33
U.S.- Pakistan Center for Advance Studies (USPCAS-E) National University Of Sciences & Technology (NUST), Islamabad Tender Document 1. Bids are invited from well-established firms/suppliers, holding NTN & Sales Tax for Supply, Installation and Commissioning of following: a. Lot No. 1: Audio Video Equipment b. Lot No. 2: Smart Podiums c. Lot No. 3: Multimedia Projectors d. Lot No. 4: Servers Infrastructure e. Lot No. 5: UPS 2. Submission of Quotation: Bids are invited in one stage two envelope format: a. Technical Bid in one envelop, sealed. b. Financial Bid in second envelop, sealed. c. Both envelops to be placed in a third envelop, sealed and submitted. d. Mention on envelope: Supply, Installation and Commissioning of following: i. Lot No. 1: Audio Video Equipment ii. Lot No. 2: Servers Infrastructure iii. Lot No. 3: Multimedia Projectors iv. Lot No. 4: Servers Infrastructure v. Lot No. 5: UPS e. Address it to “Procurement & Supply Chain Specialist, UPCAS-E/NUST, SMME Building West Wing NUST Campus, Sector H-12, Islamabad”. Seal envelop properly and initial flaps. 3. Notes for Submission of Bids and Attachments a. Detailed bids may be submitted on the firm’s letter- head, duly signed. b. Quotation(s) should indicate rates of each item, with applicable taxes (as applicable). Exemptions in taxes, etc, by the government, where applicable, should be indicated in the quotation. c. Financial Quotation should be submitted in the following format: SNo Item Qt Unit Unit Price Total Price Page 1 of 33 Serial No.

SERVICE SCHEDULE OF MAIN DATA CENTRE & …nust.edu.pk/Tender-Information/Documents/Tender_Document... · Web viewInformation/Data given by Firms Remarks Marks Details Evaluation Parameters

Embed Size (px)

Citation preview

U.S.- Pakistan Center for Advance Studies (USPCAS-E) National University Of Sciences & Technology (NUST), Islamabad

Tender Document

1. Bids are invited from well-established firms/suppliers, holding NTN & Sales Tax for Supply, Installation and Commissioning of following:

a. Lot No. 1: Audio Video Equipmentb. Lot No. 2: Smart Podiums c. Lot No. 3: Multimedia Projectorsd. Lot No. 4: Servers Infrastructuree. Lot No. 5: UPS

2. Submission of Quotation: Bids are invited in one stage two envelope format:

a. Technical Bid in one envelop, sealed.

b. Financial Bid in second envelop, sealed.

c. Both envelops to be placed in a third envelop, sealed and submitted.

d. Mention on envelope: Supply, Installation and Commissioning of following:

i. Lot No. 1: Audio Video Equipmentii. Lot No. 2: Servers Infrastructure

iii. Lot No. 3: Multimedia Projectorsiv. Lot No. 4: Servers Infrastructurev. Lot No. 5: UPS

e. Address it to “Procurement & Supply Chain Specialist, UPCAS-E/NUST, SMME Building West Wing NUST Campus, Sector H-12, Islamabad”. Seal envelop properly and initial flaps.

3. Notes for Submission of Bids and Attachments

a. Detailed bids may be submitted on the firm’s letter-head, duly signed.

b. Quotation(s) should indicate rates of each item, with applicable taxes (as applicable). Exemptions in taxes, etc, by the government, where applicable, should be indicated in the quotation.

c. Financial Quotation should be submitted in the following format:

SNo Item Qty UnitPrice

Unit Price with GST

Total Price with GST

d. Please arrange to supply items at USPCAS-E/NUST premises in the name of NUST, Islamabad so that certain duties / sales tax / etc. which are exempted for educational institutions may be saved. Please note that various activities related with clearance, transportation, etc, till delivery of the items at NUST premises shall be carried out by and their expenditures accounted for by your firm. Accordingly, the total quoted price shall be reduced / adjusted if certain duties / sales tax / etc are exempted for NUST. All payments shall be in Pak Rupees at USPCAS-E/NUST premises. For technical details contact Mr. Haris Aziz, IT Specialist at Office: 051-90855259, Cell: 0333 3114848, Email: [email protected].

e. Proposed Bill of Quantities (BOQ) is presented in Annexure – “C”.

