41
Government of Pakistan Ministry of Human Rights Islamabad ***** Page 1 of 41 BIDDING DOCUMENT FOR THE SUPPLY OF COMPUTER & I.T. EQUIPMENT, SOFTWARE, PLANT & MACHINERY AND FURNITURE (www.mohr.gov.pk) Director (HRIMS) Ministry of Human Rights, 9 th Floor, Kohsar Block, Pak Secretariat, Islamabad Phone: 051-9202890, 051-9246099, 051-9216406 | Fax: 0519203132

BIDDING DOCUMENT FOR THE SUPPLY OF COMPUTER & I.T

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 1 of 41

BIDDING DOCUMENT

FOR THE SUPPLY OF

COMPUTER & I.T. EQUIPMENT,

SOFTWARE,

PLANT & MACHINERY

AND

FURNITURE

(www.mohr.gov.pk)

Director (HRIMS) Ministry of Human Rights, 9th Floor, Kohsar Block, Pak Secretariat,

Islamabad Phone: 051-9202890, 051-9246099, 051-9216406 | Fax:

0519203132

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 2 of 41

1.0 Bidder must be registered with Income Tax and Sales Tax Departments and must appear

on the Active Tax Payers List of the Federal Board of Revenue (FBR).

1.1 Bidder should be Authorized Delivery Partner/Seller/Distributor of the Original

Equipment Manufacturer (OEM) for required goods/products in this procurement.

1.2 Bidder should never have been blacklisted by any Government Organization.

1.3 Bidder with reasonable experience for accomplishing similar nature of assignments will

be preferred. Bidder should provide value, size and nature of assignments done in the

past with respect to requisitioned products/goods in this procurement.

1.4 Bidder must have Technical Strength of at least three (03) qualified/certified

professionals/trained resources to be able to carry out the installation, configuration,

maintenance and repair of equipment’s.

1.5 Bidder shall be responsible for payment of any Duties/Taxes imposed by the

Government of Pakistan during the payment of the project. The bid price MUST be

inclusive of all the taxes.

1.6 Bidder will not propose and deliver any kind of Refurbished/Used/End of Life/Near End

of Life equipment and components.

1.7 Bidder will provide a mandatory certificate (Integrity Pact – Annexure B) in case of

procurement of goods & services worth Rs. 10 million or more as specified by

regulation with approval of the Federal Government, between the Ministry of Human

Rights (MoHR) and the suppliers or contractors. Failure to provide this Integrity Pact

shall make the bid non-responsive.

Scope of Work, Timeframe

Milestone s Time Period

Delivery, I nstallation, After Sale Service, Warranty

6 - 8 weeks from the

D ate of Signing of

Contract/Issuance of

Purchase Order

1. General Terms & Conditions

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 3 of 41

Instructions to Bidders

2.0 Detail of LOTs containing “Technical Specifications” is attached as “Annexure-A.”

2.1 Bidder must provide on company’s letter-head:

2.1.1 Name of the Organization

2.1.2 Complete Address of Head Office and Detail of sub-office(s) in Pakistan

2.1.3 Size of the Organization (No. of Employees)

2.1.4 Number of years of in Business

2.1.5 List of suitably qualified/certified human resource i.e. Engineers/IT Professionals

2.2 Bidder should provide all details required in Bid Form-2 and datasheets.

2.3 Bidder should provide the financial details as per Bid Form-5.

2.4 The Bid Bond to be enclosed in a separate envelope, labelled as “Bid Bond”, and which

should be sealed. It must be ensured that bid bond should not be in the same envelope

as the financial proposal. In the Technical Bid, bidder must confirm on Company’s

Letter Head that the Bid Bond is submitted as required by the Ministry of Human

Rights (MoHR).

2.5 Envelope for Financial Proposals should clearly mark: “Financial Proposal”. Two hard

copies of the Financial Proposal are required.

2.6 Main Envelope for Technical Proposal should clearly mark “Technical Proposal”. Main

envelope for Technical Proposal should contain 02 hard copies and 02 soft copies (in

CD/DVD format) of the Technical Proposal (each being physically separated, bound,

sealed and labelled as “Technical Proposal”). Each envelope should contain similar

supporting documents.

2.7 A Bid Bond, in the form of a Bank Draft/Pay Order in the name of D.D.O., Ministry of

Human Rights, equivalent to 3% of the total cost of bid (LOT wise) should be submitted

along with the tender. All proposals and prices shall remain valid for a period of 60

days from the closing date of the submission of the proposal.

2.8 The successful vendor shall be required to deposit in the form of a Bank Guarantee, a

Performance Bond upon execution of the contract, a sum equivalent to ten percent

(10%) of the contract value, this Bank Guarantee shall be issued by a scheduled bank

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 4 of 41

operating in Pakistan and shall be kept valid from the date of issue, and should cover

the warranty period after all contractual obligations have been fulfilled.

2.9 All payments in the proposal shall be quoted in Pakistani Rupees (PKR).

2.10 The End User Licenses/Warranties for the goods and Contracting Support Services will

be in the name of procuring agency, for all the equipment and software(s) for the

delivered equipment.

2.11 Hardware Equipment must have three (03) years of warranty, including parts and

installation charges with onsite support.

2.12 A Bidder, if he so chooses, can bid for selective LOT among (21) LOTs provided in the

Schedule of Requirements “Annexure – A”. A Bidder is also at a liberty to bid for all

the LOTs mentioned in the Schedule of Requirements.

2.13 However, Bidders cannot bid for partial quantities of items in the LOTs provided in

Schedule of requirements. THE BIDS MUST BE FOR THE WHOLE LOT(s) AS REQUIRED

IN THE SCHEDULE OF REQUIREMENT.

2.14 Bidder should clearly indicate the duration of delivery of equipment in the

bid/proposal.

3. Submission of Bids

3.0 The bids shall be submitted in a sealed package or packages in such manner that the

contents are fully enclosed and cannot be known until duly opened.

3.1 Proposals shall be submitted by hand or through courier so as to reach the address

given below by the last date indicated for submission. PROPOSALS RECEIVED BY FAX

OR EMAIL SHALL NOT BE ACCEPTED.

