Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 1 of 41
BIDDING DOCUMENT
FOR THE SUPPLY OF
COMPUTER & I.T. EQUIPMENT,
SOFTWARE,
PLANT & MACHINERY
AND
FURNITURE
(www.mohr.gov.pk)
Director (HRIMS) Ministry of Human Rights, 9th Floor, Kohsar Block, Pak Secretariat,
Islamabad Phone: 051-9202890, 051-9246099, 051-9216406 | Fax:
0519203132
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 2 of 41
1.0 Bidder must be registered with Income Tax and Sales Tax Departments and must appear
on the Active Tax Payers List of the Federal Board of Revenue (FBR).
1.1 Bidder should be Authorized Delivery Partner/Seller/Distributor of the Original
Equipment Manufacturer (OEM) for required goods/products in this procurement.
1.2 Bidder should never have been blacklisted by any Government Organization.
1.3 Bidder with reasonable experience for accomplishing similar nature of assignments will
be preferred. Bidder should provide value, size and nature of assignments done in the
past with respect to requisitioned products/goods in this procurement.
1.4 Bidder must have Technical Strength of at least three (03) qualified/certified
professionals/trained resources to be able to carry out the installation, configuration,
maintenance and repair of equipment’s.
1.5 Bidder shall be responsible for payment of any Duties/Taxes imposed by the
Government of Pakistan during the payment of the project. The bid price MUST be
inclusive of all the taxes.
1.6 Bidder will not propose and deliver any kind of Refurbished/Used/End of Life/Near End
of Life equipment and components.
1.7 Bidder will provide a mandatory certificate (Integrity Pact – Annexure B) in case of
procurement of goods & services worth Rs. 10 million or more as specified by
regulation with approval of the Federal Government, between the Ministry of Human
Rights (MoHR) and the suppliers or contractors. Failure to provide this Integrity Pact
shall make the bid non-responsive.
Scope of Work, Timeframe
Milestone s Time Period
Delivery, I nstallation, After Sale Service, Warranty
6 - 8 weeks from the
D ate of Signing of
Contract/Issuance of
Purchase Order
1. General Terms & Conditions
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 3 of 41
Instructions to Bidders
2.0 Detail of LOTs containing “Technical Specifications” is attached as “Annexure-A.”
2.1 Bidder must provide on company’s letter-head:
2.1.1 Name of the Organization
2.1.2 Complete Address of Head Office and Detail of sub-office(s) in Pakistan
2.1.3 Size of the Organization (No. of Employees)
2.1.4 Number of years of in Business
2.1.5 List of suitably qualified/certified human resource i.e. Engineers/IT Professionals
2.2 Bidder should provide all details required in Bid Form-2 and datasheets.
2.3 Bidder should provide the financial details as per Bid Form-5.
2.4 The Bid Bond to be enclosed in a separate envelope, labelled as “Bid Bond”, and which
should be sealed. It must be ensured that bid bond should not be in the same envelope
as the financial proposal. In the Technical Bid, bidder must confirm on Company’s
Letter Head that the Bid Bond is submitted as required by the Ministry of Human
Rights (MoHR).
2.5 Envelope for Financial Proposals should clearly mark: “Financial Proposal”. Two hard
copies of the Financial Proposal are required.
2.6 Main Envelope for Technical Proposal should clearly mark “Technical Proposal”. Main
envelope for Technical Proposal should contain 02 hard copies and 02 soft copies (in
CD/DVD format) of the Technical Proposal (each being physically separated, bound,
sealed and labelled as “Technical Proposal”). Each envelope should contain similar
supporting documents.
2.7 A Bid Bond, in the form of a Bank Draft/Pay Order in the name of D.D.O., Ministry of
Human Rights, equivalent to 3% of the total cost of bid (LOT wise) should be submitted
along with the tender. All proposals and prices shall remain valid for a period of 60
days from the closing date of the submission of the proposal.
2.8 The successful vendor shall be required to deposit in the form of a Bank Guarantee, a
Performance Bond upon execution of the contract, a sum equivalent to ten percent
(10%) of the contract value, this Bank Guarantee shall be issued by a scheduled bank
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 4 of 41
operating in Pakistan and shall be kept valid from the date of issue, and should cover
the warranty period after all contractual obligations have been fulfilled.
2.9 All payments in the proposal shall be quoted in Pakistani Rupees (PKR).
2.10 The End User Licenses/Warranties for the goods and Contracting Support Services will
be in the name of procuring agency, for all the equipment and software(s) for the
delivered equipment.
2.11 Hardware Equipment must have three (03) years of warranty, including parts and
installation charges with onsite support.
2.12 A Bidder, if he so chooses, can bid for selective LOT among (21) LOTs provided in the
Schedule of Requirements “Annexure – A”. A Bidder is also at a liberty to bid for all
the LOTs mentioned in the Schedule of Requirements.
2.13 However, Bidders cannot bid for partial quantities of items in the LOTs provided in
Schedule of requirements. THE BIDS MUST BE FOR THE WHOLE LOT(s) AS REQUIRED
IN THE SCHEDULE OF REQUIREMENT.
2.14 Bidder should clearly indicate the duration of delivery of equipment in the
bid/proposal.
3. Submission of Bids
3.0 The bids shall be submitted in a sealed package or packages in such manner that the
contents are fully enclosed and cannot be known until duly opened.
3.1 Proposals shall be submitted by hand or through courier so as to reach the address
given below by the last date indicated for submission. PROPOSALS RECEIVED BY FAX
OR EMAIL SHALL NOT BE ACCEPTED.
Network Administrator (HRIMS)
Ministry of Human Rights
9th Floor, Kohsar Block, Pak Secretariat, Islamabad
Phone: 051-9246099, 051-9216406 Fax:
051- 9203132
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 5 of 41
3.2 Bids may be submitted in a SEALED CONFIDENTIAL COVER at the address given above
within (15) days from the date of appearance the tender in the press and must reach
this office by 2:30 p.m. Technical Bids will be opened on same day at 02:45 p.m. in the
presence of representatives of Responding Organizations/Bidders who wish to be
present in the Committee Room of the Ministry of Human Rights.
