22
IPL NO. 1250 Tender No. 0114/2021 SPECIAL INSTRUCTIONS No Cutting erasing is allowed in the Tender bid. Bid offered strictly in accordance with the bid document will only be accepted. Only typed bid will be accepted (no hand written) Bid Security will be accepted in the form of CDR (Call Deposit Receipt) THIS IS FOR STRICT COMPLIANCE, FAILING WHICH THE RESPECTIVE BID SHALL STAND CANCELLED Contact Address: In charge Purchase Cell University of Veterinary and Animal Sciences, Sheikh Abdul Qadir Jelani (Outfall Road) Lahore Tel: 042-99211449, Ext:138 Tel:042-99213650

IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

IPL NO. 1250

Tender No. 0114/2021

SPECIAL INSTRUCTIONS

No Cutting erasing is allowed in the Tender bid.

Bid offered strictly in accordance with the bid document will only be accepted.

Only typed bid will be accepted (no hand written)

Bid Security will be accepted in the form of CDR (Call Deposit Receipt)

THIS IS FOR STRICT COMPLIANCE, FAILING WHICH THE RESPECTIVE BID SHALL STAND CANCELLED

Contact Address:

In charge Purchase Cell

University of Veterinary and Animal Sciences,

Sheikh Abdul Qadir Jelani (Outfall Road) Lahore

Tel: 042-99211449, Ext:138

Tel:042-99213650

Page 2: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

UNIVERSITY OF VETERINARY AND ANIMAL SCIENCES, LAHORE (Enhancement of Research Facilities at UVAS Ravi Campus, Pattoki)

Tel: 042-9211449-50 (Extn-225), Fax: 99211461, E-mail: [email protected]

TERMS & CONDITIONS FOR TENDERS

IPL Number: 1250

1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to

11:00 AM along with 2% Bid Security of Estimated Price/Cost in the shape of pay order/bank draft in

the name of “Treasurer UVAS” Lahore. (Calculation of CDR should be shown on the bidding

documents).

Lot # Description Bid Security (Rs)

01 Poultry & Livestock Husbandry Labs, CVAS Narowal 100,000

02 Animal Nutrition & Meat Technology Labs, CVAS Narowal 100,000

03 Microbiology, Pathology & Pharmacology Labs, CVAS Narowal 80,000

04 Clinical Medicine, Surgery & Theriogenology Labs, CVAS

Narowal

120,000

05 Networking Equipment, CVAS Narowal 270,000

06 Internet Access Manager , UVAS Ravi Campus Pattoki & Sub

Campus Narowal

150,000

07 Antivirus Software, UVAS Main, Ravi Campus Pattoki & Sub

Campus Narowal

60,000

08 Miscellaneous Stores, UVAS Ravi Campus Pattoki & Sub

Campus Narowal

40,000

2. Tenders shall be opened by the Purchase Committee in presence of the contesting bidders or their

authorized representatives on 10-03-2021 at 11:30 AM in the Treasurer Office Meeting Room No.

116, UVAS Lahore

3. Bidding documents must be signed, stamped and written on company’s printed letter pad and

should be submitted in separate envelopes for technical and financial evaluation. Financial bids shall be

opened later after finalization of technical evaluation and only of technically qualified bidders. Financial

bids of unqualified bidders shall be returned unopened.

4. The rates should be quoted both on FOR (In Pak Rupees) and C&F (In Foreign Currency) basis

while local products will be quoted in FOR only.

5. Prices should be in foreign currency for C&F through Letter of Credit (LC) on Airport/Dry port/

Seaport (Lahore, Karachi etc.).

6. The offered rates should be inclusive of all levied taxes quoted in accordance with specification,

accessories, supplies and services. Options for alternate equipment, accessories, supplies & services are

not to be quoted.

7. Quoted rates must be valid for 120 days.

8. No offer shall be considered valid if it is:

a. Submitted without Tender Documents.

b. Submitted without earnest money.

c. Received after the date and time fixed for the receipt of tenders.

d. Received unsigned.

e. Received in ambiguous state

Page 3: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

f. Given by the firm black listed, suspended or removed from the approved list by any

Government, Semi Government, Autonomous Bodies or other firm.

g. Received by Telegram.

I Received with a validity period shorter than required in the tender enquiry.

J Does not conform to general conditions of the enquiry i.e. it is not accompanied by

sample (where required), manufacturer’s literature, authorization letter/certificate etc.

k. Given for stores materially and substantially different from that required in the tender

enquiry.

l. Given conditional.

9. The successful tenderers have to deposit 10% as security/performance guarantee of the total offer

on acceptance of the tender which will be refunded/returned on expiry of warranty / guarantee

period and without interest.

10. All taxes applicable under the rules will be deducted from the bill.

11. The equipment supplied by the supplier shall be brand new, in original manufacturer’s packing

and complete in all respects. Cost of transportation of supplied equipment to the site of University

(City/Ravi//Narowal Campus) and cost of installation and commissioning of equipment shall be

the responsibility of the supplier. Country of origin, model, and year of manufacturing assembly

of all equipment should be mentioned.

10. In case of purchase on C & F basis, Suppliers will submit Performa Invoice in original from their

Principal duly signed & clearly indicating the complete specifications of each item as per tender

inquiry, the name of the manufacturer and country of origin along with certificates authorizing

them to quote on their behalf as follow: -

“This is to certify that M/S--------------have obtained quotation from us against invitation

of tender due on--------- and have agreed to supply the stores strictly in accordance with

the specifications laid down in the said invitation to tender and he is manufacturing

company’s authorised dealer/distributor/ supplier in Pakistan. Tenderer must provide the

E. mail address/website of the original manufacturer”.

11. Letter of Credit will be processed by the University and letter for exemption of taxes where

applicable will also be provided by the University, however, charges with regard to levies

imposed by the Government not covered under exemption letter shall be paid by the University.

12. The University will get the equipment inspected at University premises and reject the equipment,

if not found according to the given specifications. In the case of inferior quality, defective

workmanship, faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier

will replace the short supplied, wrongly supplied, faulty or defective material free of charges or

will pay the full cost of replacement.

13. Supply of material should be made within stipulated period of the Purchase Order positively. In

case of failure, the amount of CDR will be forfeited and purchase will be made at the risk and

cost of the defaulter or penalty as per rules can also be imposed

14. The Supplier shall be notified in writing/through telephone immediately of any defect that may

occur during the warranty period. On receipt of such notification/telephonic message the supplier

shall attend the breakdown within a maximum of 24 hours.

15. The firm offering prices for supply of machinery and equipment should have sufficient qualified

technical staff adequately equipped and having capability to undertake the maintenance or

replacement for the equipment supplied to this University.

16. The University reserves the right to accept or reject any tender or part of it under the PPRA rules.

Page 4: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

17. The University reserves the right at the time of award of contract to increase or decrease the

quantity of stores. The items to be supplied/delivered on weight basis will be weighed on receipt

at the University City/Ravi/Narowal Campus.

18. The University reserves the right to claim compensation for the losses caused by delay in the

delivery of stores.

