Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
1
M I R P UR UN I V E R S I T Y O F S C I E N C E & T E C HN O L O G Y ( M US T )
CONSOLIDATED TENDER DOCUMENT
F O R
I T / o f f i ce E q ui p m e n t , F ur n i t ur e a n d t y r e s
( T E N D E R N O : T R /P & S / 5 5 1 /2 0 1 7 )
Last Date for Submission: 30th Dec. 2017 at 11:00 AM
Bid Opening Date: 30th Dec. 2017 at 11:30 AM
* T e n d e r F e e ( R s : 2 500- none ref u nd a ble) in fa vor of Trea su rer M U ST
M irp u r AJK
Prepared and Issued By:
Secretary Central Purchase Committee
Websites: www.must.edu.pk
Tel no. 05827-961046, Fax no. 05827-961039
Email: [email protected]
2
NOTICE INVITING TENDERS
“DEFINITIONS”
1. MUST: Mirpur University of Science & Technology.
2. SLA: Service Level Agreement. The level of service which MUST purchases from vendor
in respect of the service
3. RFP: Request for Proposals.
4. BOQ: Bill of Quantities.
5. Warranty/Services of items/parts: On Site Warranty. All hardware, support, repair,
replacement, backups, preventive maintenance, onsite service monthly , quarterly, batteries,
power boards , Keypads , mouse , chargers , Lenses , electrification etc. and services of all
software including its installation, configuration, updates, upgrades & principal online support.
All patches upgrades, updates and OS images and its deployment as and when announced.
6. Total Bid Value: Cost of Equipment (including optional equipment) Cost of Extended
Warranty and Cost of services as per tender document including all AJK Govt. Taxes.
7. Total Contract Value: Cost of Equipment, Warranty and Services as per the supply order
by MUST at the time of Contract / Agreement / supply order.
8. Prospective bidder: Bidder who intend to participate in the tender process
9. Bidder: Bidder who submit the proposal.
10. Selected Bidder: Lowest Evaluated cost/high ranked Bidder selected for the award of
tender / contract.
1. INTRODUCTION:
Mirpur University of Science and Technology (MUST), Mirpur is chartered with Government of
Azad Jammu and Kashmir through ordinance XVIII of 2008 on 15th day of August 2008. The
objective laid down in ordinance is “To enhance facilities for higher education and research in the
State of Azad Jammu & Kashmir”. MUST is committed to the development of human resource by
imparting quality education to masses as well as inculcating in them human values of the highest
level to promote a peaceful and harmonious society for a global fraternity capable of facing the future
challenges. MUST aims at producing human resource capable of transforming the society into a
technologically advanced nation.
To nurture talent and create the environment conducive to higher learning.
To produce hardworking, committed, dedicated and national professionals.
To develop collaboration with other renowned local and foreign institutions/ research
organizations.
3
Mono of the University is Wisdom and Virtue.
We are equipping our laboratories with modern apparatus so that we may be able to slake the thirst of
our students. The MUST is determined to produce such material as to prove the grist to the mill of the
nation and not the fake one at all. Enhancement of standard is our pivotal goal and we are doing our
best to make the MUST worthy by all standards. It will touch the bliss of eminence in a short span of
time.
2. SCOPE OF WORK:
1. The scope of the project is to supply and Installation of all IT equipment and
components/Lab Equipment and other items requested in tender document at Mirpur University
of Science & Technology (Mirpur/Bhimber Campus of the University. Following requirements
define the scope of work of this tender.
2. The Selected Bidder will be responsible for the supply, installation, Integration, testing,
commissioning, maintenance and spare parts and Service provision for all equipment/entities
at MUST designated sites.
3. Selected Bidder must ensure that the supplied equipment are fully operational, new, under
warranty, perform properly and meet RFP's Technical Specifications.
3. TENDER FEE:
Rs: 2500/- is required as tender fee (nonrefundable), bank draft or deposit slip in account of
treasurer MUST HBL main Branch Mirpur AJK., must be reached in the office of the Treasurer before
the opening time of the bids
4. Bid Security :
1. CDR/Bank Draft, (refundable) in favour of Treasurer is required which must be equal to 2% of
your bid cost.
2. The bid securities of unsuccessful bidders will be returned upon award of contract to the
successful bidder or on the expiry of validity of Bid Security whichever is earlier.
3. The Bid Security of the successful bidder will be returned when the bidder after
successful delivery of the contract/purchase order.
4. The Bid Security may be forfeited: if bidder withdraws his bid during the period of bid
validity; or in the case of a successful bidder, if he fails to delivery as per agreement/
contract/ purchase order.