Network Administrator (HRIMS)

Ministry of Human Rights

9th Floor, Kohsar Block, Pak Secretariat, Islamabad

Phone: 051-9246099, 051-9216406 Fax:

051- 9203132

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 5 of 41

3.2 Bids may be submitted in a SEALED CONFIDENTIAL COVER at the address given above

within (15) days from the date of appearance the tender in the press and must reach

this office by 2:30 p.m. Technical Bids will be opened on same day at 02:45 p.m. in the

presence of representatives of Responding Organizations/Bidders who wish to be

present in the Committee Room of the Ministry of Human Rights.

3.3 Financial Bids will be opened for only Technically Qualified Bidders; whereas the

Financial Bids of technically disqualified vendors shall be returned un-opened in

connection with PPRA Rule: 36(b) in general and PPRA Rule: 36-b (viii) in particular.

4. Bids Evaluation

The committee will examine the bids to determine whether they are complete, whether

any computational errors have been made, whether required sureties have been furnished,

whether the documents have been properly signed, and whether the bids are generally in order.

The committee will evaluate and compare the bids which have been determined to be

substantially responsive. If a bid is not substantially responsive, it will be rejected by the

committee and may not subsequently be made responsive by the Bidder by correction of the

nonconformity. First of all, Qualification of the Bidder will be determined on the parameters

listed below and after that Technical and Financial Evaluation (on the below mentioned criteria)

will be completed.

Qualification Criteria of the Bidder

Initial Screening of bids will be done on the basis of following mandatory parameters. In

case of deficiency, the bid will be declared as non-responsive.

1. NTN Certificate

2. GST Certificate

3. On Active Tax Payers List of F.B.R.

4. Organization Incorporation/Registration Certificate

5. Complete Organization Profile with Qualified Technical Team/Professionals

6. Reasonable experience in supply and installation of required equipment

7. Authorized Partner/Distributor/Seller from the Original Equipment Manufacturer

8. Bid validity period of 60 days

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 6 of 41

9. Affidavit on Legal Paper to the effect that not blacklisted and rendered ineligible for

corrupt and fraudulent practices by any Public Sector Organization/Division/Ministry.

10. Compliance with Schedule of Requirements (Annex – A)

11. Submission of required amount of Bid Security with Financial Bid

12. Manufacturer’s Standard Warranty with One (01) year onsite warranty including parts

and labour and three (03) years for hardware products as per (Annex – A)

13. Compliance with Technical Specifications & Scope of Work (Yes/No)

14. Technical Brochures/Data Sheets for the Hardware and Licensed Software (Yes/No)

15. Original Bidding Documents Duly Signed/Stamped (Yes/No)

16. All documents are properly Tagged/labelled (Yes/No)

(i) Technical Evaluation Criteria (70 marks)

o Detailed Technical Evaluation will be done for Bidders who qualify the preliminary

Evaluation/Eligibility criterion mentioned above. During the evaluation, the

Technical Committee will verify the compliance with Technical specifications. The

eligible firms/bidders may be asked to give presentation of proposal on power

point (soft copy)/proof of concept on their solution. Marks will be awarded as

below:

Sr. Criteria Total Marks (70)

01 Quality of the quoted

Product/Component/Solution 60

02 Capability of the Technical Human Resource 10

** Passing marks are 50 which are necessary to qualify for the Financial Evaluation.

(ii) Financial Evaluation Criteria (30 marks)

o Financial bids of eligible and technically qualified firms will be opened before the bidder’s representatives who wish to attend the tender opening.

Clarification of Bids

During evaluation of the bids, the committee may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification will be issued in-writing and the response

shall also be in-writing, and no change in the prices or substance of the bid shall be sought,

offered, or permitted.

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 7 of 41

Mechanism for Grievance Redressal

a) Grievance Redressal Committee

Any bidder feeling aggrieved by any act of the procuring agency after the submission of

his bid may lodge a written complaint concerning his grievances not later than fifteen days after

the announcement of the bid’s evaluation report under Rule 35 to the following Grievance

Redressal Committee: -

1. Joint Secretary (Admin) – MoHR [Chairman]

2. Director General (IC) – MoHR [Member – I]

3. IT Expert (Helpline) – MoHR [Member – III]

Mechanism for Dispute Resolution

a) Discussion Period

If any dispute of any kind whatsoever shall arise between the MoHR and the successful

Bidder in connection with any opinion or specification of the provided items or services

out of this Agreement, including without prejudice to the generality of the foregoing, any

question regarding its existence, validity or termination, or the completion of the

agreement (whether during or after the engagement and whether before or after the

termination, abandonment or breach of the Agreement), the Parties shall seek to resolve

any such dispute or difference through mutual consultation.

b) Referral to Dispute Resolution Committee

In case the Parties fail to reach agreement within fourteen (14) Days of the date upon

which a Party serves notice upon the other with regard to the existence of a dispute, the

dispute shall then be referred to the Dispute Resolution Committee. Secretary, MoHR

will constitute the committee comprising of two (02) senior members from MoHR and a

member recommended by the successful bidder. DRC shall resolve the dispute after

giving each party reasonable opportunity of presenting its respective point of view. The

decision of which shall be final and binding and shall be enforceable in any court of

competent jurisdiction.

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 8 of 41

6. Award of Contract

6.1 Acceptance of Bid and Award Criteria

The Bidder whose bid is found to be most closely conforming to the Evaluation

Criteria prescribed in “Annexure-A” and having the most advantageous bid, if not

in conflict with any other law, rules, regulations or policy of the Government of

Pakistan, shall be awarded the Contract, within the original or extended period of

bid validity.

6.2 Procuring Agency’s Right over quantities at the time of Award

The Procuring Agency reserves the right at/after the time of award of Contract to

increase the quantity of goods up to 15% (with fractional component rounded up

to the next whole number) and decrease the quantity as per the then current

requirements as originally specified in the Schedule of Requirements (Annexure

A) without any change in unit price or other terms and conditions.

6.3 Notification of Award

6.3.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall

notify to the successful Bidder in writing that his bid has been accepted.

6.3.2 The notification of award shall constitute the formation of the Contract

between the Procuring Agency and the successful Bidder.