19. Please read carefully & sign all the tender documents and attach with your bidding documents.

20. The bidding documents (Technical & Financial in separate envelopes) should be dropped

in Tender Box in the office of the Purchase Cell, Room No. 108, 1st Floor, Admin Block

UVAS, Lahore during working days till the last date mentioned in tender notice.

21. The detail of required stores along with specification is given in the subsequent pages.

Page 5: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

LIST OF LAB EQUIPMENT AND MISCELLANEOUS STORE ITEMS

WITH SPECIFICATION

Poultry & Livestock Husbandry Labs, CVAS Narowal - LOT NO. 01

S. # Item Qty. Specification A. Poultry Husbandry

1 Supply of

Feeding &

Drinking

System for

Poultry House

(120’ x 30’)

01 FEEDING AND DRINKING SYSTEM FOR POULTRY HOUSE

SIZE 120’x30’ consisting of: -

Feeding line group: Feeding Lines-2 Nos, Number of tubes per line -10

Nos, Tube length-3.05 m, Pans per tube-4 Nos, Total length of feeding

line-32 m, Total pans-82 Nos, Fill point Position-Front, Type of Winch-

Manual, Type of control Unit-Switch, Intermediate control unit- Movable,

Motor Starter-Yes, Minimum detection for 100/150kg Hoppers-Switch,

Anti-bridging Device-Cannon ball, Type of anti-Perch-Wire. Buffer

System: Type of buffer- Hopper, Type of hopper- 100 kg, Type of

minimum detection- Switch. Drinking line group: Lines-3 Nos, Number

of tubes per line-10 Nos, Total length of drinking line-31 m, Type of

nipple Swii’Flo-Feather Soft, Average capacity of nipple (ml/min)-130

ml/min, Type of Housing-Plastic, Nipples per tube-15 Nos, Type of drip

Cup-Small, Fill point Position-Frontal, Type of Winch-Manual, Type of

reinforcement profile- Round tube galvanized, Type of water supply-

Regulator, Type of water control panel-In parts, Filter type-55 µ,

Manometer type- 0-10 Ba, Anti-perch- wire. Make & type Roxcell or

equivalent.

2 Supply of

Minimum &

Tunnel

Ventilation

and Heating

System for

Poultry House

(120’ x 30’)

01 MINIMUM AND TUNNEL VENTILATION FOR 1 x POULTRY

HOUSE SIZE 120’x30’ consisting of: - Touch screen CNP controller

CNP-1R-1 No, Sensor SHR for farm D104-1 No, Temperature sensor-1

No, VEA Inlet 0.66 MTS. REGULABLE CERRADA-8 Nos, Motor

GOLIAT 24 vcc with battery for inlets GOLIAT-CF-CB-FCV-CIN-2 Nos,

Belt for motor winch of 1,1M-2 Nos, Three - phase exhaust fan with

stainless steel blades of 1 HP. 50 hz-2 Nos, Wall fan EU-56 Three - phase

(12.680 m3/h). -2 Nos, Overpressure shutter PEU-56-2 Nos, Back

protection metal grid Ø56-2 N0s. Hanging material of inlets for

sandwich panel wall: Hot galvanized big general pulley set with nylon

pulleys-4 Nos, Counterweights of 10 kg-2 Nos, Meter of galvanized

towrope D5mm, very flexible 6 x 37+1-66, Cable holder DIN-741 (Thread

M6) ZN-32, Pulley 7/8'' INOX AISI 304 for poultry/ pig farms-32, Non -

extending sting to resend the VEA 100 and VEA 140 air inlets-16,

Stainless steel eye bolt m8. Female-32. Hanging material for curtain for

sandwich panel wall: General pulley big double complete galvanized-1

No., Hot galvanized big general pulley set with nylon pulleys-2 Nos,

Counterweights of 10 kg-2 Nos, Meter of galvanized towrope D5mm, very

flexible 6 x 37+1-40, Cable holder DIN-741 (Thread M6) ZN- 12, Pulley

7/8'' INOX AISI 304 for poultry/ pig farms- 8 Nos, Non - extending sting

to resend the VEA 100 and VEA 140 air inlets-20 Nos, Stainless steel eye

bolt m8. Female-16, Inside corner pulley set with pulley galvanized-2 Nos,

Motor GOLIAT 24 vcc with battery for inlets GOLIAT-CF-CB-FCV-CIN-

1 No., Belt for motor winch of 1,6M-1 No. Cooling Pad: Cooling pad

7060 de 60x15x180cm. PAD-60X15X180-7060-15 Nos. Make & type

Exafan or equivalent.

3. Supply of

Lighting,

Electrification

and

Installation of

Pads, Feeding,

Drinking,

Ventilation

System at

Poultry House

(120’ x 30’)

01 Supply of Lighting, Electrification and Installation of Pads,

Feeding/Drinking / Ventilation System at Poultry House Size 120’x30’ as follows: -

Lighting

a. 48/52 Bulbs 22 Watt LED Philips inside house

b. 20 Bulbs 22 Watt LED Philips outside house along with

water proofing incl. holders

c. Lighting in the farm, control room and service room

Wiring

a. 08 Coils Single Core Cables 3/29 - 90 M

b. 07/08 Coils Single Core Cables 7/29 - 90 M

c. 04 Two Core 40/76 - 90 M

d. 04 Four Core 40/76 - 90 M

e. 02 Single Core 7/36 - 90 M

Panel Box 4xPanel Boxes as following: -

a. Changeover Panel - WAPDA to Generator to Control Room

(1) 03x100 Amp Breaker

Page 6: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

(2) 01x60 Amp Breaker

(3) 02x30 Amp Breaker

(4) 01xAmp Meter

(5) 01xVoltage Meter along with accessories. Components should

be of Fuji, Schneider or Siemens.

b. Main Panel - 16 Selector in the Control Room. Box made of 18

Gauge Sheet - 3.5’ x 3.5’ dimension. 16 Selector Switch, 16 Panel

light, 03 Voltage light, 16 Overload, 16 Manual Starter, 01 Phase

Failure, 03 City Coil, 01 Voltage Meter, 20 Single Pole Breaker,

03 Double Pole Breaker, 01 60 Amp Main Breaker, 01 30 Amp

Breaker, Copper Box Bar Duct, 16 mm wire, 06 mm wire, 03 mm

wire, Different connector, thimble etc. Components should be of

Fuji, Schneider or Siemens

c. Feed Panel: 03 Connector Switch, 03 Overload, 06 Panel light, 03

Voltage light, 01 Four Pole Breaker, 03 Single Pole Breaker, 03

Manual Starter along with accessories like wires, ducts etc.

Different connector, thimble. Components should be of Fuji,

Schneider or Siemens

d. Pad Panel: 03 Connector Switch, 03 Overload, 06 Panel light, 03

Voltage light, 01 Four Pole Breaker, 03 Single Pole Breaker, 03

Manual Starter along with accessories like wires, ducts etc.

Different connector, thimble etc. Components should be of Fuji,

Schneider or Siemens

Ducting: 300 ft. Ducting inclusive 40 x 60 mm, 25 x 40 mm Wire

Clamps assorted

Others: 01x Pad Motor 1 HP, Pad Curtain Terpal to cover Pads

from inside

Pad Fitting 7/8 18 gauge sheets incl. cutting, bending,

jointing with rivet, nut bolt etc. Water Pipe PVC 1.25

“over the pad Plumbing Pipes with material from motor

to water pipe PVC over the pad Switch Boxes.

