4. Examination of Solicitation Documents: The Bidder is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Bidder’s risk and may affect the evaluation of the Bid.

5. Clarification of Solicitation Documents: A prospective Bidder requiring any clarification of the Solicitation Documents may notify UNDP in writing. The response will be made in writing to any request for clarification of the Solicitation Documents that it receives earlier than seven working days prior to the Deadline for the Submission of Bids. Written copies of the response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Bidders that received the Solicitation Documents.

6. Amendments of Solicitation Documents: No later than seven working days prior to the Deadline for Submission of Bids, UNDP may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, amend the Solicitation Documents. All prospective Bidders that have received the Solicitation Documents will be notified in writing of any amendments. In order to afford prospective Bidders reasonable time in which to take the amendments into account in preparing their offers, UNDP may, at its discretion, extend the Deadline for the Submission of Bids.

C. Preparation of Bids.7. Language of the Bid: The Bid prepared by the Bidder and all correspondence and documents relating to the Bid exchanged by

the Bidder and UNDP shall be written in the language indicated on the Bid Data Sheet.

8. Documents Comprising the Bid:

The Bid must comprise the following documents:

(a) a Bid Submission form;(b) a Price Schedule completed in accordance with the Annexure V, VI, VII and VIII and clause 11 of Instructions to Bidders;(c) documentary evidence established in accordance with clause 9 of Instructions to Bidders that the Bidder is eligible to and is

qualified to perform the contract if its Bid is accepted,(d) documentary evidence established in accordance with clause 10 of Instructions to Bidders that the goods and ancillary

services to be supplied by the Bidder are eligible goods and services and conform to the Bidding Documents;

1

Page 2: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

9. Documents Establishing Bidder’s Eligibility and Qualifications:

The Bidder shall furnish evidence of its status as qualified Supplier. The documentary evidence of the Bidder’s qualifications to perform the contract if its Bid is accepted shall be established to the Purchaser’s satisfaction:

(a) That, in the case of a Bidder offering to supply goods under the contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ manufacturer or producer to supply the goods in the country of final destination.

(b) That the Bidder has the financial, technical, and production capability necessary to perform the contract.

10. Documents Establishing Goods’ Conformity to Bidding Documents:

The Bidder shall also furnish as part of its Bid, documents establishing the conformity to the Bidding Documents of all goods and related services which the Bidder proposes to supply under the contract.

The documentary evidence of conformity to the Bidding Documents may be in the form of literature, drawings, and data, and shall consist of:(a) A detailed description of the essential technical and performance characteristics of the goods;(b) A list giving full particulars, including available sources and current prices of spare parts, special tools, etc, necessary for the

proper and continuing functioning of the goods for a period to be specified in the Bid Data Sheet, following commencement of the use of the goods.

11. Bid Currencies/Bid Prices: All prices shall be quoted in US dollars or any other convertible currency. The Bidder shall indicate on the appropriate Price Schedule the unit prices (where applicable) and total Bid Price of the goods it proposes to supply under the contract.

12. Period of Validity of Bids: Bids shall remain valid for 120 days after the date of Bid Submission prescribed by UNDP pursuant to clause 16 of Instructions to Bidders. A Bid valid for a shorter period may be rejected as non-responsive pursuant to clause 20 of Instructions to Bidders. In exceptional circumstances, UNDP may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. Bidders granting the request will not be required nor permitted to modify their Bids.

13. Bid Security:

D. Submission of Bids

14. Format and Signing of Bid: The Bidder shall prepare two copies of the Bid, clearly marking each “Original Bid” and “Copy of Bid” as appropriate. In the event of any discrepancy between them, the original shall govern. The two copies of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A Bid shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

15. Sealing and Marking of Bids:

15.1 The Bidder shall seal the original and each copy of the Bid in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be sealed in an outer envelope.

15.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in section I of these Solicitation Documents; and(b) make reference to the “subject” indicated in section I of these Solicitation Documents, and a statement: “DO NOT OPEN

BEFORE”, to be completed with the time and the date specified in section I of these Solicitation Documents for Bid Opening pursuant to clause 16 of Instructions to Bidders.

15.3 The inner and outer envelopes shall also indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “late”.

2

Page 3: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

15.4 If the outer envelope is not sealed and marked as required by clause 15.2 of Instructions to Bidders, the Purchaser will assume no responsibility for the Bid’s misplacement or premature opening.

16. Deadline for Submission of Bids/Late Bids:

16.1 Bids must be delivered to the office on or before the date and time specified in section I of these Solicitation Documents.

16.2 The Purchaser may, at its discretion, extend this deadline for the submission of the bids by amending the Bidding Documents in accordance with clause 6 of Instructions to Bidders, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

16 3 Any Bid received by the Purchaser after the Deadline for Submission of Bids will be rejected and returned unopened to the Bidder.

17. Modification and Withdrawal of Bids: The Bidder may withdraw its Bid after submission, provided that written notice of the withdrawal is received by UNDP prior to the deadline for submission. No Bid may be modified after passing of the Deadline for Submission of Bids. No Bid may be withdrawn in the interval between the Deadline for Submission of Bids and the expiration of the Period of Bid Validity.

E. Opening and Evaluation of Bids

18. Opening of Bids:

18.1 The Purchaser will open all Bids in the presence of Bidders’ Representatives who choose to attend, at the time, on the date, and at the place specified in section I of this Solicitation Document. The Bidders’ Representatives who are present shall sign a register evidencing their attendance.

18.2 The bidders’ names, Bid Modifications or withdrawals, bid Prices, discounts, and the presence or absence of requisite Bid Security and such other details as the purchaser, at its discretion, may consider appropriate, will be announced at the opening. No Bid shall be rejected at Bid Opening, except for Late Bids, which shall be returned unopened to the Bidder pursuant to clause 20 of Instructions to Bidders.

18.3 Bids (and modifications sent pursuant to clause 17 of Instructions to Bidders) that are not opened and read out at Bid Opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn Bids will be returned unopened to the Bidders.

18.4 The Purchaser will prepare minutes of the Bid Opening.

19. Clarification of Bids: To assist in the examination, evaluation and comparison of Bids, UNDP may at its discretion ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing and no change in price or substance of the Bid shall be sought, offered or permitted.

20. Preliminary Examination:

20.1 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each Bid to the Invitation to Bid (ITB). A substantially responsive Bid is one which conforms to all the terms and conditions of the ITB without material deviations.

20.2 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the bids are generally in order.

20.3 Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of errors, its Bid will be rejected. If there is a discrepancy between words and figures the amount in words will prevail.

20.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

3

Page 4: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

21. Conversion to Single Currency: To facilitate evaluation and comparison, the Purchaser will convert all Bid Prices expressed in the amounts in various currencies in which the Bid Prices are payable to US dollars at the official UN exchange rate on the last day for Submission of Bids.

22. Evaluation of Bids: Determination of compliance with the Solicitation Documents is based on the content of the Bid itself without recourse to extrinsic evidence.

EVALUATION CRITERIA General Requirements 1.1 Compliance with pricing conditions set in the ITB.1.2 Compliance with requirements relating to technical design features or the product’s ability to satisfy

functional requirements as specified in the compliance table and other sections of the ITB.1.3 Compliance with Special and General Conditions specified by these Solicitation Documents.1.4 Compliance with start-up, delivery or installation deadlines set by UNDP.1.5 Demonstrated ability to comply with critical provisions such as execution of the Purchase Order by honoring

the tax-free status of the UN.1.6 Demonstrated ability to honor important responsibilities and liabilities allocated to Supplier in this ITB (e.g.

performance guarantees, warranties, or insurance coverage, etc).1.7 Proof of after-sales service capacity and appropriateness of service network.