6.3.3 The enforcement of the Contract shall be governed by Rule 44 of the

PPRA2004.

6.4 Signing of Contract

6.4.1 After the notification of award, the Procuring Agency shall send the successful

Bidder the Contract Form.

6.4.2 The Contract shall become effective upon affixation of signature of the

Procuring Agency and the selected Bidder on the Contract document.

6.4.3 If the successful Bidder, after completion of all codal formalities shows an

inability to sign the Contract then its Bid Security shall stand forfeited and the firm

may be blacklisted and de- barred from future participation, whether temporarily

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 9 of 41

or permanently. In such situation the Procuring Agency may award the contract to

the next most advantageous Bidder or call for new bids.

6.5 Performance Guarantee

6.5.1 On the date of signing of Contract, the successful Bidder shall furnish a

Performance Guarantee @ 10% of the total Contract Cost of Lot/Lots, on the Form

and in the manner prescribed by the Procuring Agency.

6.5.2 The Bid Security submitted by the successful bidder, at the time of submitting

its bid, shall be returned to the Bidder upon signing of contract, successful delivery

of goods, furnishing of the performance/bank guarantee and confirmation of the

performance/bank guarantee by the MOHR with the Bank of the successful bidder.

6.5.3 Failure to provide a Performance Guarantee by the successful Bidder is a

sufficient ground for annulment of the award and forfeiture of Bid Security. In such

event the Procuring Agency may award the contract to the next most advantageous

bidder or call for new bids.

7. Implementation & Payment Schedule

# Milestone Time Period Payment

1

Supply, Installation/ Configuration and Testing of Equipment (Hardware/Software)

6-8 weeks from the date of issuance of supply

order.

100%

2 End of performance

Guarantee

Performance Guarantee will have to be

provided to cover the warranty period of the

hardware which will be three (03) year from the

date of successful testing and acceptance.

Release of Performance Guarantee

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 10 of 41

Annexure-A NAME OF ITEMS Quantity

NG-Firewall (LOT 1)

1.1 NG Firewall 1

Switches (LOT 2)

2.1 Core Switch 2

2.2 Access Switch (POE Enabled) 2

KVM (LOT 3)

3.1 KVM 1

Passive Equipment (LOT 4)

4.1 PASSIVE NETWORK EQUIPMENT & ELECTRIC EQUIPMENT (Installation,

Commissioning & Warranty)

1

Laptops (LOT 5)

5.1 Laptops 4

Server (LOT 6)

6.1 Application/Database Server 1

Server Accessories (LOT 7)

7.1 Server Accessories 1

Printer, Scanner and Data Locker (LOT 8)

8.1 Scanner 1

8.2 All-in-One Printer 1

8.3 Data Locker 2

VIDEO CONFERENCING SYSTEM (LOT 9)

9.1 Video Conferencing System 1

COMPUTER ASSECORIES (LOT 10)

10.1 Portable External Hard Drive 2TB 2 or APA

10.2 SSD 10 or APA

10.3 Accessories 4 or APA

10.4 Monitor Desk Mount Stand, Heavy Duty Fully Adjustable, Fits 2 Screens 4 or APA

Data Rack (Lot 11)

11.1 Data Rack 2

CCTV System (LOT 12)

12.1 CCTV System (NVR + Cameras) 1

LED/LCD (Category 1) Specifications (LOT 13)

13.1 LED/LCD 65” 3 or APA

LED/LCD (Category 2) Specifications (LOT 14)

14.1 LED/LCD 70” 3 or APA

Machinery & Equipment – 2 (LOT 15)

15.1 A/C, 2 Ton 1

Electronic Whiteboard (LOT 16)

16.1 Electronic Whiteboard 1

Conference Furniture (LOT 17)

17.1 Conference table 1

17.2 Conference chairs 6

Software (LOTS 18-22)

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 11 of 41

Specifications for NG-Firewall (LOT 1)

Sr. No Item Specifications

1.1 Firewall General Features Must Be Listed in 2018 & 2019 Gartner Magic Quadrant for Next Generation Firewall Must Be Listed in 2019 / 2020 ICSA Labs Certified Next Generation Firewall Hardware Performance Must Have Minimum 2.2 Gbps NGFW Throughput or more (Firewall + IPS Throughput) Must Have Unrestricted Concurrent User Must Have Minimum 64GB Storage Capacity Must Have Minimum 6 x 1G Ethernet Interfaces Network Security Firewall Components Intrusion Prevention System (IPS), Anti-Virus & Anti-Malware, Email Security Protection, Local/Cloud-Based Security Sandbox, URL Filtering, Application Control, Bandwidth Management Web-based attack prevention: Solution should protect against common threats such as those identified in the top 10 OWASP Vulnerabilities 2020 3 Years Complete Security Features License (Perpetual license will be given preference) 3 Years Software Upgrade & 24x7 Technical Support 3 Years Hardware Warranty Service Must Quote Minimum 100 Concurrent Sites-to-site Connection for IPsec VPN Must Quote Minimum 300 Concurrent Users for SSL VPN Must Quote OEM Onsite Configuration & Installation Must Quote OEM Training for technical team The warranty and specifications (Part No.) must reflect on the authorized portal of the principal Must have manufacturer authorized letter Must have technical resource availability in Islamabad

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 12 of 41

Specifications for Switches (LOT 2)

Sr. No Item Specifications

2.1 Core

Switch 24x RJ45 10/100/1000/10,000 Mb auto-sensing ports, 4 x 1/10/25G SFP ports with Integrated PSU or higher, 2 x 25G/ 2 x QSFP+ ports for stacking with single cable (Support Stacking) or 2 x Dedicated Stacking ports with single Stack Cable Layer 3 Lite IPv4 and IPv6 functionality including static routing Must Support RIP and OSPF routing interfaces Must Support VLAN routing interfaces Must Support Protocol-based VLANs Must Support Private VLAN extensions and Private VLAN Edge support Must Support Network Management SNMPv1, Community-based SNMPv2 Must have User-based and view based security model Must Support Access control lists (ACL), Time Controlled and MAC/IP Based ACLs Forwarding performance must not be less than 350 Mbps Switching capacity must not be less than 400 Gbps. Must have scalability via 40Gbps or higher (full-duplex) high availability stacking architecture that allows management of up to four switches from a single IP address.

