0% found this document useful (0 votes)
67 views56 pages

Standard Form of Bidding Document For Procurement of Goods

This document is a tender document for the procurement of network and information security equipment for the IT tower at Sindh Madressatul Islam University in Karachi, Pakistan. It includes instructions to bidders on bidding procedures, general contract conditions, special conditions of contract, schedules of requirements and technical specifications. The document also includes bid forms and price schedules for bidders to submit their bids for the tender.

Uploaded by

UmAiR A
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
67 views56 pages

Standard Form of Bidding Document For Procurement of Goods

This document is a tender document for the procurement of network and information security equipment for the IT tower at Sindh Madressatul Islam University in Karachi, Pakistan. It includes instructions to bidders on bidding procedures, general contract conditions, special conditions of contract, schedules of requirements and technical specifications. The document also includes bid forms and price schedules for bidders to submit their bids for the tender.

Uploaded by

UmAiR A
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 56

STANDARD FORM OF BIDDING DOCUMENT FOR

PROCUREMENT OF GOODS

TENDER-2019-20 /18

TENDER DOCUMENT FOR PROCUREMENT OF NETWORK


AND INFORMATION SECURITY EQUIPMENT FOR I.T
TOWER (TURNKEY SOLUTION)
AT SMIU MAIN CAMPUS, KARACHI
SINGLE STAGE - TWO ENVELOPE BIDDING PROCEDURE

TENDER DOCUMENT ISSUED TO: ________________________________________

TENDER DOCUMENT ISSUED ON: ______________________________________


TABLE OF CONTENTS
A. INSTRUCTIONS TO BIDDERS (ITB) 3
1. INTRODUCTION 3
2. THE BIDDING PROCEDURE 4
3. THE BIDDING DOCUMENTS 4
4. PREPARATION OF BIDS 5
5. SUBMISSION OF BIDS 9
6. OPENING AND EVALUATION OF BIDS 10
7. AWARD OF CONTRACT 16

B. GENERAL CONDITIONS OF CONTRACT (GCC) 19


1. DEFINITIONS 19
2. APPLICATION 19
3. STANDARDS 20
4. USE OF CONTRACT DOCUMENTS AND INFORMATION 20
5. PATENT RIGHTS 20
6. ENSURING STORAGE ARRANGEMENTS 20
7. INSPECTIONS, TESTS AND TRAINING 20
8. DELIVERY AND DOCUMENTS 21
9. INSURANCE 21
10. TRANSPORTATION 21
11. INCIDENTAL SERVICES 21
12. WARRANTY / GUARANTEE 21
13. PAYMENT 22
14. ASSIGNMENT 22
15. DELAYS IN THE BIDDER'S PERFORMANCE 22
16. PENALTIES/ LIQUIDATED DAMAGES 23
17. TERMINATION FOR DEFAULT 23
18. FORCE MAJEURE 23
19. TERMINATION FOR INSOLVENCY 23
20. ARBITRATION AND RESOLUTION OF DISPUTES 24
21 PACKING 24
22. GOVERNING LANGUAGE 24
23. APPLICABLE LAW 24

C: INVITATION FOR BIDS (IFB) 25


D: BID DATA SHEET 26
E: SPECIAL CONDITIONS OF CONTRACT (SCC) 28
F: SCHEDULE OF REQUIREMENTS 33
G: TECHNICAL SPECIFICATIONS 34

I: BID FORM & PRICE SCHEDULE 35


1. BID FORM 35
2. PRICE SCHEDULES 37

H: SAMPLE FORMS 40
1. BID SECURITY FORM 40
2. CONTRACT FORM 41
3. PERFORMANCE GUARANTEE/SECURITY FORM 42
4. MANUFACTURER'S AUTHORIZATION FORM 43
5. INTEGRITY FORM 44
A: Instructions to Bidders. (ITB)

1. INTRODUCTION

1. GENERAL

1.1 Sindh Madressatul Islam University, Karachi has allocated fund towards the
cost of “PROCUREMENT OF NETWORK AND INFORMATION
SECURITY EQUIPMENT FOR I.T TOWER (TURNKEY SOLUTION)”.
It is intended that part of the proceeds of this fund will be applied to eligible
payments under the contract for the Procurement of goods.

2. ELIGIBLE BIDDERS

2.1. This Invitation for Bids is open to all original Manufacturers through their
Authorized Agents / Importers / Bidders / Distributors.

2.2. Bidders should not be associated, or have been associated in the past, directly
or indirectly, with a firm or any of its affiliates which have been engaged by the
University to provide consulting services for the preparation of the design,
specifications, and other documents to be used for the procurement of the goods
to be purchased under this Invitation for Bids.

2.3. Government-owned enterprises may participate only if they are legally and
financially autonomous, if they operate under commercial law, and if they are
not a dependent agency of the Federal Govt. or Provincial Govt.

2.4. Bidder should not be eligible to bid if they are under a declaration of ineligibility
for corrupt and fraudulent practices issued by any Government organization in
accordance with sub clause 35.1.

3. ELIGIBLE GOODS

3.1 All goods and related services to be supplied under the contract shall have their
origin in eligible source countries and all expenditures made under the contract
shall be limited to such goods and services. For this purpose, the term “Goods”
includes any Goods that are the subject of this Invitation for Bids and the term
“Services” shall include related services such as transportation, insurance etc.
The “Origin” means the place where the “goods” are mined, grown, or
produced, or the place from which the “related services” are supplied.
Goods are produced through manufacturing or processing, or substantial and
major assembly of ingredients / components, a commercially recognized
product results that is substantially different in basic characteristics or in
purpose or utility from its components.
3
2. THE BIDDING PROCEDURE

4. Single Stage - Two Envelope Procedure

(a) Bid shall comprise a single package containing two separate envelopes. Each
envelope shall contain separately the financial proposal and the technical
proposal;
(b) Envelopes shall be marked as “FINANCIAL PROPOSAL” and TECHNICAL
PROPOSAL” in bold and legible letters to avoid confusion;
(c) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be
opened;
(d) Envelope marked as “FINANCIAL PROPOSAL” shall be retained in the
custody of the procuring agency without being opened;
(e) Procuring agency shall evaluate the technical proposal in a manner prescribed
in advance, without reference to the price and reject any proposal which does
not conform to the specified requirements;
(f) No amendments in the technical proposal shall be permitted during the technical
evaluation;
(g) Financial proposals of technically qualified bids shall be opened publicly at a
time, date and venue announced and communicated to the bidders in advance;
(h) Financial proposal of bids found technically non-responsive shall be returned
un-opened to the respective bidders; and
(j) Bid found to be the lowest evaluated or best evaluated bid shall be accepted.

4.2 The bids shall be opened in the presence of bidders or their authorized representative
at the prescribed time, date and venue.

3. THE BIDDING DOCUMENTS

5. CONTENTS OF BIDDING DOCUMENTS


5.1 The Bidding Documents:
In addition to the Invitation for Bids (IFB) / Tender Notice, the bidding
documents include:
i. Instructions to Bidders (ITB);
ii. General Conditions of Contract (GCC);
iii. Special Conditions of Contract (SCC);
iv. Schedule of Requirements;
v. Technical Specifications;
vi. Contract Form;
vii. Manufacturer's Authorization Form;
viii. Performance Guarantee Form;
ix. Bid Form; and
x. Price Schedules.

5.2 In case of discrepancies between the Invitation for Bids (IFB) / Tender Notice
and the Bidding Documents, the Bidding Documents shall take precedence.

4
5.3 The bidders are expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish complete
information required in the bidding documents or to submit a bid not
substantially responsive to the bidding documents may result in rejection.

6. AMENDMENT OF BIDDING DOCUMENTS

6.1 At any time prior to the deadline for submission of bids, the Procuring Agency
may, for any reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, modify the bidding documents by
amendment.

6.2 All prospective bidders that have received the bidding documents will be
notified the amendment(s) in writing, which will be binding on them.

6.3 In order to allow prospective bidders reasonable time to take the amendment(s)
into account in preparing their bids, the Procuring Agency may, at its discretion,
extend the deadline for submission of the bids.

4. PREPARATION OF BIDS

7. LANGUAGE OF BID

7.1 Preparation of Bids


The bid prepared by the bidder, as well as all correspondence and documents
relating to the bid exchanged by the bidder and the Procuring Agency shall be
in English. Supporting documents and printed literature furnished by the bidder
may be in another language provided these are accompanied by an accurate
translation of the relevant passages in English, in which case for purposes of
interpretation of the Bid, the translated version shall prevail.

8. DOCUMENTS COMPRISING THE BID

8.1 The bid prepared by the Bidder shall comprise the following:
(a) Bid Form;
(b) Price Schedule;
(c) Documentary evidence to the effect that the Bidder is eligible to bid and
is qualified to perform the Contract if its bid is accepted;
(d) Documentary evidence to the effect that the goods to be supplied by the
Bidder are eligible goods and related services as defined in clause- 3 and
conform to the bidding documents; and
(e) Bid Security.

9. BID PRICES

9.1 The prices and discounts quoted by the Bidder in the Bid Form and in the Price
Schedules shall conform to the requirements specified below.