3.3 Financial Bids will be opened for only Technically Qualified Bidders; whereas the
Financial Bids of technically disqualified vendors shall be returned un-opened in
connection with PPRA Rule: 36(b) in general and PPRA Rule: 36-b (viii) in particular.
4. Bids Evaluation
The committee will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the bids are generally in order.
The committee will evaluate and compare the bids which have been determined to be
substantially responsive. If a bid is not substantially responsive, it will be rejected by the
committee and may not subsequently be made responsive by the Bidder by correction of the
nonconformity. First of all, Qualification of the Bidder will be determined on the parameters
listed below and after that Technical and Financial Evaluation (on the below mentioned criteria)
will be completed.
Qualification Criteria of the Bidder
Initial Screening of bids will be done on the basis of following mandatory parameters. In
case of deficiency, the bid will be declared as non-responsive.
1. NTN Certificate
2. GST Certificate
3. On Active Tax Payers List of F.B.R.
4. Organization Incorporation/Registration Certificate
5. Complete Organization Profile with Qualified Technical Team/Professionals
6. Reasonable experience in supply and installation of required equipment
7. Authorized Partner/Distributor/Seller from the Original Equipment Manufacturer
8. Bid validity period of 60 days
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 6 of 41
9. Affidavit on Legal Paper to the effect that not blacklisted and rendered ineligible for
corrupt and fraudulent practices by any Public Sector Organization/Division/Ministry.
10. Compliance with Schedule of Requirements (Annex – A)
11. Submission of required amount of Bid Security with Financial Bid
12. Manufacturer’s Standard Warranty with One (01) year onsite warranty including parts
and labour and three (03) years for hardware products as per (Annex – A)
13. Compliance with Technical Specifications & Scope of Work (Yes/No)
14. Technical Brochures/Data Sheets for the Hardware and Licensed Software (Yes/No)
15. Original Bidding Documents Duly Signed/Stamped (Yes/No)
16. All documents are properly Tagged/labelled (Yes/No)
(i) Technical Evaluation Criteria (70 marks)
o Detailed Technical Evaluation will be done for Bidders who qualify the preliminary
Evaluation/Eligibility criterion mentioned above. During the evaluation, the
Technical Committee will verify the compliance with Technical specifications. The
eligible firms/bidders may be asked to give presentation of proposal on power
point (soft copy)/proof of concept on their solution. Marks will be awarded as
below:
Sr. Criteria Total Marks (70)
01 Quality of the quoted
Product/Component/Solution 60
02 Capability of the Technical Human Resource 10
** Passing marks are 50 which are necessary to qualify for the Financial Evaluation.
(ii) Financial Evaluation Criteria (30 marks)
o Financial bids of eligible and technically qualified firms will be opened before the bidder’s representatives who wish to attend the tender opening.
Clarification of Bids
During evaluation of the bids, the committee may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification will be issued in-writing and the response
shall also be in-writing, and no change in the prices or substance of the bid shall be sought,
offered, or permitted.
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 7 of 41
Mechanism for Grievance Redressal
a) Grievance Redressal Committee
Any bidder feeling aggrieved by any act of the procuring agency after the submission of
his bid may lodge a written complaint concerning his grievances not later than fifteen days after
the announcement of the bid’s evaluation report under Rule 35 to the following Grievance
Redressal Committee: -
1. Joint Secretary (Admin) – MoHR [Chairman]
2. Director General (IC) – MoHR [Member – I]
3. IT Expert (Helpline) – MoHR [Member – III]
Mechanism for Dispute Resolution
a) Discussion Period
If any dispute of any kind whatsoever shall arise between the MoHR and the successful
Bidder in connection with any opinion or specification of the provided items or services
out of this Agreement, including without prejudice to the generality of the foregoing, any
question regarding its existence, validity or termination, or the completion of the
agreement (whether during or after the engagement and whether before or after the
termination, abandonment or breach of the Agreement), the Parties shall seek to resolve
any such dispute or difference through mutual consultation.
b) Referral to Dispute Resolution Committee
In case the Parties fail to reach agreement within fourteen (14) Days of the date upon
which a Party serves notice upon the other with regard to the existence of a dispute, the
dispute shall then be referred to the Dispute Resolution Committee. Secretary, MoHR
will constitute the committee comprising of two (02) senior members from MoHR and a
member recommended by the successful bidder. DRC shall resolve the dispute after
giving each party reasonable opportunity of presenting its respective point of view. The
decision of which shall be final and binding and shall be enforceable in any court of
competent jurisdiction.
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 8 of 41
6. Award of Contract
6.1 Acceptance of Bid and Award Criteria
The Bidder whose bid is found to be most closely conforming to the Evaluation
Criteria prescribed in “Annexure-A” and having the most advantageous bid, if not
in conflict with any other law, rules, regulations or policy of the Government of
Pakistan, shall be awarded the Contract, within the original or extended period of
bid validity.
6.2 Procuring Agency’s Right over quantities at the time of Award
The Procuring Agency reserves the right at/after the time of award of Contract to
increase the quantity of goods up to 15% (with fractional component rounded up
to the next whole number) and decrease the quantity as per the then current
requirements as originally specified in the Schedule of Requirements (Annexure
A) without any change in unit price or other terms and conditions.
6.3 Notification of Award
6.3.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall
notify to the successful Bidder in writing that his bid has been accepted.
6.3.2 The notification of award shall constitute the formation of the Contract
between the Procuring Agency and the successful Bidder.
6.3.3 The enforcement of the Contract shall be governed by Rule 44 of the
PPRA2004.
6.4 Signing of Contract
6.4.1 After the notification of award, the Procuring Agency shall send the successful
Bidder the Contract Form.
6.4.2 The Contract shall become effective upon affixation of signature of the
Procuring Agency and the selected Bidder on the Contract document.