3 years’ Standard warranty with Professional Support: Next Business Day onsite service. Must Have OEM Presence in Pakistan for Last 3 Years(as per SECP) Must have Authorized letter from Manufacturer. Installation, Configuration & Deployment as per requirement

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 13 of 41

Sr. No Item Specifications

2.2

Access Switch

24x RJ45 10/100/1000Mb auto-sensing ports with PoE/PoE+, 4 x 10G SFP+ with integrated Cooper/Fiber Transceiver modules and PSU.

Fully managed Layer 2 switching

Layer 3 Lite IPv4 and IPv6 functionality including static routing

Must Support VLAN routing interfaces

Must Support Protocol-based VLANs

Must Support Private VLAN extensions and Private VLAN Edge support

Must Support Network Management SNMPv1, Community-based SNMPv2 Must have User-based and view based security model

Must Support Access control lists (ACL), Time Controlled and MAC/IP Based ACLs

Must Support Flow Based QoS Services and Port Based QoS Service Mode

Forwarding performance must be not less than 90Mpps

Switching capacity must be not less than 90 Gbps

Switch offer stacking architecture that allows management of up to four switches from a single IP address

3 years’ Standard warranty with Professional Support: Next Business Day onsite service.

Must Have OEM Presence in Pakistan for Last 3 Years (as per SECP)

Must have Authorized letter from Manufacturer.

Installation, Configuration & Deployment as per requirement

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 14 of 41

Specifications for KVM (LOT 3)

Sr. No Items Specification

3.1 KVM • LCD/LED console with 16-Port kvm switch with integrated 17"Lcd panel, full keyboard.

• Touchpad, control and monitor the servers through one Console.

• Daisy-chain up to 15 Additional units.

• Two level Password security

• 1u Rack mountable. 1+1(Optional)

• The warranty and specifications (Part No.) must reflect on the authorized portal of the principal

• Must have manufacturer authorized letter

• Must have technical resource availability in Islamabad

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 15 of 41

Specifications for Passive Equipment (LOT 4)

(Bidder Must Mention Brand while bidding of each Item in LOT 4)

PASSIVE NETWORK EQUIPMENT & ELECTRIC EQUIPMENT (Installation, Commissioning &

Warranty)

S/N 3M , AMP , Schneider, Adamjee, Pakistan Cable or Equivalent QTY

1

Cat6 UTP Cable 23AWG Low Smoke Zero Halogen 305 Meter Roll (1000 feet min) Compliant to EN50173-1, ISO/IEC11801 Ed2, IEC 61156-5 and EN50288-6-1 standards 100 ohms, 250 MH

Compatible with PoE (Power over Ethernet) and PoE+ (Power

over Ethernet Plus) which allow to supply equipment’s (IP phone, camera, WIFI hotspot ) until 13W or 25W

4 or APA

2

Faceplate Single port without Shutter and I/O 20 or APA

3

Faceplate Dual port without Shutter and I/O 30 or APA

4

Cat6 UTP Jack Shuttered (tool less termination) 50 Or APA

5

Back Box Local 50 or APA

6

24port Patch Panel Loaded with toeless termination jacks cat 6 4 or APA

7

Cat7 UTP Patch Cord 1 feet/2feet/1 meter or as per requirement (pre terminated) (IT may vary as per design of the Rack) + Cat6 UTP Patch Cord 1 meter /3 meter /5 meter (pre terminated) (IT may vary as per design or Requirements)

50 + 30 or APA

8

Cat6 UTP Patch Cord 3 meter (pre terminated) 50 or APA

9

Cable Manager 4 or APA

10

Cable Tie (white) 6 inch packet 6 or APA

11

Cable Tie (white) 8 inch packet 5 or APA

12

PVC Pipe Flexible 1 inch 100 meters

or APA

13

PVC Pipe Flexible 1.5inch packet

50 meters or APA

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 16 of 41

14

Duct 16x38 10ft length

16 or APA

15

Duct 40x40 10ft length

5 or APA

16

PVC Pipe 2inch with sockets length

16 or APA

17

Cable Tie 10 inch packet

3 or APA

18

Nail packet

2 or APA

19

Rawal Plugs 2 inch box 2 Box or APA

20

Fluke Testing per node 50 or APA

21

Cable Laying Tagging and Termination per feet ( 10% Wastage) APA

22 Cable Tray for Data & Power with cover per feet 1 Job or APA

23 Supplying, Installing, testing and commissioning of all material and services of complete High Sensitivity Smoke Detection Security Alarm System with Fire Extinguisher x 2 (applicable on all kinds of fire and

refill/reusable)

Humidity Detector

Smoke Detector

High-Temperature Detector

Carbon Monoxide Detector

1 or APA

24 Cable Puncture (Complete Set)

1 or APA

25 7/36 Cable (100% Copper Cable) 200 Feet or

APA

27 7/29 Earth Cable (100% Copper Cable) 200 Feet or

APA

28 Main Circuit Breaker (Double Pole) 100 Amp 1 or APA

29 Circuit Breaker (Single Pole) 20 Amp 2 or APA

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 17 of 41

30 Circuit Breaker (Single Pole) 16 Amp 8 (4 for

Wapda, 4

for UPS) or

APA

32 Light Plug 6 or APA

33 Light Plug Bar 4 or APA

34 7/29 Cable (100% Copper Cable) 25 Meter or

APA

35 Earth Bar 1 or APA

36 Neutral Bar 1 or APA

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 18 of 41

Specifications for Laptops (LOT 5) Sr. No. Item Specifications

5.1 Laptops Processor 11th Generation Intel® Core™ i9-11900H (24MB Cache, up to

4.9 GHz, 8 cores or Higher)

Memory 32GB, 16GBx2, DDR4 3200MHz

Hard Drive 1 TB M.2 PCIe NVMe Solid State Drive

Display 15.6" OLED 3.5K (3456x2160) InfinityEdge Touch Anti-

Reflective 400-Nit Display

Graphic Card NVIDIA® GeForce RTX™ 3050 Ti 4GB GDDR6

Connectivity Must Support Wi-Fi 6 + Bluetooth 5.1

Camera 720p at 30 fps HD camera

Keyboard Backlit keyboard, US/International

Battery 6 Cell, 86Whr battery (built-in)

OS Windows 10 Pro, 64-bit (Licensed)

Warranty 3/3/3 (material/labor/onsite) Warranty

MAL &

Components

Reflection on

Principle

Authorized

Portal

Valid Authorized letter from Manufacturer.