5
9.2 All items in the Schedule of Supply must be listed and priced separately in
the Price Schedules. If a Price Schedule shows items listed but not priced,
their prices shall be assumed to be included in the prices of other items.
Items not listed in the Price Schedule shall be assumed not to be included
in the Bid.
9.3 The price to be quoted in the Bid Form shall be the total price of the Bid
excluding any discounts offered.
9.4 The Bidder shall quote any unconditional discounts and the methodology
for their application in the Bid Form.
9.5 Prices proposed in the Price Schedule Forms for Goods, shall be
disaggregated, when appropriate. This disaggregation shall be solely for the
purpose of facilitating the comparison of Bids by the Procuring Agency.
This shall not in any way limit the Procuring Agency’s right to contract on
any of the terms offered:

(a) Price Schedule for Goods offered from outside the Procuring
Agency’s country:
(i) Detailed Specification of Stores
(ii) Model / Cat No.
(iii) Name of Manufacturer.
(iv) Country of Origin
(v) Quantity of Stores
(vi) Unit

(iii) the unit price of the goods quoted on delivered duty paid (DDP) basis, including all
customs duties and sales and other taxes already paid or payable on the components
and raw material used in the manufacture or assembly of goods, or on the previously
imported goods of foreign origin;
(iv) If there is no mention of taxes, the offered/quoted price will be considered as inclusive
of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST
or other taxes during the contract period shall be passed on to the Procuring Agency;
and
(v) the total price for the item.

(a) Price Schedule for Goods offered from outside the Procuring Agency’s country:
(i) Detailed Specification of Stores
(ii) Model / Cat No.
(iii) Name of Manufacturer.
(iv) Country of Origin
(v) Quantity of Stores
(vi) Unit

6
(vii) Currency of Bid
(viii) the unit price of the goods quoted on CFR / C&F basis (Karachi Port), in the
Procuring Agency’s country;
(ix) the total price for the item in foreign currency.

9.6 Final Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any account. A
Bid submitted with an adjustable price quotation shall be treated as
nonresponsive and shall be rejected.

9.7 If it was proved during the contract period that bidder has supplied the contracted
item(s) to any other purchasing agency in Pakistan at the prices lower than the
contracted prices, the balance amount will be deducted from the bill and / or security
deposit of the bidder.

10. BID CURRENCIES

10.1 The prices shall be quoted in Pakistani Rupees for goods offered within the
Procuring Agency’s country on delivered duty paid (DDP).
11. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND
QUALIFICATION

11.1 The documentary evidence of the Bidder’s qualifications to perform the


contract if its bid is accepted shall establish to the Procuring Agency’s
satisfaction:

(a) that, in the case of a Bidder offering to supply goods under the
contract which the Bidder did not manufacture or otherwise
produce, the Bidder has been duly authorized by the goods’
Manufacturer or producer to supply the goods in the Procuring
Agency’s country;
(b) that the Bidder has the financial, technical, and production
capability necessary to perform the contract;
(c) that, in the case of a Bidder not doing business within the Procuring
Agency’s country, the Bidder is or will be (if awarded the contract)
represented by an Agent in that country equipped, and able to carry
out the Bidder’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or
Technical Specifications; and
(d) that the Bidder meets the evaluation & qualification criteria of
bidding document.

12. DOCUMENTS ESTABLISHING GOODS' ELIGIBILITY AND CONFORMITY


TO BIDDING DOCUMENTS

12.1 Pursuant to ITB Clause 8, the Bidder shall furnish, as part of its bid,
documents establishing the eligibility and conformity to the bidding
documents of all goods and services which the Bidder proposes to supply
7
under the contract.
12.2 The documentary evidence of the eligibility of the goods and services shall
consist of a statement in the Price Schedule of the country of origin of the
goods and services offered which shall be confirmed by a certificate of
origin issued at the time of shipment.

12.3 The documentary evidence of conformity of the goods and services to the
bidding documents may be in the form of literature, drawings, and data, and
shall consist of:
(a) a detailed description of the essential technical and performance
characteristics of the goods; and
(b) an item-by-item commentary on the Procuring Agency’s Technical
Specifications demonstrating substantial responsiveness of the
goods and services to those specifications, or a statement of
deviations and exceptions to the provisions of the Technical
Specifications.

12.4 For purposes of the commentary to be furnished pursuant to ITB Clause


12.3(b) above, the Bidder shall note that standards for workmanship,
material, and equipment, as well as references to brand names or catalogue
numbers designated by the Procuring Agency in its Technical
Specifications, are intended to be descriptive only and not restrictive. The
Bidder may substitute alternative standards, brand names, and/or catalogue
numbers in its bid, provided that it demonstrates to the Procuring Agency’s
satisfaction that the substitutions ensure substantial equivalence to those
designated in the Technical Specifications.

13. BID SECURITY

13.1 The Bidder shall furnish, as part of its proposal, a Bid Security in the
amount and currency specified in the Bid Data Sheet and SCC.
Unsuccessful bidders' Bid Security will be returned soon after approval of
the successful Bidder. The successful Bidder's Bid Security will be
discharged upon signing of contract and furnishing the Performance
Security bond, duly guaranteed by a scheduled bank.

13.2 The Bid Security shall remain valid for a period of 28 days beyond the bid
validity period.

13.2 The Bid Security is required to protect the Procuring Agency against the
risk of Bidder's conduct, which would warrant the Security's forfeiture;

13.3 The Bid Security may be forfeited:


(a) if a Bidder withdraws its bid during the period of bid validity; or
(b) in the case of a successful Bidder, the Bidder fails:
(i) to sign the Contract; or
(ii) to complete the supplies in accordance with the General
Conditions of Contract.

8
14. BID VALIDITY

14.1 Bids shall remain valid for 90 days from the date of its opening. A bid valid
for a shorter period shall be treated as non-responsive and rejected.

14.2 The Procuring Agency shall ordinarily be under an obligation to process and
evaluate the bids within the stipulated bid validity period. However, for any
reasons to be recorded in writing, if an extension is considered necessary, all
those who have submitted their bids shall be asked to extend their respective
bid validity period.

5. SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS


15.1 The envelopes shall:
(a) bear the name and address of the Bidder;
(b) bear the specific identification Name and Number of this bidding
process indicated in the Bid Data Sheet; and
(c) bear the Procuring Agency’s name and address i.e. Directorate of
Works and Services, first floor Sardar House Sindh Madressatul
Islam University, Aiwan-e-Tijarat Road Behind Habib Bank Plaza,
Karachi and a statement: "DO NOT OPEN BEFORE," the time and
date specified in the Bid Data Sheet.
15.2 If all envelopes are not sealed and marked as required, the Procuring Agency
will assume no responsibility for the misplacement or premature opening of
the bid.

16. DEADLINE FOR SUBMISSION OF BIDS

16.1 Bids must be submitted by the bidders and received by the Procuring Agency
at the specified address not later than the time and date specified in the Bid
Data Sheet.
16.2 The Procuring Agency may, at its convenience, extend this deadline for
submission of bids by amending the bidding documents in which case all
rights and obligations of the Procuring Agency and the Bidders previously
subject to the deadline will thereafter be subject to the deadline as extended.

17. LATE BID

17.1 Any bid received by the Procuring Agency after the deadline for submission
of bids prescribed by the Procuring Agency shall not be entertained and
returned unopened to the bidder.

18. WITHDRAWAL OF BIDS

18.1 The Bidder may after its submission withdraw prior to the expiry of the
9
deadline prescribed for submission of bids.

6. OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS BY THE PROCURING AGENCY

22.1 The Procuring Agency will open all bids in the presence of bidders’
representatives who choose to attend, at the time, on the date, and at the place
specified in the Bid Data Sheet. The bidders’ representatives who are present
shall sign a register evidencing their attendance.

22.2 The bidders’ names, bid modifications or withdrawals, bid prices, discounts,
and the presence or absence of requisite bid security and such other details
as the Procuring Agency, at its discretion, may consider appropriate, will be
announced at the opening. No bid shall be rejected at bid opening, except for
late bids, which shall be returned unopened to the Bidder pursuant to ITB
Clause 18.

22.3 Bids (and modifications sent pursuant to ITB Clause 19) that are not opened
and read out at bid opening shall not be considered further for evaluation,
irrespective of the circumstances. Withdrawn bids will be returned unopened
to the bidders.

20. CLARIFICATION OF BIDS

20.1 During evaluation of the bids, the Procuring Agency may, at its discretion,
ask the Bidder for a clarification of its bid. The request for clarification and
the response shall be in writing, and no change in the prices or substance of
the bid shall be sought, offered, or permitted.

21. PRELIMINARY EXAMINATION

21.1 The Procuring Agency 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.

21.2 Arithmetical errors will be rectified on the following basis. If there is a


discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the total
price shall be corrected. If the Supplier does not accept the correction of the
errors, its bid will be rejected, and its bid security may be forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail.

