Você está na página 1de 26

Request for Proposal (RFP)

Pur chase of I T Equi pment s





Last Date for Submission: 7
th
August 2012 at 02:00pm

Bid Opening Date: 7
th
August 2012 at 02:30pm














HI GHER EDUCATI ON COMMSSI ON
H-9, ISLAMABAD


Websites: www.hec.gov.pk
Tel no. 051-90402224, 90402208, Fax no. 051-90402202
( Rs. 500/ - )












RFP for the Purchase of IT Equipment for HEC


2
Table of Content

1. Definition .3
2. INTRODUCTION4
3.SCOPE OF WORK........4
4. BIDS SUBMISSION REQUIREMENTS.............4
5. SELECTION PROCEDURE..5
6. TERMS OF PAYMENT..5
7. LIQUITDATED DAMAGES6
8. GENERAL TERMS AND CONDITIONS..6
9. MINIMUM REQUIREMENTS FOR SERVICE LEVEL AGREEMENT FOR
EQUIPMENT AND MAINTENANCE.8
10. MEET OR EXCEED SPECIFICATIONS8
11. CLARIFICATIONS...10


List of Forms

Form I: Technical Information Form.14

List of Annexure

Annex I: PROPOSAL SUBMISSION FORM..11
Annex II: FIRMs REFRENCES.....12
Annex III: INTEGRITY PACT....13
Annex IV: Bill of Quantity(ies)..21
Annex V: Mandatory Requirements for Bidder to qualify .....24
Annex VI: Technical Compliance Certificates/Compliance Undertaking..25
Annex VII: Undertaking....26






















RFP for the Purchase of IT Equipment for HEC


3

1. DEFINITIONS


1.1. HEC: Higher Education Commission.
1.2. SLA: Service Level Agreement. The level of service which HEC purchases
from vendor in respect of the service
1.3. RFP: Request for Proposals.
1.4. BOQ: Bill of Quantities.
1.5. Warranty/Services of items/parts: 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.
1.6. Total Bid Value: Cost of Equipment (including optional equipment) Cost of
Extended Warranty and Cost of services as per BOQ.
1.7. Total Contract Value: Cost of Equipment, Warranty and Services as per the
supply order by HEC at the time of Contract Agreement.
1.8. Bidder: Bidder who submit the proposal.
1.9. Selected Bidder: Bidder selected for the award of tender.
1.10. Prospective bidder: Bidder who intend to participate in the tender process.



RFP for the Purchase of IT Equipment for HEC


4
2. INTRODUCTION
The Higher Education Commission is established with the aim of facilitating the higher
education sector to serve as Socio-Economic Engines for the development of Pakistan.
To augment its vision, HEC has always believed and encouraged technology as a tool
for the higher education sector to leap-frog and catch up with the pace of socio-
economic development of the developed world. HEC has always given special focus to
Information Technology for the enablement and empowerment of higher education
sector.
Whereas the Higher Education Commission (HEC), has IT Infrastructure which provides
IT facilities to the employees of HEC and to the users of universities/institutes like Video
Conferencing, Interactive Lecturing, Internet, Email, Internal and External Portal, Files
Sharing, Unified Communication, ERP, etc. Over the past few years, there has been a
significant change in technology and enhanced versions of software/ applications and
their related services have emerged which had generated the user requirement. And
their use and deployment requirement is penetrating for HECs routine and specific
projects and programs related business/ tasks/ assignments. Further number of
employees has also added up at HEC which increased requirement of IT equipments
as well.
Therefore Higher Education Commission intends to Purchase IT equipments for its
development projects and recurring staff.

3. SCOPE OF WORK
The scope of the project is to supply and Installation of all IT equipment and
components requested in BoQ at Higher Education Commission
Islamabad/Lahore/Karachi/Peshawar/Quetta.

Following requirements define the scope of work of this tender.
3.1 The Selected Bidder will be responsible for the supply, installation, Integration,
testing and commissioning of all equipment and components at HEC designated
sites.
3.2 Selected Bidder must ensure that the supplied equipment is fully operational,
new and perform properly and meet RFPs Technical Specification.

4. BIDS SUBMISSION REQUIREMENTS

The objective of bid submission requirement is to provide bidders the information to
submit their bid in response of this RFP according to the specifications defined in
this RFP and in order/sequence as set forth in this document. Bidders must follow
following requirements for their proposals/bids preparation and submission.
4.1. For this tender PPRAs Rule number 36(a) Single stage - Single Envelope
Procedure for open competitive bidding shall be adopted.