Valid Authorized Distributor/Dealership certificate of

Offered Brand.

The warranty and specifications (Part No.) must reflect on

the authorized portal of the principal against the service tag.

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 19 of 41

Specifications for Server (LOT 6) Sr. No Items Server Specifications

6.1 Form Factor 2U Rack mounted Server

Processor 2 x Intel Xeon Gold 6000 Series (2.3 GHz or higher), (16 cores, 24.75MB cache

or higher)

Memory 4 x 32GB DDR4 RDIMM, 2666 MHz or higher (24 DIMM slots required for

further up gradation upto 256GB)

Hard Drives 3 x 800GB SSD SAS Mix Use 12Gbps 512e 2.5in Hot-plug

4 x 2.4 TB 10K RPM SAS 12Gbps 512e 2.5in Hot-plug Hard or higher Drive

Scalable upto 8 HDDs (Chassis)

RAID

Controller

Independent RAID controller card with Min. 2GB NV Cache or higher.

Support RAID 0, 1, 5,6 or more

Network

Adapter

Dual Port 1GbE BASE-T

Dual Port 10 GbE BaseT

Power Supply Redundant hot-swappable and power cords

Stability Support long-term operating temperature under specific conditions

System

Management

Provide full features of server management, inclusive of integrated system

management, independent remote management

Management software capabilities include Capacity Management, Remote

management, Web Management, Configuration Management, Event

Scheduling, Alert Management, Failure Analysis software for processors, disks,

memory, voltage, power supplies, fans, temperature etc.

Chassis Chassis with up to 8 x 2.5" SAS/SATA Hard Drives for 2CPU Configuration

Rack Mountable tool less chassis with rack rails & cable management arm

Accessories Side rails and Cable management arm

Compatibility Supports mainstream operating systems, such as Windows, Linux, SuSE Linux

and VMware

Principle

Presence

Principal presence in Pakistan for last 3 years

MAL Valid Authorized letter from Manufacturer.

The warranty and specifications (Part No.) must reflect on the authorized

portal of the principal against the service tag.

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 20 of 41

Specifications for Servers Accessories (LOT 7)

Sr. No Items Specifications (Map components against the Service Tag on Principle Official

Website)

7.1 Server Accessories (must

reflect on the

authorized portal of the

principal against the Service Tag of existing

Server)

Type Enterprise HDD Quantity

Interface SAS 3 or APA

Form Factor 2.5”/ 3.5”/ Hybrid

Description Dell 2.4TB 10K RPM SAS 12Gbps 512e 2.5in Hot-plug drive with Hybrid Carrier (for Server Dell Power Edge T440 + Power Edge Dell 740) along with Hybrid caddy (Server Compatible Hardware)

Accessories Rack Mountable tool with rack rails & cable management arm for Server Dell Power Edge T440 And Dell Power Edge T630 (Server Compatible Hardware)

2 or APA

RAM DDR4 RDIMM, 2400 MHz or higher Intel Memory (for Server Dell Power Edge T440) 32 GB (Server Compatible Hardware)

4 or APA

SSD

300GB SSD SAS Mix Use 12Gbps

512e 2.5in Hot-plug (Server

Compatible Hardware)

4 or APA

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 21 of 41

Specifications for PRINTERS, SCANNERS and Data Locker (LOT 8)

Sr. No Item Specification

8.1

Scanner

(Feeder +

flatbed)

Renowned Brand

Must support Scan speeds 20 pages per minute or more, 40 images

per minute or more, and 1,500 pages per day with single-pass, 2-sided

scanning to help automate workflows

Auto document feeder, Load up to 50 pages for fast, unattended

scanning

Automatic crop, exposure, orient, page size detection plus blank page

and hole removal, background clean-up & removal, edge erase,

straighten content, merge pages, colour drop out, black & white

enhance

Use scan profiles for recurring jobs or send directly to email,

SharePoint, Dropbox, FTP, network, local drive, custom locations,

multiple destinations

Paper sizes supported: Letter, legal, executive, business cards, 8x12,

6x8, 4x6, 7x10; handles paper sizes up to 122 inches

Paper types: Paper (banner, inkjet, photo, plain), envelopes, labels,

greeting cards, index cards, business cards

Optical Resolution Flatbed: 1200 dpi, ADF: 600 dpi

Must have Interface USB 2.0 or above

Must have Processor 120 MHz or above

Must have Memory 64 MB or above

Warranty: 1-year hardware warranty; phone and 24-hour, 7 days a

week Web support included

Create one-button scan settings for recurring tasks from LCD control

pane

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 22 of 41

Sr. No Item Specifications

8.2

All-in-One

Printer

Renowned Brand

Mono Network Laser printer for Business/Office (All in One type, Printer,

Copy, Scan, Fax)

Print Speed Black (normal quality 40 ppm or higher)

Resolution 600 x 600 dpi or higher

Duty Cycle up to 50000 monthly

Paper Handling Input: 50-sheet multipurpose tray, 550-sheet input tray-2

Duplex Printing on both sides of paper: Automatic (standard)

Display 4.7" or above intuitive touchscreen Color Graphic Display (CGD)

Must have Mobile Printing Capability

Connectivity Options Hi-Speed USB 2.0 or higher, 1 host USB at rear side,

Gigabit Ethernet 10/100/1000BASE-T, Wi-Fi 802.11b/g/n / 2.4 / 5 GHZ Wi-

Fi radio network

Memory (RAM) 1 GB or higher, Processor 1.2 GHz or higher, 512 MB

(scanner) or higher

The warranty and specifications (Part No.) must reflect on the authorized

portal of the principal against the service tag.