21.3 The Procuring Agency may waive any minor informality, nonconformity, or
irregularity in a bid which does not constitute a material deviation, provided such
waiver does not prejudice or affect the relative ranking of any Bidder.

21.4 Prior to the detailed evaluation, pursuant to ITB Clause 23 the Procuring Agency
will determine the substantial responsiveness of each bid to the bidding
10
documents. For purposes of these Clauses, a substantially responsive bid is one
which conforms to all the terms and conditions of the bidding documents without
material deviations. Deviations from, or objections or reservations to critical
provisions, such as those concerning Bid Security, Applicable Law, and Taxes
and Duties, will be deemed to be a material deviation. The Procuring Agency’s
determination of a bid’s responsiveness is to be based on the contents of the bid
itself without recourse to extrinsic evidence.

21.5 If a bid is not substantially responsive, it will be rejected by the Procuring


Agency and may not subsequently be made responsive by the Bidder by
correction of the nonconformity.

22. EVALUATION AND COMPARISON OF BIDS

22.1 The Procuring Agency will evaluate and compare the bids which have been
determined to be substantially responsive, pursuant to ITB Clause 22.

22.2 The Procuring Agency’s evaluation of a bid will be on delivered duty paid
(DDP) inclusive of prevailing duties/taxes and C&F / CNF basis and will
exclude any allowance for price adjustment during the period of execution
of the contract, if provided in the bid.

22.3 The Procuring Agency’s evaluation of a bid will take into account, in
addition to the bid price quoted, one or more of the following factors, and
quantified in ITB Clause 24:

(a) Incidental costs


Incidental costs provided by the bidder will be added by Procuring
Agency to the bid price at the final destination.
(b) Delivery schedule offered in the bid
The goods covered under this invitation are required to be delivered
(shipped) within an acceptable range of weeks specified in the
Schedule of Requirement.
(c) Deviations in payment schedule from that specified in the Special
Conditions of Contract
Bidders shall state their bid price for the payment schedule outlined
in the SCC. Bids will be evaluated on the basis of this base price.
Bidders are, however, permitted to state an alternative payment
schedule and indicate the reduction in bid price they wish to offer for
such alternative payment schedule. The Procuring Agency may
consider the alternative payment schedule offered by the selected
Bidder.

(d) Cost of components, mandatory spare parts, and service


The Procuring Agency will estimate the cost of spare parts usage in
the initial period of operation, based on information furnished by
each Bidder, as well as on past experience of the Procuring Agency
or other procuring agencies in similar situations. Such costs shall be
added to the bid price for evaluation.

(e) Availability of spare parts and after sales services for the
11
equipment offered in the bid
The cost to the Procuring Agency of establishing the minimum
service facilities and parts inventories, as outlined in the Bid Data
Sheet or elsewhere in the bidding documents, if quoted separately,
shall be added to the bid price.

(f) Projected operating and maintenance costs during the life of the
equipment;
Since the operating and maintenance costs of the goods under
procurement form a major part of the life cycle cost of the equipment,
these costs will be evaluated in accordance with the criteria specified
in the Bid Data Sheet or in the Technical Specifications.

(g) Performance and productivity of the equipment offered


Bidders shall state the guaranteed performance or efficiency in
response to the Technical Specification. For each drop in the
performance or efficiency below the norm of 100, an adjustment for
an amount will be added to the bid price, representing the capitalized
cost of additional operating costs over the life of the plant, using the
methodology specified in the Bid Data Sheet or in the Technical
Specifications.

23. EVALUATION / QUALIFICATION CRITERIA

23.1 The Bids will be evaluated on complete group / complete lot basis
exclusively. Bidder must quote all the goods reflected in Section-G
“Technical Specifications” otherwise their offer will be rejected straight
away.

23.2 Merit Point System:


The following merit point system for weighing evaluation factors/criteria
will be applied for technical proposals.
23.3 Bidders achieving minimum 70 marks will be considered only for further
process. Documentary evidence must be attached in support of your claim.

12
TECHNICAL EVALUATION / QUALIFICATION CRITERIA

# Parameters/Sub-parameters Points Bidder Point


Response Scored
A. PRODUCT EVALUATION / CERTFICATION Max. 15

1. Conformity to the Purchaser's Specifications 5


1.1 Compliant with the required specifications 5 Yes 5
1.2 Offered goods / services must be compliant to the Mandatory Yes
tender specifications.
1.3 Non-compliant to required specifications Disqualify
2. Manufacturer’s Authorization (Mandatory) 10
2.1 Valid Authorization of Manufacturer of goods 10 Yes 10
2.2 Non-submission of valid manufacturer’s Disqualify
authorization
B. TECHNICAL CAPABILITIES / EXPERIENCE Max. 55

1. Year of Establishment Max. 10


1.1 Established during 2015-2019 05 Yes 5
1.2 Established during 2010-2014 10 Yes (if 10
proprietorship
and Pvt ltd.
documents
Both could be
submitted)
2. Technical Human Resources Max. 15
2.1 At-least 3 related IT Human Resources those having 15 Yes 15
with OEM certified. (Provide and Verify by Bank
with Salary Transfer and relevant certificates)

2.2 Non provision of information Disqualify


2. Prior Similar Experience Max. 10
Bidder’s prior similar experience (during the last
five years) for supply of quoted item(s) to the
industries in Pakistan.
2.1 4 Purchase Orders 04
2.2 6 Purchase Orders 06
2.3 8 Purchase Orders and above 10 Yes 10
3. Client Performance Certificates Max. 10
3.1 Provision of minimum 05 Client Satisfactory 10 Yes 10
Performance Certificate from different well-known
organizations, During last 5 years.
3.2 Non-submission of Client Satisfactory Performance Disqualify
Certificate.
4. After Sales Services Support Max. 10

13
4.1 After Sales Services Support facility shall be 05 Yes 5
available Karachi (Mandatory).
4.2 Year of establishment of After Sales Services
Support facility Karachi in operating conditions
4.2.1 02 years or more 03 Yes 03
4.2.2 05 years or more 05
4.2.3 Provision of details at least 05 Nos. purchase orders Mandatory
ensuring supply of spares / parts / accessories to
client for the selected response.
4.2.4 No setup of after sales services & support system Disqualify
or less than 02 years and non-provision of
information.

C. FINANCIAL INFORMATION OF BIDDER Max. 30


1. Average Annual Turnover Max. 10
Average Annual Turnover in any of last two years

Turnover
1.1 at-least / above 100 million 06 Yes 06
Turnover
1.2 at-least / above 300 million 08
Turnover
1.3 at-least / above 400 million 10
2. Provision of Financial statements and Income Max. 08
Tax Returns for last 3 years.
2.1 Audited statement of Accounts, for last two years 04 Yes 04
2.2 Provision of copy of Income Tax Return Forms, 04 Yes 04
for last two years
3. Provision of details of principal bankers. Max. 02
3.1 Please provide full name & address of your 02 Yes 02
principal banker along with letter for confirmation
that SMI University can approach your bankers for
financial references.
D. Compliance of Instruction to Bidder Max. 10
1. Bidder compliance with reference to all clauses 10 Yes 10
mentioned in Instruction to Bidder of this tender
document and provision of all requisite
information in an appropriate / correct manner.
2. Non-Conformance/non provision of information. Disqualify
GRAND TOTAL OF MAXIMUM 100

14
24.2 Litigation History

The Bidder should not be involved in any litigation with the Procuring
Agency/Govt. Dept: (Provincial/Federal), else their bid will be rejected.

24. CONTACTING THE PROCURING AGENCY

24.1 No bidder shall contact the Procuring Agency on any matter relating to its bid,
from the time of the bid opening to the time the Contract is awarded. If any
bidder wishes to bring additional information to the notice of the Procuring
Agency, it may do so in writing.

24.2 Any direct or indirect effort by a bidding firm to influence the Procuring Agency
during the process of selection of a bidder or award of contract may besides
rejection of its bid result into its disqualification from participation in the
Procuring Agency's future bids.

25. REJECTION OF BIDS

25.1 Notwithstanding anything stated here-before after the Procuring Agency may
reject any or all bids at any time prior to the acceptance of a bid. The Procuring
Agency may upon request, communicate to a bidder, the grounds for its
rejection, but shall not be under obligation to justify those grounds.
26. RE-BIDDING
26.1 If the Procuring Agency has rejected all bids, it may move for a re-bidding or
may seek any alternative method of procurement under the provisions of the
prevailing Rules.

27. ANNOUNCEMENT OF EVALUATION REPORT

27.1 The Procuring Agency will announce the Evaluation Report and the resultant
acceptance or rejection of bids at least seven days prior to the award of
procurement contract.

24 AWARD OF CONTRACT

28. ACCEPTANCE OF BID AND AWARD CRITERIA

28.1 The bidder with lowest evaluated bid under clause 22, 23 & 24, if not in conflict
with any other law, rules, regulations or policy of the Government, will be
awarded the contract within the original or extended period of bid validity.

29. PROCURING AGENCY'S RIGHT TO VERY QUANTITIES

29.1 The Procuring Agency reserves the right to increase or decrease the quantity of
stores originally specified in the Price Schedule and Schedule of Requirements
without any change in unit price or other terms and conditions.