Page 1 of 24

Serial No. ___

f. Delivery Time shall not be more than 4-6 weeks.

g. Installation, testing, integration and commissioning time shall not be more than 2 weeks.

h. Firms may quote for one or more lots; however, partial biding within the lot(s) will not be entertained.

i. Firm’s level of relation (i.e. partner, distributor and reseller) with the manufacturer is to be submitted.

j. The project must be executed by experienced/certified engineers in the relevant task.

k. Technical specifications and datasheets are required to be submitted.

l. The completed work will be verified by ICT Dte as per USPCASE/NUST standards including following parameters:

i. Complete Documentation & Labeling.

ii. Registration of USPCAS-E/NUST as user and customer against all purchased equipment with the manufacturer (where applicable).

iii. Conduct and quality of training.

iv. Companion Software, Latest stable Operating System (where applicable).

v. Installation & commissioning of equipment, items, work etc.

m. Acceptance of the equipment shall be conducted in the presence of technical evaluation committee rep and reports shall be signed by both parties and submitted to USPCAS-E/NUST.

n. Selection / evaluation of items shall be according to the selection criteria.

o. Softcopy of technical bid shall be provided by the bidder.

p. Provide Earnest Money: 3% of total quoted value, as Draft/Pay-order to ‘USPCAS-E/NUST Islamabad’. For un-successful bidders, it shall be released immediately and for successful bidders, it should be released after award of contract.

q. Performance Security. Successful bidders should submit 10% as performance security (in shape of bank guarantee) and shall be released after expiry of warrantee period of delivered equipment.

r. Bidders shall provide a certificate from their bank certifying their sound financial position and credit limit from the bank or any appropriate documentary proof (e.g. Annual Audit Report/Balance Sheet), showing the financial standing of the bidders.

s. Payment Terms shall be as per following schedule:

i. 70 % on delivery and inspection of items on site.

ii. 30 % on installation, testing, integration and commissioning. t. Payments will be made after deduction of Income Tax by NUST, as per rules.

u. Penalty for Delays: Shall be 1% of total value of the item/per week up to a maximum of 10% of total value of the undelivered stores.

Page 2 of 24

v. Right to purchase at risk and cost of Supplier: If the selected supplier: (1) fails to complete the order, or (2) delays to supply within the delivery time in the quotation or extended time given by the purchaser, or (2) supplier sub-standard items, or (3) supplies quality items, partially. Then NUST reserves the right to (i) make purchase at the risk and cost of supplier for the un-supplied / full quantity as the case may be (ii) forfeit complete / portion of Earnest Money.

w. Contract/Agreement shall be signed with successful bidders, as per NUST policy.

x. Firms shall be asked to arrange demo of equipment, if requested by USPCAS-E/NUST Technical Team.

y. NUST reserves the right to add/delete quantity in purchase order and reject any bid or the bidding process, any time, as permitted within the rules.

z. Reps of the firms are allowed to be present at the time of opening of tenders. This does not confer any right on them in respect of consideration, acceptance or otherwise of this tender.

aa. Late submission of tender will not be entertained.

bb. Bids are liable to be rejected if; they are not conforming the terms, conditions and specifications stipulated in this tender document.

cc. The information about purchase may not be communicated to un-authorized person(s).

dd. In case of dispute, case shall be referred to ‘NUST Procurement Complaint Committee’ and ‘Rector NUST’’:- whose decision shall be considered binding, while remaining within the rules.

ee. The specifications provided in this tender document are the minimum requirements of USPCAS-E/NUST. The bidders must meet these requirements of this Project and its successful practical implementation.

ff. Provision of service and operation manual for all quoted equipment.

4. All Annexures should be filled and submitted duly signed and stamped by the bidder.

Opening: Sealed envelope should be addressed to “Procurement Office USPCAS-E NUST„ and reach the under-mentioned Mailing Address until 12 July 2016 before 1300 hours. Technical quotations will be opened in the presence of firms’ reps and members of USPCAS-E equipment purchase/evaluation committee on same day at 1430 hours at the above mentioned address. Financial bids of shortlisted firms shall be opened on 19 July 2016 at 1430 hours at above mentioned address. In case of any query /clarification with regard to technical offer, the same shall be forwarded to concerned bidder for clarification. In case of any delay in opening of Financial Bid due to technical clarification, the same shall be communicated to the entire successful/technical qualified bidder well in time.

Mailing AddressManager procurementSMME West Wing BlockUSPCAS-E NUST, H-12 Islamabad, PakistanEmail: sayedakhlaq @uspcase. nus t. e du . p k Email: sakhawat @uspcase. nus t. e du . p k Phone: 051-9085-5257

Page 3 of 24

5. Selection / Evaluation Criteria: Bids shall be technically evaluated as per the following evaluation criteria:

Lot No. 1 -4: Supply, Installation and Commissioning of Audio video equipment, Servers Infrastructure, Multimedia System and Smart Podiums for USPCAS-E/NUST

Bids shall be technically evaluated as per the following evaluation criteria:

SNo.

Information/Data given by FirmsRemarks Marks Details

Evaluation ParametersTechnical Selection/Evaluation To be done by Technical/Financial Evaluation Committee:1. Brand and Make Details 0~10 Brand: Japan/ USA/Europe= 10.