EVALUATION CRITERIA-SPECIFIC REQUIREMENTS S/N ID MANAGEMENT IMAGING SOFTWARE Meets (yes

or no)Comments for Non Acceptance

Description2.1 Number of Portraits, should not be less than 4 2.2 Have Automatic directory tree for images2.3 Controlled JPG compression and quality2.4 Choose Image Format2.5 Use multiple Images in ID card 2.6 Software controlled camera2.7 Interface with any device with TWAIN or Videos for

windows interface2.8 Must support FlashBus, Flash 3D, FlashPoint 128-Boards2.9 Supports Direct Scan for TWAIN Scanners2.10 Have Secure logon2.11 Ability to create “filters” restricting users from accessing

certain records2.12 Ability to encode Barcode and Magnetic Stripe2.13 Ability to encode CMI SecurCode, PDF417 and Datastrip

Superscript2.14 Ability to show “history” at a glance2.15 Ability to show history of transactions2.16 Have unlimited user-defined fields2.17 Ability to hide fields from view to specific workstations2.18 Ability to protect fields from edit2.19 Ability to import and export database files2.20 Ability to have database reports2.21 Ability to batch process print, edit and delete records2.22 Ability to create, import and edit roster lists2.23 Ability to attach to any MS Database2.24 Ability to connect to ODBC Database2.25 Have WYSIWYG “drawing” environment2.26 Ability to create “rainbow” images2.27 Ability to “size to fit” and maintain aspect ratio2.28 Have tool bar for quick access to ID card design2.29 Ability to create a single or two-sided ID Card design

4

Page 5: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

2.30 Ability to create Image “ghosting” and “see through” images2.31 Be able to zoom up to 300% for precise object alignment2.32 Ability to preview data from database record for improved

design2.33 Ability to create borders for text and image objects2.34 Ability to print to pre-printed ID Card sheets2.35 Ability to design multi-ID Card sheet layout2.36 Ability to specify starting position for printing2.37 Ability to specify number of ID Cards held in print queue to

print2.38 Ability to create limitless number of sheet layouts2.39 Be able to operate on stand alone2.40 Ability to share database across multiple workstations2.41 Ability to support multiple languages

PHOTO CAMERAS/N Description Meets (yes

or no)Comments for Non Acceptance

3.1 Camera to be used to take portraits that will be used for Facial Recognition?

3.2 Is the Camera ICAO/ISO compliant to ISO/IEC 19795 parts 4 and 5, for portraits capture?

3.3 Can the camera detect eye position, width of head and height of face?

3.4 Is the deviation from the frontal head posture between +/-5”?

3.5 Is the detection and correction of Image properties according to ICAO MRTD?

3.6 Can the camera prevent Red Eyes, shadows?3.7 Does the camera have in built flash?3.8 Can the camera take clear pictures from 18 inches to 14

feet?3.9 Does the camera support Real Time preview window?3.10 Is the Camera fully software controlled?3.11 Does the Camera Support file formats: JPG, BMO,

JPEG20003.12 CCD Video Camera

Sensor: 1/4” interline CCDSystem: PAL or NTSCResolution: 768 x 576 (PAL) or more

640 x 480 (NTSC) or more Interface USB: 1:1

PHOTO CAMERAS/N Description Meets (yes

or no)Comments for Non Acceptance

4.1 Is the Camera a PID Dual eye camera4.2 Is the Iris Template encrypted and signed4.3 Is the Template 512 bytes in size4.4 Is the camera based on CMOS or CCD sensor4.5 Can the Camera Operate with in the range between 300–

400mm4.6 Does the Camera have Tamper Detection4.7 Does the Camera have Automatic Eye Detection

5

Page 6: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

4.9 Does the camera provide a Feedback in at least one of: Voice guidance, on camera Display or video feedback

4.10 Does the technology support Oracle or MS SQL Database

FACIAL RECOGNITION CAPTURE AND ASSESSMENT SOFTWARE

S/N Description Meets (yes or no)

Comments for Non Acceptance

5.1 The same camera and software be used for the ID portraits and Facial Images capture for duplicate analysis

5.2 Does the S/W uses GUI that allows assessment of the portrait images with regards to the suitability to meet ISO 19794-5.

5.3Does the software have a GUI that allows the capture of digital portrait with a CCD camera of the specification in (2) above

5.4 Will the S/W control camera exposure, resolution, flash etc5.5 Will the soft ware process parameters like eye distance,

motion deviation, timeouts etc5.6 Will the software output image parameters like format, size,

image type (raw, full frontal, token frontal) location5.7 Does the software have an interactive mode: Allows

multiple images per person5.8 Can the Software determine portrait characteristics, analyze

the image and perform acceptance tests according to ICAO/ISO requirements and best practices for Full Frontal Images

5.9 Does the software support gathering of personal details5.10 Does the software supports linking of personal details to

facial images.5.11 Does the software find eye positions, head size and head

position5.12 Does the Software evaluate the pose deviations from frontal5.13 Does the software evaluate if eyes are visible and open5.14 Does the software evaluate image exposure5.15 Does the software evaluate uniform lighting in the face

region5.16 Can the software find glasses and evaluates glass weights to

determine if they should be removed or not

DUPLICATE ANALYSIS SOFTWARES/N Description Meets (yes

or no)Comments for Non Acceptance

6.1 Is the Facial Recognition Engine Robust against Typical gesture changes

6.2 Is the FR Engine Pose (+/- 15° deviation from frontal image)

6.3 Does the FRE tolerates Minor partial face occlusion6.4 Does the software perform efficiently and effectively

regardless of Beard and Hairstyle changes6.5 Does the software perform efficiently and effectively

regardless of wearing glasses (except dark sunglasses)6.6 Does the software robust against lighting changes that do

not cause strong shadows6.7 Is the software ISO 19794-5 compliant Token Frontal or

Full Frontal Images6.8 Does the software adjust match list similarity

6

Page 7: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

6.9 Does the software assess image quality and return a query 6.10 Can the probe image be any set of digital facial images6.11 Does the software customize match list size (by number of

most similar images or by a similarity threshold)6.12 Does the software sort match lists by similarity6.13 Does the software allow interactive match list navigation

for accessing person data6.14 Does the software allow pre-binning by using sets of bins6.15 Can the software split the gallery split into bins

6.16 Does the software allow flexible split criteria at configuration time

6.17 Does the software allow pre-binning by gallery subset enumeration

6.18 Does the software allow post-binning after match list retrieval

6.19 Can the software enable access to external face photograph databases; Can it adapt to various naming schemes

6.20 Does the software have efficient batch enrolment for bulk processing

6.21 Does the software have failure correction and image quality assessment capabilities for enrolment

6.22 Can the software import person related data6.23 Is the software configurable to batch identification6.24 Can the software provide constant progress feedback6.25 Is the software robust- are re-starts possible6.26 Is the software freely configurable for person data

management6.27 Does the software operates authorization tag and issue

timestamp each transaction6.28 Does the software have a query wizard for efficient data

inspection and administration6.29 Is the software based on friendly GUI supported

configuration6.30 Does the GUI supported by cluster monitoring6.31 Does the software configurable to SNMP traps and email

notification6.32 Does the software support configurations w/o single point

of failure (hardware redundancy)6.33 Does the software support multiple cluster controllers

(active, standby)6.34 Does the software support multiple Hot Spare nodes6.35 Does the software support automatic reaction on system

malfunction (e.g. hardware failure)6.36 Does the software support dynamic cluster reconfiguration

at runtime (e.g. adding / removing nodes and cluster controllers

6.37 Is the software OS compatible with Windows XP SP2 and windows 2000

6.38 Is the software compatible Windows 2003 Server SP16.39 Is the Database compatible with Oracle 10g6.40 Is the software compatible with SQL

7

Page 8: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

SERVER HARDWARE

S/N Description Meets (yes or no)

Comments for Non Acceptance

7.1 ProcessorIntel Xeon Processor 3.40GHz, 16M L3 Cache, 800MHz FSB

7.2 Processor Capacity 27.3 Memory type PC2-3200 DDR2

7.4 Memory Capacity 4 GB ( 4 X 1GB), Expandable to 48GB, With ECC, SDDC Technology, Online Spare , Hot Plug Mirrored, Hot Plug RAID

7.5 Hard Drives10 x 300GB (2.5") 10K RPM hot-plug SAS hard drives

7.6 Capacity 3TB7.7 Expansion Slots 10 Total

5 PCI-Express x4 slots 3 Standard PCI-Express x4 1 Standard 64-bit/133MHz PCI-X 1 PCI Express x8 expansion slot.

7.8 Storage type Hot plug 3.5” SAS7.9 Storage controller Integrated Dual Channel

Ultra320 SCSI , With Raid Support 0+1,5

7.10 Media Bay Combo CD-RW/DVD-ROM)7.11 Minimum Internal Drives 10

7.12 Form factor Rack7.13 Rack Height 4U7.14 Networking Dual NC371i multi-function Gigabit

NICs7.15 Remote management Standard Integrated

Lights-Out 2 (iLO2) technology7.16 Redundant power supply Hot-plug redundant

power7.17 Redundant fans Hot-plug redundant cooling7.18 Graphics

Integrated ATI-RN50 with 32MB DDR memory

7.19 Operating System Microsoft® Windows® Server 2003

R2, Enterprise Edition Intelligent Installation Software Server Management Automatic Server Recovery Online Server Management

7.20 Other Features Dual channel embedded RAID with

battery-backed cache Duplexing support Dual embedded NICs with failover

and load balancing support Hot-plug redundant power supplies Hot-plug hard drives and cooling fans

8

Page 9: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

High availability fibre channel and SCSI cluster support

Rapid Deploy Rails for Rack Embedded Remote Access (ERA)

provides server management capability

One front video port Two front accessible USB 2.0 ports.