RFP for the Purchase of IT Equipment for HEC


5
4.2. The bidder is required to submit Bid in Single Envelop. Envelope should also
be labeled with the name, address and contact number of the bidding
company.
4.3. The bidder must quote items as per categorize items. If any items is dropped
by bidder the hole bid will be rejected. It is therefore bidders insure that they bid
whole each category separately.
4.4. Bidders shall submit Financial Proposals along with brochures/data sheets
explaining of the items quoted.
4.5. Bidders shall submit a signed letter with Official stamp affixed on it as per the
format given in Annex 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.
4.6. 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 as per
the format given in Annex II Firms References,
4.7. Equipments technical details (brochures, data sheets etc.) mentioning
compliance and properly highlighting all the compliance specification as
requested in Form I Technical Information Form using florescent
highlighter of quoted hardware/equipment and material with their make, model,
part number, etc.
4.8. Bidders are required to fill and sign the Technical Information Form-I, data
sheet, and broacher as provided in this RFP and must submit it along with
Proposal.
4.9. Bidders are required to fill and sign all pages of the Annex-IV Bill of
Quantity(ies) while strictly following the format given, and submit it as
Financial Proposal. Financial Proposals not following the given format may lead
to the rejection of bid.
4.10. Bidders are required to submit their financial proposals in PAK Rupees (PKR).
4.11. A bank draft equal to 2% of the Total Bid Value should accompany the bid
as part of financial proposal as earnest money drawn in favor of D.G.
(Finance), Higher Education Commission, Islamabad. The bid shall not be
considered without earnest money.
4.12. If a bidder has quoted multiple options, in this case bidder should submit the
earnest money equal to 2% of highest quoted option.
4.13. Integrity pact need to be furnished on legal stamp paper along with bid. Sample
is given at Annex III.
4.14. Each quoted item in bid will be labeled separately.
4.15. Rates quoted in the BOQ should be containing all the applicable taxes.
5. SELECTION PROCEDURE

5.1. A one step process will be used for the selection of a bidder for the award of
this tender.

RFP for the Purchase of IT Equipment for HEC


6
5.2. HECs intent in issuing this Tender Document is to award a contract to the
lowest evaluated and best responsive bidder who meets specifications as laid
out in Technical Information Form I and who fulfill all Mandatory Requirements
mentioned in General Terms and Conditions. If any of the requirements or
equipment specifications is not met by the bidder, the bid will be considered as
non-responsive, and the bid of the next lowest bidder will be considered.
5.3. Bids will be evaluated Item wise. Bidders must quote all equipment in an opted
particular category.
5.4. After the approval of contract award, as per The Stamp Act 1899 Article 22-A
as mentioned below a contract agreement on the stamp paper shall be
executed by the firm with selected bidder within 15 days from the date of
issuance of Letter of Intent.
A
r
t
i
c
l
e

2
2
-
A

CONTRACT, that is to say any instrument of the nature of
memorandum of agreement made or entered into by a
contractor with Government, Corporation, Local Body,
Local Authority, agency or organization set up or controlled
by the Federal or the Provincial Government

(a) to execute any work
(i) where the amount of the contract does not exceed
fifty thousand rupees.
One hundred rupees.
(ii) where it exceeds fifty thousand rupees but does not
exceed five lac rupees.
Two hundred rupees.
(iii) where it exceeds five lac rupees but does not exceed
fifteen lac rupees.
Five hundred rupees.
(iv) where it exceeds fifteen lac rupees but does not exceed
twenty five lac rupees.
Seven hundred and fifty rupees.
(v) where it exceeds twenty five lac rupees. One thousand rupees.
(b) to procure stores and materials Twenty-five paisas for every one hundred rupees
or part thereof of the amount of the contract].
.

6. TERMS OF PAYMENT

6.1. No payment shall be made in advance to the selected bidder/vendor as
mobilization advance.
6.2. Eighty percent (80%) cost of equipment shall be paid after successful delivery
of equipment at HEC designated sites.
6.3. Twenty percent (20%) cost of equipment shall be payable to the Contractor
after 3 months upon successful installation, proper integration, testing &
commissioning of all equipment as per requirements of at HEC.
6.4. Ten Percent (10%) of the payable amount against each invoice/payment will
be retained as security/retention money. 10% retained money will be released
after successful completion of 1
st
year warranty Services. A certificate will be
issued in this regards by HEC.
6.5. All payments shall be made through cross cheque in the Pak Rupees.

RFP for the Purchase of IT Equipment for HEC


7
6.6. Taxes will be deducted at source as per government rules at the time of
payment irrespective of the date of invoicing.
6.7. The 2% earnest money of the successful bidder will be returned after the
signing of the contract within 30 days.
6.8. The Selected Bidders has to furnish the Performance Bank Guarantee
equivalent to 10 % of contract value at the time of singing of contract, which
will be released on delivery of all equipment and after payment vide clause
6.3.
6.9. If the progress of the work is not to the satisfaction of the Executive Director,
HEC. Executive Director HEC has the right to cancel the order, get the work
done from third party selected in accordance with the PPRA rules subject to
the condition that if the first party has to pay any amount in excess of the
agreed amount, the difference will be recovered from the second party.