Must have technical resource availability in Islamabad Must have three year Warranty with parts and labor

Sr. No Item Specifications Quantity

8.3 Data

Locker

1TB Capacity

256-Bit AES (XTS Mode) Encryption

No Software or Drivers

USB 3.0

Platform Independent: Compatible with PC, Mac and

Linux.

Forgot my password support

Keep data safe everywhere users go

Cloud management

Offering security, performance and manageability

2

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 23 of 41

Specifications for VIDEO CONFERENCING SYSTEM (LOT 9)

Sr. No Item Specifications

9.1 Video

Conference

System

CAMERA Smooth motorized pan, tilt and zoom, controlled from remote or console

260° pan, 130° tilt

10x lossless HD zoom 90° Field of View Full HD 1080p 30fps H.264 UVC 1.5

with Scalable Video Coding (SVC) Autofocus 5 camera pre-sets Farend

control (PTZ) of Conference Cam products Kensington security slot

LED to confirm video streaming Standard tripod thread

REMOTE CONTROL

Dock able 8.5 m/28-foot range

SPEAKERPHONE

Full-duplex performance Acoustic echo cancellation Noise reduction

technology Ultra-wideband audio Bluetooth and NFC wireless technology

LCD for caller ID, call duration and other functional response LEDs for

speakerphone streaming, mute, hold, and Bluetooth wireless paring Touch

controls for call answer/end, volume and mute, Bluetooth – plus camera

PTZ, “home” pre-set and fared control Microphones (Tx) Four

omnidirectional microphones supporting 20-foot diameter range

Frequency response: 100Hz – 11KHz Sensitivity: -28dB +/-3dB Distortion:

HUB / CABLE

Central mountable hub for connection of all components Included adhesive

solution for under-table mounting Two cables for connection between hub

and camera/ speakerphone (Length: 5 m/16’) One USB cable for connection

to PC/Mac (Length: 3 m/9.8’) AC Power adapter (Length: 3 m/9.8’)

MOUNT

Dual purpose mount for wall placement or for elevating the camera on a

table

COMPLIANCE AND TOOLS USB 2.0 compliant UVC-compliant video and audio for broad application

compatibility Certified for Skype for Business, Cisco compatible , and

enhanced integration with Logitech Collaboration Program (LCP) members

Downloadable diagnostic tool Field upgradeable firmware tool

Downloadable app plug-ins for advanced feature support

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 24 of 41

Specifications for Computer Accessories (LOT 10)

Sr.

No

Items Specifications QTY

10.1 Portable

External Hard

Drive 2TB

2 TB USB 3.0/3.1 Portable External Hard Drive (Seagate or Equivalent)

2 or APA

10.2 SSD 512 GB SSD (Intel/ Dell/ Renowned Brand) (Dell Inspiron Laptop Compatible)

2.5-inch SSD SATA+M2

The warranty and specifications (Part No.) must reflect on the authorized portal of the principal

6 +4

or APA

10.3 Accessories USB C to HDMI converter 4 or APA

10.4 Monitor Desk

Mount Stand,

Heavy Duty

Fully

Adjustable,

Fits 2 Screens

Fits 13" To 27" Screens - Dual monitor mount fitting two screens 13” to 27” in size and 22 lbs in weight each with VESA 75x75mm or 100x100mm backside mounting holes.

Articulation & Height Adjustment - Adjustable arm offers +90° to -90° tilt, 180° swivel, 360° rotation, and height adjustment along the center pole. Monitors can be placed in portrait or landscape orientation.

Heavy Duty C-Clamp - Mounts to the back of your desk (up to 4” thick) via a heavy-duty C-clamp or optional grommet mount.

Integrated Cable Management - Keep your power and AV cables clean and organized with detachable cable clips on the arms and center pole.

Easy Installation - Mounting your monitors is a simple process with detachable VESA bracket plates. We provide the necessary hardware and instructions for assembly.

4 or APA

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 25 of 41

Specifications for DATA RACK (LOT 11)

Sr. No Items Renowned brands

11.1 Data Rack Rack 42U 600x1000mm for Server and 750x1070mm for Network

Deep Enclosure with Sides Black (Dual Rack optional)

The unit shall be designed to provide a secure, managed environment

for computer and networking equipment.

The unit shall conform to EIA-310 Standard for Cabinets, Racks, Panels

and Associated Equipment and accommodate industry standard 19”

rack mount equipment

Enhanced door ventilation with scalable options capable of cooling

high density solutions

Tool less 0U mounting provisions for extensive line of Rack Power

Distribution Units (PDUs) for high density applications

Integrated features and options for horizontal and vertical routing of

high- density cabling

Vendor-neutral mounting for guaranteed compatibility with all EIA310

compliant 19” equipment

Rack-mount metered PDU - Bidder to check for single or three phase

PDUs as per requirement discovered in the survey or as per the

requirements of the Servers, Storage and Networking equipment

Each Rack is required to be fitted with two PDUs 1 X 32Amps X (20) IEC

320 C13 Inlets

Tool less mounting into enclosure ,SNMP enabled , Localized

amperage

LED indicator ,Universal IEC locking input plug

Rack mount fan module

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 26 of 41

Specifications for CCTV System (LOT 12)

Sr. No Item Specifications

12.1 CCTV

System

6 Cameras with 16 Channel NVR Recording with 2 TB HDD ,

Channel Network Supported Network Video Recorder, 4 x 1/3 Sony

CCD Color 700 TVL IR Weatherproof Cameras PAL, 4 x Power Supply

(camera and DVR), 1 x Mouse1 x Remote Controller, 4 x

Weatherproof Bracket for CCTV Camera, Cabling and installation.