Installation of Systems: Installation & Commissioning of Automatic

Feeding/Drinking System and Minimum Cum Tunnel Ventilation &

Heating System at Poultry House, CVAS Narowal as per instructions and

requirements of European Supplier and End User.

B. Livestock Production

4. Automatic

Sprinkling

System for

Dairy Cattle

Shed (73’x 63)

01 Pipe 2” diameter 12 Bar Popular or equivalent, Sprinkler (T) size

2”, Sprinkler Nozzle size 1” , Water pump 3HP-02, Auto valve 2”,

Panel board 2’x2’, Breaker 25 Amp and cable Pak at CVAS

Narowal

5. Automatic

Cooling

System for

Dairy Cattle

Shed (73’x 63)

01 Dairy Fans 55” with Motor 1.5 HP, Bilal or equivalent along with

electrification cable, panel boards etc. and installation as per user’s

requirement at CVAS Narowal.

6.

Electrification

and Lighting

for Dairy

Cattle Shed

(73’x 63)

01 Electrification (Pak Cable), panel boards and number of points/lights as

per user’s requirement at CVAS Narowal

Page 7: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Animal Nutrition & Meat Technology Labs, CVAS Narowal - LOT NO. 02

A. Animal Nutrition

1. Mini Wiley

Mill (Lab) 01 Sample Type: Dry samples up to 15% moisture and 10% fat, i.e.

Grains, cereals, seeds, beans, dry granular foods, pelleted feed. Sample

Size: < 14 mm. Grinding Rate/Time: Approx. 3 g/Second. Grinding

Speed: Grinding disc 3.000 rpm. Particle size Coarse Grist Timer No

Safety Micro Switch Cleaning Low cross contamination. Power supply

200-240 V, 50-60 Hz, 100-120 V, 50-60 Hz Power consumption 450 W

Net weight 21.3 kg Dimensions (w x d x h) cm 16,7 x 38,5 x 35 cm.

Accessories • Glass sample bottles 350 ml 4 pcs/pkg and 40 pcs/pkg. •

Wire brush • Brush • Funnel with lid • Grinding Discs (1 pair). Foss or

equivalent. 2. Automatic

Bottle Top

Burette

02 To be supplied with: 45mm thread, telescoping filling tube (170-

330mm), recirculation tube, 2 batteries (AAA/UM4/LR03), 3 bottle top

adapters, 2 amber colored light shield inspection windows, performance

certificate, operating manual, with one-year warranty.

B. Meat Technology

1. Meat Texture

Analyzer 01 Stable Microsystems TA. XT2i, TA. XT Plus, TA. XT Express with

applied accessories (Warner Bratzler blade, Thin Bratzler blade with V

slot, Volodkevich teeth jaws, Meullenet-Owens Razor Shear blade)

with Computer data cable & accessories. 2. Minolta

Colorimeter 01 Konica CR410 or equivalent, color measuring equipment with 50 mm

aperture with onsite printing along with Computer data cable &

accessories. 3. Meat Mincer 01 Capacity 150 Kg to 250 Kg per hour with compatible diameter of

knives & hole. Light weight SS body. European origin. 4. Vacuum

Packer 01 Portable, single chamber (dimension 435x455x110mm), power 220

volt/50 Hz. Sealing length 400mmx2. 5. Vacuum

Sealer 05 Food saver compatible, BPA free, commercial grade, heavy duty and

compatible with all Vacuum Sealers. 6. pH Meter

(For Meat) 01 Back light LCD screen, temperature compensation and calibration

along with accessories & pH solution 4 and 7. Suitable for meat having

special probe. 7. Cooking

Water Bath 02 SS water bath with automatic temperature controller. Student make &

type.

8. Electronic

Carcass Scale 01 Capacity up to 1000 Kg.

9. Weighing

Balance 01 Top Loading Digital Scale with weighing capacity 30 Kg

10. Deep Freezer 01 13 CFT, rust resistant body, stainless steel inner lining & double door.

DAWLANCE/WAVES/PEL or equivalent. 11. Horizontal

Display

Chiller

01 Horizontal meat refrigerator. Dimensions 6’x3’x3’, defrost type, copper

tube evaporator, digital temperature controller & LCD display. High

quality stainless steel interior & high quality fan.

DAWLANCE/WAVES/PEL or equivalent. 12. Cutting

Table 02 Stainless steel made with Teflon top. Dimension 5’x3’

13. Food Grade

Thermometer 01 Stainless steel long probe, LCD screen, temperature range 58-573F

with suitable plastic case. 14. Knives Set 01 High quality stainless steel made of odd sizes. 15. Electric Bone

Saw 01 Electric meat/bone saw with stainless steel platform 475-490 mm.

Blade stainless steel with 10-15 m/s speed. Cutting thickness 4-180mm,

with last slide device and adjustable protective rail.

Page 8: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Microbiology, Pathology & Pharmacology Labs, CVAS Narowal – LOT NO. 03

A. Microbiology Lab

1. Egg Incubator 01 Dimensions: Width80 cm, Depth 53 cm, Height 88 cm. Weight ca. 50

kg, Power-consumption in 24h., ca. 0,8 kW and can incubate more

than 290 eggs. 2. Petroff Hauser

Counting

Chamber

01 As per standard regarding size and material

B. Pathology Lab

3. Multi-Head

Teaching

Microscope

01 Teaching Microscope for Six (06) Persons with infinity colour

corrected optics. Microscope stand: TL, 5x H encoded. Mechanical

stage 75x50 R Z-drive with fine drive knob left and fine drive disk

right, flat with scale 15 mm focus lift, reversed revolving nosepiece 5x

(quintuple) bright field, stage and condenser carrier, mechanical stage

75x50 R, reckless with hard coat anodized surface, 210 x 145 mm

stage plate, right drive 135 mm (extendable by 15 mm) with friction

setting, specimen holder for one-hand operation, spring lever left,

built-in transmitted-light illumination with white LED, integrated 24V

DC 60W power unit, stabilized 100...240V AC/ 50...60Hz ECO mode

and light management control button, snap button supports Axiocam

USB 2.0 to PC, dust cover, filter holder in TL, fine drive knob with

Scala Contrast-enhancing blue filter Binocular tube 30°/23, 360°

rotation with interpapillary distance. Binocular phototube 30°/23

(100:0/0:100) 360° rotation with interpapillary distance. Objective A-

Plan 5x/0.12. Objective A-Plan 10x/0.25. Objective A-Plan 20x/0.45.