7. LIQUITDATED DAMAGES

7.1. In case of delay, the Executive Director, HEC reserves the right to impose a
penalty not exceeding 10% of the total amount of the contract at the rate of
1% of the bill for each week of delay.
7.2. If the work is not executed according to the satisfaction of the Executive
Director, the Executive Director reserves the right to reject it altogether or
impose a penalty not exceeding 50% of the contract amount.
7.3. In case of services delay or unsatisfactory service deliver non-complying the
terms of the comprehensive warranty services, vendor performance Bank
Guarantee / Retention Money will be forfeited


8. GENERAL TERMS AND CONDITIONS
Following general terms & conditions apply to RFP
8.1 Only authorized dealer, registered reseller & partner for Active equipments, as
mentioned in BOQ can participate (documentary proof is mandatory).
8.2 Income Tax Certificate / GST Certificate.
8.3 Authorized Dealer, Partner for all Items quoted.
8.4 Location of Offices (Islamabad/Rawalpindi)
8.5 Quoted Product (all items) are Technical Compliance as listed at Technical
Information Form
8.6 Filled Technical Compliance Sheet with all necessary information is attached.
8.7 Project Execution Plan (Time Line, Resources, Dedicated Staff, Shared
Staff)
8.8 All Hardware will be delivered and installed in HEC Offices (Lahore, Karachi,
Quetta, Peshawar and Islamabad) and at their own cost. .


RFP for the Purchase of IT Equipment for HEC


8
8.9 An affidavit to the effect that the firm has not been blacklisted by any
Government/Semi Government organization.
8.10 The Commission reserves the right to accept/reject wholly or partially any
tender at any stage of the tender process.
8.11 Validity period of the bids shall be 6 months (180 days).
8.12 The decisions of HEC will be binding on all concerned and will in no case be
challengeable at any forum or any court of law.
8.13 Bids are liable to be rejected if; they are not conforming the terms, conditions
and specifications stipulated in this RFP.
8.14 During the examination, evaluation and comparison of the bids, the HEC at its
sole discretion may ask the bidder for clarifications of its bid.
8.15 The request for clarification and the response shall be in writing/email.
However, no change in the price or substance of the bid shall be sought,
offered or permitted after bid submission.
8.16 Total Bid Value shall cover cost of equipment with three year
warranty/services as per SLA. And shall account for financial evaluation and
so shall be included in Total Bid Value.
8.17 The amount submitted as Earnest Money shall be refunded to the
unsuccessful bidders after the decision of Tender Committee for the award
of said tender.
8.18 If there is a discrepancy between unit price and total price in the submitted bid
which is obtained by multiplying the unit price and quantity, the unit price shall
prevail and total price shall be corrected. If there is a discrepancy between
the words and figures, the amount in words shall prevail. If there is a mistake
in addition/ totaling, that shall be corrected. If the bidder does not accept the
corrected amount of bid, his bid shall be rejected and his bid security
forfeited.
8.19 conditional Bids will not be entertained.
8.20 For this tender all updates/changes shall be communicated through email and
also be posted on HEC website.
8.21 In case of any dispute between the two parties of any matter arising out of
after signing the contract agreement, the case shall be referred to Executive
Director, HEC whose decision shall be final and binding on both parties.
8.22 Maximum delivery time for all items is 4-6 weeks.
8.23 Bids submitted via email or fax will not be entertained.
8.24 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), showing the financial
strength of the bidders.
8.25 Bidders indemnify HEC against all third party claims of infringement of patent
trade mark, industrial design rights arising from use of the goods of any part
thereof in Pakistan.

RFP for the Purchase of IT Equipment for HEC


9
8.26 Number of equipment and its parts may be increased or decreased as per
HEC requirement within permissible limit of 15% of repeat order.
8.27 Firm may ensure the availability of parts for next 3 Year on legal document as
per format at Annexure-VII.


9. MINIMUM REQUIREMENTS FOR SERVICE LEVEL AGREEMENT FOR
EQUIPMENT AND MAINTENANCE on Site

Following requirements for SLA shall apply to this RFP and the equipment procured
through it. (Laptops and all Active equipment).

9.1 Selected Bidder shall provide onsite Warranty/Services for the equipment and
Bidder shall ensure that all equipment (items) and its parts supply to HEC
offices at (Lahore, Karachi, Islamabad) are new (non-refurbished and not
reaching end of life in next 2 years and ensure the parts availability for next
three years) and free from any sort of defects for the warranty period.

9.2 Preventive maintenance in the respect of Photocopier Machines and its
auxiliaries must be carried out on Quarterly basis.
9.3 Response time of the successful bidder in the context of warranted services
at all days, 24 X 7, shall be 1 hour from the reporting of the fault. In case all
units in a site are out of operation then the response time shall be 30 minutes
from the reporting of the fault. The same will be valid for all non-working hours
and non-workings days of HEC.
9.4 The Bidder must ensure the escalation response time through the dedicated
engineers deputed onsite in business hours, The escalation time shall be 30
minutes in working hours and 1.5 hours in non-working hours. Maximum
restoration time allowed shall be three (3) hours.
9.5 The selected bidder will make sure the provision of backup system in case of
fault rectification more than two hour and will maintain onsite backup units /
spare parts. The backup of an item and any of its parts with same
specification shall be provided with in 2 to 4 hours and replacement shall be
provided within 24 hours.