Singapore/Malaysia/Taiwan/Korea/China = 6. Others=3. Make: Japan/ USA/Europe= 10. Singapore/Malaysia/Taiwan/Korea/China = 6. Others=3. Total Local Tech Resource expert in relevant lot: 0.5 Marks per person. Tech Resource Detailed For Project: 1 Marks per person. CVs be provided. Support Services: Local=5, Outstation=2.

2. Total Technical Resource (in Relevant Lot) Details 0~103. Certified Technical Resource (in quoted brand)

detailed For The Project Details 0~10

4. Support Services Details 0~55. Tender Conformance to Specs* Yes/No -6.

Warranty* Yes/No -

Sub Total - 35Financial Selection/Evaluation To be done by Technical/Financial Evaluation Committee:7. Financial Position (Audited Accounts & Latest

Bank Statement along with Form A, 21 and 29) Details 0~5 Financial Position = Balance Sheet Footing/Share Capital/Bank Statement Balance in PKR: > 2 M: 1, >5 M: 3, > 10M: 5.Income Tax & GST Deposited in Last 1 year = 1 Year: 5, 9 months: 3, 6 months: 1, >6 months: 0

8. Income Tax & GST deposited in last one(1) year Details 0~59. Earnest Money received * Yes/No -10. Income. Tax & Sales Tax Registration

Certificates* (Manufacturer, Importer, Commercial Importer, Exporter, Wholesaler)

Yes/No-

11. Registration Certificat-e with SECP/Registrar of Firms*

Yes/No -

12. Firms having financial status of Rs. > 2 M as per Serial No. 10*

Yes/No -

Sub Total - 10General Selection/Evaluation To be done by Technical/Financial Evaluation Committee:

13. Undertaking By Company on letter head as Annex A duly signed and stamped on company letter head*

Yes/No -

Literature: Complete= 2, Partial = 1, None = 0.Past Experience with NUST: Up to 5 marks may be deducted on unsatisfactory performance with NUST.Firm’s Relationship with Principal: Partnership: Highest Level =10, Mid-Levels (if any) = 8, Lowest Level =6. Distributor = 5, Reseller/Other =2.Projects Completed in relevant Lot during Past 05 Yrs: 01 Marks per Project. Projects completed using quoted brand during Past 05 Yrs : 1.5 Marks Per Project. Experience: <2 Years: 0, <=4: 3, <= 7 Years: 5.Entity Status: Sole Proprietorship, =2, Firm/AOP =4, Pvt Co. = 6, Public Unlisted =8, Public Listed =10.

14. Source And Nationality Compliance Form duly signed and stamped on company letter head. Annex B*

Yes/No -

15. Compliance Undertaking as Annex D duly signed and stamped on company letter head* Yes/No -

16. Provision of Non Black Listing record on company letter head duly signed and stamped on company letter head*

Yes/No -

17. Literature provided Details 0~2

Page 4 of 24

SNo Information/Data given by Firms Remarks Marks Details

18. Past Experience with NUST Details Up to minus 5

19. Firms’s Relationship with Principal (Evidence Letter Should be attached with bid) Details 0~10

20. Samples of Quoted Items* Yes/No -

21. Projects Completed in relevant Lot during Past 5 Yrs (Attach Purchase Order/Commissioning Certificate)

Details 0~10

22. Projects Completed using quoted brand during Past 5 Yrs. (Attach Purchase Order/ Commissioning Certificate)

Details 0~10

23. Company/firms profile* Yes/No -24. Experience (yrs) Details 0~525. Conformation to Delivery Time * Yes/No -26. Entity Status Details 0~10

Sub Total 47Total Technical Marks 92Minimum Qualification Criteria 65%

Note: Parameters marked as * are mandatory. Failure to compliance with any mandatory parameter shall mean disqualification of bid.

Page 5 of 24

Evaluation Criteria

Lot No. 5: Supply, Installation and Commissioning of UPS for USPCAS-E/NUSTSNo.

Information/Data given by FirmsRemarks Marks Details

Evaluation ParametersTechnical Selection/Evaluation To be done by Technical/Financial Evaluation Committee:

1. Brand and Make Details 0~10 Brand: Japan/ USA/Europe= 10. Singapore/Malaysia/Taiwan/Korea/China = 6. Others=3. Make: Japan/ USA/Europe= 10. Singapore/Malaysia/Taiwan/Korea/China = 6. Others=3. Backup Time: >20 mins: 4, <=15mins: 3, <=10mins: 2, <=5mins: 1Recharge Time: <=3hrs: 4, <=4hrs: 3, <=5:2, >5hrs:1Power Factor: <0.7: 1, =0.7:2, >0.7:3Input Voltage Range: upto 260V: 1, upto 280V: 2, upto 290V: 3, upto 300V: 4Battery Life: <3years: 1, <=4years: 2, <=5: 3Overload Capability= upto 10%: 1, upto 15%:2, upto 30%:3Total Local Tech Resource expert in relevant lot: 0.5 Marks per person. Tech Resource Detailed For Project: 1 Marks per person. CVs be provided. . Support Services: Local=5, Outstation=2.