5. Documents Required with bids :
4
i. Income Tax and GST Registration certificates ,
ii. Active tax payer certifications with Kashmir Council and FBR.
iii. Attested Authorized certificate of Manufacturer/ relation with Manufacturer
iv. Company Registration certificate if claim as company
v. Details of Bono fid clients of last five years with contact numbers and addresses
vi. Certificate of factory setup under working from last five years (for furniture) detail of factory
setup.
6. TENDER OPENING VENUE:
Tenders will be opened by the central purchase Committee in the presence of bidders at Meeting
Hall MUST ADMIN BLOCK, Sector B-3, Allama Iqbal Road Mirpur AJK, on the same date.
7. DOWNLOADING TENDER DOCUMENT:
The Tender Document will be available on University web site www.must.edu.pk within
two days of the publication of tender notice.
8. PRICE / RATE:
Please quote unit price for each item on F.O.R basis MUST MIRPUR with all taxes other cost if
involved
9. DELIVERY PERIOD:
Please mention the delivery time after placing the Purchase Order for each item.
10. EXTENSION IN DELIVERY PERIOD:
MUST shall not provide extension in delivery period in any case, unless any emergency
occurs. Suppliers are advised to provide delivery period considering time required for custom
clearance or any other factors. We may only provide extension on deduction of 2% of Purchase
order as fine, on Appling well in time
11. PENALTY CLAUSE:
If you fail to supply the material in the above specified period, MUST reserves the right
to blacklist you for future business / forfeit the security money or may impose any other
financial penalty as deemed fit.
5
An affidavit is required to the effect that the firm has not been blacklisted by any
Government/Semi Government organization for last five years.
12. INSTALLATION / COMMISSIONING OF THE EQUIPMENT:
Equipment will be installed / commissioned by the trained engineer (s) of supplier / contractor at
Mirpur University of Science and Technology, Mirpur AJK, free of charge / are including in the cost
and supplier/ contractor also provide training if required.
13. TRAINING: Suppliers are responsible to provide operational training if required for any lab
equipment.
14. WARRANTY:
Please indicate the warrantee period and terms & conditions of the warranty for each item
clearly. We only accept onsite warranty.
15. PROCUREMENT METHOD/ SUBMISSION OF BIDS:
15.1. Single stage – one envelope procedure.-
Each bid shall comprise one single envelope containing, separately, financial and technical
proposal for each head as divided in BOQ. All bids received shall be opened and evaluated
in the manner prescribed in the bidding document.
16. SUBMISSION OF BIDS
Separate bids should be prepared major head wise and name of head should be mentioned on each envelope in capital words.
The bidder is required to submit Bid in Single package. 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.
During opening of the tenders, the names of Bidders who have submitted their offers
will be read out together with the final quoted total amount as it appears at the time
of opening.
Bidders may send their bids through courier at given address and at proper time but
university takes no responsibility for delay, loss or non-receipt of tender at given
address or any other case.
Bidders shall submit a signed letter with Official stamp affixed on it as per the format
given in Form I as a cover letter to the Bid/Proposal. Bids/Proposals submitted
6
without this cover letter may not be accepted and bids will likely to be rejected
straightaway.
Bidders shall provide Company profile, Authorization & relationship with principal
firm(s), location of branch offices, company experience in related field, technical staff
details (branch-vise), project completed, major clients' list. NTN –GS and
Registration under companies’ ordinance 1984.
Equipment's technical details (brochures, data sheets etc.) mentioning compliance
and properly highlighting all the compliance specification as requested/ Exceeded
using florescent highlighter of quoted hardware/equipment and material with their
make, model, part number, etc.
Bidders are required to fill and sign all pages of submitted proposal, and submit
it as Financial Proposal.
Each quoted item in bid will be labeled separately.
Rates quoted in the Bid should be containing all the applicable taxes.
University reserves the right to reject any or all tenders with recorded reason.
University also reserves the right not to accept the lowest rates quoted by the
tenders, university will evaluate and award contract or place purchase order at
“whole life cost” bases.
Bidders are requested to visit the site, if they feel it is necessary to do so.
Bids submitted via email or fax will not be entertained.
17. Bid Evaluation Criteria:
All items included in tender document shall be evaluated individually but for
departmental purchases preference will be given to those suppliers/firms who have
submitted complete items for any department.
All bids shall be evaluated on following criteria; 30% bids evaluate financially while
70% bids shall be evaluated on technical grounds. 70% weight will be given to
technical specifications of the each product.
18. Instructions to Bidders and General Conditions
General Instructions:
The bedding documents are and shall remain the exclusive property of the university
without any right of the bidder to use them for any purpose except bidding and for
use by successful bidder with reference to the work.