15
30. LIMITATIONS ON NEGOTIATIONS

30.1 The Procuring Agency reserves the right to hold negotiation, delivery schedule
or completion schedule for all the items or any item.

30.2 Negotiations will not be used to change substantially:


i. the technical quality or details of the requirement, including the tasks or
responsibilities of the bidder or the performance of the goods;
ii. the terms and conditions of the Contract and;
iii. anything affecting the crucial or deciding factors in the evaluation of the
proposals / bid and / or selection of successful bidder.

31. NOTIFICATION OF AWARD

31.1 Prior to the expiry of the original or extended period of bid validity, the
successful bidder will be informed in writing of acceptance of its bid by the
Procuring Agency.

32. SIGNING OF CONTRACT

32.1 While conveying acceptance of bid to the successful bidder, the Procuring
Agency will send the bidder Contract Form provided in the bidding documents,
incorporating all points of agreement between the Parties.

32.2 Both the successful Bidder and the Procuring Agency will sign and date the
Contract on legal stamp paper valuing 0.35% of the value of contract, (cost shall
be borne by the bidder). In case the successful Bidder, after completion of all
codal formalities, shows inability to sign the Contract, its Bid Security shall be
forfeited. The firm may also be blacklisted from taking part in any future
bidding of Procuring Agency for a period up to five Years. In such a situation,
the Procuring Agency may make the award to the next lowest evaluated
responsive bidder or move for re-bid.

33. PERFORMANCE SECURITY

33.1 The successful Bidder shall furnish Performance Security. Upon submission of
Performance Security, the Bid Security will be returned to the Bidder. The
amount of Performance Security is specified at Bid Data Sheet.

33.2 Failure of the successful Bidder to comply with any of the requirements
specified in this document shall be considered as sufficient grounds for the
annulment of the award and forfeiture of the Bid Security, in which event the
Procuring Agency may make the award to the next lowest evaluated Bidder at
the risk and cost of the former.

34. CORRUPT OR FRAUDULENT PRACTICES

34.1 (a) the Procuring Agency and the Bidders / Manufacturers / Contractors are
expected to observe the highest standard of ethics during the
procurement and execution of the Contract. In pursuance of this policy,
16
the relevant terms / phrases as may apply are defined below:
(i) "corrupt practice" means the offering, giving, receiving or soliciting of
any thing of value to influence the action of a public official in the
procurement process or in Contract execution; and
(ii) "fraudulent practice" means a misrepresentation of facts in order to
influence a procurement process or the execution of a Contract to the
detriment of the Procuring Agency, and includes collusive practice
among Bidders (prior to or after bid submission) designed to establish
bid prices at artificial non competitive levels and to deprive the
Procuring Agency of the benefits of free and open competition;
(b) the Procuring Agency will take all possible administrative / legal
measures if it is found that the Bidder recommended for award was / is
engaged in corrupt or fraudulent practice(s) before or after signing of
the contract resulting into the conviction of the proprietor under criminal
case besides blacklisting of the firm either indefinitely or for such period
of time as may be determined by the Procuring Agency.
(c) will declare a firm ineligible, either indefinitely or for a stated period of
time, for the award of a Contract if it, at any time, determines that the
firm has engaged in corrupt or fraudulent practices in competing for or
in executing a Contract.

17
B: General Conditions of Contract (GCC)

1. DEFINITIONS

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means the agreement entered into between the Procuring
Agency and the Bidder, as recorded in the Contract Form signed by the
Parties, including all attachments and appendices thereto and all
documents incorporated by reference therein. .

(b) "The Contract Price" means the price payable to the Bidder under the
Contract for the full and proper performance of its Contractual
obligations.

(c) “Goods” means all of the commodities, raw material, machinery and
equipment, and/or other materials that the Supplier is required to supply
to the Procuring Agency under the Contract.

(d) “Related Services” means the services incidental to the supply of the
goods, such as insurance, installation, training and initial maintenance,
printing of special instructions on the label and packing, design and logo
of the Procuring Agency, transportation of goods up to the desired
destinations and other such obligations of the Bidder covered under the
Contract.

(e) "GCC" means the General Conditions of Contract contained in this


section.

(f) "SCC" means the Special Conditions of Contract.

(g) "The Procuring Agency" means the Sindh Madressatul Islam University,
Karachi.

(h) "The Bidder" means the individual or firm supplying the goods under
this Contract.

(i) "Day" means official working day excluding national holidays.

2. APPLICATION

2.1 These General Conditions shall apply to the extent that they are not inconsistent
with provisions of other parts of the Contract.

18
3. STANDARDS

3.1 The goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications goods eligibility criteria.

4. USE OF CONTRACT DOCUMENTS AND INFORMATION

4.1 The Bidder shall not without the Procuring Agency's prior written consent,
disclose the Contract, or any provision thereof, or any specification, plan,
drawing, pattern; sample, or information furnished by or on behalf of the
Procuring Agency in connection therewith, to any person other than a person
employed by the Bidder in the performance of the Contract. Disclosure to such
employed person shall be made in confidence and shall extend only, as far as
may be' necessary, to such performance and not further or otherwise.

4.2 Any document, other than the Contract itself, shall remain the property of the
Procuring Agency and shall be returned (all copies) on completion of the
Bidder's performance under the Contract.

4.3 The Bidder shall permit the Procuring Agency to inspect the Bidder's accounts
and records relating to the performance of the Supplies.

5. PATENT RIGHTS

5.1 The Bidder shall indemnify the Procuring Agency against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof in the country.

6. ENSURING STORAGE ARRANGEMENTS

6.1 To ensure storage arrangements for the intended supplies, the Bidder shall
inform the Procuring Agency at least two weeks prior to the arrival of the
consignments at its store/warehouse. However, in case no space is available at
its store/warehouse at the time of supply, the Procuring Agency shall, seven
days prior to such a situation, inform the Bidder, in writing, of the possible time-
frame of availability of space by which the supplies could be made. In case the
Bidder abides by the given time frame, he will not be penalized for delay.

7. INSPECTIONS, TESTS AND TRAINING

7.1 The Procuring Agency or its representative shall have the right to inspect and/or
test the goods to confirm their conformity to the Contract specifications at the
cost payable by the Bidder.

7.2 The Procuring Agency's right to inspect, test and, where necessary, reject the
goods either at Bidder's premises or upon arrival at Procuring Agency's
destinations shall in no way be limited or waived by reasons of the goods having
previously been inspected, tested, and approved by the Procuring

19
Agency or its representative prior to the goods shipment from the
manufacturing point.

7.3 Any specialized training required for the smooth operation of the goods shall be
the responsibility of the Bidder.

8. DELIVERY AND DOCUMENTS

8.1 The Bidder shall in accordance with the terms specified in the Schedule of
Requirements make delivery of the goods. Details of documents to be furnished
by the Bidder are specified in SCC.

9. INSURANCE

9.1 The goods supplied under the Contract shall be delivered to the Procuring
Agency after the payment of all taxes and customs duty, cess, octroi charges etc.
Risk will be transferred to the Procuring Agency only after the delivery of these
goods has been made to the Procuring Agency. Hence, payment of insurance
premium, if any, shall be the responsibility of the Bidder.

10. TRANSPORTATION

10.1 The Bidder shall arrange such transportation of the goods as is required to
prevent them from damage or deterioration during transit to their final
destination as indicated in the Schedule of Requirements.

10.2 The goods shall be supplied on DDP / CFR / C&F Basis at Karachi Port as per
Schedule of Requirements on the risk and cost of the Bidder. Transportation
including loading/unloading of goods shall be the responsibility of Bidder.

11. INCIDENTAL SERVICES

11.1 The Bidder will be required to provide to the Procuring Agency incidental
services the cost of which should be included in the total bid price.

12. WARRANTY / GUARANTEE

12.1 The term period of comprehensive warranty / guarantee means the period of
three (03) years form the date on which the stores have been put into operation
and demonstrated to the University staff.

12.2 During the period of warranty / guarantee, the Contractor shall remedy, at his /
her expense, all defects in design, materials, and workmanship that may develop
or are revealed under normal use of the goods upon receiving written notice
from the University; the notice shall indicate in what respect the goods are
faulty.

20
12.3 The previsions of this Clause include all the expenses that the Contractor may
have to incur for delivery and installation of such replacement parts, material
and equipment as are needed for satisfactory operation of the goods at the
University premises.

12.4 The contactor shall provide warranty / guarantee for supply of all parts etc for
at least 03 years (where applicable).

12.5 The Procuring Agency shall promptly notify the Bidder in writing of any claims
arising out of this warranty.

13. PAYMENT

13.1 The method and conditions of payment to be made to the Bidder under this
Contract are specified in SCC.

14. ASSIGNMENT

14.1 The Bidder shall not assign, in whole or in part, its obligations to perform to
another party under this Contract, except with the Procuring Agency's prior
written consent.

15. DELAYS IN THE BIDDER’S PERFORMANCE

15.1 Delivery of the goods shall be made by the Bidder in accordance with the time
schedule prescribed by the Procuring Agency in the Schedule of Requirements
/ Contract Award.