(hikvision, Dahua or Equivalent)

Warranty: Three Years

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 27 of 41

LED/LCD (Category 1) Specifications (LOT 13)

Sr. No Item

13.1 LED 65-Inch Display features with stand

4K UHD picture quality with dynamic Crystal Color for crystal clear

Lifelike color; 3-year

Android OS, its equipped with MEMC, Micro Dimming, Dolby Audio,

DTS Sound, Chromecast built-in function & Google Assistant

Cisco WebEx room kit compatible for a powerful conferencing solution

Built-in Wi-Fi and Bluetooth allows for control and content sharing via

tablets and mobile phones

Intelligent UHD upscaling ensures the highest picture quality for both

standard and high definition content

Slim, elegant design for easy-to-mount installation

Clean cable management

System-on-chip (SoC) technology

Embedded media player provide an all-in-one digital signage solution

4K UHD HDMI cable 10m supports ARC and 10.2 Gbps bandwidth to

handle 4K@30fps, 1080p@60fps high resolution with Barely Signal

Loss for a smooth audio visual enjoyment

The warranty and specifications (Part No.) must reflect on the

authorized portal of the principal against the service tag

Must have manufacturer authorized letter

Must have technical resource availability in Islamabad

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 28 of 41

LED/LCD (Category 2) Specifications (LOT 14)

Sr. No Item Renowned Brands

14.1 LED 70-Inch Display features with stand

4K UHD picture quality with dynamic Crystal Color for crystal clear

Android OS, its equipped with MEMC, Micro Dimming, Dolby Audio,

DTS Sound, Chromecast built-in function & Google Assistant

Lifelike color; 3-year

Cisco WebEx room kit compatible for a powerful conferencing solution

Built-in Wi-Fi and Bluetooth allows for control and content sharing via

tablets and mobile phones

Intelligent UHD upscaling ensures the highest picture quality for both

standard and high definition content

Slim, elegant design for easy-to-mount installation

Clean cable management

System-on-chip (SoC) technology

Embedded media player provide an all-in-one digital signage solution

4K UHD HDMI cable 10m supports ARC and 10.2 Gbps bandwidth to

handle 4K@30fps, 1080p@60fps high resolution with Barely Signal

Loss for a smooth audio visual enjoyment

The warranty and specifications (Part No.) must reflect on the

authorized portal of the principal against the service tag

Must have manufacturer authorized letter

Must have technical resource availability in Islamabad

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 29 of 41

Specifications for MACHINERY & EQUIPMENT (LOT 15)

Sr. No Item Specifications

15.1 Air Conditioner 2

Ton

2 ton split air conditioner (Non Invertor), Cooling capacity:

24000 BTU or higher, High Energy Efficiency Ratio, Auto

Restart & Sleep Mode, Remote Control, Multi Flow Condenser

Fin, Segment Panel display.

Specifications for Electronic Whiteboard (LOT 16)

Sr. No Item Specifications

16.1 Electronic

Whiteboard

55” Digital Interactive Electronic whiteboard for Business

4K with Wi-Fi, HDMI, USB, Light Gray or white

55” interactive display features 4K UHD resolution and a

built-in speaker

Easy content sharing through NFC, screen mirroring, or

HDMI

Multi touch screen (preferably with multiple people to write

simultaneously)

Print option

Usb save

Plug and play connectivity

Optical Technology

Finger Touch/Pen Touch

Multi Touch

Strong back body

Support software included

Preferred: e-mail option

Government of Pakistan

Ministry of Human Rights Islamabad *****

Page 30 of 41

Specifications for Conference Furniture (LOT 17)

Sr. No Item Specifications

17.1 Conference Table

with 6 chairs

Conference table 36x72 or higher dimensions

Wood structure

30 inch height

Durable

Extendable to accommodate 8 people (preferred)

17.2 Conference Chairs Size: 24 W x 23 D x 46 H (Inches)

Headrest Nylon Back Frame

Korean Mesh Black

Adjustable Chromed Armrest With PU Pad

Adjustable Headrest

Adjustable Lumbar

Synchronized Mechanism

Chromed Gaslift (BIFMA)

Aluminum Base(BIFMA)

Black PU Caster (BIFMA)

Specifications for Office Software (LOTS 18-22)

Sr. No Items Specification Quantity

LOT 18 Server

Software

Red Hat Linux (Enterprise Version)/Latest 01 (for 3 years/ May

extended)

LOT 19 Server

Software

Oracle Linux Basic (Version 8.3)/ Latest 01 (for 3 years/ May

extended)

LOT 20 Server

Software

ESXI (version 7.0) For two slots Server 01 (for 3 years/ May

extended)

LOT 21 Pub

Software

Microsoft Office Suite 365 (family ver. for 6

users)

01 or APA

LOT 22 Pub

Software

Adobe Acrobat Suite (Latest Available Version)

01 or APA

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 31 of 41

(INTEGRITY PACT) Annexure - B

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN

CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.________________ Dated __________________

Contract Value: ________________

Contract Title: _________________

………………………………… [name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from

Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity

owned or controlled by GoP through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to

give and shall not give or agree to give to anyone within or outside Pakistan either directly or

indirectly through any natural or juridical person, including its affiliate, agent, associate, broker,

consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification,

bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object

of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation

or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant

hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements

with all persons in respect of or related to the transaction with GoP and has not taken any action or

will not take any action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this

declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other

obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights

and remedies available to GoP under any law, contract or other instrument, be voidable at the option

of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to

indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to GoP in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose

of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation

or benefit in whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… [Seal] Signature: ………………… [Seal]

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 32 of 41

LETTER OF INTENT: BID FORM-01

Bid Ref. No.________________________ Date of the Opening of Technical Bid

Name of the Contract: ________________

To: Ministry of Human Rights, Islamabad

Dear Sir,

Having examined the bidding documents, including Addenda No(s) [insert numbers & Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule provided in Financial Bid or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, if our Financial Bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our Financial Bid is accepted, we undertake to provide a performance security/guarantee in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the bidding documents and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Financial Bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents and have duly provided bid security @ 3% of the total bid value, in the shape of pay order/demand draft/ call deposit in the name of _____________________________ with our Financial Bid.

*We also confirm that if our bid is accepted, that all partners of the joint venture shall be liable jointly and severely for the execution of the contract and the composition on the constitution of the joint venture shall not be altered without the prior consent of the President’s Secretariat *[This clause does not apply if bidder is a single firm]

Dated this [insert:number] day of [insert: month], [insert:year].