Two rear accessible USB 2.0 ports (all bootable)

7.21 Tape LibraryHot-Pluggable 40GB/80GB Tape LibraryWith Backup and Recover Software.

7.22 Warranty 2 Years on Parts

9

Page 10: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

F. Award of Contract

23. Award Criteria: UNDP will Issue the Purchase Order to the lowest priced and technically qualified Bidder. The Purchaser reserves the right to accept or reject any Bid, to annul the solicitation process and reject all Bids at any time prior to award of purchase order, without thereby incurring any liability to the affected Bidder(s) or any obligation to provide information on the grounds for the purchaser’s action.

24. Purchaser’s Right to Vary Requirements at Time of Award: The Purchaser reserves the right at the time of making the award of contract to increase or decrease by up to 15 % the quantity of goods specified in the Schedule of Requirements without any change in unit price or other terms and conditions.

25. Notification of Award: Prior to the expiration of the period of Bid Validity, the Purchaser will send the successful Bidder the Purchase Order. The Purchase Order may only be accepted by the Supplier’s signing and returning an acknowledgement copy of it or by timely delivery of the goods in accordance with the terms of this purchase order, as herein specified. Acceptance of this Purchase Order shall affect a contract between the parties under which the rights and obligations of the parties shall be governed solely by the terms and conditions of this purchase order.

26. Signing of the Purchase Order: within 5 working days of receipt of the Purchase Order, the successful Bidder shall sign, date and return it to the purchaser.

10

Page 11: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex II

BID DATA SHEET

The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instruction to Bidders. Whenever there is a conflict, the provisions herein shall prevail over those in the Instructions to Bidders.

Relevant clause(s) of Instruction to Bidders

Specific data complementing, supplementing, or amending instructions to Bidders

Language of the Bid English French Spanish If others, specify…………………

Bid Price The prices quoted shall be as per following INCOTERMS 2000 and place:

FOB FCA CPT DDU Other…………………….

Place:…………………………………………………………………….

Documents Establishing Bidder’s Eligibility & Qualifications

Required. Not required.

Bid Validity Period. 120 days If different, please specify………………………

Bid Security Required. Not required.

Preliminary Examination – completeness of bid.

Partial bids permitted. Partial bids not permitted.

Purchaser’s Right to Vary Requirements at Time of Award

15 percent increase or decrease. Remain unchanged.

Condition waived

Condition applies but change limit to ……… percent.

Compliance with any other clause required?

If yes, specify: As specified in the Evaluation Criteria General and Specific Requirements

11

Page 12: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex III

GENERAL TERMS AND CONDITIONS

1. ACCEPTANCE OF THE PURCHASE ORDER

This Purchase Order may only be accepted by the Supplier's signing and returning an acknowledgement copy of it or by timely delivery of the goods in accordance with the terms of this Purchase Order, as herein specified. Acceptance of this Purchase Order shall affect a contract between the Parties under which the rights and obligations of the Parties shall be governed solely by the terms and conditions of this Purchase Order, including these General Conditions. No additional or inconsistent provisions proposed by the Supplier shall bind the UN UNDP unless agreed to in writing by a duly authorized official of the Entity.

2. PAYMENT

2.1.1 UNDP shall, on fulfilment of the Delivery Terms, unless otherwise provided in this Purchase Order, make payment within 30 days of receipt of the Supplier's invoice for the goods and copies of the shipping documents specified in this Purchase Order.

2.1.2 Payment against the invoice referred to above will reflect any discount shown under the payment terms of this Purchase Order, provided payment is made within the period required by such payment terms.

2.1.3 Unless authorized by UNDP, the Supplier shall submit one invoice in respect of this Purchase Order, and such invoice must indicate the Purchase Order's identification number.

2.1.4 The prices shown in this Purchase Order may not be increased except by express written agreement of UNDP.

3. TAX EXEMPTION

3.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter alia, that the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for utilities services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize UNDP's exemption from such taxes, duties or charges, the Supplier shall immediately consult with UNDP to determine a mutually acceptable procedure.

3.2 Accordingly, the Supplier authorizes UNDP to deduct from the Supplier's invoice any amount representing such taxes, duties or charges, unless the Supplier has consulted with UNDP before the payment thereof and UNDP has, in each instance, specifically authorized the Supplier to pay such taxes, duties or charges under protest. In that event, the Supplier shall provide UNDP with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

4. RISK OF LOSS

Risk of loss, damage to or destruction of the goods shall be governed in accordance with DDU INCOTERM 2000, unless otherwise agreed upon by the Parties on the front side of this Purchase Order.

5. EXPORT LICENCES

Notwithstanding any INCOTERM 2000 used in this Purchase Order, the Supplier shall obtain any export licences required for the goods.

6. FITNESS OF GOODS/PACKAGING

The Supplier warrants that the goods, including packaging, conform to the specifications for the goods ordered under this Purchase Order and are fit for the purposes for which such goods are ordinarily used and for purposes expressly made known to the Supplier by UNDP, and are free from defects in workmanship and materials. The Supplier also warrants that the goods are contained or packaged adequately to protect the goods.

12

Page 13: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

7. INSPECTION

1. UNDP shall have a reasonable time after delivery of the goods to inspect them and to reject and refuse acceptance of goods not conforming to this Purchase Order; payment for goods pursuant to this Purchase Order shall not be deemed an acceptance of the goods.

2. Inspection prior to shipment does not relieve the Supplier from any of its contractual obligations.

8. INTELLECTUAL PROPERTY INFRINGEMENT

The Supplier warrants that the use or supply by UNDP of the goods sold under this Purchase Order does not infringe any patent, design, trade-name or trade-mark. In addition, the Supplier shall, pursuant to this warranty, indemnify, defend and hold UNDP and the United Nations harmless from any actions or claims brought against UNDP or the United Nations pertaining to the alleged infringement of a patent, design, trade-name or trade-mark arising in connection with the goods sold under this Purchase Order.

9. RIGHTS OF UNDP

In case of failure by the Supplier to fulfil its obligations under the terms and conditions of this Purchase Order, including but not limited to failure to obtain necessary export licences, or to make delivery of all or part of the goods by the agreed delivery date or dates, UNDP may, after giving the Supplier reasonable notice to perform and without prejudice to any other rights or remedies, exercise one or more of the following rights:

a) Procure all or part of the goods from other sources, in which event UNDP may hold the Supplier responsible for any excess cost occasioned thereby.

b) Refuse to accept delivery of all or part of the goods.c) Cancel this Purchase Order without any liability for termination charges or any other liability of any kind of

UNDP.

10. LATE DELIVERY

Without limiting any other rights or obligations of the parties hereunder, if the Supplier will be unable to deliver the goods by the delivery date(s) stipulated in this Purchase Order, the Supplier shall a) Immediately consult with UNDP to determine the most expeditious means for delivering of the goods andb) Use an expedited means of delivery, at the Supplier's cost (unless the delay is due to Force Majeure), if reasonably

so requested by UNDP.

11. ASSIGNMENT AND INSOLVENCY

11.1. The Supplier shall not, except after obtaining the written consent of UNDP, assign, transfer, pledge or make other disposition of this Purchase Order, or any part thereof, or any of the Supplier's rights or obligations under this Purchase Order.

11.2. Should the Supplier become insolvent or should control of the Supplier change by virtue of insolvency, UNDP may, without prejudice to any other rights or remedies, immediately terminate this Purchase Order by giving the Supplier written notice of termination.

12. USE OF UNDP OR UNITED NATIONS NAME OR EMBLEM

The Supplier shall not use the name, emblem or official seal of UNDP or the United Nations for any purpose.

13. PROHIBITION ON ADVERTISING

The Supplier shall not advertise or otherwise make public that it is furnishing goods or services to UNDP without specific permission of UNDP in each instance.

14. CHILD LABOUR

The Supplier represents and warrants that neither it nor any of its affiliates is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral or social development.

13

Page 14: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.

15. MINES

The Supplier represents and warrants that neither it nor any of its affiliates is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980.

Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.

16. SETTLEMENT OF DISPUTES

16.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Purchase Order or the breach, termination or invalidity thereof. Where the Parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the Parties.

16.2 Arbitration

Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Purchase Order or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Section within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral tribunal shall have no authority to award punitive damages. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

17. PRIVILEGES AND IMMUNITIES

Nothing in or related to these General Terms and Conditions or this Purchase Order shall be deemed a waiver of any of the privileges and immunities of the United Nations, including its subsidiary organs.

14

Page 15: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex IVSPECIAL CONDITIONS

The following Special Conditions shall complement, supplement, or amend the General Conditions. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions.