15 2 If at any time in the course of performance of the Contract, the Bidder encounters
anything impeding timely delivery of the goods, he shall promptly notify the
Procuring Agency in writing of the causes of delay and its likely duration. As
soon as practicable, after receipt of the Bidder's notice, the Procuring Agency
shall evaluate the situation and may, depending on merits of the situation, extend
the Bidder's time for performance, with or without liquidated damages, in which
case the extension shall be ratified by the Parties by a supplementary Contract
to be treated as an addendum to the original contract.

15.3 Any undue delay by the Bidder in the performance of its delivery obligations shall
render it liable to the imposition of liquidated damages.

21
16. PENALTIES LIQUIDATED DAMAGES

16.1 In case of late delivery, even for reasons beyond control, penalty as specified in
SCC will be imposed upon the Bidder / Manufacturer. The Procuring Agency
may consider termination of the Contract in case there is an unusual delay in the
delivery of the goods whereby the ongoing activity is likely to be affected
seriously.

17. TERMINATION FOR DEFAULT

17.1 The Procuring Agency may, without prejudice to any other remedy for breach
of Contract, by a written notice of default sent to the Bidder, terminate this
Contract in whole or in part if:
(a) the Bidder fails to deliver the goods within the period(s) specified in the
Contract, or within any extension thereof granted by the Procuring
Agency;
(b) the Bidder fails to perform any other obligation(s) under the Contract to
the satisfaction of the Procuring Agency; and
(c) the Bidder, in the judgment of the Procuring Agency, has engaged itself
in corrupt or fraudulent practices before or after executing the Contract.

18. FORCE MAJEURE

18.1 The Bidder shall not be liable for forfeiture of its Performance Guaranty/ Bid
Security, or termination / blacklisting for default if and to the extent that this
delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure. For the purposes of this
Clause Force Majeure means an act of God or an event beyond the control of
the Bidder and not involving the Bidder's fault or negligence directly or
indirectly purporting to mal-planning, mismanagement and /or lack of foresight
to handle the situation. Such events may include but are not restricted to acts of
the Procuring Agency in its sovereign capacity, wars or revolutions, fires,
floods, earthquakes, strikes, epidemics, quarantine restrictions and freight
embargoes. If a Force Majeure situation arises, the Bidder shall promptly notify
the Procuring Agency in writing with sufficient and valid evidence of such
condition and the cause thereof. The Committee, constituted for redressing
grievances, will examine the pros and cons of the case and all reasonable
alternative means for completion of purchase order under the Contract and will
submit its recommendations to the competent authority. However, unless
otherwise directed by the Procuring Agency in writing, the Bidder shall
continue to perform its obligations under the Contract as far as is reasonably
practical and shall seek reasonable' alternative means for performance not
prevented by the Force Majeure event.

19. TERMINATION FOR INSOLVENCY

19.1 The Procuring Agency may at any time terminate the Contract by giving written
notice of one-month time to the Bidder if the Bidder becomes bankrupt or
otherwise insolvent. In that event, termination will be without compensation

22
to the Bidder, provided that such termination will not prejudice or affect any
right or remedy which has accrued or will accrue thereafter to the Parties.

20. ARBITRATION AND RESOLUTION OF DISPUTES

20.1 The Procuring Agency and the Bidder shall make every effort to resolve
amicably by direct informal negotiations any disagreement or dispute arising
between them under or in connection with the Contract.

20.2 If, after thirty (30) days from the commencement of such informal negotiations,
the Procuring Agency and the Bidder have been unable to resolve amicably a
Contract dispute, either party may require that the dispute be referred to the
Arbitrator for resolution through arbitration.

20.3 In case of any dispute concerning the interpretation and/or application of this
Contract is to be settled through arbitration, the arbitrator to be appointed with
the approval of the Competent Authority. The decisions taken and/or award
given by the sole arbitrator shall be final and binding on the Parties.

21. PACKING

21.1 The Bidder shall provide such packing of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in the Contract. The packing shall be sufficient to withstand, without limitation,
rough handling during transit and exposure to extreme temperatures, salt and
precipitation during transit, and open storage. Packing case size and weights
shall take into consideration, where appropriate, the remoteness of the Goods’
final destination and the absence of heavy handling facilities at all points in
transit.

21.2 The packing, marking, and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided
for in the Contract, including additional requirements, if any, specified in SCC,
and in any subsequent instructions ordered by the Procuring Agency.

22. GOVERNING LANGUAGE

22.1 The Contract shall be written in English language. All correspondence and other
documents pertaining to the Contract, which are exchanged by the Parties, shall
be written in English.

23. APPLICABLE LAW

23.1 This Contract shall be governed by the laws of Pakistan and the courts of
Karachi - Pakistan shall have exclusive jurisdiction.

23
SINDH MADRESSATUL ISLAM UNIVERSITY
Aiwan-e-Tijarat Road, Karachi 74000.
Phones: +92-21-9217501-02-03, Fax: 92-21-99217504
Email: [email protected] , URL http://www.smiu.edu.pk/

NO. SMIU/TEND/2019-2020/18 Dated: 19th June, 2020

TENDER NOTICE
Sealed tenders on prescribed form are invited from the interested parties/firms/authorized dealers/manufacturers for
following work on CFR/C&F/DDP basis having relevant experience of at least 03 years and registered with
FBR/SRB for Income Tax & GST. The details are as under: -

Bid Security Tender Completion


S.# Description
Fees Time
PROCUREMENT OF NETWORK AND
INFORMATION SECURITY EQUIPMENT 2% of bid
1 price Rs. 2000/- 45 Days
FOR I.T TOWER(TURNKEY SOLUTION) AT
SMIU MAIN CAMPUS, KARACHI

METHOD OF PROCUREMENT: Single stage two envelope procedure for selection of supplier under Rule No. 46
(2) of SPPRA-Rules 2010 (amended up to date). The bidder should submit two separate sealed envelopes. One envelope
should contain technical proposal & other envelope should contain the financial proposal. Both envelopes should be clearly
marked technical proposal & financial proposal.

Terms & conditions:

1. Bidding documents can be obtained against the written request on company letter head along with Proprietor’s CNIC
copy or authorized nominee from the office of Directorate of Works and Services of the Sindh Madressatul Islam
University, Karachi with a Pay Order / Demand Draft as Tender Fee mentioned above (non-refundable) in favor of Sindh
Madressatul Islam University on any working day during office hours from Monday 22nd June, 2020 to Thursday 9th
July 2020 and can be downloaded from SPPRA website: https://ppms.pprasindh.gov.pk/PPMS/ and SMI- University
website: www.smiu.edu.pk

2. The filled Sealed Tenders will be received back on Friday 10th July, 2020 11:30 a.m. and Technical Proposal will
be opened on same day at 12:00 p.m. at the Directorate of Works and Services, first floor Sardar House Sindh
Madressatul Islam University, Aiwan-e-Tijarat Road Behind Habib Bank Plaza, Karachi before the procurement
committee and the bidders or their authorized representatives who wish to be present. After completion of technical
process, financial bids will be opened before technically qualified firms/suppliers and they will be informed in due course
of time accordingly.

3. Bid Validity Period 90 days


4. The earnest money at the rate of 2% of bid price should be submitted along with Bid in shape of Call Deposit/Pay
order/Demand Draft/ Bank Guarantee issued by any scheduled bank of Pakistan in favor of Sindh Madressatul Islam
University Karachi.
5. Partial, Conditional bid and bid without earnest money shall not be considered.
6. Bids must be offered on the prescribed bidding documents issued by Sindh Madressatul Islam University or
downloaded from SPPRA/SMIU website. However additional sheets may be attached, if required.
7. Procuring Agency reserves the right to reject all or any bids subject to the relevant provisions of SPPRA Rules-2010
amended (2019).
8. In case any unforeseen situation resulting in closure of office on the date of opening or if Government declares
holiday, the tender shall be submitted/opened on the next working day at the same time and venue.

Director (Works & Services)

24
D: Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

INTRODUCTION

ITB 1.1 Name of Procuring Agency: Sindh Madressatul Islam University,

Karachi.

ITB 1.1 Name of Contract:


PROCUREMENT OF NETWORK AND INFORMATION SECURITY EQUIPMENT FOR I.T
TOWER (TURNKEY SOLUTION)

THE BIDDING PROCEDURE

ITB 4.1 Bids shall be accepted under the Single Stage - Two Envelope Procedure.

PREPARATION OF BIDS

ITB 7.1 Language of the bid shall be English

ITB 9.6 For the Goods offered within the Procuring Agency’s Country: the price quoted
shall be on delivered duty paid (DDP) Basis at Consignee’s End.

ITB 10.1 For the Goods offered within the Procuring Agency’s Country: the price quoted
shall be in Pak Rupees.

ITB 13.1 The Bid Security shall not be less than 2% of the total Bid price in Pak Rupees.

ITB 14.1 Bid validity period shall be 90 days.

ITB 15.1 If any bidder elects to submit alternative proposal(s), complete information on the
alternative items including all data relating to technical specifications shall be
provided.