2. Backup time of UPS on full load Details 0~43. Re-charge time of UPS Details 0~44. Power factor Details 0~35. AC Voltage Input Range Details 0~46. Battery life Details 0~37. Overload capacity/capability Details 0~38. Total Technical Resource (in Relevant Lot) Details 0~109. Certified Technical Resource (in quoted brand)

detailed For The Project from Serial No. 11 Details 0~10

10. Support Services Details 0~511. Tender Conformance to Specs* Yes/No -12.

Warranty* Yes/No

Sub Total - 56Financial Selection/Evaluation To be done by Technical/Financial Evaluation Committee:

13. Financial Position (Audited Accounts & Latest Bank Statement along with Form A, 21 and 29) Details 0~5

Financial Position = Balance Sheet Footing/Share Capital/Bank Statement Balance in PKR: > 2 M: 1, >5 M: 3, > 10M: 5.Income Tax & GST Deposited in Last 1 year = 1 Year: 5, 9 months: 3, 6 months: 1, >6 months: 0

14.Income Tax & GST deposited in last one(1) year Details 0~5

15. Earnest Money received * Yes/No -16. Income. Tax & Sales Tax Registration Certificates*

(Manufacturer, Importer, Commercial Importer, Exporter, Wholesaler)

Yes/No-

17. Registration Certificate with SECP/Registrar of Firms*

Yes/No -

18. Firms having financial status of Rs. > 2 M as per Serial No. 10*

Yes/No -

Sub Total - 10

General Selection/Evaluation To be done by Technical/Financial Evaluation Committee:

19. Undertaking By Company on letter head as Annex A duly signed and stamped on company letter head* Yes/No - Literature: Complete= 2, Partial = 1, None =

0. Entity Status: Sole Proprietorship, =2, Firm/AOP =4, Pvt Co. = 6, Public Unlisted =8, Public Listed =10.

20. Source And Nationality Compliance Form duly signed and stamped on company letter head. Annex B* Yes/No -

21. Compliance Undertaking as Annex D duly signed and stamped on company letter head* Yes/No -

Page 6 of 24

SNo. Information/Data given by Firms Remarks Marks Details

Firm’s Relationship with Principal: Partnership: Highest Level =10, Mid-Levels (if any) = 8, Lowest Level =6. Distributor = 5, Reseller/Other =2.Past Experience with NUST: Up to 5 marks may be deducted on unsatisfactory performance with NUST. . Projects Completed in relevant Lot during Past 05 Yrs: 01 Marks per Project. Projects completed using quoted brand during Past 05 Yrs : 1.5 Marks Per Project. Experience: <2 Years: 0, <=4: 3, <= 7 Years: 5.

22.Provision of Non Black Listing record on company letter head duly signed and stamped on company letter head*

Yes/No -

23. Literature provided Details 0~224. Entity Status Details 0~10

25. Firms’s Relationship with Principal (Evidence Letter Should be attached with bid) Details 0~10

26. Past Experience with NUST Details Up to minus 5

27. Projects Completed in relevant Lot during Past 5 Yrs (Attach Purchase Order/Commissioning Certificate) Details 0~10

28.Projects Completed using quoted brand during Past 5 Yrs. (Attach Purchase Order/ Commissioning Certificate)

Details 0~10

29. Experience (yrs) Details 0~530. Conformation to Delivery Time * Yes/No -31. Company/firms profile* Yes/No -

Sub Total - 47Total Technical Marks 113Minimum Qualification Criteria 80%

Note: Parameters marked as * are mandatory. Failure to compliance with any mandatory parameter shall mean disqualification of bid.

Page 7 of 24

Undertaking Checklist – Mandatory

Ensure that you have provided the following documents, labeled and referred correctly. Please highlight the relevant information in the attached document.

S/No. Required DocumentsAttached?

/ Placed At

1. Company Profile including valid OEM authority Letter / Distributor Certificate □ Flag A

2. Technical bid including Literature of each quoted equipment with technical data sheets □ Flag B

3.Resumes/CVs of technical manpower (on company's payroll), dedicated for this project: Relevant to the project only

□ Flag C

4. Source And Nationality Compliance Form duly signed and stamped on company letter head. Annex B □ Flag D

5. Compliance Undertaking as Annex D duly signed and stamped on company letter head.

□ Flag E

6. Provision of Non Black Listing record on company letter head duly signed and stamped on company letter head

□ Flag F

7. Undertaking By Company on letter head as Annex A duly signed and stamped on company letter head.

□ Flag G

8. NTN and Sales Tax certificate along with last 1 year GST deposit. □ Flag H

9. Firm's Registration Certificates Since foundation till date □ Flag I10. Earnest Money (No less than 3% of the quoted value) □ Flag J

11. Active Tax Payer Status of Firm on Date of Bid Submission

Active/Not-Active Flag K

12. Document showing similar equipment/work supplied/completed in last 5 years □ Flag L

13. Bid valid for at least 90 days □

X

14. Each item is to quoted separately □

15. End-of-Life (EoL) and End-of-Sale (EoS) dates are not declared for quoted equipment □

16. Prices are to be quoted in Pak Rupees □

17.Delivery Time shall not be more than 4 - 6 weeks. Installation, testing, integration and commissioning time shall not be more than 2-4 weeks.