Warranty/Guarantee Applies Does not apply If, within 12 months after the goods have been put into

service, any defects are discovered or arise in the normal course of usage, the Supplier shall remedy the defect either by replacement or by repair.

Liquidated damages

Applies Does not apply If the Supplier fails to supply the specified goods and services within the time period(s) stipulated by the purchase order, the Purchaser shall, without prejudice to its other remedies under the contract, deduct from the Purchase Order price, as liquidated damages, a sum equivalent to 0.5 percent of the delivered price of the delayed goods for each week of delay until actual delivery, up to a maximum deduction of 10 percent of the delayed goods Purchase Order price. Once the maximum is reached, the Purchaser may consider termination of the Purchase Order

Performance security

Applies Does not applyCompliance with any other

Condition (s) required?

Applies Does not apply

15

Page 16: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex V.

SCHEDULE OF REQUIREMENTS

Contract ProgramA. We the under signed understand that the client requires the:

1. All required goods and services to be supplied and delivered on sight on January 13, 20062. Develop all the 3 required software into one application/data entry module that will be used to capture: text data, facial and

iris images all in a single operation and print copies of photo bearing registration forms at the time. One copy of the registration form will be issued to the applicant/registrant as proof of registration and another copy filed for future reference. To be completed by December 28, 2006

3. Customize the software to convert the facial and iris images into templates at the time of registration and be able to reject poor quality templates and request for retakes where necessary To be completed by December 21, 2006

4. Integration, configuration and customization, of all software and IT subsystems to provide a solution capable of supporting the project requirements including the enrolment of records, processing of data, duplicate analysis, and printing of photo bearing re-gisters at a central processing facility. To be completed by January 13, 2007

5. Installation of required software and programs on all IT equipment. To be completed by January 15, 20076. Testing and commissioning of the system using testing techniques which are consistent with the requirements of International

standards Organisation on Quality Systems (ISO) and that ensures that the system as a whole functions as specified including all system utilities and subsystems to be completed by January 17, 2007

7. Data Merging and Consolidation of records from an estimated sample of 30,000, registrants. To be completed by January 20, 2007

8. Duplicate Analysis and remove of multiple registrations from an estimated database of 30,000 records. To be completed by April 26, 2007

9. Supporting and maintenance all IT equipment, systems and subsystem for as specified in the schedule of requirements10. Training of trainers on the use of the system and system components including routine troubleshooting and maintenance

We hereby offer to:1. To supply and deliver all the required goods and services to on ----------------------------------------------------2. Develop all the 3 required software into one application/data entry module that will be used to capture: text data, facial and

iris images all in a single operation and print copies of photo bearing registration forms at the time. One copy of the registration form will be issued to the applicant/registrant as proof of registration and another copy filed for future reference. To be completed by ---------------------------------------------------

3. Customize the software to convert the facial and iris images into templates at the time of registration and be able to reject poor quality templates and request for retakes where necessary To be completed ----------------

4. Integration, configuration and customization, of all software and IT subsystems to provide a solution capable of supporting the project requirements including the enrolment of records, processing of data, duplicate analysis, and printing of photo bearing re-gisters at a central processing facility. To be completed by -------------------------

5. Installation of required software and programs on all IT equipment. To be completed by January-------------6. Testing and commissioning of the system using testing techniques which are consistent with the requirements of International

standards Organisation on Quality Systems (ISO) and that ensures that the system as a whole functions as specified including all system utilities and subsystems to be completed by ------------------------------

7. Data Merging and Consolidation of records from an estimated sample of 30,000, registrants. To be completed by -----------------------------------------------------

8. Duplicate Analysis and remove of multiple registrations from an estimated database of 30,000 records. To be completed by -------------------------------------------------

9. Supporting and maintenance all IT equipment, systems and subsystem for as specified in the schedule of requirements10. Training of trainers on the use of the system and system components including routine troubleshooting and maintenance

Signed-----------------------------------------------------------------------Full Name-------------------------------------------------------------------Position ---------------------------------------------------------------------For and on behalf of ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

16

Page 17: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex VI

TECHNICAL SPECIFICATIONS FOR THE CVR PILOT PROJECTA. Introduction and Background

1. IntroductionThe Ministry of Interior (MoI) and the Independent Electoral Commission (IEC) of Afghanistan are jointly planning to establish a Joint Civil and Voter Registry (CVR). The purpose of the Joint CVR System is to provide a National Identification System that will

a) Include biographic and biometric information on all Afghanistan citizens both male and female of all ages b) Link each registered voter to a particular polling station. c) Be used by various government departments and agencies for identification and authentication of

individuals for various purposes

The MoI and IEC are working together with UNDP and other implementing partners to design an environment where the desired system can be implemented. UNDP is the purchaser.

The first phase of the project will be the pilot project based on the registration of a 30,000 persons from three purposely selected and representative districts: District 10 of Kabul City, Batikot District of Nangarhar and Yakawalang District of Bamian Province.

The purpose of the pilot project is to test the efficiency, accuracy, suitability and cost effectiveness of the registration procedures and technologies. This phase will involve the use and testing of two biometric technologies: Facial Recognition and Iris Recognition as search tools for verification and identification of multiple registrations in the database. It will also test the use of computerized data entry module.

At the conclusion of the pilot project, a detailed assessment will produce lessons learned that will provide critical input to the design, planning and implementation of the Nationwide program to be carried out in 2007 and 2008.

The pilot project will be based on a hybrid system where the supplier will be requiredi. To study the hardware, software, related equipment, products, materials, and other goods and service

components that are already owned by the client,ii. Supply any other hardware, software, related equipment, products, materials, and other goods and service

components that are not available but will be required for the effective and efficient implementation of the proposed solution. This will include the supply of Iris and Facial Recognition systems and all other associated database applications and peripheral equipment necessary to register at least the 30,000 Afghan citizens

iii. Integrate the components and subsystems to produce a unified system that will be able to capture, record, enroll and process both text and biometric data and enable the identification and removal of multiple registrations from the database

iv. Institute management and coordination arrangements for the information system.v. Conduct and provide training and transfer of knowledge to both national and international staff working on

the projectvi. Ensure quality assurance

vii. Provide technical support, problem solving and trouble shooting during the pilot project,viii. Provide other such activities as specified by the purchaser in the detailed Technical Requirements

ix. Produce an electronic photo bearing Civil Registry and voter rolls that are accurate and free of duplicates for all applicants. The voter rolls must attaché each individual voter to a particular polling center and station

x. Produce sample print outs of photo bearing Civil and voter rolls.

2. BackgroundThis CVR project is a component of UNDP Enhancing Legal and Electoral Capacity for Tomorrow (ELECT) Project to provide support to the Independent Election Commission (IEC) of Afghanistan in becoming a fiscally and institutionally sustainable administration with high integrity, capacity and resources to undertake elections in an increasingly fiscally sustainable manner by end-2008. For maximum utility of resources, a Joint Civil and Voter Registry project will produce an accurate and comprehensive national database of all its citizens. The national database will be used to produce and issue a national Identify document to all Afghan citizens that will serve as proof of identity. The national database and ID will serve multiple government departments will the government of Afghanistan eliminate various forms of identity fraud.

17

Page 18: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

The ELECT Project is a component of the Afghan Compact that was agreed upon by the government of the Islamic Republic of Afghanistan and donors in London in January 2006.

B. Functional Requirements And Specifications3. General Project Scope Outline and Required Tasks

The functional requirements of the pilot project are set to perform the following tasks:i. Register all persons in several locations in the three pre-selected districts.

ii. Registration is planned to be based on fixed registration stations. A registration site will be set up in a village or sub-village for a specified period of time. Residents of the village or sub-village will report to the fixed registration site

iii. Both biographic and biometric data will be collected from an individual in a single shop operation- same time, same registration site

iv. Registration will be based on the principle of a family. A unique number will be assigned to each family All members of a family will be required to appear and register as a family in as far as it will be possible.

v. A unique number will be assigned to each member with in a family. A separate form that will be in an electronic format will be filled for each family member detailing his or her details. The system should however be able to link family members through their family number and retrieve a family tree and history for each individual or family.

vi. Registration information (text, facial and iris images) will be saved on magnetic and external transferable media: CD, memory chips or floppy diskettes and transferred to a central processing unit in Kabul.

vii. Verification will take place at the central processing unit and will be based on Facial and Iris Recognition technologies

viii. Search and identify multiple registrations using the facial and iris recognition biometric solutionsix. Test the efficiency, effectiveness and performance of the Iris Scanning and Facial Recognition systems, both

independently and jointly in order to determine the effectiveness of using one or both in the National Projectx. Provide a platform for creation of an accurate national database that will serve multiple users and purposes

xi. Provide a platform for creation, sustainability and update of an accurate national voter Registry that links each registered voter to a particular polling station.