25
SUBMISSION OF BIDS

ITB 16.1 (b) The identification of this bidding process is:


PROCUREMENT OF NETWORK AND INFORMATION SECURITY EQUIPMENT FOR I.T
TOWER (TURNKEY SOLUTION)
NO. SMIU/TEND/2019-2020/18

ITB 16.1 (c) Directorate of Works and Services, first floor Sardar House Sindh Madressatul Islam
University, Aiwan-e-Tijarat Road Behind Habib Bank Plaza, Karachi

“Must bear the name of the bidder” and a warning “Do Not Opened Before the
time and date of bid opening”.

ITB 17.1 Deadline for bid submission: Friday 10th July, 2020 11:30 a.m.

OPENING & EVALUATION OF BIDS

ITB 20.1 The technical bid opening shall take place at:
Directorate of Works and Services, first floor Sardar House Sindh Madressatul Islam
University, Aiwan-e-Tijarat Road Behind Habib Bank Plaza, Karachi

Date: Friday 10th July, 2020 Time: 12:00 p.m.

CONTRACT AWARD

ITB 31.1 Qty. could be increased or decreased during the contract period (including
extended period) according to the actual requirement.

ITB 34.1 The successful Bidder shall furnish the Performance Security equivalent to 5%
of the total Contract amount from any scheduled bank in shape of Pay Order /
Demand Draft / Call Deposit / Bank Guarantee which will be held and returned
after expiry of warranty period of three years. Upon submission of Performance
Security / Guarantee the Bid Security would be returned to the Bidder.

26
E: Special Conditions of Contract (SCC)
1. DEFINITIONS (GCC CLAUSE 1)

GCC 1.1 (g) The Procuring Agency is the Sindh Madressatul Islam University,
Karachi

GCC 1.1 (h) The Bidder is:


(name and address of the bidder)

2. BID SECURITY (ITB CLAUSE 13)

ITB 13.1 The Bidder shall furnish, as part of its financial proposal/bid, refundable
Bid Security in Foreign Currency @ 2% of the total bid value in the
shape of Bank Draft / Pay Order / Call Deposit / Bank Guarantee in the
name of the Sindh Madressatul Islam University, Karachi. The financial
bid found deficient of the Bid Security will be rejected. No personal
cheque in lieu thereof will be acceptable at any cost. The previous Bid
Security, if any, will not be considered or carried forward. However, the
Bid Security of the successful Bidder will be returned upon submission
of Performance Security equal to 5% of the Contract amount that will
remain with the Sindh Madressatul Islam University, Karachi till
satisfactory completion of the Contract period. After delivery and
acceptance of the Goods, the performance security shall be reduced to
two (2) percent of the Contract Price to cover the Supplier’s warranty
obligations

3. INSPECTIONS, TESTS AND TRAINING (GCC CLAUSE 7)

GCC 7.1, 7.2 & 7.3 The goods received in the Sindh Madressatul Islam University, Karachi
from the Bidder will be thoroughly inspected and examine by a
Concerned I.T Department to make sure that the goods received conform
to the specifications laid down in the bid documents and which have
been approved by the Procurement Committee for procurement. The I.T
Department will submit its inspection report & any deficiency pointed
out by the Concerned I.T department shall have to be rectified by the
Bidder free of cost.

4. DELIVERY AND DOCUMENTS (GCC CLAUSE 8)

GCC Clause 8.1


For Goods supplied from abroad as per INCOTERM CFR / C&F @
Karachi Port:
Details of shipping and documents to be furnished by the Bidder shall
be:
Upon shipment, the Bidder shall notify the Procuring Agency and the
Insurance Company by telex or fax or email the full details of the
27
shipment, including Contract number, description of Goods, quantity,
the vessel / flight, the Bill of Lading / Air Way Bill number and date,
port of loading, date of shipment, port of discharge, etc. The Bidder shall
send the following documents to the Procuring Agency, with a copy to
the Insurance Company:
i. 1 copy of the Bidder’s invoice showing the description of the Goods,
quantity, unit price, and total amount.
ii. Original and 1 copy of the negotiable, clean, on-board bill of lading
/ air way bill marked “freight prepaid” and 1 copy of non-negotiable bill
of lading / air way bill.
iii. 1 copy of the packing list identifying contents of each package.
iv. Insurance certificate.
v. Manufacturer’s warranty certificate.
v. Inspection certificate, issued by the nominated inspection agency along
with Bidder’s factory inspection report.
vi. Certificate of origin.
The Procuring Agency shall receive the above documents at least one
week before arrival of the Goods at the port or place of arrival and, if
not received, the Bidder will be responsible for any consequent
expenses.

28
5. INSURANCE (GCC CLAUSE 9)

GCC 9.1 The goods supplied under the Contract shall be on DDP / CFR / C&F basis at
consignee’s end under which risk will be transferred to the Procuring Agency
only after it has taken delivery of the goods. Hence insurance coverage is
Bidder's responsibility.

6. WARRANTY / GUARANTEE (GCC CLAUSE 12)

GCC 12.1 The goods shall be accompanied by manufacturer comprehensive onsite


warranty / guarantee for 03 years including parts, labor and Software’s.

GCC 12.2 The Procuring Agency shall promptly notify the Bidder in writing of any claims
arising out of this warranty.

7. PAYMENT (GCC CLAUSE 13)

GCC 13.1 The method and conditions of payment to be made to the Bidder under this
Contract shall be as follows:

• For Goods supplied from within the Procuring Agency’s country:

(a) Payment shall be made in Pak Rupees.


(b) The payment will be made to the Bidder within 30 days of the receipt of
original delivery challan(s) and invoice(s) in duplicate duly completed in all
respect and signed and stamped by the Chairman of the Inspection Committee.
The Inspection Committee will prepare and submit a report of physical
inspection with a certificate to the effect that the goods conform to the
specifications laid down in the bidding documents.
OR
• For Goods supplied from outside the Procuring Agency’s country:

(a)The Procuring Agency shall pay the Bidder or its Principal through
irrevocable letter of credit opened in favor of the Bidder or Its Principal
in a bank in its country, upon submission of all the requisite
documents.
(b) Bidder will bear all the additional bank charges inside and outside the
Procuring Agency country on account of Confirmation of L/C, if he
desires to establish a Confirmed L/C etc.
OR
• For Goods supplied from outside the Procuring Agency’s country:

(a) The Procuring Agency shall pay the Bidder or its Principal through 3
years deferred payment by irrevocable letter of credit opened in favor
of the Bidder or Its Principal in a bank in its country, upon submission
of all the requisite documents.
(b) Bidder will bear all the additional bank charges inside and outside the
Procuring Agency country on account of Confirmation of L/C, if he
desires to establish a Confirmed L/C etc.

29
8. PENALTIES/ LIQUIDATED DAMAGES (GCC CLAUSE 16)

GCC 16.1 In case deliveries are not completed within the time frame specified in the schedule
of requirements / contract, a Show cause Notice will be served on the Bidder
which will be following by cancellation of the Contract to the extent of non-
delivered portion of installments. No supplies will be accepted and the amount
of Performance Guarantee / Security to the extent of non- delivered portion of
supplies of relevant installments will be forfeited. If the firm fails to supply
the whole installments, the entire amount of Performance Guarantee/Security
will be forfeited to the Government Account and the firm will be blacklisted
at least for five years for future participation in bids:

The liquidated damage shall be 0.5 % per week or part thereof. The maximum
amount of liquidated damages shall be 10% of the amount of contract. Once the
cumulative amount of liquidated damages reaches ten percent (10%) of the amount
of the contract, the Procuring Agency shall rescind the contract, without prejudice
to other courses of action and remedies open to it.

9. ARBITRATION" AND RESOLUTION OF DISPUTES (GCC CLAUSE

20) GCC 20.3 Dispute resolution mechanism to be applied shall be as follows:

In case of any dispute concerning the interpretation and/or application of this


Contract is to be settled through arbitration, the arbitrator to be appointed with
the approval of the Competent Authority. The decisions taken and/or award
given by the sole arbitrator shall be final and binding on the Parties

10. PACKING (GCC CLAUSE 21)

GCC 21.1 The packing, marking and documentation within and outside the packages shall be
as per manufacturer standards meeting the safety requirements of the goods.

12. GOVERNING LANGUAGE (GCC CLAUSE 22) GCC 22.1

The language of this Contract shall be English.

11. APPLICABLE LAWS (GCC CLAUSE 23)

GCC 23.1 The Contract shall be governed by the Laws of Pakistan and the Courts of Pakistan
shall have exclusive jurisdiction.

12. NOTICES
Procuring Agency's address for notice purposes:

Directorate of Works and Services,


Sardar House First floor Sindh Madressatul Islam University,
Aiwan-e-Tijarat Road, Karachi.
Phone: +92-21-9217501-02-03
Email: [email protected]
[email protected]
30
Bidder's address for notice purposes:

Name of Bidder:
Name of Contact Person & Designation:
Phone No.
Fax No.
Mobile Phone No.
Email Address

31
Schedule of Requirements

1.1 For Goods supplied from within the Procuring Agency’s country (DDP
Basis)

i) The entire quantity of the ordered goods shall be delivered within


45 days or earlier from the date of issuance of supply order / contract
award.

ii) The delivery period shall start from the date of contract signature.