18. Warranty Information of all quoted items □

19. Make, Origin and Manufacturer is as indicated in the quotation □

20. All quoted items should be New and Genuine □

(Company Seal)

Signature:

Name:

Designation:

Date:

Page 8 of 24

ANNEX-ACover Letter / Proposal Submission undertaking.

Manager Procurement Date: Center for Advanced Studies at NUST (USPCAS-E), SMME, west wing, NUST Campus H-12, Islamabad

Dear Sir1. We, the undersigned, offer to provide our services For “Supply of Lab. Equipment” in

accordance with your Tender Document dated , and our Proposal. We are hereby submitting our Proposal, which includes this technical proposal, and a financial proposal sealed under separate envelopes.

2. We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.

3. The understand and agree that the decision of the procurement/evaluating committee shall be final and cannot be challenged on any ground at any forum and the procurement/evaluating committee will not be liable for any loss or damage to any party acting in reliance thereon.

4. Furthermore, we hereby certify that, to the best of our knowledge and belief:a. We have no close, familial, or financial relationships with any NUST / (USPCAS-E)

staff members;b. We have no close, familial, or financial relationships with any other bidder

submitting proposals in response to the above-referred RFP.c. The prices in our offer have been arrived independently, without any consultation,

communication, or agreement with any other bidder or competitor for the purpose of restricting competition.

d. All information in our proposal and all supporting documentation is authentic and accurate.

e. We understand and agree to NUST / (USPCAS-E)’ prohibitions against fraud, bribery, and

Kickbacks.5. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and completeAuthorized Signature

M/S

Page 9 of 24

ANNEX-B

SOURCE AND NATIONALITY COMPLIANCE FORM (Attachment of this form with Technical Proposal is must)

The purpose of this form is to gather information from bidders about source/nationality compliance. The authorized USAID geographic code for the USPCAS-E is 937.1. Origin: While the concept of “origin” has been deleted from the USAID procurement regulations, there are still significant U.S. regulations (such as OFAC regulations) that prohibit transactions with certain countries. As such, I confirm that the quoted items are not manufactured, grown, produced, shipped from, or otherwise originate from any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, or Syria.

☐ No, I cannot confirm ☐ Yes, I confirm this is true.

2. Source:

“Available for Sale” in the Cooperating Country:

• Supplier is an authorized sales representative/dealer of the manufacturer in the cooperating country. If yes please provide brief introduction and attach copies of dealership certifications.

• Quoted items are included in supplier’s standard catalogue. (YES /NO)• If YES, attach catalogue.• Supplier certifies that quoted items are routinely traded or offered for sale in the

cooperating country. (YES /NO)• Supplier has an installation base in the cooperating country. (YES / NO)• If yes provide some details of after sale support points with complete addresses.• Offered equipment is serviceable by the supplier and has a valid warranty in the

cooperating country (YES / NO)• IF YES, please provide details of capability how equipment is serviceable in

cooperating country• Complete details of type of warranty offered in cooperating country (or attach

standard warranty terms and conditions offered).• Supplier will be responsible of ensuring that after sale service support / spare parts

are available will try all efforts to make it available. (Bidder / Supplier agrees with is statement) – (YES/ NO)

For items purchased outside of the cooperating country:If the items are not “available for purchase” in the cooperating country, identify the “source” of theEquipment and describe compliance with the authorized geographic code 937:The items will be imported from source is[Describe the "source" countries and compliance with the authorized geo code.]

3. Nationality:

Per 22 CFR 228.12, organizations must meet both (a) and (b) below, as well as either (c) or (d):a. The supplier is incorporated or legally organized under the laws of a country in the

authorized geographic code:[Describe the supplier's registration status; attach a copy of their business license or official registration to support registration status.]

b. The supplier is operating as an “on-going concern” in a country in the authorized geographic code:

c. The supplier is managed by a governing body, the majority of whom are citizens (or lawful permanent residents) of countries in the authorized geographic code:

Page 10 of 24

[Provide details and/or attach a certification from the supplier documenting that they comply with this.]

d. The supplier employs citizens (or lawful permanent residents) of countries in the authorized geographic code, in more than 50% of its permanent full-time positions and more than 50% of its principal management positions:

[Provide details, such as organizational chart with information, and/or attach a certification from the supplier documenting that they comply with this.]