6.4.3 If the successful Bidder, after completion of all codal formalities shows an
inability to sign the Contract then its Bid Security shall stand forfeited and the firm
may be blacklisted and de- barred from future participation, whether temporarily
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 9 of 41
or permanently. In such situation the Procuring Agency may award the contract to
the next most advantageous Bidder or call for new bids.
6.5 Performance Guarantee
6.5.1 On the date of signing of Contract, the successful Bidder shall furnish a
Performance Guarantee @ 10% of the total Contract Cost of Lot/Lots, on the Form
and in the manner prescribed by the Procuring Agency.
6.5.2 The Bid Security submitted by the successful bidder, at the time of submitting
its bid, shall be returned to the Bidder upon signing of contract, successful delivery
of goods, furnishing of the performance/bank guarantee and confirmation of the
performance/bank guarantee by the MOHR with the Bank of the successful bidder.
6.5.3 Failure to provide a Performance Guarantee by the successful Bidder is a
sufficient ground for annulment of the award and forfeiture of Bid Security. In such
event the Procuring Agency may award the contract to the next most advantageous
bidder or call for new bids.
7. Implementation & Payment Schedule
# Milestone Time Period Payment
1
Supply, Installation/ Configuration and Testing of Equipment (Hardware/Software)
6-8 weeks from the date of issuance of supply
order.
100%
2 End of performance
Guarantee
Performance Guarantee will have to be
provided to cover the warranty period of the
hardware which will be three (03) year from the
date of successful testing and acceptance.
Release of Performance Guarantee
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 10 of 41
Annexure-A NAME OF ITEMS Quantity
NG-Firewall (LOT 1)
1.1 NG Firewall 1
Switches (LOT 2)
2.1 Core Switch 2
2.2 Access Switch (POE Enabled) 2
KVM (LOT 3)
3.1 KVM 1
Passive Equipment (LOT 4)
4.1 PASSIVE NETWORK EQUIPMENT & ELECTRIC EQUIPMENT (Installation,
Commissioning & Warranty)
1
Laptops (LOT 5)
5.1 Laptops 4
Server (LOT 6)
6.1 Application/Database Server 1
Server Accessories (LOT 7)
7.1 Server Accessories 1
Printer, Scanner and Data Locker (LOT 8)
8.1 Scanner 1
8.2 All-in-One Printer 1
8.3 Data Locker 2
VIDEO CONFERENCING SYSTEM (LOT 9)
9.1 Video Conferencing System 1
COMPUTER ASSECORIES (LOT 10)
10.1 Portable External Hard Drive 2TB 2 or APA
10.2 SSD 10 or APA
10.3 Accessories 4 or APA
10.4 Monitor Desk Mount Stand, Heavy Duty Fully Adjustable, Fits 2 Screens 4 or APA
Data Rack (Lot 11)
11.1 Data Rack 2
CCTV System (LOT 12)
12.1 CCTV System (NVR + Cameras) 1
LED/LCD (Category 1) Specifications (LOT 13)
13.1 LED/LCD 65” 3 or APA
LED/LCD (Category 2) Specifications (LOT 14)
14.1 LED/LCD 70” 3 or APA
Machinery & Equipment – 2 (LOT 15)
15.1 A/C, 2 Ton 1
Electronic Whiteboard (LOT 16)
16.1 Electronic Whiteboard 1
Conference Furniture (LOT 17)
17.1 Conference table 1
17.2 Conference chairs 6
Software (LOTS 18-22)
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 11 of 41
Specifications for NG-Firewall (LOT 1)
Sr. No Item Specifications
1.1 Firewall General Features Must Be Listed in 2018 & 2019 Gartner Magic Quadrant for Next Generation Firewall Must Be Listed in 2019 / 2020 ICSA Labs Certified Next Generation Firewall Hardware Performance Must Have Minimum 2.2 Gbps NGFW Throughput or more (Firewall + IPS Throughput) Must Have Unrestricted Concurrent User Must Have Minimum 64GB Storage Capacity Must Have Minimum 6 x 1G Ethernet Interfaces Network Security Firewall Components Intrusion Prevention System (IPS), Anti-Virus & Anti-Malware, Email Security Protection, Local/Cloud-Based Security Sandbox, URL Filtering, Application Control, Bandwidth Management Web-based attack prevention: Solution should protect against common threats such as those identified in the top 10 OWASP Vulnerabilities 2020 3 Years Complete Security Features License (Perpetual license will be given preference) 3 Years Software Upgrade & 24x7 Technical Support 3 Years Hardware Warranty Service Must Quote Minimum 100 Concurrent Sites-to-site Connection for IPsec VPN Must Quote Minimum 300 Concurrent Users for SSL VPN Must Quote OEM Onsite Configuration & Installation Must Quote OEM Training for technical team The warranty and specifications (Part No.) must reflect on the authorized portal of the principal Must have manufacturer authorized letter Must have technical resource availability in Islamabad
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 12 of 41
Specifications for Switches (LOT 2)
Sr. No Item Specifications
2.1 Core
Switch 24x RJ45 10/100/1000/10,000 Mb auto-sensing ports, 4 x 1/10/25G SFP ports with Integrated PSU or higher, 2 x 25G/ 2 x QSFP+ ports for stacking with single cable (Support Stacking) or 2 x Dedicated Stacking ports with single Stack Cable Layer 3 Lite IPv4 and IPv6 functionality including static routing Must Support RIP and OSPF routing interfaces Must Support VLAN routing interfaces Must Support Protocol-based VLANs Must Support Private VLAN extensions and Private VLAN Edge support Must Support Network Management SNMPv1, Community-based SNMPv2 Must have User-based and view based security model Must Support Access control lists (ACL), Time Controlled and MAC/IP Based ACLs Forwarding performance must not be less than 350 Mbps Switching capacity must not be less than 400 Gbps. Must have scalability via 40Gbps or higher (full-duplex) high availability stacking architecture that allows management of up to four switches from a single IP address.