Objective A-Plan 40x/0.65 Spring loaded. Objective A-Plan 100x/1.25

Oil, Spring loaded. Condenser 0.9/1.25 H. White-balance filter. Centre

component for co-observation with dimmable LED pointer in

3 interchangeable colors (red, green, white), Tube carrier for 1 Co-

observer, light-intensive, end panel, left. Eyepiece PL 10x/23 Br. foc.

with eeyepiece eyecup. Microscopy Camera color. Number of Pixel:

3840 (H) x 2160 (V) = 8.3MP, Ultra HD (4K). Selectable Resolution:

3840 x 2160 = Ultra HD (4K) and 1920 x 1080 =

Full HD (1080p) Live frame rate via HDMI: 30 fps, Camera Adapter

60N-C 2/3" 0.5x Software Module for advanced interactive

measurements, morphological parameters of free defined contours,

measurements of mean grey and colour values. Export of measurement

data. Compatible Desk Top Computer System. With i5 processor,

500GB HDD and 8GB RAM along with 18” LCD Monitor (Branded)

C. Pharmacology Lab

4. Micro Pipettes

with

Disposable

Tips

02

Sets Automatic adjustable micro pipettes with disposable tips, electronic of

various ranges. Eppendorf or equivalent.

5. Blood Pressure

Measurement

Device

Digital and suitable for veterinary use

Page 9: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Clinical Medicine, Surgery & Theriogenology Labs, CVAS Narowal - LOT NO. 04

1. Pleximeter and

Percussion

Hammer Set

02 Nickle pledged brass, DI-50-0788 50* 28 mm.

2. Dental

Instrument Set 01 Canine & Feline Dental Instrument Kit. It includes Premium

Instrument Box, Apical Elevator, Winged Elevator-1mm, Dental

Elevator Modified Bein-3mm, Dental Elevator Modified Bein-2mm,

Dental Elevator Modified Bein-4mm. Periodontal Probe: Dental

Elevator Fahrenkrug-2mm, Dental Elevator Fahrenkrug-3mm. Root

Extraction Forceps: Sub gingival Curette Gracey - ¾”, Sub gingival

Curette Gracey – 9/10”. Eickemeyer Mouth Gag Set. 3. Laryngoscope 01 Laryngoscope – Macintosh Bickford, Inc. or equivalent Veterinary

metallic Macintosh style Laryngoscope. Standard hook-on connection

lamp at distal end. I.D. is 7/8” will pass up to size 14 E. T. tube. 4. Ophthalmo-

scope 01 Welch Allyn standard or equivalent Ophthalmoscope.

5. Electrocardio-

gram 01 Heart screen 60G Vet Innomed Hungary or equivalent.

6. Digital X-Rays

Unit with

Accessories

01 Switchable between small animal use and equine use. High

Frequency Inverter Micro Processor Controlled (Size: 29.0 (W) x

23.0 (H) x 41.0 (L) cm approximately), Power Ratings – 2.5 kW,

mono-block. X-ray tube: Fixed Anode type. 1.2 Focal spot value.

20KHU anode heat storage. 30 to 100KV, 25-40mA, 0.25 to

60mAs, Exposure time range: 0.01 ~ 2.0 seconds, Line Voltage:

220V, 50Hz, X-ray Field Adjustment: Light beam LED collimator

with double laser pointer (45 sec timer) Collimator is light-on by

button on the control panel or 1st stage of the hand switch. DR

interface connector. Serial connector with PC, X-ray Exposure

factor: Automatic setting by anatomical system. PC

communication: X-ray exposure factors can be set by x-ray unit or

PC each other (two-way). Receptor Type: Amorphous Silicon

with Charge Well Pixel TM Technology. Convention Screen:

Scintillator Gadolinium Oxy-Sulphide. Pixel Area: Active 42.4 (h)

x 35.3 (v) cm/16.7” x 13.9”. pixel matrix: Active 3,052 (h) x

2,540 (v) pixels. Pixel Pitch: 125 〜 143 microns. Limiting

Resolution: 3.6 lpi/mm. 40 〜 150kVp. Imaging Preview: 1

second/cycle time (Minimum/Standard): 3 〜 5 sec. Refresh

Cycle: 6 〜 10 sec. Total Cycle time: 8 〜 10 sec, Gigabit

Ethernet (Wireless), Imaging Size: Up to 14 x 17 inches (35cm x

43cm), A/D Conversion: 14/16 bit, Multi Shot Interval: < 2.0 sec.

Compatible for integrating general X-ray application to advanced

processing image: Integrated software with various tools for

advanced measurements and image automatically optimization.

Including software for quality image assurance. Including

software for patients’ data base. With latest Laptop Core i5

(Branded).

Country of Origin: USA, Europe, Japan 7. Gas Anesthesia

Machine 01 The new Gas Anesthesia is a compact, modular, intended to match the

highest technical requirements of animal labs that do not compromise on

quality. A wide range of options and accessories are available, most of

which can be added in a scalable manner, making the system modular.

Flow-meter and anesthetic Vaporizer, Induction box and/or mask with

breathing circuit. Scavenger or flow hood (for gas anesthetic removal). Digital Flowmeter with wide range (up to 16 liters per minute) for

multiple animal delivery. Its wide flow range (from 0.3 to 16

l/min.) and fine resolution (0.1 l/min.) guarantees enough gas flow

to anesthetize up to 6 animals simultaneously. Small and large

animals could be anesthetized with the same system (virtually,

from mouse to horse!). Manifold for mask/induction-box switch

and full range of accessories. Gas Anesthesia Systems come with

a pre-installed mounting bracket to fit the Dual Diverter Manifold.

The anesthetic gas flow can be diverted toward 2 independent

Page 10: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

devices (i.e., an induction chamber and a breathing mask). A

simple and efficient humidifier is included with the manifold. It is

especially recommended for long-term anesthesia, when

dehydration may become an issue. The Multiple Delivery

accessory allows the connection of up to six devices to one

anesthesia system for simultaneous operation. A solution to

handling waste anesthetic gases when active evacuation systems

are not available, activated charcoal canisters remove approx. 50g

of halogenated anesthetic agents from the waste gas stream before

being discarded. With large Induction Box.

Country of Origin: USA, Europe, Japan 8. Stethoscope 08 3M Littman classic. 03 cardiology grade and 05 for demonstration

purposes

9. BP Apparatus 10 Imported quality and of veterinary grade 10. Obstetrical sets

(with fetotomy

set) Complete

set

01 Complete set along with fetotomy set as per User’s requirement.

11. Instrument

Sterilizer

(Syringes,

needles,

instruments

etc.)

01 Stainless Steel. Electric and Model Steri 350 Switzerland or equivalent.

Page 11: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Technical Evaluation Criteria for Lot No 01 to 04:

The Bidders and their Proposals shall be evaluated by the Evaluation & Technical Scrutiny Committee as per following

evaluation criteria in the light of PPRA Rules, 2014 (amended). The Bidders who have complied with the legal

mandatory and Eligibility Criteria will be taken for further processing as mentioned below.

Category Descriptions Points

Legal (Mandatory & all

documents must be

attached)

Valid Income Tax Registration Mandatory

Valid General Sales Tax Registration Mandatory

Valid Professional Tax Mandatory

Active taxpayer status (Income tax + GST) =Active with FBR as on

the date of submission of tender)

Mandatory

Certificate of Company/ Firm Registration / Incorporation under the

laws of Pakistan.

Mandatory

Submission of undertaking on legal valid and attested stamp paper of

Rs.100/- that the firm is not blacklisted by any of Provincial, Federal

Government, Department, Agency, Organization or autonomous body

or Public sector university and Private Sector Organization.