xii. Provide a platform for the development of a database that will allow the tracing of an individual’s particulars, and family tree or history for various governments and personal needs

xiii. Determine major and related goods and costs that will be required for the national registration exercise. xiv. Establish time and other procedural requirements and lessons learned for the national registration project

4. The Target Systema) The Civil and voter Registry pilot project will lay the groundwork for a nationwide Joint Civil and Voter

Registry program to be carried out in late 2007, 2008 and early 2009. The National Registration Project will constitute the second part of the project and will:

i. Involve the registration of about 30,000,000 Afghan citizens both male and female who will be in Afghanistan at the time of registration.

ii. Provide for remote access of basic information from the national database and facilities for the sharing of data across different government departments that deal with various kinds of registration, authentication and identification for various purposes

iii. Provide a suitable and sustainable platform for the issuance of a national identity card that will serve as proof of identity

iv. Provide a suitable and sustainable platform for the issuance of other registration documents: voter registration certificates, voter cards, birth and death certificates etc

v. Provide a platform for computerized real time on line remote access to basic information from the national database preferably on web-based format

Therefore, the database design of the pilot project and all its sub-systems and implementation strategy must provide a scalable platform along which the national registration exercise and database will be developed.

b) The principle system owner is the Ministry of Interior. c) UNDP is the purchaser and main implementing agencyd) . The system will be based on user friendly, commercially available multi-user software. e) The supplier will be required to supply hardware, software, integration services and related accessories that are

not specified but are necessary for the proposed solutionf) Required goods will include

i. Facial and iris image capture systems-including iris and facial cameras and peripheralsii. Facial and Iris Recognition Technology Software

iii. Application, security and systems software

18

Page 19: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

iv. Other peripherals accessories required to implement the solution

5. Critical Success Factorsi. Accurate registration of 30,000 Afghan citizens of both male and female of all ages including children in the

specified periodii. Prudent strategy for sustainable upgrade of the database after the pilot project to allow for alterations,

addition and removal of fields during and after the national registration projectiii. Use of unique identifiers: Face and Iris to identify and authenticate multiple registrations in one to one and

one to many searches in the databaseiv. Fast and reliable enrollment, identification and authentication of multiple registrationsv. Prudent use of the system to serve multiple users

vi. Production of registration forms and certificatesvii. Ability to save usable registration data: text, facial, and iris images and templates on external media for

analysis at a central processing facilityviii. Provision of training programs and technological transfer

6. Functional Performance Requirements Of The DatabaseThe supplier shall work with national staff and international consultants to build a database that meets the following MANDATORY requirementsa) Provide for system assignment of a unique identifier following a predetermined and agreed procedure with the

purchaser/clientb) Production f a family based Joint Civil and Voter Registration Registry that meets that will be able to retrieve

an individuals personal and family record by the use of a family numberc) The database should be based on Relational Database Management Systems (RDBMS) with appropriate

security and access levelsd) The database and the applications must be ODBC Compliant(Open Database Connectivity)e) The database must have sufficient security and access levels including but not limited to the following:

i. Have unlimited user-defined fieldsii. Ability to hide fields from view to specific workstations

iii. Ability to protect fields from edit as will be specifiediv. Ability to import and export database filesv. Ability to have database reports

vi. Ability to batch process, print, edit and delete records as specifiedvii. Ability to create, import and edit roster lists

viii. Ability to attach to any MS Databaseix. Ability to connect to ODBC database

e) Should be able to capture the fields as defined in detailed data requirements-Annex XIf) Should provide for facility to track changes in data that may be dynamic ( e.g. change of residence, change of

names, change of occupation) and produce audit trailsg) Should provide application software for comprehensive reports on use including number of registrations per day

and other daily and periodical reporting informationh) Should provide a platform for production of registration certificates and forms at the time of registrationi) Should provide for maximum quality controlj) The database should be able to be queried by any authorized body of users. The communication system must

there for be able to route data to relevant and defined points as requiredk) The database should provide for update processes for and by various users

7. Operating System and Database Application Requirementsa) The operating system must one or a combination of the following criteria

i. Windows XP SP2ii. Windows 2003 Server SP1

iii. Linux Enterprise Server b) The database application must be able to interface with following specifications

i. Microsoft SQL Server ii. Oracle 9i, and Oracle 10g

iii. Any SQL92 compliant database

8. Overview Of Technology Architecture And Supporting FunctionsThe system will be based on the following applications and architecture: a) The system must be able to operate on stand alone sub-systems

19

Page 20: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

b) The system must allow for the sharing of the data across multiple workstationsc) The system must have the ability to support multiple languages d) The system must have the ability to convert dates from the English calendar to the Hijri Shamsi and vise versa e) The system must provide for back up and disaster recoveryf) All data communications must be encrypted g) All files resident on any communication servers internal or external must be encryptedh) The data transferred on external media must be encrypted but the algorithm used for the file system ought not to

be the same as used for encrypting data transferred on external media

9. Environmental Requirements Of The System a) The equipment required must run on mains supply at 200-220V, 50/60Hz b) Provision must be made for the equipment to run in areas where there is no mains electricity supply and to cater

for power surgesc) The good must be able to operate in temperatures (0°C-40°C) d) The goods must be able to operate in a dusty environment

10. Registration EquipmentThe project will utilize one type of equipment for registration as required on the cover page of this document. At the end, each registration the system must be able to print copies of the registration form for each individual registrant one of which will be issued to the registrant as proof of registration. The bidder must suggest and indication any other goods that are not listed but that will be required for providing the solution. This should be accompanied by sufficient explanations.

D. Technical specifications for individual items:The technical Specifications for individual items are stated hereunder. Each offer shall clearly respond to each requirement stating if the requirement is fulfilled or not.

11. Facial Recognition Technologya) Photo Camera Requirements

i. The image that will be taken for facial capture, enrollment, identification and verification during the pilot project must meet the requirements of the National Identity Document. The camera therefore must comply with following specifications:

ii. Be ICAO/ISO to ISO/IEC 19795 parts 4 and 5, complaint for portraits capture. iii. Support the following file formats: JPG, BMP, JPEG2000 iv. Be of high intensity Photo-Flash, giving perfect captures. v. Have Real Time live preview window

vi. Be able to detect the eye position and to cover the width of the Head and height of the face. vii. Have LED lighting capability to prevent Red Eyes and Shadows

viii. .Be fully software controlled and should not require repositioning or adjustments to capture feasible photographs.

ix. The measurement deviation from frontal head posture should be between +/-5’’. x. The detection and correction of image properties should comply with those defined by defined by ICAO

MRTD (TrLDS 1.7 Data Group 2) xi. The photo camera must be based on CCD Video Camera technology

b) Specifications For The CCD Video Camera- Sensor: 1/4” interline CCD- System: PAL or NTSC- Resolution: 768 x 576 (PAL) or more- 640 x 480 (NTSC) or more- Interface USB: 1. 1 0r 2.0 level standards for, safety, data security, scalability, usability, camera inter-

operability and Image quality and near IR illumination.

20

Page 21: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

c) Facial Recognition Capture and Assessment Software The Application Software will have the following requirements:

i. Assessment: Use a GUI that allows assessment of the portrait images with regard to the suitability to meet ISO 19794-5.

ii. Capture: Have a GUI that allows the capture of digital portrait with a CCD camera of the specification in above (Under Registration Camera Requirements)

iii. Configuration- Software will control camera exposure, resolution, flash etc- Process parameters like eye distance, motion deviation, timeouts etc- Output Image parameters like format, size, image type (raw, full frontal, token frontal) location- Interactive mode: Must allow multiple images per person- Determines portrait characteristics, analyze the image and perform acceptance tests according to ICAO/

ISO requirements and best practices for Full Frontal Images- Support gathering of personal details- Supports linking of personal details to facial images.

d) Portrait CharacteristicsThe software should be able to perform the following functions:

i. Find eye positions, head size and head positionii. Evaluates pose deviations from frontal

iii. Evaluates if eyes are visible and openiv. Evaluates Image exposurev. Evaluates uniform lighting in the face region

vi. Find glasses and evaluates glass weight

e) Minimal Image Requirements for Facial Recognitioni. Sharp image

ii. One face is completely visible on the image- must meet the ISO 19794-5 compliancy requirements for Token Frontal (Full Frontal Image)

iii. Inter-pupil spacing larger than 32 pixelsiv. At least 64 greyscales per pixel within the face area are required for adequate contrast

f) Facial Recognition Solution and Duplicate Image Analysis Softwarei. The facial recognition solution must be among the first three in the United States National Institute

Standards Technology (NIST) in the Face Recognition Supplier Test (FRST) Evaluation.ii. The duplicate image analyzer must bear the following characteristics and perform the listed functions

accordingly- Face recognition engine robust against-The following should have no effect on performance:

Typical gesture changes Pose (+/- 15° deviation from frontal image) Minor partial face occlusion Beard and Hairstyle changes Wearing hats and other head gear Wearing glasses (except dark sunglasses) Lighting changes that do not cause strong shadows

iii. The specifications for the Iris must be compatible with the specifications for the facial recognition software

iv. The supplier must indicate the matching speed of the duplicate analysis software

g) Biometric Characteristics and Biometric Identity Searchi. Adjustable match list similarity

ii. Image quality assessmentiii. Probe image can be any set of digital facial imagesiv. Customizable match list size (by number of most similar images or by a similarity threshold)v. Match list sorted by similarity

vi. Interactive match list navigation for accessing person datavii. Binning Characteristics

21

Page 22: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

- Pre-binning by using set of bins- Gallery is split into bins- Flexible split criteria at configuration time- Pre-binning by gallery subset enumeration- Post-binning after match list retrieval

viii. Bulk processing- Access to external face photograph databases; can adapt to various naming schemes- Efficient batch enrolment- Failure correction and image quality assessment for enrolment- Import of person related data- Configurable batch identification- Constant progress feedback- Robust, re-start possible

ix. Data management- Freely configurable personal data- Operators authorization tag and timestamp is issued for each transaction- Query wizard for efficient data inspection and administration

x. Administration- GUI supported configuration- GUI supported cluster monitoring- Configurable SNMP traps and email notification

12. Iris Recognition TechnologyThe supplier will be required to supply digital Iris cameras, accessories and associated software for biometric data capture, enrolment and duplicate analysis, verification and identification and other related functions required for accurate, fast and reliable identification and verification of multiple registrations. The supplier must clearly state all performance capabilities.

a) Iris Camera Requirements

The Iris camera must i. Pass the Proof Positive certification. The supplier must ensure that the camera meets the rigorous base

level standards for, safety, data security, scalability, usability, camera inter-operability and Image quality

ii. Be a Dual Eye cameraiii. Be based on CMOS or CCD Sensoriv. Have tamper detection facilitiesv. Have automatic Eye detection vi. Have Near IR illumination facilityvii. Feedback is provided in at least one of: Voice guidance, on camera Display or video feedback.viii. The Iris template must be encrypted and signedix. The iris template must be 512 bytes in size

b) Id Management Imaging SoftwareThe software must

i. Be capable of registration and capture of Texts, Portraits, (Signature if required) and TWAIN interface. The software must have the following imagining features

ii. Have Automatic directory tree for imagesiii. Controlled JPG compression and qualityiv. Chose Image Formatv. Use multiple Images in ID card vi. Software controlled cameravii. Interface with any device with TWAIN or Videos for windows interfaceviii. Must support FlashBus, Flash 3D, FlashPoint 128-Boardsix. Supports Direct Scan for TWAIN Scanners

c) Iris Technology and Duplicate Analysis Softwarei. The offer should include the software to manage the duplicate analysis at the central processing

facility. ii. The supplier must indicate the matching speed of the duplicate analysis software.

22

Page 23: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

iii. The specifications for the Iris must be compatible with the specifications for the facial recognition software

13. Back End Storage and Management System Software for both Facial and Iris The specified Server below is expected to house the Back End Storage and Management System, and as such, will be part of the purchase.

SPECIFICATION OF SERVER HARDWARE

Feature Description

Processor Intel Xeon Processor 3.40GHz, 16M L3 Cache, 800MHz FSB

Processor Capacity 2

Memory type PC2-3200 DDR2

Memory Capacity 4 GB ( 4 X 1GB), Expandable to 48GB, With ECC, SDDC Technology, Online Spare , Hot Plug Mirrored, Hot Plug RAID

Storage

Hard Drives 10 x 300GB (2.5") 10K RPM hot-plug SAS hard drives

Capacity 3TB Expansion Slots 10 Total

5 PCI-Express x4 slots 3 Standard PCI-Express x4 1 Standard 64-bit/133MHz PCI-X 1 PCI Express x8 expansion slot.

Storage type Hot plug 3.5” SAS Storage controller Integrated Dual Channel Ultra320 SCSI , With Raid Support 0+1,5

Media Bay Combo CD-RW/DVD-ROM) Minimum Internal

Drives10

Removable media bays

4

DeploymentForm factor RackRack Height 4UNetworking Dual NC371i multi-function Gigabit NICsRemote management Standard Integrated Lights-Out 2 (iLO2) technologyRedundant power supply Hot-plug redundant powerRedundant fans Hot-plug redundant cooling

Graphics Integrated ATI-RN50 with 32MB DDR memory

Software

Operating System Microsoft® Windows® Server 2003 R2, Enterprise Edition

Intelligent Installation Software Server Management Automatic Server Recovery Online Server Management

Other Features Dual channel embedded RAID with battery-backed cache

23

Page 24: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Duplexing support Dual embedded NICs with failover and load balancing

support Hot-plug redundant power supplies Hot-plug hard drives and cooling fans High availability fiber channel and SCSI cluster support Rapid Deploy Rails for Rack Embedded Remote Access (ERA) provides server

management capability One front video port Two front accessible USB 2.0 ports. Two rear accessible

USB 2.0 ports (all bootable)

Tape Library Hot-Pluggable 40GB/80GB Tape LibraryWith Backup and Recover Software.

Warranty 2 Years on Parts

24

Page 25: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Annex VII

SPECIFIC FUNCTIONS FOR INTEGRATION AND OTHER SERVICES, PROJECT IMPLEMENTATION AND MANAGEMENT

A. Specific Function for Integration and other services

1. Integration, customization, configurationi. The supplier must undertake all work necessary to configure, customize, integrate all IT components in order to

provide a solution capable of supporting the project requirementsii. The supplier must develop all the 3 required software into one application, text data, facial and iris to enable all

the three sets of data be captured all at once. More specifically, there will be one single Application Software that will manage all data and images

to be captured. The software must be able to give the entire record one single record locator so that when the need to

re-call the image(s) for verification or identification purposes, the image can be viewed together with the text data.

2. Installation

i. The supplier must work with national and international technical staff to install and configure all IT equipment available and supplied according to manufacturers’ specifications and the appropriate standards and must cer-tify the installation accordingly.

ii. The supplier must describe their methodology for system testing, installation and error logging and correctionThe supplier is required to study and evaluate the exiting equipment and software and must bring to the attention of the client any defaults and limitations in the exiting equipment or software. This must be done in writing and as soon as possible

3. Testing and Commissioning the systemi. The supplier must use inspection and testing techniques which are consistent with the requirements of Interna-

tional standards Organisation on Quality Systems (ISO)ii. Before the system is commissioned, operational tests must be conducted on all registration sets, and on district,

provision and headquarter subsystems.iii. The supplier must test all the proposed IT components to ensure that the system as a whole functions as spe-

cified including all system utilities and subsystemsiv. Test runs on the integrated (entire) system will include the following:

The physical, functional, technical and performance characteristics of the subsystems and complete system The tests to establish a period of un interrupted continuous running for a period not less than 72 hours prior

to the issuance of the acceptance protocols Test which establish the connectivity of hardware, system software, application software and networks of

all working in unison Tests that will certify that an acceptable level of knowledge, technological transfer and capacity building

and training activities have been properly undertaken In addition to suppliers standard check outs and set up tests, the supplier with the assistance of the client

must perform the necessary compliance tests on the system and its subsystems before installation is deemed complete. Only then shall the client issue an installation certificate(s)

v. During acceptance testing, the client would operate the system in a production or near production environment to confirm that the proposed system complies with the acceptance criteria defined to ensure compliance to cli-ents needs

vi. The supplier at no extra cost to the client must rectify deficiencies detected during pre commissioning of the system

vii. Failure of the subsystems or different components of the system would be deemed as failure for all other sys-tems to pass the operational acceptance test.

viii. The supplier and the Client would commission the proposed system for live or production operation after all testing criteria are satisfied

25

Page 26: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

ix. The supplier must describe their methodology for system testing and the contents of the acceptance tests and schedules for their execution must be agreed upon between the supplier and the client before commencement of the test

i. Any additional tests as will be required by the user.