3 years’ Standard warranty with Professional Support: Next Business Day onsite service. Must Have OEM Presence in Pakistan for Last 3 Years(as per SECP) Must have Authorized letter from Manufacturer. Installation, Configuration & Deployment as per requirement
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 13 of 41
Sr. No Item Specifications
2.2
Access Switch
24x RJ45 10/100/1000Mb auto-sensing ports with PoE/PoE+, 4 x 10G SFP+ with integrated Cooper/Fiber Transceiver modules and PSU.
Fully managed Layer 2 switching
Layer 3 Lite IPv4 and IPv6 functionality including static routing
Must Support VLAN routing interfaces
Must Support Protocol-based VLANs
Must Support Private VLAN extensions and Private VLAN Edge support
Must Support Network Management SNMPv1, Community-based SNMPv2 Must have User-based and view based security model
Must Support Access control lists (ACL), Time Controlled and MAC/IP Based ACLs
Must Support Flow Based QoS Services and Port Based QoS Service Mode
Forwarding performance must be not less than 90Mpps
Switching capacity must be not less than 90 Gbps
Switch offer stacking architecture that allows management of up to four switches from a single IP address
3 years’ Standard warranty with Professional Support: Next Business Day onsite service.
Must Have OEM Presence in Pakistan for Last 3 Years (as per SECP)
Must have Authorized letter from Manufacturer.
Installation, Configuration & Deployment as per requirement
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 14 of 41
Specifications for KVM (LOT 3)
Sr. No Items Specification
3.1 KVM • LCD/LED console with 16-Port kvm switch with integrated 17"Lcd panel, full keyboard.
• Touchpad, control and monitor the servers through one Console.
• Daisy-chain up to 15 Additional units.
• Two level Password security
• 1u Rack mountable. 1+1(Optional)
• The warranty and specifications (Part No.) must reflect on the authorized portal of the principal
• Must have manufacturer authorized letter
• Must have technical resource availability in Islamabad
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 15 of 41
Specifications for Passive Equipment (LOT 4)
(Bidder Must Mention Brand while bidding of each Item in LOT 4)
PASSIVE NETWORK EQUIPMENT & ELECTRIC EQUIPMENT (Installation, Commissioning &
Warranty)
S/N 3M , AMP , Schneider, Adamjee, Pakistan Cable or Equivalent QTY
1
Cat6 UTP Cable 23AWG Low Smoke Zero Halogen 305 Meter Roll (1000 feet min) Compliant to EN50173-1, ISO/IEC11801 Ed2, IEC 61156-5 and EN50288-6-1 standards 100 ohms, 250 MH
Compatible with PoE (Power over Ethernet) and PoE+ (Power
over Ethernet Plus) which allow to supply equipment’s (IP phone, camera, WIFI hotspot ) until 13W or 25W
4 or APA
2
Faceplate Single port without Shutter and I/O 20 or APA
3
Faceplate Dual port without Shutter and I/O 30 or APA
4
Cat6 UTP Jack Shuttered (tool less termination) 50 Or APA
5
Back Box Local 50 or APA
6
24port Patch Panel Loaded with toeless termination jacks cat 6 4 or APA
7
Cat7 UTP Patch Cord 1 feet/2feet/1 meter or as per requirement (pre terminated) (IT may vary as per design of the Rack) + Cat6 UTP Patch Cord 1 meter /3 meter /5 meter (pre terminated) (IT may vary as per design or Requirements)
50 + 30 or APA
8
Cat6 UTP Patch Cord 3 meter (pre terminated) 50 or APA
9
Cable Manager 4 or APA
10
Cable Tie (white) 6 inch packet 6 or APA
11
Cable Tie (white) 8 inch packet 5 or APA
12
PVC Pipe Flexible 1 inch 100 meters
or APA
13
PVC Pipe Flexible 1.5inch packet
50 meters or APA
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 16 of 41
14
Duct 16x38 10ft length
16 or APA
15
Duct 40x40 10ft length
5 or APA
16
PVC Pipe 2inch with sockets length
16 or APA
17
Cable Tie 10 inch packet
3 or APA
18
Nail packet
2 or APA
19
Rawal Plugs 2 inch box 2 Box or APA
20
Fluke Testing per node 50 or APA
21
Cable Laying Tagging and Termination per feet ( 10% Wastage) APA
22 Cable Tray for Data & Power with cover per feet 1 Job or APA
23 Supplying, Installing, testing and commissioning of all material and services of complete High Sensitivity Smoke Detection Security Alarm System with Fire Extinguisher x 2 (applicable on all kinds of fire and
refill/reusable)
Humidity Detector
Smoke Detector
High-Temperature Detector
Carbon Monoxide Detector
1 or APA
24 Cable Puncture (Complete Set)
1 or APA
25 7/36 Cable (100% Copper Cable) 200 Feet or
APA
27 7/29 Earth Cable (100% Copper Cable) 200 Feet or
APA
28 Main Circuit Breaker (Double Pole) 100 Amp 1 or APA
29 Circuit Breaker (Single Pole) 20 Amp 2 or APA
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 17 of 41
30 Circuit Breaker (Single Pole) 16 Amp 8 (4 for
Wapda, 4
for UPS) or
APA
32 Light Plug 6 or APA
33 Light Plug Bar 4 or APA
34 7/29 Cable (100% Copper Cable) 25 Meter or
APA
35 Earth Bar 1 or APA
36 Neutral Bar 1 or APA
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 18 of 41
Specifications for Laptops (LOT 5) Sr. No. Item Specifications
5.1 Laptops Processor 11th Generation Intel® Core™ i9-11900H (24MB Cache, up to
4.9 GHz, 8 cores or Higher)
Memory 32GB, 16GBx2, DDR4 3200MHz
Hard Drive 1 TB M.2 PCIe NVMe Solid State Drive
Display 15.6" OLED 3.5K (3456x2160) InfinityEdge Touch Anti-
Reflective 400-Nit Display
Graphic Card NVIDIA® GeForce RTX™ 3050 Ti 4GB GDDR6
Connectivity Must Support Wi-Fi 6 + Bluetooth 5.1
Camera 720p at 30 fps HD camera
Keyboard Backlit keyboard, US/International
Battery 6 Cell, 86Whr battery (built-in)
OS Windows 10 Pro, 64-bit (Licensed)
Warranty 3/3/3 (material/labor/onsite) Warranty
MAL &
Components
Reflection on
Principle
Authorized
Portal
Valid Authorized letter from Manufacturer.