10. MEET OR EXCEED SPECIFICATIONS

The specifications provided in this RFP are the minimum requirements of HEC. The
vendors must meet exceed these specifications to meet the actual requirements of
HEC and its successful practical implementation. But in such a case additionally
proposed or altered specifications should clearly be highlighted to enable HEC to
clearly identify modified specifications.


RFP for the Purchase of IT Equipment for HEC


10



11. CLARIFICATIONS

Queries regarding this RFP shall be submitted in writing to:

Mr. Saria Saleem Malik M. Pervaiz Khan
LAN Administrator Director (NIS)
Higher Education Commission Higher Education Commission
H 9, Islamabad. H 9, Islamabad.
Phone: +92(51)90402224 Phone: +92-(051)90402208
Fax: +92(051) 90402202 Fax: +92(051) 90402202
E-mail: ssaleem@hec.gov.pk E-mail: pkhan@hec.gov.pk
For Site Visit:

Higher Education Commission
Data Center
Sector H-9, Islamabad.
051-90402224-2208





























RFP for the Purchase of IT Equipment for HEC


11




Annex I: Proposal Submission Form.

PROPOSAL SUBMISSION FORM

The Project Director
Higher Education Commission,
H-9, Islamabad

Sir

We, the undersigned, offer to provide the Services for Purchase of IT Equipments for
HEC Office (Islamabad Lahore, Karachi, Quetta, Peshawar) and in accordance with
your Request for Proposal 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.

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:







RFP for the Purchase of IT Equipment for HEC


12
Annex II: Firms References

Relevant Services carried out in the Last three Years
That Best Illustrate Qualifications
Using the format below, provide information on each reference assignment for which
your firm/entity, either individually as a corporate entity or as one of the major
companies within an association, was legally contracted.

Assignment Name:


Country:
Location within Country:


Key Professional Staff
Provided by Your Firm/
entity(profiles):
Name of Client:


NO. of Staff:
Address:



NO. of Staff-Months; duration
of assignment:
Start Date
(Month/Year):


Completion Date
(Month/Year):
Approx. Value of Services (in
Current ):
Name of Associated Consultants, if any:



NO of Months of Professional
Staff Provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and
functions performed:



Narrative Description of Project:




Description of Actual Services Provided by Your Staff:


Firms Name:







RFP for the Purchase of IT Equipment for HEC


13
Annex III
INTEGRITY PACT

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS.10.00 MILLION OR MORE
Contract Number: ________________________ Dated: ________________________
Contract Value:_____________________________
Contract Title: ________________________________
________________ hereby declares that it has not obtained or induced the procurement of any
contract, right, interest, privilege or other obligation or benefit from Government of Pakistan
or any administrative subdivision or agency thereof or any other entity owned or controlled
by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing, ____________ represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone
and not given or agreed to give and shall not give or agree to give to anyone within or
outside Pakistan either directly or indirectly through any natural or juridical person,
including its affiliate, agent, associate, broker, consultant, director, promoter,
shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or
kickback, whether described as consultation fee or otherwise, with the object of obtaining
or inducing the procurement of a contract, right, interest, privilege or other obligation or
benefit in whatsoever form from GoP, except that which has been expressly declared
pursuant hereto.
________________ certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction
with GoP and has not taken any action or will not take any action to circumvent the
above declaration, representation or warranty.
_____________ accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any
contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to GoP under
any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, _____________
agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt
business practices and further pay compensation to GoP in an amount equivalent to ten
time the sum of any commission, gratification, bribe, finder's fee or kickback given by
_________________ as aforesaid for the purpose of obtaining or inducing the procurement of
any contract, right, interest, privilege or other obligation or benefit in whatsoever form from
GoP. [Company Name]



RFP for the Purchase of IT Equipment for HEC


14
Form I: Technical Information Form
(To be filled by the bidder as part of Technical Compliance)


I
t
e
m

.
n
o

S.
No
Attributes Required Specs
C
o
m
p
l
i
a
n
c
e

Y
e
s
/
N
o

Comment
Part
No
Reference
Brochure
is at
page #
Category-I
(a) Laptop (Note Book 1) (Branded)
1.1 Brand HP/Dell/Sony or equivalent