7
All bids shall be written in English.
The complete bid shall be signed by the bidder on each page.
Bids must be submitted by the time and date mentioned in schedule covered in the
notice inviting tender.
The bids shall be signed by a person legally authorized to enter into commitment on
behalf of the bidder.
In case of services delay or unsatisfactory service delivery /non-complying the terms
& conditions CDR will be forfeited.
19. Bid Acceptance:
All Bidders who submit their tenders shall also submit a letter confirming their
having read all the conditions of the Tender Document and that they accept them in
total. This letter shall be provided on the respective letter heads of the bidders along
with their correct and complete address, the name of the signatory and his/ her
designation in the organization.
Bidders shall submit a signed letter with Official stamp affixed on it as per the format
given in Form I as a cover letter to the Bid/Proposal. Bids/Proposals submitted
without this cover letter may not be accepted and bids will likely to be rejected
straightaway.
20. Bids Rejection:
Any bid not accompanied by an acceptable Bid Security shall be rejected by the MUST as
non-responsive firm.
If firm could not provide tender fee on time, firm will be declared non responsive.
If firm could not submit bid in prescribed manner, bid should be rejected.
Conditional bids shall also be rejected.
If firm quoted optional items, all such bids shall be rejected.
If firm is not registered with Sales and Income Tax Department.
Bids are liable to be rejected if; they are not conforming the terms, conditions and
specifications stipulated in this Tender Document.
21. Bid Validity:
Bid shall remain valid for acceptance for a period of 120 days from the last date of
submission of the bid / revised bid any. The bidder shall not be entitled to modify, vary,
and revoke his bid during said period; the validity of the bid shall be extended as and when
8
required for the period as requested by the University in writing and agreed to by the
bidder under rules.
22. Cost of Bidding:
The bidder shall bear all direct and indirect cost associated with the preparation or
delivery/ submission of their bid, participating in discussion etc. including costs and
expenses related with visits to the site and university offices. University will in no case be
responsible or liable for reimbursement of those costs and expenses regardless of the
outcome of the bidding process.
23. Repeat Purchase Order:
These Rates will be valid for the period whole year up to 30-06-2016 and the selected
suppliers are bound to supply each repeat purchase order of required items on approved
rates during Fiscal Year.
24. TERMS OF PAYMENTS
No payment shall be made in advance to selected bidder/vendor as mobilization
advance.
90 percent cost of items shall be payable to the Contractor within one month upon
successful installation and inspection of supplied items, 10% withheld amount will
be released after one year or completion of warranty period.
Taxes will be deducted at source as per government rules at the time of payment
irrespective of the date of invoicing.
All payments in Pak Rupees (through crossed cheque) after delivery & checking.
Deductions/Payment of Taxes:
25. LIQUITDATED DAMAGES
In case of delay, the Central Purchase Committee, of MUST reserves the right to
suggest to Competent Authorities for imposing a penalty not exceeding 10% of the
total amount of the contract at the rate of 1% of the bill for each week (cumulative)
of delay.
If the work is not executed according to the satisfaction of the Competent Authority
reserves the right to reject it altogether or impose a penalty not exceeding 50% of
the contract amount.
9
In case of services delay or unsatisfactory service delivery /non-complying the terms
& conditions CDR will be forfeited.
26. Right to Vary Quantities
MUST reserves the right at the time of award of Contract/Purchase Order to increase or decrease
quantity of goods and services specified in the Schedule of Prices without any change in the unit
price or other terms and conditions.
27. CLARIFICATIONS
Queries regarding this RFP shall be submitted in writing to: Email, postal address
and Telephone of the under sign is given below:
28. IMPORTANT INSTRUCTIONS:
Financial/Commercial Offer: Bidders are directed to construct financial offer as per
following Performa:
Serial # as per
Tender Document/
BOQ
Item
Name
Specs Country
of Origin
Model F.O.R.
Rates
(with GST)
1
2
Optional Rates: We shall not allow bidder to quote optional Rates for any Item .
Accessories or Optional Items: If Bidder found anything or part which is important and
missing in specification settled in BOQ, in such case bidders are directed to add price of
that part in final price. We shall not allow quoting optional accessories price separately.
If anything is less important and its addition may enhance performance of equipment,
such items may be quoted in technical offer with price only.
Separate Bid: We required separate bids for each head of equipment as divided in BOQ
below.
Brand or Model: If this Tender Document contains any Model or Brand Name is just for
a reference “Or Equivalent” word should be considered for such cases and any bidder
may quote for that brand.
Firms should quote with installation cost, university shall bear only civil work cost (if
involved), and all other installation cost shall be included in price.
