invitation to bid to bid for the... · web viewinstructions to bidders a. introduction general: the...
TRANSCRIPT
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
- 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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
37