Mandatory

Eligibility Criteria

(Technical & all documents

must be attached)

Must have 3 Year experience with Original Principal / Manufacturer

as Authorized sole Distributor / Authorized sole Dealer.

Mandatory

At least 3 Repair / After Sale Service Satisfactory Certificate from

Provincial, Federal Government, Department, Agency, Organization

or autonomous body or Public sector university and Private Sector

Organization.

Mandatory

Minimum 3 Deployment of similar Equipment, products and similar

value of costing of Rs. 3.000 Million or above (Purchase Order is

required) with Provincial, Federal Government, Department, Agency,

Organization or autonomous body or Public sector university and

Private Sector Organization.

Mandatory

Compliance to the technical specifications of all items to be procured. Mandatory

All literatures, brouchers, catalogue and helping data / documents

regarding technicality of items, products should be provided

Mandatory

Note:

Verifiable documentary proofs for all above requirements are mandatory.

Vendor/ Supplier will be responsible for the inspection, installation & demonstration of the supplied equipment in

client environment as per client's requirement.

Brand, Model, catalogue number and make of quoted equipment, etc. must be in original.

The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

adequate capabilities for supply of Goods/Items/Services will be rejected in the light of PPRA Rules,

Page 12: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Networking Equipment, CVAS Narowal - LOT NO. 05

Active Equipment

1. Layer 3

Switch

01 48 Nos. 10/100/1000 (BASE-T) Access Ports or Higher

4 Nos. Gigabit Ethernet with SFP Ports or Higher

Layer 3 and Stacking Capable

Forwarding Capacity 75Mpps or Higher

Stacking bandwidth 155 Gbps or Higher

Switching Capacity of 175 Gbps or Higher

Ram 4GB or Higher

Must support TACACS+/RADlUS, RPF, DHCP snooping, Dynamic

ARP Inspection, Storm control

Must provide POE power upto 390W or Higher

Dual Redundant 640W Power supply

Must Support SNMP v1/v2 /v3 or Higher, Network Timing Protocol

(NTP) or Equivalent

MAC Address Table Size 32K or Higher

Must have a support for Port Aggregation Protocol (PAgP),Flex Link,

Link Aggregation Control Protocol (LACP), CAPWAP-compliant

DTLS encryption, UDLD, VTP, TFTP

Must have support for IEEE B02.1d, IEEE 802.1w, IEEE 802.1s,

IEEE 802.3ad, IEEE 802.1p, IEEE 802.1q,IEEE 802.3af and IEEE

802.3at, IEEE 802.1x or Equivalent

Remote login support Telnet, SSH v1 & v2 or Higher

Minimum active VLANs 2000 or Higher

Next-business-day, 8x5 advance hardware replacement and onsite

parts replacement and installation 2. Router

01 Router Chassis must be modular (slots supports for interface and

services modules) or Equivalent

Multi threaded OS with Distributed architecture enabled with Trustsec

Aggregate Throughput 1 Gbps or Higher

High-performance multicore processors support high-speed WAN

connections

4 GE/SFP for WAN or LAN

4GB control plane memory and 2GB data plane memory or Higher

8G Compact Flash Memory or higher

3 Network Interface Modules

VRF aware FW and NAT

IPv4 Routing Protocols RIP v1/v2, EIGRP, OSPF, BGP, PBR & PfR

IPv6 Routing Protocols EIGRP, RIP, OSPFv3, IS-IS, BGP & PBR

Multicast Routing Protocols PIM-SM, mroute (static route), and MLD

Redundant AC-Input Power Supply

Rack space 2 RU or Less

Next-business-day, 8x5 advance hardware replacement and onsite

parts replacement and installation 3. Layer 2

Switch

02 24 Nos. 10/100/1000 (BASE-T) Access Ports or Higher

4 Nos. 1GbE (1000BASE-T) SFP Modules or Higher

Forwarding capacity 60 Mpps or Higher

125 Gbps Switching Capacity/Fabric or Higher

Ram 512 MB or Higher

Must provide POE power upto 350W or Higher

Must support TACACS+/RADlUS, Jumbo Frames, DHCP snooping,

Dynamic ARP Inspection, Storm control

Must Support SNMP v1/v2 /v3 or Higher, Network Timing Protocol

(NTP) or Equivalent

MAC Address Table Size 16K or Higher

Must have a support for Port Aggregation Protocol (PAgP), FlexLink,

Link Aggregation Control Protocol (LACP), UDLD, VTP, TFTP

Must have support for IEEE B02.1d, IEEE 802.1w, IEEE 802.1s,

IEEE 802.3ad, IEEE 802.1p, IEEE 802.1q,IEEE 802.3af and IEEE

802.3at, IEEE 802.1x or Equivalent

Remote login support Telnet, SSH v1 & v2 or Higher

IPv4 QoS ACEs 500 &1000 active VLANs or Higher

Next-business-day, 8x5 advance hardware replacement and onsite

parts replacement and installation 4. SFP Module

04 1000BASE SFP transceiver module for Single-Mode Fiber upto 10km,

1310-nm wavelength, extended operating temperature range (-5 to

85°C) and Digital Monitoring support, dual LC/PC connector

5. Wireless

LAN

01 Support for Next Generation Network based Application Visibility and

Control for at least 1400 well known encrypted and unencrypted

Page 13: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Controller

applications or above

Support for SD-Access and Programmable APIs

Support for WEBUI management as well as DNA Center and Prime

Infrastructure compatibility

Must provide TrustSec, Trust Anchor with WIPS Support

Must Support 500 access points and 10000 clients or higher

Must Support 4000 WLANs or Higher

Optimize 802.11ac Wave 2 with 802.11ax next-generation networks

with 10 Gbps throughput or higher

Support centralized, fabric deployments

Support high-availability features for uninterrupted application

availability and no incremental system downtime

Must Support Quad 2.5/1 Gigabit Ethernet connectivity

Must Support Dual 10 Gigabit Ethernet uplink connectivity

HA with AP and client SSO

Support for Authentication Methods of Extensible Authentication

Protocol (EAP) , Radio Service Set ID (SSID) , RADIUS , TACACS ,

X.509 certificates

104-bit WEP, 128-bit WEP, 40-bit WEP , AES-CBC , AES-CCM ,

AES-CCMP , DES , IKE , MD5 , PKI , RC4 , RSA , SHA-1 , SSL ,

TKIP , TLS 1.0 , TLS 1.1 , Triple DES , WPA , WPA2

Maximum 1 RU with mounting kit

With lifetime 20 access points License

Next-business-day, 8x5 advance hardware replacement and onsite

parts replacement and installation 6. Wireless

Access

Points

20 Must support operational modes of Standalone, WLAN Controller and

Software Controller based (Centralized), Sniffer, Monitor, mesh

802.11ac Wave 2 capabilities: 3x3 MIMO with two spatial streams,

single-user or multiuser MIMO with 802.11ac beamforming

20, 40, and 80-MHz channels for data rates up to 867 Mbps or Higher

Packet aggregation through A-MPDU (Tx/Rx), A-MSDU (Tx/Rx)