1.2
Processor
Intel Core i3-3110M Dual
Core

1.3 Category Business Class
1.4 Wireless Wireless 802.11 a/b/g/n

1.5
Memory
4GB 1333MHZ DDR3 SDRAM
Upgradeable to 16GB

1.6 Battery 6-cell (62 WHr) Li-Ion
1.7 Optical Drive DVD+/-RW Super Multi

1.8
Ethernet Integrated Fast Ethernet
10/100/1000


1.9
Chipset Mobile Intel Q Series Chipset or
latest


1.10
Operating System Supporting Windows Vista
(pro/business ), Windows 7 & 8,
32 bit ,64 bit OS.


1.11
Display
14" diagonal LED-backlit HD anti-
glare (1366 x 768).


1.12
Keyboard Keyboard with touchpad(US
English)

1.13 Graphics integrated Intel HD Graphics 3000

1.14
Hard Drive
500GB HDD 7200RPM
(Solid stat drive supported)

1.15 Power Adopter 65 M AC Adapter

1.16
Interfaces
3 USB 2.0 - 1 eSATA/USB 2.0
Combo
1 external VGA monitor
1 HDMI
1 1394
1 stereo microphone in
1 stereo headphone/line-out
1 AC power
1 RJ-45
1 docking connector


1.17
Slots
1 Full and 2 Half Mini Card Slots
1 Express Card


1.18
Mic Dual-microphone array and should
work with web Cam

1.19 Carrying Case Original Carrying Case
1.20 Built-in Webcam Integrated HD Web Camera
1.21 Bluetooth Bluetooth 3.0

1.22
Blue Tooth Hands
free
Compatible with quoted Laptop


RFP for the Purchase of IT Equipment for HEC


15
1.23 Warranty 3 Year Warranty
(b) Laptop Notebook-2 (Branded)
1.1 Brand HP/Dell/Sony or equivalent
1.2 Processor Intel Core i5-3317U Processor
1.3 Category Sleek Note Book (Lightweight)

1.4
Wireless
802.11b/g/n WLAN and
Bluetooth(R)


1.5
Memory
4GB 1600MHz DDR3 System
Memory Upgradeable up to 16GB

1.6 Battery 4 Cell Lithium Ion Battery

1.7
Optical Drive External Tray Super Multi 8X
DVD+/-RW w/Double Layer


1.8
Ethernet Integrated Fast Ethernet
10/100/1000


1.9
Chipset Mobile Intel QM77 Express
Chipset or latest


1.10
Operating System Supporting Windows Vista
(pro/business ), Windows 7, 32
bit ,64 bit


1.11
Display 15.6" diagonal HD BrightView
LED-backlit Display (1366x768)


1.12
Keyboard Standard Keyboard with
Backlit supported

1.13 Graphics Intel HD Graphics 4000)

1.14
Hard Drive
500GB HDD 7200RPM
(Solid stat drive supported)

1.15 Power Adopter 65 M AC Adapter

1.16
Interface
2 USB 3.0
1 USB 2.0
1 HDMI
1 headphone-out
1 microphone-in


1.17
Media Card
Reader
Digital media card reader


1.18
Mic Dual-microphone array and should
work with web Cam

1.19 Carrying Case Original Carrying Case
1.20 Built-in Webcam Integrated HD camera
1.21 Software Application & Driver CD
1.22 Warranty 1 Year Warranty
Accessories (Note Book 1 & 2) (Branded)
1.1 Power Adopter 65 M AC Adapter
1.2 Keypad Original Keypad
1.3 Battery 6-cell (62 WHr) Li-Ion
(c) Laser Jet Desktop Printer

1.1
Brand HP/Canon/Samsung/Nashuatec or
Equivalent


1.2
Print speed, black
(normal quality
mode)
Up to 30 ppm

RFP for the Purchase of IT Equipment for HEC


16

1.3
First page out
(black)
As fast as 8.0 sec

1.4
Print resolution,
black
Up to 600 by 600 dpi with
Resolution Enhancement
technology (REt)

1.5 Print technology Laser
1.6 Monthly duty cycle Up to 25,000 pages
1.7 Memory, standard 16 MB
1.8 Processor speed 266 MHz
(d) Color LaserJet Printer

1.1
Brand HP/Canon/Samsung/Nashuatec or
Equivalent

1.2 Print speed, 25 PPM

1.3
First page out
(black)
13.5 Second or Equivalent
1.4 Resolution 600dpi
1.5 Print technology Electro-Photographic printing
1.6 Monthly duty cycle 75,000
1.7 Memory, standard 384Mb
1.8 CPU 533Mhz
1.9 Warranty 1 Year Warranty
(e) Scanner

1.1
Brand HP/Canon/Samsung/Nashuatec or
Equivalent

1.2 Scan Technology Charge Coupled Device (CCD)

1.3
Scan Resolution up to 2400 x 2400 dpi (on flatbed),
Up to 600 x
600 dpi (on ADF), Optical: Up to
2400 dpi, Enhanced: Up to
19,200 dpi