10
All bidders are advised to visit University website till last day of bid opening for any
expected change or corrigendum in this tender notice or document.
S No. Name of Items Specifications Qty
01 I.T Equipment(1st head)
i. ii.
All In One Computer Branded, Dell/HP or equivalent, Core i7 7th Gen (all in one) 16 GB RAM and I TB HD, Wi-Fi, DVD RW with USB Mouse, Keyboard (Three Years Warranty) Display 21 to 22 inch X or Z series chipset or equivalent
75
iii. Desk Top Computer Branded, Dell/HP or equivalent Ci5 7th Gen or above (Or Equivalent) with 21 inch LED, DVD Rw, RAM 16 GB and HD 1TB, X or Z series chipset or equivalent (Three Years Warranty)
75
iv. Mini PCS Ci5 6th Gen or higher, 16 GB RAM, 250 GB or Higher Hard/SSD (Three Years Warranty) with 23 Inch HDMI supported LED display
10
v. Laptop Core i7 Branded, Dell/HP or equivalent, Ci7, 7th Gen 16 GB RAM. 1 TB HD and 256 SSD with original Carry Case, X or Z series chipset or equivalent ,14 inch professional Book will be preferred (Three Years Warranty)
50
vi. Multimedia Projector,
Multimedia Projector,
(short throw with
accessories)
Projector with 4000 Lumens or higher, lcd
technology, Network, VGA and HDMI in, lamp life
5000 hours, XGA with ceiling mount kit and
additional 15 meter HDMI cable
Short throw projector 3800 Lumens or higher, LCD
technology, Full HD, 80 inch or more wide display
at 2 feet, LAN and Wireless with Standard
Accessories to mount on wall, with additional 25
meter and 50 meter HDMI cable (Preferably cable
with repeater)
18
02
vii. Projector Screen
(Motorized)
Projector Screen
Topex or equivalent 8 X 6 Motorized with remote control 8 X 6 With tripod stand
17
3
viii. Printer 40 PPM, Monthly duty cycle 80000 Pages, Duplex and
Network (Also mention the cost of toner and no of pages per
tonner)
25
ix. Networking Printer 50 PPM or higher, Monthly Duty Cycle 150000 or higher, 1200 X 1200 Resolution, Duplex and Network (Also mention the cost of toner and no of pages per tonner)
05
11
x. Switch 8 Port Gig
Manageable POE with SFP
L2 Manageable with fiber support 05
xi. Switch 8 Port Gig
Manageable with SFP
L3 Manageable with fiber support 05
xii. Switch 24 Port Gig
Manageable with SFP
L3 Manageable with fiber support 05
xiii. Switch 48 Port Gig
Manageable with SFP
L2 Manageable with fiber support 05
02 Hardware/ Plant & Machinery(2nd Head )
xiv. Air Conditioner )1.5 ton) Haier, Mitsubishi, Acson, Gree or equivalent 15
xv. Air Conditioner (2 ton) Haier, Mitsubishi, Gree, Acson, or equivalent 10
xvi. Air Conditioner (2 ton) (Floor Standing) Haier, Mitsubishi, Acson, Gree or
equivalent
01
xvii. A/C Reversible 1.5 Haier, Mitsubishi, Acson, Gree or equivalent 03
xviii. Photostat Machine Manufacturer: Konica Minolta , Panasonic or equivalent
Model: Bizhub 215, 287 or equivalent CPM: 30 CPM with
duplex (Mention the cost of consumables and number of pages they are being used)
10
xix. Photostat Machine Manufacturer: Konica Minolta, Panasonic or
equivalent Model: Bizhub 654e or equivalent, CPM:
65, RADF: Yes, Warranty: 1 Year
(Mention the cost of consumables and number of pages they are being used)
05
xx. Scanner HP or equivalent Flatbed Legal Size 05
xxi. Bio Metric System Finger Print, Face and RFID Based with Ethernet
port (Optional Wi-Fi preferable). Battery backup
and SDK
05
xxii. DC Inverter Easy clean 2 ton 02
xxiii. Water Dispenser Gaba, orient , national or equivalent with bottle 10
xxiv. Fax Machine KX- FP 711, KX-FP 701 CX Panasonic or
equivalent
05
xxv. Sound System Mix – DJ DS8900 or equivalent (for classrooms) 07
xxvi. Router Rukus R 610 or equivalent compatible with Zone
Director 3000
02
12
xxvii. UPS 3KV, 5 KVA. Pure Sine wave, with AVR (48 Volt
Long backup)
04
xxviii. UPS 1 KVA Pure Sine wave with AVR long backup 12 Volt 01
xxix. UPS 1 KVA Online 01
xxx. UPS 2 KVA Pure Sine wave with AVR long backup 48 volt 01
xxxi. UPS 5 KVA Pure Sine wave with AVR long backup 48 volt 01
xxxii. UPS 600 to 700 VA pure sine wave with AVR 12 Volt 01
xxxiii. Battery 150 Ampere Gel Deep Cycle 14
xxxiv. Battery 100 Ampere Gel Deep Cycle 10
xxxv. Battery Tester Capacity Tester (Can test without shutting down) with USB pc interface Simultaneously measures Voltage, Current, Temperature and resistance Auto data storage
01
xxxvi. Firewall (UTM) for 4000 Users 01
1.1 Converge / Unified Storage 1. Offered Storage array shall be a true converge / unified storage with a single Microcode / operating system instead of running different Microcode / Operating system / Controllers for File, block and object services respectively. 2. Offered Storage array shall be end-to end 12Gbps enabled which means that both Front-end Fiber channel ports and Back-end engines shall be operated at minimum 12Gbps speed.