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 33 of 41

Signed: _____________

In the capacity of: ________________ [insert: title or position]

Duly authorized to sign this bid for and on behalf of: ____________

[Insert: name of Bidder]

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 34 of 41

DOCUMENTARY EVIDENCE: BID FORM-02

Name of the Firm: _______________________

Bid Reference No: _______________________

Date of opening of Bid.____________________

Documentary evidence for determining eligibility of the bidders & evaluation of bids. Bidders should only initial against those requirements that they are attaching with the form. Bidders are required to mention the exact page number of relevant document placed in the Bid. Bidders are advised to attach all supporting documents with this form in the order of the requirement as mentioned in column-1. Bidders are required to mention the exact page number of relevant documents placed in the Bid.

Required Documentation Initials of the

Bidder

Supporting

Document’s Name

Page Number in the Bid

Column:1 Column:2 Column:3 Column:4

1. NTN Certificate

2. GST Certificate

3. On Active Tax Payers List of FBR

4. Registration/Incorporation/Business

Certificate

5. Complete Company profile

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 35 of 41

6. Experience of Firm (Assignments of

similar nature)

7. Original Manufacturer's

Authorization Letter

8. Bid Validity Period of 60 days

9. Affidavit that the bidder is not blacklisted by any Federal, Provincial Public Sector Organization

10. Compliance with Schedule of

Requirements

11. Submission of required amount of

Bid Security with Financial Bid

12. Compliance with Technical

Specifications

13. Technical Brochures/Data Sheets

14. Manufacturer’s warranty: 03 year

and Onsite Support

15. Original Bidding Documents duly

Signed/Stamped

16. All documents should be properly

Tagged/labelled

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 36 of 41

MANUFACTURER’S AUTHORIZATION: BID FORM-03

To: Ministry of Human Rights, Islamabad

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Supplier/Agent] to submit a bid, and subsequently sign the Contract with you against the Invitation for Bids (IFB) No._____________________ for the goods manufactured by us.

We here by extend our full guarantee and warranty as demanded for the goods offered for supply by the above firm against this Invitation for Bids.

Signature: -----------------------------------

Designation: ----------------------------------

Official Stamp: --------------------------------

*** [This letter of authority should be on the letter head of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid].

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 37 of 41

FIRM’S PAST PERFORMANCE: BID FORM-04

Name of the Firm:___________________

Bid Reference No: __________________

Date of opening of Bid:________________

Assessment Period:(Minimum 03Years)

Name of the Purchaser/Institution

Purchase

Order No.

Description

Of Order

Value of

Order

Date of Completion

Purchaser’s

Certificate

Bidders may use additional Sheets if required.

All certificates are to be attached with this form.

Signature: ----------------------------------------- Designation: -------------------------------------

Date: ------------------------------------------------ Official Stamp: --------------------------------

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 38 of 41

FINANCIAL DETAILS: BID FORM-05

Name of the Firm: _________

Bid Ref. No: ___________________

Date of opening of Bid.____________________

S.#. Name of the Item

Unit Price (Inclusive

of all applicable

taxes)*

Qty

Final Total Price (Inclusive of all applicable

taxes)

1 2 3

4 5

(3x4)

Total Price (Inclusive of all applicable taxes)

User Note: This form is to be filled by the Bidder for each individual item and shall submit with

Financial Bid.

*The quoted price should include the delivery/installation charges.

FINALTOTAL PRICE (in words):______________________________________

Signature: ----------------------------------------- Designation: --------------------------------------

Date: ------------------------------------------------ Official Stamp: --------------------------------

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 39 of 41

PERFORMANCE GUARANTEE – BID FORM 06

To: Ministry of Human Rights, Islamabad

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance

of Contract No.[number] dated [date] to supply [description of goods] (hereinafter called “the

Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier

shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 10% of the total

Contract amount as a Security for compliance with the Supplier’s performance obligations in

accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee: -

Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the

Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake

to pay you, upon your first written demand declaring the Supplier to be in default under the

Contract and without cavil or argument, any sum or sums within the limits of [Amount of

Guarantee]as aforesaid, without your needing to prove or to show grounds or reasons for your

demand or the sum specified therein.

This guarantee is valid until the day of_ .

Signature and Seal of the Guarantors/Bank_______________

Address: _________________

Date: _____________________

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 40 of 41

CONTRACT AWARD LETTER - BID FORM-07

Bid Ref No.: ______________

Date: ______________

Name of the Tender: ______________

Dear Sir/Madam,

AWARD OF CONTRACT

Having examined your technical bid for the above-mentioned tender through technical

evaluation dated: ________________and evaluation of financial bid opened on

________________, Ministry of Human Rights has decided to award the contract to your

company. Draft agreement including all the terms and conditions enclosed below, in this regard

are being shared with you, you are advised to review it and if agreed, come to Ministry of Human

Rights for signing of the agreement.

(Signature and Stamp)

Dated_____________

Government of Pakistan

Ministry of Human Rights Islamabad

*****

Page 41 of 41

FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day of ________ 2021

_____ between _________________________ (hereinafter called the “Employer”) of the one part and ______________ (hereinafter called the “Contractor”) of the other part.

WHEREAS the Employer is desirous that supply and commissioning of IT Equipment herein after called “Work” , viz _______________ should be executed by the Contractor and has accepted a Bid by the Contractor for the

execution and completion of such supply and commissioning of IT Equipment and the remedying of any defects therein.

NOW this Agreement witnesses as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents after incorporating addenda, if any except those parts relating to Instructions to Bidders, shall be deemed to form and be read and construed as part of this Agreement, viz:

a) The Letter of Acceptance

b) The completed Form of Bid along with Schedules to the Bid

c) Conditions of Contract & Contract Data

d) The priced Schedule of Prices

e) The Specifications

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to execute and complete the

supply and commissioning of IT Equipment and remedy defects therein in conformity and in all

respects within the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and

completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5. IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be executed on the day, month and year first before written in accordance with their respective laws.

Signature of the Contactor Signature of the Employer

(Seal) ______________________ (Seal) _____________________

Signed, Sealed and Delivered in the presence of:

Witness: Witness:

________________________ __________________________

(Name, Title and Address) (Name, Title and Address)