1.4 Scan Speed (Adf) 15 ppm

1.5
Image Scaling Or
Enlargement
Range
12 to 2400% in 1% increments


1.6
Output Resolution
Dpi
Settings
75, 100, 150, 200, 300, 400, 600,
1200, 2400


1.7
Auto Document
Feeder
Capacity
50-Pages


1.8
Media Types
Supported
format PDF, Multi-page TIFF and
JPEG, GIF, BMP


1.9
Media Size (Adf) minimum (ADF): 5.8 x 5.8 in (148 x
148 mm)


1.10
Media Weight
(Adf)
13 lb mimimum

1.11 Duty Cycle (Daily) 500 Pages Per Day

1.12
Standard
Connectivity
1 Hi-Speed USB 2.0


1.13
Scan File Format PDF, JPG, BMP, TIFF,
compressed TIFF, JPEG,


RFP for the Purchase of IT Equipment for HEC


17
TXT, HTML, RTF, FPX, PNG, PCX

1.14
Software
Included
EMC ISIS/TWAIN drivers,
PaperPort, Readiris
Pro, Presto! BizCard


1.15
Compatible
Operating
Systems
Windows 7,XP, 2000, Vista 32bit or
64bit Supported

1.16 Power External Power Supply
1.17 Warranty 1 Year Warranty
(f) Network Printer

1.1 Brand
HP/Canon/Gastetner/Nashuatec
or Equivalent


1.2 Printer Speed
30PPM (letter)
24PPM (A4)

1.3 Network Built-in
1.4 Warm up time 20 Second
1.5 First Print Speed 8 Second
1.6 Duty Cycle 35,000 Per Month
1.7 Memory 64MB or Higher
1.8 Resolution 1200x1200dpi

1.9 Interface
USB 2.0, Ethernet 10 Base-T/100
base-TX

1.10 Language PCL5e, PCL6, PS3
1.11 Network Protocol TCP/IP

1.12 OS Supporting
Windows 7, Vista, XP,
Windows Server 2003, 2008,MAC

1.13 Paper Size A4-A6
1.14 Trays Tray
1.15 Dupleix Built-in
1.16 Warranty 1 Year Warranty
Category-II
(a) Photocopier Machine

1.1
Brand
Konica/Canon/Gastetner/Nashuatec
or Equivalent

1.2 Type Console

1.3
Copy per Minute
(CPM)
35/ 45 CPM (A,4)

1.4 Display Touch Screen Full Color LCD panel
1.5 Copy Selector 1 t0 9999
1.6 Copy Size A3-A5
1.7 Paper \capacity (1150 sheets)
1.8 Duplex Built-in
1.9 RADF Built-in
1.10 Memory 1 GB
1.11 Hard Disk 80 GB 0r Higher
1.12 USB Direct print Built-in

1.13
Printing
Resolution
600 x 600 dpi

1.14 Zoom (Range) 25% to 400% (in 1% Increment)
1.15 Paper Weight 56 t0 210 gm

RFP for the Purchase of IT Equipment for HEC


18

1.16
Network Interface
Ethernet 10Base-Tx/10Base-T,USB
1.1/2.0(Full Speed), parallel Interface


1.17
Network color
Scanner
Built-in

1.18 Scanning Speed ARDF: Less than 1 second

1.19 Scanning
Destinations
Scan to Email, Scan to SMB, Scan
to FTP/Web DAV, Scan to USB
Memory

1.20 Network Printer Built-in
1.21 Internet Fax Built-in
1.22 Duplex Auto Duplex
1.23 Sacn to Email Built-in
1.24 Warranty 1 Year Warranty
(b) Fax Machine
1.1 Brand Panasonic or Equivalent
1.2 Type Laser

1.3
Copy Per Minute
(CPM)
10 PPM
1.4 Copy Size A4
1.5 Paper Capacity 250 Sheets
1.6 ADF 20 Sheets
1.7 Modem Speed 33.3 kbps

1.8
Printing
Resolution
600 x 600 dpi

1.9
Caller ID Built-in

1.10
Warranty 1 Year Warranty
Category-III
(a) Multimedia Projector

1.1 Brand
Sony /Panasonic/BENQ or
Equivalent

1.2 Projection System LCD
1.3 Native Resolution 1024X768
1.4 Brightness 3500 ANSI Lumens
1.5. Keystone Auto / Manual
1.6 Aspect Ratio Standard
1.7 Color True
1.8 Lens Standard
1.9 Image Size 300 inches
1.10 Zoom Ratio Standard
1.11 LAMP 240W UHM

1.12
Computer
Compatibility
HP/Dell/Acer/Compaq/IBM
Compatible

1.13 Input Terminals 2-Pc, Video, SVHS, Audio,
Computer Audio.

1.14 Weight Less than 3kg
1.15 Power Supply 100-240V AC,50/60Hz
1.16 Picture Mode Auto
1.17 Functions Max
1.18 Accessories Quick start Guide, Remote Control

RFP for the Purchase of IT Equipment for HEC


19
(Standard) w/battery, Soft Carry Case
1.20 Projector Screen Manuel 8X6 along with project
1.21 Sealing Kit Wall Mount Sealing Kit
1.21 Warranty 1 Year Warranty
Category-IV
(a) Digital Camera
1.1 Brand Sony or equivalent
1.2 Mega Pixel 3 Mega Pixel or Higher
1.3 Optical Zoom 4x, f2.7-5.7, 26-105mm
1.4 LCD 3-Inch
1.5 File Format JPEG/Motion JPEG (.AVI)