4. Training,

The supplier must train key assigned staff on the functionality, maintenance and trouble shooting the system

5. Data Cleaning, Merging and ConsolidationDuring and after all field registration, and working with both national and international staff, the supplier will ensure that all data is cleaned, merged and consolidated to allow duplicate analysis, data processing and production of accurate photo-bearing civil and voter lists

6. Duplicate Analysis and data processing To identify and remove multiple registrations in the database and to produce statistical reports

7. Support And Maintenance

a) The supplier must commit to providing on going technical support and maintaining of all the IT goods supplied and installed for the duration of the pilot project and during the evaluation and assessment period.

b) The support shall include but not be limited to Tuning and reconfiguration of the system An on line help support service

c) The supplier must describe their methodology for system error logging and correctiond) The supplier must indicate what procedures they would be prepared to put in place to safe guard against the unlikely

event of the supplier ceasing to trade. e) The suppliers should include contingency plans in the event of failure or delay in the delivery of goods and services

in order not to disrupt the project.f) The supplier must provide the client with all version, numbers, licensing information, third party agreements and

update paths etc of all software, hardware and associated utilities supplied and installed

B. IMPLEMENTATION STRATEGY AND PROJECT MANAGEMENT

1. Project ImplementationIn addition to supplying the required equipment and software, the supplier will be required to perform the functions under “Specific Functions for Integration” The supplier must indicate his implementation strategy in order to achieve the specified functions. The implementation strategy should include an implementation plan for all activities and a capacity building and training strategy plan

The implementation plan must include a clear Implementation Schedule for the pilot project and shall show the suppliers feasible and comprehensive scheme and ability to implement the national wide project.

The supplier shall not be responsible for field registration of applicants and transfer of data from the field to the central processing unit in Kabul but shall be responsible for configuring, setting up, installation of software, testing and commissioning of the system before it is dispatched to the field. The supplier shall also be responsible for trouble shooting the system during the field registration, and processing of the data including duplicate analysis.

2. Performance Indicators For The Implementation:

The supplier’s shall ensure that:i. All installed applications, systems and all accessories are operational before the go live date both at the central

processing facility and for equipment dispatch to the fieldii. The LAN is properly installed and provides secure processing at the required speed

iii. The supplier’s project management methodology has enabled the client to meet the envisaged targetsiv. Any other issues as may be determined by the client

3. Project ManagementUnless specifically stated, each requirement in this section applies to project management requirement of all

Subsystems

26

Page 27: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

4. Project Management MethodThe supplier must make available to the client the following:

a) Hierarchical project Plan to accomplish the tasks that is separated according to functional area/activities. This must be in line with the client project plan of accomplishing the pilot project in a specified period.

b) An inception Report to indicate the following: Overall implementation Plan System Integration Manual Change Control Procedures Project Organisation Technology/Skills Transfer to the client Tasks, Time and Resource Schedules Plan for Scaling the pilot Project to the National Project

c) The supplier must provide a Quality Assurance Plan which identifies and specifies all project deliverables and quality criteria for each deliverable. Such a plan should be presented for review and acceptance to the client within two weeks of the effective contract date. The quality plan must describe the roles and responsibilities of each of the supplier’s management team member

d) The supplier must submit to the client a weekly progress report and a final report and the end of the contract.e) In addition to the requirements of this SOR, the supplier may propose alternative implementation options and

make recommendations if the intent is to: - Ease implementation of the Pilot Project- Provide minimum disruption of the MoI manual Civil Registration System during the pilot project- Minimize costs for the project

5. Organisation of the Project Team and Basic SkillsThe supplier must propose a team organizational structure and must demonstrate and indicate how their proposed Structure and skills will contribute to the client’s attaining of the defined objectivesa) The supplier must ensure that the team and the availed skills have the following minimum project management

competences:

i. System integration skills/interface skillsii. Project management and control skills for information systems

iii. Quality Assurance, Quality Control Skillsiv. Networking, Operating systemsv. Database management and programming skills

vi. Practical skills in technological transfer skillsvii. Training and capacity building skills

viii. Corrective Action, Contingency planning and change control skillsb) During the project implantation period, there must be continuity of staff and changes in personnel are subject to con-

sultation and approval by the client. The client will reserve the right to ask for a replacement if the need arises out of incompetence or weakness in the project implantation on the side of the supplier

c) Where the change is initiated by the supplier for other reasons, the client will reserve the right to request that the in-coming person(s) work with the out -going person for at least two weeks at the supplier’s expense prior to the re-placement taking place.

27

Page 28: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

ANNEX VIII

BID SUBMISSION FORMDear Sir/Madam,We (Enter the title of the Contract here) having examined the conditions of the contract, specifications and programmes for completion, we the undersigned here by offer:

To supply and deliver all required goods and services on sight Do the system integration, configuration, customization, installation, testing and commissioning on site Train trainers on the operation and use of data entry module for field registration Train technical Staff on the use of the system and trouble shootingDo the data merging and consolidation Do the duplicate analysis, identify and remove multiple registrations from the database Do the data processing to produce statistical cal reportsMaintain and support the system and all its subsystems Perform all the above functions as specified in the schedule of requirements, in the technical specifications and

other sections of the ITB document

In accordance with the provisions of the contract, specifications and program for completion of the project for a fixed lump sum price of $------------------------------------ (Exclusive of tax)

We understand that you are not bound to accept the lowest or any tender that may be received and further that you reserve the right to accept part of any tender received at your sole discretion.

We certify that this is a bona fide tender that we have not communicated to any person other than you the amount of or approximate amount of the tender price, and that this price has not been fixed or adjusted by arrangements or in collusion with any third party. We also undertake that we will not make any such communications or enter into any collusive arrangement with any third party. We also certify that we have not canvassed, solicited support from any staff member of the implementing agency, or associated agencies in relation to this or any other tender.

This tender is valid for a period of (Insert period) from the closing date for the receipt of tenders stated in the invitation to tender document.

Yours faithfully

Signed---------------------------------------------------Name--------------------------------------------------

Title------------------------------------------------------Date---------------------------------------------------

For and on behalf of -------------------------------------------------------------------------------------------

Telephone Numbers--------------------------------------------------------------------------------------------

Fax Numbers----------------------------------------------------------------------------------------------------

E-mail:------------------------------------------------------------------------------------------------------------

28

Page 29: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

ANNEX IX

PRICE SCHEDULE

A PROVISION OF EQUIPMENT AND SOFTWARE (GOODS)ITEM NO

DESCRIPTION QUANTITY UNIT PRICE PRICE

Iris Cameras with accessories $Photo Cameras with accessories $Facial Recognition Capture and Assessment Software $Facial Recognition Solution and Duplicate Analysis Software

$

ID Management Imaging Software $Iris Technology and Duplicate Analysis SoftwareOther Peripherals which are not specified but which the supplier deems necessary to provide the required solutionServer $

SUBTOTAL $

PROVISION OF SERVICESDESCRITPITON DURATION REQUIRED

PERSONNELPRICE

Installation of required software and programs on all IT equipment

$

Integration, configuration, testing and commissioning of all IT subsystems to provide a solution capable of supporting the project requirements

$

Supporting and maintenance all IT equipment, systems and subsystem for as specified in the schedule of requirements

$

Training of trainers on the use of the system and system components including route troubleshooting and maintenance

$

SUBTOTAL FOR SERVICES $

C GRAND TOTAL FOR BOTH GOODS AND SERVICES

$

Signed-----------------------------------------------------------------------Full Name-------------------------------------------------------------------Position ---------------------------------------------------------------------For and on behalf of ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

29

Page 30: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

ANNEX X

1. Laptop – Client machines – Data Entryi. RAM Minimum 512 MB

ii. CPU – Minimum 2.5 GHziii. Hard Disk minimum 40GBiv. USB Ports - at least 3 – (extension ports possible)v. CD support CD-RW or DVD

vi. Operating System Windows XP Professional SP1vii. Accessories Batteries and cases included for field use

2. Other goods available with the client are printers and power generators3. Data Entry Module

The client has designed a data entry module using express edit (Free License) The operating system platform is Windows XP Professional SP 2. The module is capable of capturing text data only. The supplier can further build, customize and integrate the client’s text data capture module into the proposed system or he/she can propose alternative data entry applications that can be used to capture all the three sets of data: text, facial and iris into a single operation (at the same time). The supplier must give reasons why the client’s designed text data entry module would not be appropriate for integration

4. PersonnelThe client has some staff with the following skills

Position Title - National

No. Qualifications Role Technical and Professional Skills

Head of IT 1 IT College graduate - Pakistan

Supervision – IT staff Planning and management of IT staff, assignment of duties, Server management; ensure IT strategies are followed such as backup procedures, Email management, end-user support, equipment allocation and management; Ensure IEC policies are followed; recommends changes in IT structure/policy to management

LAN Manager 1 IT College graduate - Pakistan

Physical network and email system planning and support

Oversees and ensures the operational environment for all the IT systems; assists the Head of IT in daily procedures; responsible for ensuring the network infrastructure and equipment is maintained; responsible for data backup and storage management

IT Officer 2 IT College graduate – Pakistan

End-user and equipment support

Ensures that client machines are configured properly, physical network and associated software is in operation