Page 11 of 24

Annex-DOverall Compliance Undertaking

( To be a t t ac h e d w i t h Techn i c a l P r o p o s a l )

I, (Name); (CNIC#); (Designation), (Company Name) have gone through the Terms/Conditions of this RFP and have found the document in whole as non-biased to any particular vendor or product/brand. All quoted items meet USAID Geographic Code 937. I hereby undertake and firmly bound myself to abide by/comply all sections of this tender document except for those items noted below.

1……………………………………………………………………………………………

2……………………………………………………………………………………………

3……………………………………………………………………………………………

4……………………………………………………………………………………………

5……………………………………………………………………………………………

6……………………………………………………………………………………………

7……………………………………………………………………………………………

8……………………………………………………………………………………………

9……………………………………………………………………………………………

10……………………………………………………………………………………………

Note: In case of “Nil”, please cross those columns and stamp/sign this page.

Official SignatureStampDate:

Page 12 of 24

Annexure - 'C' Bill of Quantities (BoQ) Checklist, Conformance and Scope of Work

Ensure that the quoted solution conforms to the following minimum specifications. Last three columns are mandatory for vendors. Return these pages with the technical quotation, with signatures, company stamp, name and designation on each page. Bids will be rejected in case of clash between claims in this document and the quoted solution. Bidders are advised to mention additional features separately on provided blank sheet in the same format. All brands & models are mentioned for reference. You may quote an equivalent brand & model of similar or higher specification.

Lot No. 1: Supply, Installation and Commissioning of Audio/Video Equipment

SNo Nomenclature

Details

Qty ImportanceConformance

/

Additional details, if

higher

Reference Page # (Attach

Evidence)Requirements

(To Be Filled by Vendor)1.

Video Conferencing Unit (Seminar Hall

& Conference Room)

HD codec 1080P60Embedded Operating System Comply with H.232, SIP & support both IPV4 & IPV6Network Rate: 64 kbit/s to 8Mbit/sAudio Support: G.711, G.722,G.722.1C,G.728,G.729 & AAC-LDSupport H.263, H.263+, H.264, H.264 HP, and H.264 SVC.MCU:5 +1 HD video site + 3 Way VOIP SitesFunctions to share & receive presentations during point to point Conference Include Packet loss concealment (Packet loss rate as high as 20%)Able to encode and decode 1080p60 video at 1024 kbit/s, 1080p30 video at 512 kbit/s, and 720p30 video at 384 kbit/s.HD camera with 12x Zoom

02 Mandatory

Page 13 of 24

SNo Nomenclature

Details

Qty Importance

Conformance /

Additional details, if

higher

Reference Page # (Attach

RequirementsIP: 10/100/1000 Base-T, 2 x RJ45,2 x RS-232 COM, 2 x USB ports ,HDMI/VGA input & Output, 2xRCA /1x3.5mm/2xRCA Audio input/output Software license, Onsite Support and Service One time implementation, installation & commissioning on 02 sites

2. HD Camera (Seminar Hall)

1080p50/60 HD Camera (12X Zoom,2.38MP) 01 Mandatory

3.DVR (Seminar Hall

& Conference Room)

AV inputs for recording.Product must give output through HDMI port.Functionality of playback recording and also Write it on DVD HDD 160GB minimum

02

Mandatory

4.Smart LED TV

(Seminar Hall & Conference Room)

Screen Size 55 InchInputs:3 HDMI,2 USB ports1080p HD displayNetwork Connectivity Moveable bracket with remote

03

Mandatory

5.Wireless

Microphone (Seminar Hall)

01 hand mic and 01 collar mic as one set - BundledDual Channel, VHF/UHF Frequency, 100 Meters Service Range Two Output ports to connect devicesSpurious suppression -60dB

03

Mandatory

6. Microphone (Seminar Hall)

Gooseneck Sensitivity -47dB (+-3dB) Frequency 60 to 1400 Hz

05Mandatory

7. Amplifier (Seminar Hall)

Input 120V ,240 WATT3x Mic inputs by phone jack type2x Aux Inputs and 2x line inputs for spare use

01 Mandatory

Page 14 of 24

SNo NomenclatureDetails

Qty ImportanceConformance

/ Additional details, if

higher

Reference Page # (Attach Requirements

EMC priority inputFreq.10-16,000 Hz

8.Audio

Mixer(Seminar Hall)

Digital-Sound Audio Mixer12 XLR Channels with Mute Button for each channelPhantom PowerOutput Level: 21dBm (1 KHz, THD=0.5%)

01

Mandatory

9. Wall Speakers 30 Watt, freq.110-15kHz , Wall Mounted 06 Mandatory

10. AV cables with Laying

Audio cable, Video, VGA, HDMI cables to AV Room & Smart podium

01 Job

Mandatory

11.