2.4 GHz integrated antenna with at least 3 dBi gain and 5 GHz with at

least 5 dBi gain, both internal omnidirectional with horizontal

beamwidth of 360°

Must have at least 1 x 10/100/1000BASE-T (RJ-45) PoE supported

interface and USB 2.0 support

1 GB RAM or Higher

256 MB flash or Higher

Must support IEEE standards like IEEE 802.11a/b/g, 802.11n,

802.11h, 802.11d, IEEE 802.11ac Draft 5, 802.11i, 802.3af/802.3at,

Wi-Fi Protected Access 2 (WPA2), WPA, 802.1X, Advanced

Encryption Standard (AES), EAP-Transport Layer Security (TLS),

EAP-Tunneled TLS (TTLS) or Microsoft Challenge Handshake

Authentication Protocol Version 2 (MSCHAPv2), Protected EAP

(PEAP) v0 or EAP-MSCHAPv2, EAP-Flexible Authentication via

Secure Tunneling (FAST), PEAP v1 or EAP-Generic Token Card

(GTC), EAP-Subscriber Identity Module (SIM), Wi-Fi Multimedia

(WMM)

Next-business-day, 8x5 advance hardware replacement and onsite

parts replacement and installation

Passive Equipment, CVAS Narowal 1. UTP Cable 15 Cat 6 UTP four pair Cable (1000 ft. roll), UL-Listed 23AWG (0.57

mm) CM Rated ANSI,TIA,EIA, ISO Compliance- 1G Support for

100meter and 10G support for 40 meter 2. Dual Shutter

Faceplate

30 Dual Shutter Faceplate for One- Piece Tool Less RJ45 I/O

ANSI,TIA,EIA, ISO Compliance Flame Retardant plastic 3. RJ45

Connector

30 Cat- 6 UTP RJ45 one-piece Tool Less connector, U-shaped cable entry

with a smart bridle for easy wiring, Front marking and rear color

coding 4. Back Boxes 30 Back Boxes, Same make 5. UTP Patch

cord

60 Patch cord CAT6 UTP 1 meter Machine punched, Stranded,

ANSI,TIA,EIA, ISO Compliance with Gold over nickel plated

contacts in Connector, must have anti snag mechanism 6. UTP Patch

cord 30 Patch cord CAT6 UTP 3 meter Machine punched, Stranded,

ANSI,TIA,EIA, ISO Compliance with Gold over nickel plated

contacts in Connector, must have anti snag mechanism 7. Patch panel 02 Patch panel with 24 Ports fully loaded with CAT6 I/O with rear cable

management ANSI, TIA, EIA, ISO Compliance Flame retardant -

Removable rear cable management tray and locks on each side. 8. Cable

Manager 02 Front Cable Manager Metal Body powder coated with Tempered

Plastic Top (Slideable) for easy management

Page 14: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

9. Data cabinet 01 Data cabinet 42 U, Floor standing with glass doors Lock & Keys,

Perforated Top, 2 Cooling Fans Power Strip of 3 PDU with Four

Sockets Clipsal each

10. Data cabinet 02 Data cabinet 9 U, Wall Mount Double Section with glass doors Lock

& Keys, Perforated Top, 2 Cooling Fans 1 PDU with Four Sockets

Clipsal

11. UTP Laying 30 UTP cable and Duct laying, cable tagging, Node termination and

testing, piping including all services related to Installation and

commissioning

12. PVC Duct 50 Dura Adam Jee PVC duct 16x38 (10 Feet length) 13. Fibre Optic

Cable 300 12 Core SM OS2 outdoor direct burial steel armor Fiber Optic support

of 10 Gig, made with corning fiber glass (MT) 14. ODF Box 01 24-Port OFDF Box (Complete Coupler-SC) loaded with 12 SC Duplex

adapters with 2 fiber adapter plates and 48 SC simplex pigtails 15. ODF Box 02 8-Port OFDF Box (Complete Coupler-SC) loaded with 4 SC Duplex

adapters with 2 fiber adapter plates and 8 SC simplex pigtails 16. Fibre Patch

Cord 08 Patch Cable - SC to LC (3 Meter)

17. Pig Tails 40 SC Simplex Pig Tails 18. Splicing 30 Fiber Optic Cable Splicing 19. PVC hard

Pipe 300 PVC burial hard Pipe 1" (Mt) for outdoor Fiber

20. Flexible Pipe 20 Flexible Pipe 2" (feet) 21. Flexible Pipe 20 Flexible Pipe 1" (feet) 22. Flexible Iron

Pipe

10 Flexible Iron Pipe 1" (feet)

23. Fiber laying 300 Fiber Optic Cable Laying with simple sand Charges (MT) 24. Digging 250 Marking and Excavation of trench for Fibre cable laying measuring

40cm & depth 90cm, laying of cable, 10cm thick sand layer above and

below the cable, supply and fixing of 1st class bricks above the cable,

laying of warning tape, back filling and disposal of surplus dressing as

well as Fiber Markers (MT) 25. Boring 20 Under Road Boring (Mt) 26. Main Hole 05 Main hole for Fiber Optic: The size of hand hole (Outer dimension)

shall be 118.87 Cm x118.87Cm x91.44 Cm (L x W x D). All Walls,

base & roof shall be 11.27 Cm concrete 1:2:4 ratio materials shall be

used; its inner dimension shall be 91.44 Cm x 91.44 Cm x 91.44 Cm.

An iron mesh 23 Cm x 23 Cm shall be provided on all four walls as

well as base and roof and the rings shall be framed to buckle the all

iron bars. Hand hole Neck in Round Shape shall be 45.72 Cm (18”

Approximately) while its cover shall be provided in round shape 43.18

Cm (17” proximately) diameter in the center of the roof and its round

edge shall be 3Cm iron frame. (Iron bar thickness shall be 13mm)

Page 15: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Technical Evaluation Criteria for Networking Equipment:

The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

adequate capabilities for supply of Goods/Items/Services will be rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

evaluation criteria:

Category Description Marks

Legal (Mandatory)

Certificate of Registration / Incorporation Mandatory

Income Tax Registration Mandatory

General Sales Tax Registration Mandatory

Undertaking that the firm is not blacklisted and involved in

litigation with Government Mandatory

Technical

(Mandatory)

Must have 03 Years’ Experience with Principal /

Manufacturer as Distributor / Reseller / Partner for Active and

Passive Equipment

Mandatory

The Quoted Brand for Active and Passive Equipment should

be USA, JP, EU, UK, AU Mandatory

Bidder should provide an authority letter from the Principal

specifically to participate in this tender. (MAF) Mandatory

Participating Firm must have valid ISO 9001 Certification or

above Mandatory

The Quoted brand for Active Equipment should belong to

Leader Quadrant of latest Gartner report corresponding

"Wired and Wireless LAN Access Infrastructure" category

Mandatory

At least 03 Repair / After Sale Service Satisfactory Certificate

from Semi Government / Government of value equal to 05

Million or higher

Mandatory

OEM/Principal must have a fully functional office in Pakistan. Mandatory

Single System Integrator, no joint ventures will be allowed.

Items will be supplied as a solution package deal. Mandatory

Three years on-site warranty, NBD replacement, support and

maintenance for the entire Solution would be required. Mandatory

General Terms & Conditions:

UVAS may waive any minor informality, non-conformity or irregularity in bid which does not constitute a material deviation,

provided such waiver does not prejudice or affect the relative ranking of any bidder.