Valid Authorized Distributor/Dealership certificate of
Offered Brand.
The warranty and specifications (Part No.) must reflect on
the authorized portal of the principal against the service tag.
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 19 of 41
Specifications for Server (LOT 6) Sr. No Items Server Specifications
6.1 Form Factor 2U Rack mounted Server
Processor 2 x Intel Xeon Gold 6000 Series (2.3 GHz or higher), (16 cores, 24.75MB cache
or higher)
Memory 4 x 32GB DDR4 RDIMM, 2666 MHz or higher (24 DIMM slots required for
further up gradation upto 256GB)
Hard Drives 3 x 800GB SSD SAS Mix Use 12Gbps 512e 2.5in Hot-plug
4 x 2.4 TB 10K RPM SAS 12Gbps 512e 2.5in Hot-plug Hard or higher Drive
Scalable upto 8 HDDs (Chassis)
RAID
Controller
Independent RAID controller card with Min. 2GB NV Cache or higher.
Support RAID 0, 1, 5,6 or more
Network
Adapter
Dual Port 1GbE BASE-T
Dual Port 10 GbE BaseT
Power Supply Redundant hot-swappable and power cords
Stability Support long-term operating temperature under specific conditions
System
Management
Provide full features of server management, inclusive of integrated system
management, independent remote management
Management software capabilities include Capacity Management, Remote
management, Web Management, Configuration Management, Event
Scheduling, Alert Management, Failure Analysis software for processors, disks,
memory, voltage, power supplies, fans, temperature etc.
Chassis Chassis with up to 8 x 2.5" SAS/SATA Hard Drives for 2CPU Configuration
Rack Mountable tool less chassis with rack rails & cable management arm
Accessories Side rails and Cable management arm
Compatibility Supports mainstream operating systems, such as Windows, Linux, SuSE Linux
and VMware
Principle
Presence
Principal presence in Pakistan for last 3 years
MAL Valid Authorized letter from Manufacturer.
The warranty and specifications (Part No.) must reflect on the authorized
portal of the principal against the service tag.
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 20 of 41
Specifications for Servers Accessories (LOT 7)
Sr. No Items Specifications (Map components against the Service Tag on Principle Official
Website)
7.1 Server Accessories (must
reflect on the
authorized portal of the
principal against the Service Tag of existing
Server)
Type Enterprise HDD Quantity
Interface SAS 3 or APA
Form Factor 2.5”/ 3.5”/ Hybrid
Description Dell 2.4TB 10K RPM SAS 12Gbps 512e 2.5in Hot-plug drive with Hybrid Carrier (for Server Dell Power Edge T440 + Power Edge Dell 740) along with Hybrid caddy (Server Compatible Hardware)
Accessories Rack Mountable tool with rack rails & cable management arm for Server Dell Power Edge T440 And Dell Power Edge T630 (Server Compatible Hardware)
2 or APA
RAM DDR4 RDIMM, 2400 MHz or higher Intel Memory (for Server Dell Power Edge T440) 32 GB (Server Compatible Hardware)
4 or APA
SSD
300GB SSD SAS Mix Use 12Gbps
512e 2.5in Hot-plug (Server
Compatible Hardware)
4 or APA
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 21 of 41
Specifications for PRINTERS, SCANNERS and Data Locker (LOT 8)
Sr. No Item Specification
8.1
Scanner
(Feeder +
flatbed)
Renowned Brand
Must support Scan speeds 20 pages per minute or more, 40 images
per minute or more, and 1,500 pages per day with single-pass, 2-sided
scanning to help automate workflows
Auto document feeder, Load up to 50 pages for fast, unattended
scanning
Automatic crop, exposure, orient, page size detection plus blank page
and hole removal, background clean-up & removal, edge erase,
straighten content, merge pages, colour drop out, black & white
enhance
Use scan profiles for recurring jobs or send directly to email,
SharePoint, Dropbox, FTP, network, local drive, custom locations,
multiple destinations
Paper sizes supported: Letter, legal, executive, business cards, 8x12,
6x8, 4x6, 7x10; handles paper sizes up to 122 inches
Paper types: Paper (banner, inkjet, photo, plain), envelopes, labels,
greeting cards, index cards, business cards
Optical Resolution Flatbed: 1200 dpi, ADF: 600 dpi
Must have Interface USB 2.0 or above
Must have Processor 120 MHz or above
Must have Memory 64 MB or above
Warranty: 1-year hardware warranty; phone and 24-hour, 7 days a
week Web support included
Create one-button scan settings for recurring tasks from LCD control
pane
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 22 of 41
Sr. No Item Specifications
8.2
All-in-One
Printer
Renowned Brand
Mono Network Laser printer for Business/Office (All in One type, Printer,
Copy, Scan, Fax)
Print Speed Black (normal quality 40 ppm or higher)
Resolution 600 x 600 dpi or higher
Duty Cycle up to 50000 monthly
Paper Handling Input: 50-sheet multipurpose tray, 550-sheet input tray-2
Duplex Printing on both sides of paper: Automatic (standard)
Display 4.7" or above intuitive touchscreen Color Graphic Display (CGD)
Must have Mobile Printing Capability
Connectivity Options Hi-Speed USB 2.0 or higher, 1 host USB at rear side,
Gigabit Ethernet 10/100/1000BASE-T, Wi-Fi 802.11b/g/n / 2.4 / 5 GHZ Wi-
Fi radio network
Memory (RAM) 1 GB or higher, Processor 1.2 GHz or higher, 512 MB
(scanner) or higher
The warranty and specifications (Part No.) must reflect on the authorized
portal of the principal against the service tag.
Must have technical resource availability in Islamabad Must have three year Warranty with parts and labor
Sr. No Item Specifications Quantity
8.3 Data
Locker
1TB Capacity
256-Bit AES (XTS Mode) Encryption
No Software or Drivers
USB 3.0
Platform Independent: Compatible with PC, Mac and
Linux.