Installation & Commissioning of

Audio/Video Equipment

(Seminar Hall)

Includes Complete configuration, Installation & integration of equipment(Audio+Video+Multimedia+Smartpodium) with centralized control and one year onsite support

01 Job

Mandatory

12.Audio

Unit(Conference Room)

Central Control Audio Unit wireless microphone inputHost upto 60 delegate unitsBuilt in Speaker & volume controlSingle wire daisy chain connectivitySwitch for microphone turn on/off

01

Mandatory

13.Delegate Audio

Unit (Conference Room)

24V input, Microphone ON/OFF SwitchGooseneck with LED 22

Mandatory

14.Chairman Audio Unit (Conference

Room)

24V input, Microphone ON/OFF SwitchPriority Button Gooseneck with LED

01Mandatory

15. Wireless Microphone (Conference

Dual Channel VHF/UHF Frequency, 100 Meter Service RangeTwo Output ports to connect devices

01 Mandatory

Page 15 of 24

SNo NomenclatureDetails

Qty ImportanceConformance

/ Additional details, if

higher

Reference Page # (Attach RequirementsRoom)

16.Amplifier

(Conference Room)

Two Mic inputs &Two Aux inputs, 120 WATTVOX priority for one MICPhantom PowerFrequency 50Hz~16KHz(+1dB, -3dB)

01

Mandatory

17.Wall Speaker (Conference

Room)30 Watt, Wall Mounted 02

Mandatory

18.

Cabling & Installation with

complete configuration

Includes Complete configuration, Installation, cabling & integration of equipment (Audio+Video+Multimedia+Smartpodium) with centralized control and one year onsite support

01 Job

Mandatory

19. Training Administrative and User training of Audio/Video equipment

01 Job

Mandatory

20. Warranty 1 year with onsite service and support for complete Audio/Video Equipment

01 Job

Mandatory

Lot No. 2: Supply, Installation and Commissioning of Smart Podiums

Page 16 of 24

SNo Nomenclature

Details

Qty. ImportanceConformance

/

Additional details, if

higher

Reference Page # (Attach Evidence)Requirements

(To Be Filled by Vendor)

1. Smart Podium

With all accessories

19.5-inch Touch Screen DisplayModular Electronics DesignPlug and Play installationSingle Button Power up functionIntegrated Desktop: Processor Ci3, RAM 4GB, HDD 500 GB with standard keyboard & MouseControl Panel for Display Toggle and On/OffBuilt in Speakers 30 WattVGA Cable, Audio CableControl Box (Including Amplifier & VGA interfaces)Carbon-fiber tipped Stylus04 x USB,02 x VGA & 02 x HDMI PortsTouch PanelControls integrated through one boxWood StructureLight for reading notesIntegrated Amplifier, Integrated PDUUPS included, Onsite installation and configuration

07 Mandatory

2. Training Administrative and User training 01 Job Mandatory

3 Warranty 1 year with complete onsite installation and support 01 Job Mandatory

Page 17 of 24

Lot No. 3: Supply, Installation and Commissioning of Multimedia Projectors

SNo NomenclatureDetails

Qty ImportanceConformance

/

Additional details, if

higher

Reference Page # (Attach

Evidence)

Requirements(To Be Filled by Vendor)

1. Multimedia Projectors

Output 3500 Lumens Contrast10000:1Technology: DlpLan Ethernet RJ45 supportedProjection size 30-300 inConnectivity USB-VGA-HDMIhes

Multi protection lamp life upto 6000 hours min.Projection Screen 6x8 ft Wall MountedOnsite installation & fixing

07 Mandatory

2.

Multimedia Projector

(Conference Room)

Output 3500 Lumens Contrast10000:1Technology: 3LCD,LCDLan Ethernet RJ45 supportedProjection size 30-300 inchesConnectivity USB-VGA-HDMIMulti protection lamp life upto 6000 hours min.Projection Screen 6x8 ft Wall MountedOnsite installation & fixing

01 Mandatory

3. Multimedia Output : 6000 to 6500 Lumens 01 Mandatory

Page 18 of 24

SNo Nomenclature

Details

Qty Importance

Conformance /

Additional details, if

higher

Reference Page # (Attach

Evidence)

Requirements

Projector (Seminar Hall)

Technology:3LCD Resolution : WUXGA 1920 x 1200Full HDAspect Ratio: 16:10Contrast 5000:1Projection size 30-300 inchesInterfaces: HDMI, VGA, Ethernet 6 ft. Ceiling Mount Kit HDMI, Power & VGA Cable 70- 100 Meter eachOnsite installation, fixing & configuration with A/V Equipment & Smart podiumProjection Screen 9x12 ft Wall Mounted standard

4. Training Administrative & User Training 01 Job Mandatory5. Warranty 2 years with onsite service and support 01 Job Mandatory

Page 19 of 24

Lot No. 4: Supply, Installation and Commissioning of Server Room Infrastructure

SNo Nomenclature

Details

Unit Qty ImportanceConformance

/

Additional details, if

higherReference Page # (Attach Evidence)

Requirements(To Be Filled by Vendor)