Web Developer 1 College diploma Web designer –Peshawar, Pakistan

Development, re-structuring and management of IEC website

Using a variety of current technologies, re-writes coding for website, changes design, upload of all IEC documents, and created links to related sites as required,

Position IFES International

No. Qualifications Role Technical

ICT Consultant 1 IT College graduate – Canada; Microsoft Certified Systems Engineer; (MSCE); A-Plus Certification –

Consultant-Advisor –

Ten years IT experience – Six years of which

Recommends strategic changes to IT Policy, management, infrastructure, staffing, methodologies, technologies, client support, capacity building and formalized training

30

Page 31: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

Computing Technology Industry Association (CompTia)

international experience

Database Consultant

1 Oracle Certified Professional (OCP); Bsc. Mathematics - Uganda

Consultant-Advisor – eight years database experience

Using current technologies to develop a database for the Civil and Voters Registry for Afghanistan; capacity building role in implementation of technology

Civil and Voter Registration Advisor

1 Uganda International ConsultantI. SUMMARY OF

PROFESSIONAL SKILLS AND EXPERTISE

Field of Expertise- Election Administration - Electoral Complaints

Management- Census Planning and

Administration- Project Planning and

Implementation- Project Control, Monitoring and

Evaluation- Office Administration - Training/Lecturing- Report Writing

COMPUTER SKILLSPROFESSIONAL TRAINING AND ADEQUATE:

- System Investigation and Analysis

- Management Information Systems and Data-

- Warehousing- Microsoft Projects- Statistical Package for Social

Scientists (SPSS)- Word Processing- Microsoft Excel and Other

Spreadsheets-

31

Page 32: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

ANNEX XIDATA REQUIREMENTS (Civil Voter Registration Form)

Logos for IEC, MoI, UNDEF, UNDP Registration No. 10788417 Civil Registry Law No. ( ) Family Number Taskera No.

A. Applicant: 1. First Name: 2. Last Name: 3. Other Name: 4. Date of Birth: Day-Month-Year5. Sex: Male: Female: 6. Height (In centimetres)7. Citizenship: 8. Language: 9. Marital Status: Single : Engaged: Married: Divorced: Widowed: Separate: 10. Education: 11. Occupation:

B. Applicant’s Parents:

Father (i) First name: (ii) Last name: 13. Grand Father (i) First name: (ii) Last name: 14. Mother (i) First name: (ii) Last name: 15. Mother’s father (i) First name: (ii) Last name:

C. Applicant’s Settlement: Please Tick as Appropriate

16. Are you Kuchi : YES NO

17.If NO Go to No.21 18. If YES Do you have a Permanent Address YES NO

19. If you are a Kuchi without a permanent address go to section F 20. If you are a Kuchi with a permanent address go to No 21

21. Where Do you Live? (i) Urban, City, Municipality (ii) Rural Area 22. If you live in Urban, City or Municipality go to Section D No 25 23. If you live in a Rural Area, go to Section D No. 24

32

Page 33: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

D. Applicants Permanent Address (Place of Origin) : 24. Rural Area (i)Province :------------------------------------------- Code------------ (ii)District:---------------------------------------------- Code----------- (iii)Village/Qarya:------------------------------------- Code----------- (iv)Sub. Village (Qarya-e-Farey):------------------- Code---------

25. Urban / City / Municipality / Town (i)Province : ---------------------------------------------Code---------- (ii)Nahia:-------------------------------------------------Code---------- (Iii)Guzar: -----------------------------------------------Code---------- (iv)Street name:-----------------------------------------Code-------- (vi)House Owner Land\lord-------------------------------------------------------------------- Landlady-----------------------------------------------------------------------

E. Applicant’s Present/Temporary Address and Voting Information: 27. Rural Area (i)Province :----------------------------------------------- Code------------------ (ii)District:-------------------------------------------------- Code----------------- iii)Village/Qarya:------------------------------------- -----Code----------- (iv)Sub. Village (Qarya-e-Farey):----------------------- Code---------(v)Polling Center:------------------------------------- -----Code-------------Polling Station-----------------------------------------------Code-------------

28. Urban / City / Municipality / Town (i)Province :------------------------------------------------- Code------------------- (ii)Nahia: ----------------------------------------------------Code (Iii)Guzar: ---------------------------------------------------Code (iv)Street name: Code (v)Street No. : Code

vi. Polling Center:------------------------------------------ Codevii. Polling Station-----------------------------------------------Code

viii. House Owner Land\lord---------------------------------------------------------- Landlady-----------------------------------------------------------------

F. Kuchi Winter and Summer Addresses: 29.Winter (i)Province :------------------------------------------- Code------------ (ii)District:---------------------------------------------- Code----------- (iii)Village/Qarya:------------------------------------- Code-----------

30.Summer (i)Province :------------------------------------------- Code------------ (ii)District:---------------------------------------------- Code----------- (iii)Village/Qarya:------------------------------------- Code----------- (iv)Sub. Village (Qarya-e-Farey):------------------- Code---------

G. Type of Disabilities: 31. Do you have any disabilty YESNO32. If you have any disabilities go to No. 34 33. If you do not have any disabilities go to section (I) No. 38 34. Mark any Disabilities you have by a Tick or X 1. Vision Impairment 2. Hearing Impairment 3. Physical Disability4. Mental Disabilty

33

Page 34: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

5. Epilepsy6. Wheel Chair Requirement 7. Speech difficulties

H. Biometric Information:

35. Biometric Hard-Disc Cds/ Number of any on which an applicants information appears

36. Iris image and Template Number: 37. Photograph and photograph Template Number

I. Applicants Proof of Identity Documents: 38. Documents Particulars

1. Taskera No -----------------------------------------------Date of Issue---------------Place of Issue: ----------------------

2. Pass Port No----------------------------------------------Date of Issue -------------Place of Issue: ------------------------

3. Driver’s Licence No------------------------------------Date of Issue -------------Place of Issue: ------------------------4. Business Certificate No--------------------------------Date of Issue -------------Place of Issue: ------------------------5. Student Card No----------------------------------------Date of Issue -------------Place of Issue: ------------------------6. Health Insurence No------------------------------------Date of Issue -------------Place of Issue: ------------------------7. Qabala-Property No-------------------------------------Date of Issue -------------Place of Issue: ------------------------8. Tarkhis: No--------------------------------------------- Date of Issue -------------Place of Issue: ------------------------

J. Proof of Identity by Family Member, Government Employees , Head of Village/Guzar 39. Type of Person Giving Proof

i. Family Member : ii. Tasdiq signed by two

iii. Head of Village/Guzar:

40. Particulars of Persons Giving Proof Number 1

i. First Name: ii. Last Name:

iii. Document Presented iv. Document Number: v. Place of Issue:

Number 2Number 1

vi. First Name: vii. Last Name:

viii. Document Presented ix. Document Number: x. Place of Issue:

(i) Date of Issue (ii) Place of Issue:

K: Applicants Verification Status41.

i. Verified ii. Not Verified

34

Page 35: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

L: Authentication 42. Applicant

i. Applicant’s Signature ------------------------------------------------------------orii. Applicant’s Thumb print / Unique mark

iii. Date of Registration iv. Day Month Year

43. Registration Officers Information: i. First Name:

ii. Last Name: iii. Registration Officer No. iv. Registration Team Code v. Registration Officer’s Signature:

35

Page 36: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

L. Certificate of Registration : Certificate of Registration Civil Registry Law No. ( ) Registration No. 10788417 Logo First Name: Other Name: Last Name: Date of Birth: I. Applicant: II. Applicants Parents: Sex: Male: Female: Date of Registration: Registration Officer Name: Applicants Signature /Thumb Print Registtraion Team Code: Registration Officer’s Signature: Father(i) First name: Grand Father (i) First name: Mother (i) First name: (ii) Last name: (ii) last name: (ii) last name: Mother’s father (i) First name: (ii) last name: Urban / City / Municipality / Town (i)Province : Code (ii)District: Code (iii)Village/Place: Code (i)Province : Code (ii)Nahia: Code (Iii)Guzar: Code (iv)Mahala: Code (v)Polling Center: Code (iv)Street name: Code (v)Street No. : Code (vi)House Owner Land\lord Landlady Code (vii) First Name: (viii) Last Name: (vi)Polling Station: Code (v)Polling Center: (vi)Polling Station: Code Code Day Month Year III. Place of Registration / Present/Temporary Address(if different from Permanent Adress: Rural Area Registration Officer’s Number:

36

Page 37: INVITATION TO BID TO BID FOR THE... · Web viewINSTRUCTIONS TO BIDDERS A. Introduction General: The Purchaser invites Sealed Bids for the supply of hardware, software, related equipment,

37