Forgot my password support
Keep data safe everywhere users go
Cloud management
Offering security, performance and manageability
2
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 23 of 41
Specifications for VIDEO CONFERENCING SYSTEM (LOT 9)
Sr. No Item Specifications
9.1 Video
Conference
System
CAMERA Smooth motorized pan, tilt and zoom, controlled from remote or console
260° pan, 130° tilt
10x lossless HD zoom 90° Field of View Full HD 1080p 30fps H.264 UVC 1.5
with Scalable Video Coding (SVC) Autofocus 5 camera pre-sets Farend
control (PTZ) of Conference Cam products Kensington security slot
LED to confirm video streaming Standard tripod thread
REMOTE CONTROL
Dock able 8.5 m/28-foot range
SPEAKERPHONE
Full-duplex performance Acoustic echo cancellation Noise reduction
technology Ultra-wideband audio Bluetooth and NFC wireless technology
LCD for caller ID, call duration and other functional response LEDs for
speakerphone streaming, mute, hold, and Bluetooth wireless paring Touch
controls for call answer/end, volume and mute, Bluetooth – plus camera
PTZ, “home” pre-set and fared control Microphones (Tx) Four
omnidirectional microphones supporting 20-foot diameter range
Frequency response: 100Hz – 11KHz Sensitivity: -28dB +/-3dB Distortion:
HUB / CABLE
Central mountable hub for connection of all components Included adhesive
solution for under-table mounting Two cables for connection between hub
and camera/ speakerphone (Length: 5 m/16’) One USB cable for connection
to PC/Mac (Length: 3 m/9.8’) AC Power adapter (Length: 3 m/9.8’)
MOUNT
Dual purpose mount for wall placement or for elevating the camera on a
table
COMPLIANCE AND TOOLS USB 2.0 compliant UVC-compliant video and audio for broad application
compatibility Certified for Skype for Business, Cisco compatible , and
enhanced integration with Logitech Collaboration Program (LCP) members
Downloadable diagnostic tool Field upgradeable firmware tool
Downloadable app plug-ins for advanced feature support
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 24 of 41
Specifications for Computer Accessories (LOT 10)
Sr.
No
Items Specifications QTY
10.1 Portable
External Hard
Drive 2TB
2 TB USB 3.0/3.1 Portable External Hard Drive (Seagate or Equivalent)
2 or APA
10.2 SSD 512 GB SSD (Intel/ Dell/ Renowned Brand) (Dell Inspiron Laptop Compatible)
2.5-inch SSD SATA+M2
The warranty and specifications (Part No.) must reflect on the authorized portal of the principal
6 +4
or APA
10.3 Accessories USB C to HDMI converter 4 or APA
10.4 Monitor Desk
Mount Stand,
Heavy Duty
Fully
Adjustable,
Fits 2 Screens
Fits 13" To 27" Screens - Dual monitor mount fitting two screens 13” to 27” in size and 22 lbs in weight each with VESA 75x75mm or 100x100mm backside mounting holes.
Articulation & Height Adjustment - Adjustable arm offers +90° to -90° tilt, 180° swivel, 360° rotation, and height adjustment along the center pole. Monitors can be placed in portrait or landscape orientation.
Heavy Duty C-Clamp - Mounts to the back of your desk (up to 4” thick) via a heavy-duty C-clamp or optional grommet mount.
Integrated Cable Management - Keep your power and AV cables clean and organized with detachable cable clips on the arms and center pole.
Easy Installation - Mounting your monitors is a simple process with detachable VESA bracket plates. We provide the necessary hardware and instructions for assembly.
4 or APA
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 25 of 41
Specifications for DATA RACK (LOT 11)
Sr. No Items Renowned brands
11.1 Data Rack Rack 42U 600x1000mm for Server and 750x1070mm for Network
Deep Enclosure with Sides Black (Dual Rack optional)
The unit shall be designed to provide a secure, managed environment
for computer and networking equipment.
The unit shall conform to EIA-310 Standard for Cabinets, Racks, Panels
and Associated Equipment and accommodate industry standard 19”
rack mount equipment
Enhanced door ventilation with scalable options capable of cooling
high density solutions
Tool less 0U mounting provisions for extensive line of Rack Power
Distribution Units (PDUs) for high density applications
Integrated features and options for horizontal and vertical routing of
high- density cabling
Vendor-neutral mounting for guaranteed compatibility with all EIA310
compliant 19” equipment
Rack-mount metered PDU - Bidder to check for single or three phase
PDUs as per requirement discovered in the survey or as per the
requirements of the Servers, Storage and Networking equipment
Each Rack is required to be fitted with two PDUs 1 X 32Amps X (20) IEC
320 C13 Inlets
Tool less mounting into enclosure ,SNMP enabled , Localized
amperage
LED indicator ,Universal IEC locking input plug
Rack mount fan module
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 26 of 41
Specifications for CCTV System (LOT 12)
Sr. No Item Specifications
12.1 CCTV
System
6 Cameras with 16 Channel NVR Recording with 2 TB HDD ,
Channel Network Supported Network Video Recorder, 4 x 1/3 Sony
CCD Color 700 TVL IR Weatherproof Cameras PAL, 4 x Power Supply
(camera and DVR), 1 x Mouse1 x Remote Controller, 4 x
Weatherproof Bracket for CCTV Camera, Cabling and installation.