1.6
Storage Media
Memory Stick Pro Duo, SD,
SDHC


1.7 Wide-angle Lens 28mm
1.8 Warranty 1 Year Warranty
(b) Video Camera
1.1 Brand Sony or equivalent

1.2
Maximum Still
Image Resolution
(PhotoMode)
20.4 Mega Pixels (6016 x 3384,
16:9)


1.3 HD Video Codec MPEG4-AVC/H.264

1.4
Media Storage
Type
Media Storage Type


1.5
Optical / Digital
Zoom
12x / 160x



1.6
HYBRID
Movie Recording on Memory Stick
and SD/SDHC Memory Card


1.3 Warranty 1 Year Warranty
Category-V
Server Accessories
(a) Server RAMs
1.1 Brand IBM Server x3650
1.2 SBB No. 39M5795

1.3 Memory
Description
4GB PC2-5300 CL5 ECC DDR2
Chipkill Low Power FBDIMM
667MHz4


1.4 Specification Memory must be installed in
matching pairs.

1.5 Warranty 1 Year Warranty
(b) Server HDD
1.1 Brand Intel Chases MFSYS25
1.2 HDDs SAYIO SAS HDD ST9146802SS
1.3 Capacity 600GB each
1.4 Warranty 1 Year Warranty
(c ) UPS
c.(i) 1.1 Brand MGE/APC/Emersion or Equivalent
1.2 Capacity UPS 650VA
1.3 Watts 390W

1.4
Nominal Output
Voltage
230V

RFP for the Purchase of IT Equipment for HEC


20
1.5 Topology Line Interactive

1.6 Waveform Type
Stepped approximation to a
sinewave


1.7
Output
Connections

(4) IEC 320 C13 (Battery
Backup) And (1) IEC Jumpers


1.8
Maximum Input
Current
7A
1.9 Warranty 1 Year Warranty
c (ii) 1.1 Brand MGE/APC/Emersion or Equivalent
1.2 Capacity UPS 3KVA
1.3 Watts 3000V
1.4 Interface Port RJ-45
1.5 Rack Height 3 U
1.6 Topology On-Line
1.7 Waveform Type sinewave

1.8 Bypass
Internal Bypass (Automatic and
Manual)

1.9 Crest Factor 3:1
1.10 Warranty 1 Year Warranty

Category-VI
(a) Network Access Switches
1.1 Brand Cisco/HP/Huawei or Equivalent

1.2
Ethernet Switch
Gigabit (POE)
24 Port 10/100/1000 BASE-T RJ-
45 (Auto Negotiation) with four
fixed Gigabit Ethernet (Optional
10 Gigabit Dual Purpose uplinks)


1.3 Interfaces USB Port, Console RS-232

1.4
IEEE Power
Standard
IEEE 802.3af (PoE), 802.3at
(PoE+) standards (15.4 Watts to
30 Watts), IEEE 802.3az



1.5
IEEE
Configuration
Standard
IEEE 802.1q, 802.1d, 802.1w,
802.1s, 802.1p, 802.1ad, 802.1ae,
802.1x



1.6
authentication MAC authentication & limiting,
IPv6 security and management,
IGMP v1, v2



1.7
Network
Monitoring
Protocols
SNMP v1, v2, v3, NTP, DHCP,
RMON, RADIUS, SSH2,
HTTP/HTTPs



1.8
Certifications Class "A" Safety and
Electromagnetic Compatibility ,
(RoHS-5) Environmental
Certifications



1.9
SFP Module
(SM & MM)
Single Mode (2KM) / Multi Mode
(1KM) 2 SFPs for each Network
Switch.


1.10 Warranty Limited Lifetime



RFP for the Purchase of IT Equipment for HEC


21


Annex IV: Bill of Quantity(ies)
(To be filled by the bidder as part of Financial Proposal)

Sr.
No.
ITEM Minimum
Specification
A B C D E
Q
u
a
n
t
i
t
y

Unit Cost
of item
including
1
st
yr
warranty as
per SLA
*2
nd
Year
Extended
warranty
as per SLA
*3
rd
Year
Extended
Warranty
as per SLA
e

=



a
x
b
x
c

T
o
t
a
l

C
o
s
t



Equipment


Category-I
(a) Laptop Note book -1 As per specifications
mentioned under
Technical information
Type Category-I (a)
and sub clauses of this
document.
80
(b ) Laptop NoteBook-2 As per specifications
mentioned under
Technical information
Type Category-I (b)
and sub clauses of this
document.
20
Accessories (Laptop Note Book (1 and 2)
(b) Wireless Access Point
1.1 Brand Cisco/HP/ or Equivalent
1.2 Standard IEEE 802.11b/g/n