1. Chassis

Blade Chassis4U Chassis,8 Node Slots,4PSU Slots,5Fans and Accessory IncludedRemote KVM and virtual media 4U static Rail KitSupport at least 8 high density blades in 4U chassisRedundant AC Power Supplies, 1200W platinum AC Power Module2*GE Interface CardEmbedded OS, Embedded Mega RAID Software RAID for BIOS,support RAID0/1/103 Years onsite support & service

No. 01 Mandatory

2. Blade Servers

Processor :2 x 8C E5-2600v3 RAM:64 GB RAM 2133MHz LP RDIMM24 DIMM Slots2 x 600GB 10K SAS with RAID11 x CNA 10gbe adapter3 Years onsite support & service

No. 03 Mandatory

3. Storage (SAN) 6TB useable storage with RAID 6HDDs SAS 10k RPMStorage Cache Min. 4 GB cache Per Controller (Scalable up to 8GB

No 01 Mandatory

Page 20 of 24

SNo Nomenclature

Details

Unit Qty Importance

Conformance /

Additional details, if

higher

Reference Page # (Attach Evidence)

Requirements

Cache) Per ControllerSupport Thin ProvisioningRAID Supporting RAID 0, 1, 3, 5, 6, 10OS Support AIX,HP-UX, Solaris, Linux & WindowsMultiple host connectivity : 12 x 1 Gbps iSCSI ports Minimum /O module hot swap: hot-swappable controllers, fans & power suppliessupports online expansion of I/O modulesManagement software with storageRack Rail Mount kit3 Years onsite support & service

4. Branded PDU&KVM

2x Power Distribution Units with Branded KVM No 01 Mandatory

5.Ultrasonic

Rodent Repellant

Ultrasonic Rodent Repellant for Server Room Good Life, UK or equivalent No 01

6. Installation & Configuration Complete installation and configuration No 01

Job Mandatory

7. Training Administrative & User Training No 01 Mandatory

Page 21 of 24

SNo Nomenclature

Details

Unit Qty Importance

Conformance /

Additional details, if

higher

Reference Page # (Attach Evidence)

Requirements8. Warranty 3 years with onsite service and support No 01

Job Mandatory

Lot No. 5: Supply, Installation and Commissioning of Online UPS for USPCASE

Page 22 of 24

SNo Nomenclature

Details

Qty ImportanceConformance

/

Additional details, if

higher

Reference Page # (Attach

Evidence)Requirements

(To Be Filled by Vendor)

1. UPS 10 KVA

True online, Pure sine wave rack mountable UPS 10 KVA. Input voltage: 220/230/240 VAC (172 to 285 VAC). Built-in stabilizerInput Frequency: 40-70 hz.Output voltage: 220/230/240 VAC, -+1%(selectable).Freq. tolerance: 2-6%Wave form: true sine wave.Transfer Time: nil/zero (True on line) double conversion.Batteries: Sealed & maintenance free 3-5 Years Life.I/P Power factor : 0.98O/P power factor : 0.8Recharge Time: 2.5-3 hours on 80% capacityEfficiency: i/p 99% & o/p 94%Audible noise: 40-50 dba.Surge capacity IEC/61100-4-5Certification : 62064-2 Class-A, EN50091-1, En60950, IEC950SNMP Module for Network Connectivity

02 Mandatory

2. UPS 5 KVA

True online, Pure sine wave rack mountable UPS 5 KVA.Input voltage: 220/230/240 VAC (172 to 285 VAC). Built-in stabilizerInput Frequency: 40-70 hz.Output voltage: 220/230/240 VAC, -+1%(selectable).Freq. tolerance: 2-6%Wave form: true sine wave.Transfer Time: nil/zero (True on line) double conversion.

02 Mandatory

Page 23 of 24

SNo Nomenclature

Details

Qty Importance

Conformance /

Additional details, if

higher

Reference Page # (Attach

Requirements

Batteries: Sealed & maint free 3-5 Years Life.I/P Power factor : 0.98O/P power factor : 0.8Recharge Time: 2.5-3 hours on 80% capacityEfficiency: i/p 99% & o/p 94%Audible noise: 40-50 dba.Surge capacity IEC/61100-4-5Certification : 62064-2 Class-A, EN50091-1, En60950, IEC950

3. Installation of UPS

Complete onsite installation and commissioning of UPS on 3x sites

01 Job Mandatory

4. Training Administrative & User Training 01 Job Mandatory

5. Warranty 1 years with onsite service and support 01 Job Mandatory

Notes: 1. Site Survey is to be conducted by the bidder.2. As build diagrams shall be submitted after completion of work as per instruction provided in the above-mentioned paragraphs.3. All quantities provided in the BoQ are based on estimation. Payments shall be made on As per Actual (APA) basis after verification

of works completed and dully checked by NUST and contractor/successful bidder.

Page 24 of 24