(hikvision, Dahua or Equivalent)
Warranty: Three Years
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 27 of 41
LED/LCD (Category 1) Specifications (LOT 13)
Sr. No Item
13.1 LED 65-Inch Display features with stand
4K UHD picture quality with dynamic Crystal Color for crystal clear
Lifelike color; 3-year
Android OS, its equipped with MEMC, Micro Dimming, Dolby Audio,
DTS Sound, Chromecast built-in function & Google Assistant
Cisco WebEx room kit compatible for a powerful conferencing solution
Built-in Wi-Fi and Bluetooth allows for control and content sharing via
tablets and mobile phones
Intelligent UHD upscaling ensures the highest picture quality for both
standard and high definition content
Slim, elegant design for easy-to-mount installation
Clean cable management
System-on-chip (SoC) technology
Embedded media player provide an all-in-one digital signage solution
4K UHD HDMI cable 10m supports ARC and 10.2 Gbps bandwidth to
handle 4K@30fps, 1080p@60fps high resolution with Barely Signal
Loss for a smooth audio visual enjoyment
The warranty and specifications (Part No.) must reflect on the
authorized portal of the principal against the service tag
Must have manufacturer authorized letter
Must have technical resource availability in Islamabad
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 28 of 41
LED/LCD (Category 2) Specifications (LOT 14)
Sr. No Item Renowned Brands
14.1 LED 70-Inch Display features with stand
4K UHD picture quality with dynamic Crystal Color for crystal clear
Android OS, its equipped with MEMC, Micro Dimming, Dolby Audio,
DTS Sound, Chromecast built-in function & Google Assistant
Lifelike color; 3-year
Cisco WebEx room kit compatible for a powerful conferencing solution
Built-in Wi-Fi and Bluetooth allows for control and content sharing via
tablets and mobile phones
Intelligent UHD upscaling ensures the highest picture quality for both
standard and high definition content
Slim, elegant design for easy-to-mount installation
Clean cable management
System-on-chip (SoC) technology
Embedded media player provide an all-in-one digital signage solution
4K UHD HDMI cable 10m supports ARC and 10.2 Gbps bandwidth to
handle 4K@30fps, 1080p@60fps high resolution with Barely Signal
Loss for a smooth audio visual enjoyment
The warranty and specifications (Part No.) must reflect on the
authorized portal of the principal against the service tag
Must have manufacturer authorized letter
Must have technical resource availability in Islamabad
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 29 of 41
Specifications for MACHINERY & EQUIPMENT (LOT 15)
Sr. No Item Specifications
15.1 Air Conditioner 2
Ton
2 ton split air conditioner (Non Invertor), Cooling capacity:
24000 BTU or higher, High Energy Efficiency Ratio, Auto
Restart & Sleep Mode, Remote Control, Multi Flow Condenser
Fin, Segment Panel display.
Specifications for Electronic Whiteboard (LOT 16)
Sr. No Item Specifications
16.1 Electronic
Whiteboard
55” Digital Interactive Electronic whiteboard for Business
4K with Wi-Fi, HDMI, USB, Light Gray or white
55” interactive display features 4K UHD resolution and a
built-in speaker
Easy content sharing through NFC, screen mirroring, or
HDMI
Multi touch screen (preferably with multiple people to write
simultaneously)
Print option
Usb save
Plug and play connectivity
Optical Technology
Finger Touch/Pen Touch
Multi Touch
Strong back body
Support software included
Preferred: e-mail option
Government of Pakistan
Ministry of Human Rights Islamabad *****
Page 30 of 41
Specifications for Conference Furniture (LOT 17)
Sr. No Item Specifications
17.1 Conference Table
with 6 chairs
Conference table 36x72 or higher dimensions
Wood structure
30 inch height
Durable
Extendable to accommodate 8 people (preferred)
17.2 Conference Chairs Size: 24 W x 23 D x 46 H (Inches)
Headrest Nylon Back Frame
Korean Mesh Black
Adjustable Chromed Armrest With PU Pad
Adjustable Headrest
Adjustable Lumbar
Synchronized Mechanism
Chromed Gaslift (BIFMA)
Aluminum Base(BIFMA)
Black PU Caster (BIFMA)
Specifications for Office Software (LOTS 18-22)
Sr. No Items Specification Quantity
LOT 18 Server
Software
Red Hat Linux (Enterprise Version)/Latest 01 (for 3 years/ May
extended)
LOT 19 Server
Software
Oracle Linux Basic (Version 8.3)/ Latest 01 (for 3 years/ May
extended)
LOT 20 Server
Software
ESXI (version 7.0) For two slots Server 01 (for 3 years/ May
extended)
LOT 21 Pub
Software
Microsoft Office Suite 365 (family ver. for 6
users)
01 or APA
LOT 22 Pub
Software
Adobe Acrobat Suite (Latest Available Version)
01 or APA
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 31 of 41
(INTEGRITY PACT) Annexure - B
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________
Contract Value: ________________
Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or induced the
procurement of any contract, right, interest, privilege or other obligation or benefit from
Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity
owned or controlled by GoP through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to
give and shall not give or agree to give to anyone within or outside Pakistan either directly or
indirectly through any natural or juridical person, including its affiliate, agent, associate, broker,
consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification,
bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object
of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation
or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant
hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements
with all persons in respect of or related to the transaction with GoP and has not taken any action or
will not take any action to circumvent the above declaration, representation or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making
full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this
declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other
obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights
and remedies available to GoP under any law, contract or other instrument, be voidable at the option
of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to
indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to GoP in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose
of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation
or benefit in whatsoever form from GoP.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… [Seal] Signature: ………………… [Seal]
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 32 of 41
LETTER OF INTENT: BID FORM-01
Bid Ref. No.________________________ Date of the Opening of Technical Bid
Name of the Contract: ________________
To: Ministry of Human Rights, Islamabad
Dear Sir,
Having examined the bidding documents, including Addenda No(s) [insert numbers & Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule provided in Financial Bid or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, if our Financial Bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our Financial Bid is accepted, we undertake to provide a performance security/guarantee in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the bidding documents and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Financial Bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents and have duly provided bid security @ 3% of the total bid value, in the shape of pay order/demand draft/ call deposit in the name of _____________________________ with our Financial Bid.
*We also confirm that if our bid is accepted, that all partners of the joint venture shall be liable jointly and severely for the execution of the contract and the composition on the constitution of the joint venture shall not be altered without the prior consent of the President’s Secretariat *[This clause does not apply if bidder is a single firm]
Dated this [insert:number] day of [insert: month], [insert:year].