Bidder is required to submit data sheet of quoted equipment (Exact Model) in support of their quoted technical specifications.

The partner should be able to provide long term support and services (back to back with OEM/Principal) which will be verifiable

from Principal.

There should be single brand for active as well as passive equipment Compliance to the technical specification of all items to be

procured.

Vendors will provide spare part list, with quantities to meet SLA requirements.

Tender will be evaluated on turnkey basis for deployment of network i.e Overall Lowest Bidder in Lot.

The bidder is required to provide principal’s shipment document mentioning equipment make/ model, part numbers and serial

numbers that the equipment has been shipped against the order placed for UVAS

The complete system will be deployed, configured as per user requirement and international standards.

Page 16: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Internet Access Manager, UVAS Ravi Campus Pattoki & Sub Campus Narowal

LOT NO. 06

1. Secure Web

Gateway 01 General Requirement

Must Be Listed in 2020 Gartner Magic Quadrant for Secure Web

Gateway

Must Have Minimum 1.2Gbps Live Throughput (All Features

Enabled)

Must Have Minimum 6000 Concurrent Users

Must Have Minimum 1TB Storage Capacity

Must Have Minimum 6 x 1G Ethernet Interface

Must Have Minimum 2 x 10G SFP+ Interface

Must Quote 5 Years Traffic Control Features License

Must Quote 5 Years Software Upgrade & 24x7 Technical Support

Must Quote 5 Years Hardware Warranty Service

Must Quote Onsite Configuration & Installation

User Authentication & Management

Must Have User Identification Base on IP Address, MAC Address,

Hostname

Must Have User Binding Base on IP Address and MAC Address

Must Have Identification of Endpoint such as Mobile, PC and etc.

Must Have SMS Authentication, Captive Portal and etc.

Must Have Captive Portal Integration with Microsoft Active

Directory

Must Have Customizable Captive Portal HTML Page

Must Have URL Redirection After Captive Portal Authentication

Must Have Single Sign-On (SSO) Authentication Base on Active

Directory, Radius, POP3 and other Database Servers

Must Have QR Code Authentication with Self-Registration

Capability

Application Control & Identification

Must Have More Than 6500+ Application Signatures

Must Have to Block HTTPS Application and HTTPS Traffic without

Install SSL Certificate

Must Have to Display Warning Message for Blocked URL

Must Have Application Control Policy with Application Based,

Service Based, User Based and Schedule Based Policy

Must Have Punishment Policy for User Internet Violation (Block

Internet Access for Certain Period, Limit Bandwidth Speed for

Certain Period and etc.)

Must Have Anti-Proxy Module Effectively Block Proxy Application /

VPN Application such as TOR Browser, Browsec, Ultrasurf,

FreeGate and etc.

Bandwidth Management

Must Have Quota Based Bandwidth Management (Daily and

Monthly)

Must Have Limited Bandwidth Channel and Priority Bandwidth

Channel

Must Have Dynamic Bandwidth Management

Must Have Per User Based Bandwidth Management

Must Have Bandwidth Management Policy with Application Based,

Service Based, User Based and Schedule Based

Internal & External Report Center

Must Have Built-In Internal Report Center for Minimum 6 Months

Logs

Must Have External Report Center Hardware OR Software for

Longer Report Logs Storage

Must Have to Generate Overall Network Information such as

Maximum Concurrent User, Maximum Bandwidth Utilization,

Network Peak Hour and etc.

Must Have to Record User Traffic Logs with Details such as URL,

Source IP Address, Destination IP Address, DNS Server, MAC

Address, Source Port, Destination Port, Protocol, Timeline and etc.

Must Have to Generate Report with Different Timeline such as

Yearly, Monthly, Weekly, Hourly, Minutely and Secondly

Must Have to Log Incoming Email and Outgoing Email with Sender

Address, Recipient Address, Email Title, Send Time, Receive Time,

Email Attachment and etc.

Must Have Big Data Report Analysis Capability such as Internet

Page 17: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Addiction Risk Analysis, Electricity Waste Analysis and etc. 2. Secure Web

Gateway 01 General Requirement

Must Be Listed in 2020 Gartner Magic Quadrant for Secure Web

Gateway

Must Have Minimum 600Mbps Live Throughput (All Features

Enabled)

Must Have Minimum 3000 Concurrent Users

Must Have Minimum 1TB Storage Capacity

Must Have Minimum 6 x 1G Ethernet Interface

Must Have Minimum 2 x 1G SFP Interface

Must Quote 5 Years Traffic Control Features License

Must Quote 5 Years Software Upgrade & 24x7 Technical Support

Must Quote 5 Years Hardware Warranty Service

Must Quote Onsite Configuration & Installation

User Authentication & Management

Must Have User Identification Base on IP Address, MAC Address,

Hostname

Must Have User Binding Base on IP Address and MAC Address

Must Have Identification of Endpoint such as Mobile, PC and etc.

Must Have SMS Authentication, Captive Portal and etc.

Must Have Captive Portal Integration with Microsoft Active

Directory

Must Have Customizable Captive Portal HTML Page

Must Have URL Redirection After Captive Portal Authentication

Must Have Single Sign-On (SSO) Authentication Base on Active

Directory, Radius, POP3 and other Database Servers

Must Have QR Code Authentication with Self-Registration

Capability

Application Control & Identification

Must Have More Than 6500+ Application Signatures

Must Have to Block HTTPS Application and HTTPS Traffic without

Install SSL Certificate

Must Have to Display Warning Message for Blocked URL

Must Have Application Control Policy with Application Based,

Service Based, User Based and Schedule Based Policy

Must Have Punishment Policy for User Internet Violation (Block

Internet Access for Certain Period, Limit Bandwidth Speed for

Certain Period and etc.)

Must Have Anti-Proxy Module Effectively Block Proxy Application /

VPN Application such as TOR Browser, Browsec, Ultrasurf,

FreeGate and etc.

Bandwidth Management Must Have Quota Based Bandwidth Management (Daily and

Monthly)

Must Have Limited Bandwidth Channel and Priority Bandwidth

Channel

Must Have Dynamic Bandwidth Management

Must Have Per User Based Bandwidth Management

Must Have Bandwidth Management Policy with Application Based,

Service Based, User Based and Schedule Based

Internal & External Report Center

Must Have Built-In Internal Report Center for Minimum 6 Months

Logs

Must Have External Report Center Hardware OR Software for

Longer Report Logs Storage

Must Have to Generate Overall Network Information such as

Maximum Concurrent User, Maximum Bandwidth Utilization,

Network Peak Hour and etc.

Must Have to Record User Traffic Logs with Details such as URL,

Source IP Address, Destination IP Address, DNS Server, MAC

Address, Source Port, Destination Port, Protocol, Timeline and etc.

Must Have to Generate Report with Different Timeline such as

Yearly, Monthly, Weekly, Hourly, Minutely and Secondly

Must Have to Log Incoming Email and Outgoing Email with Sender

Address, Recipient Address, Email Title, Send Time, Receive Time,

Email Attachment and etc.