01
1.2 Operating System & Clustering Support
The storage array should support industry-leading Operating System platforms including: Windows 2012, VMware, Solaris, HP-UX, IBM-AIX and Linux.
-
1.3 Capacity & Scalability 1. The Storage Array shall be offered with _30 TB___ Capacity 2. Storage shall be scalable to minimum of 400TB using 1800GB drives.
-
1.4 Cache 1. Offerd Storage Array shall be given with minimum of 64GB cache in a single unit. 2. Cache shall be used only for Data and Control information. OS overhead shall not be done inside cache. 3. Offered Storage array shall also have additional support for Flash Cache using SSD / Flash drives. Both File services as well as Block operations shall be able to utilize flash cache. Minimum of 500GB Flash cache shall be supported.
-
1.5 Processing Power 1. Offered Storage architecture shall be based on purpose built ASIC, XOR engine so that there shall be no load on the storage CPU during Raid Parity calculations.
-
13
2. In case vendor doesn’t have above ASIC functionality then additional 16GB read and write cache shall be provided per controller pair to balance the performance.
1.6 Architecture & Processing Power
Controllers shall be true active-active so that a single logical unit can be shared across all offered controllers in symmetrical fashion, while supporting all the major functionalities like Thin Provisioning, Data Tiering etc..
-
1.7 No Single point of Failure Offered Storage Array shall be configured in a No Single Point of configuration including Array Controller card, Cache memory, FAN, Power supply etc.
-
1.8 Disk Drive Support Offered Storage Array shall support dual-ported 300 / 600 / 1200 / 1800GB hot-pluggable Enterprise SAS hard drives, Minimum of 400GB SSD Drives along with nearline SAS drives of 2TB / 4TB / 6TB / 8TB drives.
-
1.9 Raid Support & Virtualization 1. Offered Storage Subsystem shall support Raid 0, 1 , 1+0, 5 and Raid 6. 2. Offered storage array shall have native virtualization support so that Raid 1. Raid 5, Raid 1+0, Raid 6 can be carved out from a logical space instead of dedicating separate physical disks for each application. 3. Every supplied disk shall be able to participate into multiple and different raid sets simultaneously. 4. In case vendor does not have above functionality, then 20% additional raw capacity shall be provided for each type of disk to balance out the capacity utilization.
-
1.10 Data Protection Incase of Power failure, Storage array shall have de-stage feature to avoid any data loss.
-
1.11 Protocols Offered Storage array shall support all well-known protocols like FC, ISCSI, FCOE, SMB 3.0, NFS V4, NDMP etc.
-
1.12 Host Ports and Back-end Ports
1. Offered Storage shall have minimum of 4 host ports for connectivity to servers running at 16Gbps speed. 2. Offered storage shall also support additonal Quad 10Gbps IP ports or 8 x 1Gbps IP ports for file services operations. 3. Offered storage shall have two additional IP ports for the the storage based replication. 4. Offered storage shall have 16 number of SAS Back-end lanes running at 12Gbps speed.
-
1.13 Global Hot Spare 1. offered Storage Array shall support distributed Global hot Spare for offered Disk drives. 2. Global hot spare shall be configure as per industry practice.
-
1.14 Performance and Quality of service
1. Shall have capability to use more than 30 drives per array group or raid group for better performance. 2. Storage shall be provided with Performance Management Software. 3. Offered storage array shall support quality of service for critical applications so that appropriate and required response time can be defined for application logical units at storage. It shall be possible to define different service / response time for different application logical units. 4. Quality of service engine shall allow to define minimum and
-
14
maximum cap for required IOPS / bandwidth for a given logical units of application running at storage array. 5. It shall be possible to change the quality of service Response time (In both milliseconds as well as Sub-milliseconds), IOPS, bandwidth specification at real time.