Time limit/Completion Period for delivery is same as mentioned in NIT i.e. 45 days

32
Technical Specifications

Item Name of Goods, Technical Description, Specifications Approx. Qty. Yes / ± Variation /
No. and Standards No Deviation (if
any)
1 FIREWALL 1

Make: Fortinet/Palo Alto/Cisco or Equivalent


Must be Leader in Gartner
Licenses:
• The bidder must propose 1 x NGFW hardware-based
appliance with 3 Year 24x7x365 Support along with
necessary licenses
• The proposed product should be covered for 24x7
Advance Replacement Hardware Warranty for 3 Year
• The proposed product should be covered for 24x7
Security Licenses for 3 Year
• The proposed product should have Intrusion
Prevention System Inspection license for 3 Year
• The proposed product should have Application Aware
controlling license for 3 Year
• The proposed product should have Web Content
Filtering license for 3 Year
• The proposed product should support Mobile
Malware Service license for 3 Year
• The proposed product should have Cloud Sandboxing
Service license for 3 Year
• The proposed product should have Virus Outbreak
Protection License for 3 Year
• The proposed product should have Anti-Virus license
for 3 Year
• The proposed product should have VPN license (upto
300+) for 3 Year
• The proposed product should have Security Feature of
Removing malicious content from a file in In-Line
Mode license for 3 Year

Firewall rating:
• The Vendor of proposed product should be in MQ
Leader Quadrant of UTM & Enterprise NGFW
Firewalls
• The Vendor of proposed product should have a
recommended rating in NSS Labs NGFW, DCIPS,
DCSG and SD-WAN testing
• The Vendor of proposed product should be ICSA
certified.

Features:

33
• The proposed product should have One-Arm Sniffer
Mode which can be used as an IDS
• The proposed solution should have Hardware based
Security Inspections rather performing inspection in
Software
• The proposed product should support Data Leak
Prevention & Internal Server Load Balancer
• The Security and Encryption processing should
support physically separated from each other on the
hardware level
• The proposed product should support Link Load
Balancer for load balancing Internet/WAN traffic
based on multiple Load Balancing Algorithms
• The proposed product should have 2-Factor
authentication (on-device) for administrator login
• The proposed appliance shall have to support 2 factor
authentication services without the need of a third-
party server and database using tokens (Either
Hardware or Software)
• The proposed solution should have a capability to
integrate with same vendor endpoints security suite
and automatically quarantine/BAN the endpoints in
case of malicious activities detected
• The proposed product should have SD-WAN as a
built-in component without the need of a separate SD-
WAN Controller
• The proposed product should have Flow mode &
Proxy Mode based traffic flow & Inspection
• The proposed product should support ICAP protocol
• The proposed product should have a capability to
work as Wireless LAN Controller to integrate and
manage same vendor access points
• The product should support Proxy Based AV
Inspection as well as Flow Based AV Inspection
simultaneously
• The proposed product should support Explicit
Forward Web Proxy on same hardware
• The proposed product should support High
Availability in Active/ Active, Active/Passive and
Cluster
• The proposed product should support any port of any
type to be used as High Availability monitoring port
• High Availability feature must be supported for either
NAT/Route, Transparent or hybrid mode while
running both NAT/Route and Transparent
configurations simultaneously
• The proposed system shall support at least one
heartbeat links, any of the interfaces must be
configurable as a heartbeat interface.
• The proposed product should support VLAN &
PPPoE based interfaces along with Interface based
Zoning

34
• The proposed product should support IPv4 and IPv6
• The proposed product should support Restful API
• The proposed product should support integration with
Microsoft Active Directory/Radius
Server/TACACS+ Server
• The proposed product should support Single-Sign-On
through Active Directory Polling Mechanism
• The proposed product should support Single-Sign-On
through Single Sign On agent providing a buffer zone
between the Firewall and Authentication Database
• The proposed solution must support user and device
based Security policies
• The proposed product should support Traffic shaping
based on Username, IP address, Applications, Source
Addresses, Destination addresses, URL Category in
Inbound and Outbound Direction
• The proposed product should support remote logging
• The proposed product should support SYSLOG
logging to at-least 3 syslog servers with Log Format
in Default Syslog, CSV (Comma Separated Values),
CEF (Common Event Format)
• The proposed product should support Dynamic
Routing protocol (RIP-V1, RIP-V2, OSPF, BGP,
ISIS, RIPng, OSPFv3), Static Routing and Policy
Based Routing
• The proposed product should support DH Groups
1,2,5,14,15-21
• The proposed system must support protection to
communication with Malicious IP/Domain/Botnets
• The proposed system shall have the ability to provide
anti-spam capabilities over SMTP, POP3 & IMAP
without external solution, devices or hardware
modules.
• The proposed system should have integrated Web
Content Filtering solution without external solution,
devices or hardware modules along with Web
Application Firewall.
• The proposed solution should be able to enable or
disable Web Filtering per firewall policy or based on
firewall authenticated user groups for both HTTP and
HTTPS traffic.
• The proposed product IP location lookup technology
that retrieves geolocation information with no explicit
permission required from users. All you need is your
client’s IP address.
• The proposed OWASP Top 10 Injection. Broken
Authentication. ensitive Data Exposure, XML
External Entities (XEE) .Broken Access Control,
Security Misconfiguration. Cross-Site Scripting.
Session Hijacking
• Proposed Known threat and zero-day attack
protection - L4 Stateful Network Firewall.

35
• DoS prevention
• Data leak prevention , Web Defacement Protection
• Layer 7 server load balancing
• The proposed product should support VXLAN
• The proposed product should support Net Flow and S-
flow
• The proposed product should support SNMP v1/v2c
and SNMP v3
• The proposed product should support Network Time
Protocol
• The proposed product firewall latency should not
exceed from 2 μs
• The proposed web servers are prime cyber-attack.
A blacklisting model uses pre-set signatures to block
web traffic
• The proposed product IP Reputation Symantec
detects suspicious activity, such as spam or viruses
originating from that address

VPN:
• The proposed product should have Remote Access
Client VPN for IPSEC/SSL VPN
• The proposed device shall utilize inbuilt dedicated
hardware VPN acceleration
• The proposed product should have
SSH/TELNET/HTTP/HTTPS for remote
management of the device
• The device shall support state-full session
maintenance for traffic including VPN traffic in the
event of a fail-over to a standby unit.
• The proposed product should support
scanning/inspection of both sending and returning
traffic from server along with SSL Decryption/Re-
Encryption on the same appliance without
performance degradation
• The proposed product should support remote access
VPN Client with functionality of IPSEC and SSL
VPN simultaneously
• The proposed product should support hardware
accelerated IPSEC (DES, 3DES, AES128, AES192,
AES256, AES256GCM, CHACHA20POLY1305)
encryption/decryption
• The proposed product should support IPSEC (SHA1,
SHA256, SHA384, SHA512) hashing algorithms
• The proposed product should be capable of
accommodating multiple Proxy-IDs in an IPSEC
VPN Site to Site VPN
• The proposed product should supports NAT traversal
& Hub and Spoke Site to Site IPSEC VPN
architecture along with DDNS & Split DNS Support.

36
• The system shall provide IPv6 IPsec feature to
support for secure IPv6 traffic in an IPsec VPN.

Hardware Requirement
• The proposed product should provide at-least:
2 x GE RJ45 (dedicated MGT and HA ports), 8x GE
RJ45 Ports, 8x GE
• The proposed product should support logical context
of device with at-least 10 Logical context.
• The proposed product should support Firewall
throughput of at-least 32 Gbps
• The proposed product should support IPSEC VPN
Throughput of at-least 20 Gbps
• The proposed product should support minimum
concurrent sessions of 8 Million & 400,000 New
Session/Second TCP
• The proposed product should support Intrusion
Prevention System throughput of at-least 10 Gbps &
Application Aware Controlling throughput at-least 15
Gbps
• The proposed product should support Threat
Protection Throughput (with FW + APPCTRL + IPS
+ Antimalware) of 7 Gbps
• The proposed product should support SSL Inspection
Throughout of at-least 8 Gbps, CPS at-least 5500 and
Concurrent Session 8,000,000. A documentary
(Public/Private) proof from OEM is required.
Warranty:
3 Years warranty.

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.
Note: Must be Leader in Gartner Magic Quadrant
(Reference 2019 report must be submitted)

2 Network, System Internet User Reporting 1


Licensed tool
Must be Leader, Challengers in Gartner share the 2019
report

Logging and Reporting Requirements:


• Dedicated HW based solution required for Logging
and reporting
• Proposed solution must have Logging View. The
proposed solution should be able to provide synthetic
view of logging activity in a managed environment.
The proposed solution should also provide NOC &
SOC view to provide Monitoring and control over
network

37
• Proposed solution must have Traffic visibility. The
proposed solution should support visibility on the
traffic, the applications, the threats and the most
viewed websites
• The proposed solution should support log view with
searching options
• The proposed solution should support Event manager
and Viewer with drill down capabilities
• The proposed solution should be able to produce
reports based on PCI DSS criteria
• The proposed solution should support at least 300+
built-in charts for custom based reports
• Retrieve archived logs to perform analytics against
historic data for forensic analysis.
• Should have Automated alert notification for issues,
problems and attacks.