Must Have Big Data Report Analysis Capability such as Internet

Addiction Risk Analysis, Electricity Waste Analysis and etc.

Page 18: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Technical Evaluation Criteria for Internet Access Manager:

The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

adequate capabilities for supply of Goods/Items/Services will be rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

evaluation criteria:

Category

Description

Points

Legal (Mandatory)

Certificate of Company/ Firm Registration /

Incorporation under the laws of Pakistan.

Mandatory

Valid Income Tax Registration. Mandatory

Valid General Sales Tax Registration (Status = Active

with FBR as on the date of submission)

Mandatory

Submission of undertaking on legal valid and attested

stamp paper that the firm is not blacklisted by any of

Provincial or Federal Government Department, Agency,

Organization or autonomous body or Private Sector

Organization anywhere in Pakistan.

Mandatory

Eligibility Criteria Must have 2 Years’ Experience with Principal /

Manufacturer as Authorized Distributor

Mandatory

The Quoted brand for Active Equipment should be listed

Quadrant of latest Gartner report corresponding " Secure

Web Gateway" category

Mandatory

Bidder should provide an authority letter from the

Principal specifically to participate in this tender. (MAF) Mandatory

Minimum 3 Deployment of similar Equipment and

similar value of costing of Rs.1.5M or Above in Govt.

and Semi Govt. Departments in last three years.

Mandatory

Compliance to the technical specifications of all items to

be procured.

Mandatory

Note:

Verifiable documentary proofs for all above requirements are mandatory.

Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

environment as per client's requirements

Brand and Model Number of quoted equipment must be mentioned.

Technical Brochures of quoted equipment must be attached.

Page 19: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Antivirus Software, UVAS Lahore - LOT NO. 07

1. Kaspersky

Total Security

For business

15 3 Year Antivirus License for PC, Linux, Mac, Android, iOS

and Support

Defense for application and terminal servers

Defense for web gateways and email servers

Mobile Threat Defense

Application, Web & Device Controls for PCs

Vulnerability Assessment, Behavior Detection, Exploit

Prevention, Remediation Engine

Environment variable permissions and HIPS

Data export via Syslog

Kaspersky Sandbox and Kaspersky EDR Optimum

integration

2. Kaspersky

Endpoint

Security 11

Or above

500 3 Year Antivirus License for PC, Linux, Mac, Android, iOS

and Support

Defense for application and terminal servers

Defense for web gateways and email servers

Mobile Threat Defense

Application, Web & Device Controls for PCs

Vulnerability Assessment, Behavior Detection, Exploit

Prevention, Remediation Engine

Environment variable permissions and HIPS

Data export via Syslog

Kaspersky Sandbox and Kaspersky EDR Optimum

integration

Page 20: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Technical Evaluation Criteria for Antivirus Software:

The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

adequate capabilities for supply of Goods/Items/Services will be rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

evaluation criteria:

Category

Description

Points

Legal (Mandatory)

Certificate of Company/ Firm Registration /

Incorporation under the laws of Pakistan.

Mandatory

Valid Income Tax Registration. Mandatory

Valid General Sales Tax Registration (Status = Active

with FBR as on the date of submission)

Mandatory

Submission of undertaking on legal valid and attested

stamp paper that the firm is not blacklisted by any of

Provincial or Federal Government Department, Agency,

Organization or autonomous body or Private Sector

Organization anywhere in Pakistan.

Mandatory

Eligibility Criteria Must have 3 Years’ Experience with Principal /

Manufacturer as Authorized Distributor / Authorized

Dealer /Partner.

Mandatory

Participating firm must have valid ISO 9001 Certified or

above

Mandatory

Minimum 3 Deployment of similar Product and similar

value of costing of Rs.1.0M or Above (PO Required)

with Govt. and Semi Govt. Departments in last three

years.

Mandatory

At least 3 Repair / After Sale Service Satisfactory

Certificate from Semi Government / Government

Departments

Mandatory

Compliance to the technical specifications of all items to

be procured.

Mandatory

Note:

Verifiable documentary proofs for all above requirements are mandatory.

Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

environment as per client's requirements

Brand and Model Number of quoted equipment must be mentioned.

Technical Brochures of quoted equipment must be attached.

Page 21: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Miscellaneous Stores, UVAS Ravi Campus Pattoki & Sub Campus Narowal - LOT NO. 08

1. Digital Electronic

Animal Weighing

Scale

01 Fine quality Platform Scale. Rechargeable battery. Loading

capacity up to 2000 Kg with 500gm division. Platform (MS

Sheet) dimension4’x6’ along with Back grill. Loading cell

2000 kg (04 Nos) imported used. One Year Warranty. To

be installed at CVAS, Narowal.

2. Animal Crush

(Cattle / Horse) 05 Made of 3/2 Inch diameter GI Pipes (Vertical & horizontal)

for Cattle and Horses as per requirement of User

Department and design/quality already fabricated and fixed

at Animal Clinics Ravi Campus Pattoki. Required 03 for

Cattle and 02 for Horses and to be fabricated and fixed at

CVAS, Narowal.

3. Animal Chute 03 Made of 3/2 Inch diameter GI Pipes (Vertical & horizontal)

along with gates as per requirement of User Department

(Theriogenology) and design/quality already fabricated and

fixed at Theriogenology Clinic Ravi Campus Pattoki. To be

fabricated and fixed at CVAS, Narowal.

4. Air Compressor 01 100-liter air tank capacity. To be delivered at Department

of Fisheries & Aquaculture, UVAS Ravi Campus Pattoki. 5. Lifter 01 Imported quality, handy to lift, move and take heavy items

in stores/labs. Required at CVAS Narowal.

Page 22: IPL NO. 1250 Tender No. 0114/2021 · 2021. 2. 15. · IPL Number: 1250 1. The tenders complete in all respects should reach in Purchase Cell, UVAS by 10-03-2021 up to 11:00 AM along

Technical Evaluation Criteria for Miscellaneous Stores:

The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

adequate capabilities for supply of Goods/Items/Services will be rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

evaluation criteria:

Category

Description

Points

Legal (Mandatory)

Certificate of Company/ Firm Registration /

Incorporation under the laws of Pakistan.

Mandatory

Valid Income Tax Registration. Mandatory

Valid General Sales Tax Registration (Status = Active

with FBR as on the date of submission)

Mandatory

Submission of undertaking on legal valid and attested

stamp paper that the firm is not blacklisted by any of

Provincial or Federal Government Department, Agency,

Organization or autonomous body or Private Sector

Organization anywhere in Pakistan.

Mandatory

Eligibility Criteria Must have 3 Years’ Experience for the supply of the

quoted products.

Mandatory

Minimum 3 Deployment of similar products (PO

Required) with Govt. and Semi Govt. Departments in

last three years.

Mandatory

At least 3 Repair / After Sale Service Satisfactory

Certificate from Semi Government / Government

Departments

Mandatory

Compliance to the technical specifications of all items to

be procured.

Mandatory

Note:

Verifiable documentary proofs for all above requirements are mandatory.

Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

environment as per client's requirements

Brand and Model Number of quoted equipment must be mentioned.

Technical Brochures of quoted equipment must be attached.