1.15 Thin Provisioning and Space Reclaim
1. Offered storage array shall be supplied with Thin provisioning and Thin Re-claim to make the volume thin for an extended period of time for complete array supported raw capacity. 2. Thin Re-claim (Zero Page reclaim) inside storage subsystem shall be automatic in nature and there shall be no need to run any utility inside storage for same. 3. Thin Re-claim inside storage shall not cause any overloading of Storage CPU and shall be able to claim the Zero pages even during peak load without any performance impact 4. For effective capacity utilization, thin reclaim maximum unit shall be 16KB. Vendor shall provide the documentary proof for same. 5. Offered storage array shall be tightly integrated with VMware so that Eager zero disks layout can be used with thin provisioning and thin re-claim.
-
1.16 Maintenance Offered storage shall support online non-disruptive firmware upgrade for both Controller and disk drives.
-
1.17 Snapshot / Point in time copy / Clone
1. Offered Storage shall have support to make the snapshot and full copy (Clone) on the thin volumes if original volume is created on thick or vice-versa. 2. The storage array should have support for both controller-based as well as file system based snapshots functionality (At-least 1024 copies for a given volume or a file store). 3. Storage array shall have functionality to re-claim the space from Thin Provisioned Deleted snapshot automatically. Vendors shall provision at-least 20% additional space over and above the actual requirements, if space re-claim from thin provisioned deleted snapshot is not possible automatically.
-
1.18 Quota Management and Antivirus Scanning
1. For file services operations, offered storage shall support both user level as well as file level hard and soft quota. 2. For file services operations, offered storage shall support integration with industry leading antivirus vendors like Symantec, Trend Micro and MacAfee.
-
1.19 Storage Array Configuration & Management Software
1. Vendor shall provide Storage Array configuration and Management software. 2. Software shall be able to manage more than one array of same family.
-
1.20 Storage Tiering 1. Offered storage shall support dynamic migration of Volume from one Raid set to another set while keeping the application online. 2. For effective data tiering, Storage subsystem shall support automatically Policy based Sub-Lun Data Migration from one Set of drive Tier to another set of drive tier.
-
15
1.21 Remote Replication 1. The storage array should support hardware based data replication at the array controller level across all models of the offered family. 2. The Storage array shall also support three ways (3 Data Centers) replication to ensure zero RPO in native fashion without using any additional replication appliance. 3. Replication shall support incremental replication after resumption from Link Failure or failback situations.
-
1.22 File Level retention and immutability
1. For file services operation, offered storage shall support file protection against accidental, premature, malicious deletion and modification of data using file locking mechanism of WORM and Legal hold. 2. Apply of legal hold shall ensure that File cannot be moved, modified, or deleted regardless of the retention period
-
xxxvii. Bar Code Reader Dimension: 6 inch height x 2.5 inch width x 3.34
inch depth or 15.2 cm height x 6.3 cm with x 8.4 cm
depth. Weight: 5.29 oz / 150 gm, Scaling: IP 30,
Scan Technology: Laser
01
xxxviii. Telephone Set Panasonic, TIP or equivalent 41
xxxix. Telephone Exchange Connecting 3 locations through IP, One site 300 nodes,
second site 100 nodes and third site 50 nodes. 25 IP and 100
Wi-Fi extensions, 1 PRI and 10 Trunk lines support, Control,
Log and billing Telephone sets and wiring. (Turnkey
Solutions)
03
xl. Level Instrument Specification:
(Level Instrument including try port, staff and chain)
Magnification 34x
Aperture 45mm
Minimum Focus 1 m
Stadia Ratio 1:100
Std deviation per 1 km double run +/- 0.8mm
Suspension Wire hung
Dampening Air
Compensator range =/-12
Tangent screw Infinite
Vial sensitivity 10’ per 2m