1.3
POE
Support IEEE 802.3af (PoE)
standards / Giga bit Ethernet Port

1.4 SSID/ VLAN Multiple SSID/VLAN

1.5
Management
AP
Manager/SNMP/Web/Telnet/SSH/
SSL

1.6 Transfer rate 300Mbps in 2.4GHz

1.7
Application
Support
Wi-Fi Multimedia (WMM) Quality of
Service, audio, video, and voice


1.8
Security
WPA and WPA2 (802.11i) with
support for RADIUS server,
64/128-bit WEP Encryption, NAP


1.9
Features
MAC Address Filtering, Wireless
LAN segmentation, Disable SSID
Broadcast, Rogue AP Detection


1.10
Operation Mode
Access Point, Wireless Distribution
System (WDS) with Access Point,
Bridge

1.11 Warranty 1 Year Warranty with Support

RFP for the Purchase of IT Equipment for HEC


22
b (i) Power Adopter As per specifications
mentioned under
Technical information
Type Category-I b.(i)
20
b (ii) Keypad As per specifications
mentioned under
Technical information
Type Category-I b.(ii).
20
b (iii) Battery As per specifications
mentioned under
Technical information
Type Category-I b. (iii)
20
(c) LaserJet Desktop
Printer
As per specifications
mentioned under
Technical information
Type Category-I (c)
and sub clauses of
this document.
70
(d) Color Laser Jet
Printer

As per specifications
mentioned under
Technical information
Type Category-I (d)
and sub clauses of
this document.
6
(e) Scanner


As per mentioned
under Technical
information Type
Category-I (e) and
sub clause of this
document
10
(f) Network Printer


As per mentioned
under Technical
information Type
Category-I (f) and
sub clause of this
document
3
Category-II
Photocopier
(a)

As per mentioned
under Technical
information
Category-II (a) and
sub clause of this
document

8

RFP for the Purchase of IT Equipment for HEC


23
(b) Fax Machine


As per mentioned
under Technical
information
Category-II (b) and
sub clause of this
document
3
Category-III
(a) Multimedia Project
As per specifications
mentioned under
Technical information
Category-III (a)and
sub clauses of this
document
5
Category-IV
(a) Digital Still Camera
As per specifications
mentioned under
Technical information
Category-IV (a)and
sub clauses of this
document
3
(b) Digital Video Camera
As per specifications
mentioned under
Technical information
Category-IV (b)and
sub clauses of this
document
2
Category-V
Server Accessories
(a) Server RAM
As per specifications
mentioned under
Technical information
Category-V (a)and
sub clauses of this
document
40
(b) Server HDDs
As per specifications
mentioned under
Technical information
Category-V (b)and
sub clauses of this
document
10
b (i) UPS 650VA
As per specifications
mentioned under
Technical information
Category-IV b (i)and
50

RFP for the Purchase of IT Equipment for HEC


24
sub clauses of this
document
B(II) UPS 3KVA
As per specifications
mentioned under
Technical information
Category IV (b.ii)and
sub clauses of this
document
2
Category-VI
(a) Network Access
Switches

As per specifications
mentioned under
Technical information
Type Category-VI (a)
and sub clauses of
this document
12
(b) Wireless Access Point
As per specifications
mentioned under
Technical information
Type Category-VI (b)
and sub clauses of
this document
30

(*) it is sole discretion of HEC to sign SLA for extended warranty or not.

Annex-V: Mandatory Requirements for Bidder to qualify


S.No. Attributes Yes No Reference
attached at
Page#
1 The bidder must have Branch offices in (Islamabad/Rawalpindi, Lahore &
Karachi.

2 Bidder must be authorized partner / distributor of quoted brand. And must
provide principal manufacture authorization certificate to participate in this
tender.

3 The bidder must have at least one brand (Note Book / Laptop) certified
engineers in major Cities.

4 Project Execution Plan (TimeLine, Resources, Dedicated Staff, Shared staff
ext).

5 Quoted brand laptops must have more than 25% Pakistan Market Shares
(Attached Report).

6 The bidder must insure the availability of laptops & other items accessories
for next Three year.

7 The Bidder Should have experience of at least 10 years in the respective
field.

8 The product must have ISO Certified Certificate.

RFP for the Purchase of IT Equipment for HEC


25

Annex VI: Technical Compliance Certificates/Compliance Undertaking

=


































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. I here by undertake and firmly bound myself to abide by/
comply all sections of this RFP except for those items noted below.
1

2

3

4

5

6

7

8

9

10


RFP for the Purchase of IT Equipment for HEC


26


Annexure-VII

Director (NIS)
Higher Education Commission,
H-9,Islamabad.

UNDERTAKING


We M/s ___________________ Address_____________________________. The Undertaking
that we M/s_____________________ at Dated__________ ensure the availability of parts
for the proposed Category-I (a) (b) for next 3 Year.

Você também pode gostar