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 33 of 41
Signed: _____________
In the capacity of: ________________ [insert: title or position]
Duly authorized to sign this bid for and on behalf of: ____________
[Insert: name of Bidder]
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 34 of 41
DOCUMENTARY EVIDENCE: BID FORM-02
Name of the Firm: _______________________
Bid Reference No: _______________________
Date of opening of Bid.____________________
Documentary evidence for determining eligibility of the bidders & evaluation of bids. Bidders should only initial against those requirements that they are attaching with the form. Bidders are required to mention the exact page number of relevant document placed in the Bid. Bidders are advised to attach all supporting documents with this form in the order of the requirement as mentioned in column-1. Bidders are required to mention the exact page number of relevant documents placed in the Bid.
Required Documentation Initials of the
Bidder
Supporting
Document’s Name
Page Number in the Bid
Column:1 Column:2 Column:3 Column:4
1. NTN Certificate
2. GST Certificate
3. On Active Tax Payers List of FBR
4. Registration/Incorporation/Business
Certificate
5. Complete Company profile
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 35 of 41
6. Experience of Firm (Assignments of
similar nature)
7. Original Manufacturer's
Authorization Letter
8. Bid Validity Period of 60 days
9. Affidavit that the bidder is not blacklisted by any Federal, Provincial Public Sector Organization
10. Compliance with Schedule of
Requirements
11. Submission of required amount of
Bid Security with Financial Bid
12. Compliance with Technical
Specifications
13. Technical Brochures/Data Sheets
14. Manufacturer’s warranty: 03 year
and Onsite Support
15. Original Bidding Documents duly
Signed/Stamped
16. All documents should be properly
Tagged/labelled
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 36 of 41
MANUFACTURER’S AUTHORIZATION: BID FORM-03
To: Ministry of Human Rights, Islamabad
WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Supplier/Agent] to submit a bid, and subsequently sign the Contract with you against the Invitation for Bids (IFB) No._____________________ for the goods manufactured by us.
We here by extend our full guarantee and warranty as demanded for the goods offered for supply by the above firm against this Invitation for Bids.
Signature: -----------------------------------
Designation: ----------------------------------
Official Stamp: --------------------------------
*** [This letter of authority should be on the letter head of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid].
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 37 of 41
FIRM’S PAST PERFORMANCE: BID FORM-04
Name of the Firm:___________________
Bid Reference No: __________________
Date of opening of Bid:________________
Assessment Period:(Minimum 03Years)
Name of the Purchaser/Institution
Purchase
Order No.
Description
Of Order
Value of
Order
Date of Completion
Purchaser’s
Certificate
Bidders may use additional Sheets if required.
All certificates are to be attached with this form.
Signature: ----------------------------------------- Designation: -------------------------------------
Date: ------------------------------------------------ Official Stamp: --------------------------------
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 38 of 41
FINANCIAL DETAILS: BID FORM-05
Name of the Firm: _________
Bid Ref. No: ___________________
Date of opening of Bid.____________________
S.#. Name of the Item
Unit Price (Inclusive
of all applicable
taxes)*
Qty
Final Total Price (Inclusive of all applicable
taxes)
1 2 3
4 5
(3x4)
Total Price (Inclusive of all applicable taxes)
User Note: This form is to be filled by the Bidder for each individual item and shall submit with
Financial Bid.
*The quoted price should include the delivery/installation charges.
FINALTOTAL PRICE (in words):______________________________________
Signature: ----------------------------------------- Designation: --------------------------------------
Date: ------------------------------------------------ Official Stamp: --------------------------------
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 39 of 41
PERFORMANCE GUARANTEE – BID FORM 06
To: Ministry of Human Rights, Islamabad
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance
of Contract No.[number] dated [date] to supply [description of goods] (hereinafter called “the
Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier
shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 10% of the total
Contract amount as a Security for compliance with the Supplier’s performance obligations in
accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee: -
Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake
to pay you, upon your first written demand declaring the Supplier to be in default under the
Contract and without cavil or argument, any sum or sums within the limits of [Amount of
Guarantee]as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the day of_ .
Signature and Seal of the Guarantors/Bank_______________
Address: _________________
Date: _____________________
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 40 of 41
CONTRACT AWARD LETTER - BID FORM-07
Bid Ref No.: ______________
Date: ______________
Name of the Tender: ______________
Dear Sir/Madam,
AWARD OF CONTRACT
Having examined your technical bid for the above-mentioned tender through technical
evaluation dated: ________________and evaluation of financial bid opened on
________________, Ministry of Human Rights has decided to award the contract to your
company. Draft agreement including all the terms and conditions enclosed below, in this regard
are being shared with you, you are advised to review it and if agreed, come to Ministry of Human
Rights for signing of the agreement.
(Signature and Stamp)
Dated_____________
Government of Pakistan
Ministry of Human Rights Islamabad
*****
Page 41 of 41
FORM OF CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day of ________ 2021
_____ between _________________________ (hereinafter called the “Employer”) of the one part and ______________ (hereinafter called the “Contractor”) of the other part.
WHEREAS the Employer is desirous that supply and commissioning of IT Equipment herein after called “Work” , viz _______________ should be executed by the Contractor and has accepted a Bid by the Contractor for the
execution and completion of such supply and commissioning of IT Equipment and the remedying of any defects therein.
NOW this Agreement witnesses as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents after incorporating addenda, if any except those parts relating to Instructions to Bidders, shall be deemed to form and be read and construed as part of this Agreement, viz:
a) The Letter of Acceptance
b) The completed Form of Bid along with Schedules to the Bid
c) Conditions of Contract & Contract Data
d) The priced Schedule of Prices
e) The Specifications
3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
supply and commissioning of IT Equipment and remedy defects therein in conformity and in all
respects within the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and
completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
5. IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be executed on the day, month and year first before written in accordance with their respective laws.
Signature of the Contactor Signature of the Employer
(Seal) ______________________ (Seal) _____________________
Signed, Sealed and Delivered in the presence of:
Witness: Witness:
________________________ __________________________
(Name, Title and Address) (Name, Title and Address)