01
16
xli. 4 Mega pixel IP Camera Supporting Dahua NVR 10
xlii. 16 Channel NVR Supporting 5 Mega Pixel Camera and two 4 TB hard disks 01
xliii. Hard Disk 4 TB hard Disk Surveillance Specific 01
xliv. UTP Cable 3M, Molex or equivalent 01
xlv. FTP Cable 3M, Molex or equivalent 01
xlvi. TV 48 Inch with brand warranty and supporting 4 K Resolution 01
xlvii. Access Point R510 or equivalent compatible with ZD3000 06
xlviii. Server Gen 10, Xeon 3.5 or higher, 2 processors with 10 core each, 5 SAS drives 600 GB each with 128 GB ECC RAM 15K RPM, Redundant power supply (Rack Mount 2 U)
01
3. FURNITURE FOR DEPUTY DIRECTORS or Equivalent Officers Qty
1. Desk size:-(
1800mm x 800mm
x 70mm) or Larger
Executive desk, Overall Lipping Structure in Solid Oak Wood,
Worktop, Front Modesty Panel & Leg Structure in MDF Board with
Oak Veneer Pressed, 38mm thick top with the combination of oak
veneer and MDF, Leatherette writing pad on worktop, Solid Wood
Lipping Thickness 63mm for Worktop. Executive Side Rack Overall
lipping structure in Solid Oak Wood, Oak Veneer Pasting on
Chipboard. Moisture level 8 to 10 percent moisture. Complete Finish
with High Quality Polish and lacquer and Hardener for longer lasting
shine. Or better Option
04
2. Side Rack Size
1050mm x 450mm
x 750mm or larger
Executive side rack. Rack has a sliding key board trey and a cabinet
with shutter. Overall structure made of solid ash wood.38 mm thick
top in veneer .Top and side are made with handmade veneer design
with the veneer of walnut and rosewood. Moisture level 8 to 10
percent. Complete finished with high quality polish and lacquers for a
longer lasting shine. Polish is from Hesse and scratch resistant. Or
Better Option
04
3. Executive Chair Executive high back chair. Made of high quality solid wood. Seat and
back of the chair is fully upholstered with best quality foam and
leatherette in black color. The armrest is UV polish.
The chair has the revolving reclining PU gas lift mechanism. Solid
Wood Arm Rest with the combination of PP Arm Rest, Adjustable
seat height-hydraulic gas lifts type and swivel. Molded Car Seat
Foam. The pedestal has 5 wheels heavy duty casters in black color. Or
better Option
41
4. Visitor Chair Visitor Chair, High frequency compression process on multi-layered
veneer shell, anatomically designed for posture support. Molded Card
Seat Foam, M.S. Powder Coated Frame. OR a Better Option
32
Other Furniture
5. Steel Almira Size 3x6x1 ½ with 4 shelves 22 gauge. Colour with hammer paint. 34
6. File Rack Side rack Whole unit made of Laminated board. Edges covered with
PVC edging. With one shelf.
14
7. Office Chairs
(Visitor )
Shisham wood office chair from good quality seat & back upholster in
fabric. Final polish finish in ciler & lacquer Or Better Option
167
17
8. Revolving Chair/
Computer Chair
Best quality wheeled revolving Chair 64
9. Office Table (S) Office table for supporting staff (2 drawers) Whole unit made of
laminated board, edges covered with PVC edging. As per picture
attached.
15
10. Cupboards Size: 3x16x6’H Whole unit made of Laminated board. Edges covered
with PVC edging
18
11. Steel Cabinet 4 drawers with lockers size 54” 24” 18”. Automatic locking system.
22 gauge body. Silver Hammer Paint.or Better
32
12. Computer Table Computer table (4x2x30”) with chair for lab, staff Whole unit made of
Laminated board. Edges covered with PVC edging. With provisions
of keyboard tray and box for CPU.
68
13. Classroom Chairs Student chair/class room chair Structure made of MS square pipe 1”x
1”. Shisham wooden strips on seat & back. Finished with NC Lacquer
polish. Frame finished with powder coating
130
14. Study Table Reading table 6 chair for library Whole unit made of Laminated
board. Edges covered with PVC edging.
10
15. Library Shelf Double face Almira Size: 3x2x6’H Whole unit made of Laminated
board. Edges covered with PVC edging.
15
16. Magazine Display
Rack
Journals/Magazine display stand Top made of lamination. Footing
and legs made of rectangular pipe. Finish with powder coating.
01
17. Books Shelf Bookshelf (wooden) Size: 4x16x8’H Whole unit made of Laminated
board. Edges covered with PVC edging.
01
18. Video Conference room renovation
Annexure 1
4 Tyres of Vehicles
# Vehicle Number Vehicle Type Specification Qty
1 Go-260 Hi-Ace Bridge Stone, Michelin or equivalent 04
2 GA-343 Car Bridge Stone, Dunlop or equivalent 04
3 GO-284 Carry Bolan Bridge Stone, Dunlop or equivalent 04
4 GX-052 Bus Ceat, Birla or equivalent 06
5 GX-051 Bus Ceat, Birla or equivalent 06
6 GX-026 Bus Ceat, Birla or equivalent 06
7 GX-025 Bus Ceat, Birla or equivalent 06
8 AJK-D 7281 Bus Ceat, Birla or equivalent 06
9 GA-221 Car Bridge Stone, Michelin or equivalent 04
10 GO-256 Carry Bolan Bridge Stone, Dunlop or equivalent 04
11 GA-140 Car Bridge Stone, Dunlop or equivalent 04
12 GA-156 Car Bridge Stone, Michelin or equivalent 04
13 GA-223 Car Bridge Stone, Dunlop or equivalent 04
14 GA-028 Car Bridge Stone, Dunlop or equivalent 04
15 GA-231 Car Bridge Stone, Dunlop or equivalent 04
16 GO-266 Carry Bolan Bridge Stone, Dunlop or equivalent 04
17 GA-177 Car Bridge Stone, Michelin or equivalent 04
18
Annexure I
1 Electrical Work
S. No Description Qty.
1 Wiring from light point to switch 5
2 Light switch with back box – 3 gang clipsal 4
3 PVC pipe 3/4 “ dia, saddle, bend, elbow, sockets including chiseling of wall rawal-
plug and screw etc.
160 Rft
4 LED /spot lights Down Lighter 5
5 Providing and installation of ceiling mounted exhaust fans. Complete with flexible
pipe of appropriate size and wiring
2
2 Paint/Polish
S.No Description Qty.
1 Providing and applying of 3 coats of roller texture enamel Matt finish on walls / ceiling
including preparation of under surface (where required) with all fillings of best quality.
On all exposed surfaces.
1400 Sq
Ft
19
2 Supply apply, prepare Wood surface with filling and rubbing with wati / sand paper to
make surface smooth, matt lacquer natural color wood polish , frame, skirting
complete in all respect.
700 Rft
3 Woodwork
S.No Description Qty.
1 Removal and reinstallation of existing Fabric cladded panels and wooden frames.
Including repair and replacement of damaged wooden frame.
440 Sq Ft
2 Providing and mounting of fabric (Fabric Project or equivalent) on existing panels
including mounting of foam sheet if required.
440 Sq Ft
3 Providing and mounting of fabric cladded wooden panels / wall hanging on back wall. 1 Job
4 Providing and installation of University name plate (Engraved on Glass / Wood) on
back wall.
1 Job
This is just a sample suggested solution. Vendors can make their own, survey and suggest their own solutions
including ceiling repair. * Fireproof paint repair in one room.
Form 1.
PROPOSAL SUBMISSION FORM
Secretary Purchase Committee
Mirpur University of Science & Technology,
Sir,
____________________________________________ We, the undersigned, offer to provide the
Services for "Purchase of Items for MUST Office and in accordance with your Request for Proposal
(Tender Document) dated _________ and our Proposal. We are hereby submitting our Financial
Proposal along with Technical compliance, sealed in envelope.
We understand you are not bound to accept any Proposal you receive and reserves the right to
accept or reject any offer and to annul the bidding process and reject all proposals without assigning
any reason or having to owe any explanation whatsoever.
20
The decision of evaluating committee shall be final and cannot be challenged on any ground at any
forum and the evaluating committee will not be liable for any loss or damage to any party acting in
reliance thereon.
We remain,
Yours' sincerely
Authorized Signature:
Name and Title of Signatory: Name of Firm:
Address:
FORM 2:
To be filled by the bidders
1. Name of bidders: --------------------------------------------------------------------------------------
2. Address: -------------------------------------------------------------------------------------------------
3. Phone: ---------------------------------------- Mobile -------------------------------------------------
4. Fax No. -------------------------------------- E-mail: --------------------------------------------------
5. NIC Tax No. ----------------------------- Sales Tax No.: --------------------------------------------
6. Branches (if any): i. ------------------------------------------------------------------------------------
ii. ------------------------------------------------------------------------------------------------------------
iii. -----------------------------------------------------------------------------------------------------------
7. Type of Business: i. -----------------------------------------------------------------------------------
ii. ------------------------------------------------------------------------------------------------------------
iii. ------------------------------------------------------------------------------------------------------------
21
8. Facilities: i. List of technical staff with qualification and experience
ii. Authorization of distribution / dealership ----------------------------------------------------------
iii. Any other: ---------------------------------------------------------------------------------------------
9. Monthly Turn Over: -----------------------------------------------------------------------------------
10. Previous Experience (name of organization where said or like equipment supplied/installed/
Commissioned)
i. --------------------------------------------------- ii. ------------------------------------------------------
iii.-------------------------------------------------- iv.------------------------------------------------------
v. --------------------------------------------------- vi. ----------------------------------------------------
vii. -------------------------------------------------- viii. --------------------------------------------------
Please enclose any supporting document
Total Bid Value (Rs): _______________ Amount of CDR (Rs):______________________
Name and signature: - ------------------------------------- Date: ---------------------------------------
“THE END”