Hardware Specifications:
• Reports can be generated instantly or via schedules
from external reporting appliance
• The solution should support 4TB storage capacity
• 2 x Rj-45, 1 RU.
Warranty:
3 Years warranty.

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.

3 ROUTER 1

Make: Cisco/ Juniper or Equivalent


Must be Leader, visionaries, Challengers in Gartner share
the 2019 report

Fixed Form Switch:


1U

10/100/1000 Base T ports:


8 x 10/100/1000 Ports.

Uplink Ports:
8 x fiber Gigabit connectivity.

Routing Throughput:
Up to 4 Gbps.

MAC table size:

38
At least 14000.

NAT RULES:
Should support at least 1800 NAT rules

Routing Protocols:
• IPv4, IPv6, ISO, Connectionless
• Network Service (CLNS).
• RIP v1/v2.
• OSPF/OSPF v3.
• BGP with route reflector.
• Equal-cost multipath (ECMP)

VLAN:
• Must support the data-link connection Identifier
(DLCI).
• Must support at least 1800 number of VLANs.

Routing:
• Static Routing must be supported.
• Packet mode.
• MPLS (RSVP, LDP).
• L2/L3 MPLS VPN, pseudo wires.
• Virtual private LAN service (VPLS), next-generation
multicast VPN (NG-MVPN).
• MPLS traffic engineering and MPLS fast reroute.
• PBR, SBR
• Equal-cost-multipath (ECMP).

Switching Features:
• ASIC-based Layer 2 forwarding.
• MAC address learning.
• Link aggregation and LACP.
• LLDP and LLDP-MED.
• STP, RSTP, MSTP.
• MVRP.
• 802.1x Authentication.

QoS Features:
• Shall be able to set the IEEE 802.1p priority tag based
on IP address, IP Type of Service (ToS), L3 protocol,
TCP/UDP port number, source port.
• Marking, policing and shaping.
• Hierarchical shaping policy.
• Virtual channels.
• Classification based on VLAN, DLCI and more.
• Guaranteed and maximum bandwidth.

Multicast:
Internet Group Management Protocol (IGMP) v1/v2,
Protocol Independent Multicast (PIM) sparse mode
(SM)/dense mode (DM)/source-specific multicast (SSM),

39
Session Description Protocol (SDP), Distance Vector
Multicast Routing Protocol (DVMRP), Multicast Source
Discovery Protocol (MSDP), Reverse Path Forwarding
(RPF).

Must support mentioned protocols standards:


• IEEE 802.3ah Link Fault Management (LFM).
• IEEE 802.1ag Connectivity Fault Management
(CFM).
• Virtual router redundancy protocol (VRRP).
• Two-way active measurement protocol (TWAMP),
SSH, TELNET, SNMP.

Application Security Services:


• Application visibility and control.
• Application QoS.
• Inspection of SSL encrypted traffic.

VPN:
• GRE tunnels min: 512
• IPSEC tunnels min : 1024
• IPSEC throughput min: 500Mbps.
• IPSEC authentication algorithm: MD5, SHA-256.

Management Interface:
• 1 GB Ethernet out-of-band.
• Centralized management
• Security director

Warranty:
3 Years warranty

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.

40
4 Core Switch 24 ports (Layer 3) 1
Must be Leader, visionaries, Challengers in Gartner share
the 2019 report
Make: Cisco/Huawei or Equivalent

Fixed form switch:


1U

10/100/1000 Base X ports:


32 x 1G SFP Ports.

Uplink Ports:
8 x 1G/10GE SPF/SPF+ Ports.

Packet Switching Capacity:


At least 450 Gbps

Throughput:
At least 300 Mpps.

Stack/chassis:
Should support up to 8 devices.

Switching mode:
Store-and-forward.

STP:
• Must support STP (IEEE 802.1d), RSTP (IEEE
802.1w) & MSTP (IEEE 802.1s).
• VSTP instances supported: 510.
• MST instances supported: 64
Routing:
• Static, Default, Inter VLAN, RIP v1/v2, OSPF, BGP,
MBGP, IS-IS, MPLS.
• Bi-directional forwarding detection (BFD)
• ARP support entries min: 60000.
• Static & Dynamic Routing must be supported.

VLAN:
• Must support the IEEE 802.1Q standard.
• Number of VLANs supported: 4093.
• Jumbo frames supported: 9216 Bytes.
• MAC table entries: 64000.
• Min. number of mirroring sessions : 4

ACLs:
• VACL ingress and egress.
• RACL ingress and egress.
• Provide filtering based on the IP field,
source/destination IP address/subnet, and
source/destination TCP/UDP port number on a per
VLAN or per-port basis.

41
QoS:
• Shall be able to set the IEEE 802.1p priority tag based
on IP address, IP Type of Service (ToS), L3 protocol,
TCP/UDP port number, source port.
• Shall support Layer 4 prioritization enabling
prioritization based on TCP/UDP port numbers

Security:
• DoS protection.
• MAC limiting.
• Static ARP support.

Must support mentioned protocols Standards:


• IEEE 802.1
• IEEE 802.1ad
• IEEE 802.1AB
• IEEE 802.3x
• IEEE 802.1Qbb
• IEEE 802.1Qaz IEEE 802.1Qau (roadmap)
• IEEE 802.1Qbg (roadmap)
• IEEE 802.1ak: Multiple VLAN Registration Protocol
(MVRP)

Management Interface:
• Serial; 10/100/1000BASE-T Ethernet Out-of-band.
• GUI (graphical User Interface), CLI (Command Line
Interface).

Warranty:
3 Years warranty.

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.

5.1 Access Switch 48 ports (Layer 2) 4

Make: Cisco/Huawei or Equivalent


Must be Leader, visionaries, Challengers in Gartner share
the 2019 report

Fixed form switch:


1U

10/100/1000 Base T Ports:


48 RJ-45 10/100/1000 ports

Uplink Ports:
4 x 1G/10G SFP/SFP+ port

42
Packet Switching Capacity:
At least 170 Gbps.

Throughput:
At least 125 Mbps.

Stack/Cluster:
Should support up to 4 devices with 80Gbps.

STP:
• Must support STP (IEEE 802.1d), RSTP (IEEE
802.1w) & MSTP (IEEE 802.1s).
• Minimum number of Arp entries: 1400.

Console Port:
At least 1 x Console port and 1x RJ-45 serial console port.

Quality of Service (QoS):


• Shall be able to set the IEEE 802.1p priority tag based
on IP address, IP Type of Service (ToS), L3 protocol,
TCP/UDP port number, source port.
• Shall support Layer 4 prioritization enabling
prioritization based on
• TCP/UDP port numbers
• Scheduling methods (egress): Strict Priority (SP)
• Should support Congestion avoidance capabilities.

VLAN:
• Must support the IEEE 802.1Q standard.
• Must support IEEE 802.1Q-in-Q:
• VLAN Stacking
• Number of Vlans:4093
• IEEE 802.1ak: Multiple VLAN
• Registration Protocol (MVRP)
• Support min Mac Addresses: 15000.

Security:
• MAC limiting
• Allowed MAC addresses configurable per port
• Sticky MAC (persistent MAC address learning)
• Dynamic ARP inspection (DAI)
• Proxy ARP
• Static ARP support
• DHCP snooping
• Control plane DoS protection

Must Support mentioned protocols standards:


• IEEE 802.1s: Multiple Instances Spanning Tree
Protocol (MSTP)
• IEEE 802.1w: Rapid Spanning Tree Protocol
• IEEE 802.1X: Port Access Control
• IEEE 802.1p: CoS prioritization

43
• IEEE 802.3ad: Link Aggregation
• Control Protocol (or Multi-Link Trunking)
• Multicast, RADIUS, TACACS+,
• Syslog
• Bi-directional forwarding detection ,
• Timer > 3.

Management Interfaces:
• HTTP/HTTPS GUI (Graphical Interface) , CLI
(Command Line Interface) and SNMP
• Out-of-Band Ethernet Management port.

Warranty:
3 Years Warranty

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.
5.2 Access Switch 24 ports (Layer 2) 5
Must be Leader, visionaries, Challengers in Gartner share
the 2019 report
Make: Cisco/Huawei or Equivalent

Fixed form switch:


1U

10/100/1000 Base T Ports:


24 RJ-45 10/100/1000 ports

Uplink Ports:
4 x 1G/10G SFP/SFP+ port

Packet Switching Capacity:


At least 120 Gbps.

Throughput:
At least 90 Mbps.

Stack/Cluster:
Should support up to 4 devices with 80Gbps.

STP:
Must support STP (IEEE 802.1d), RSTP (IEEE 802.1w) &
MSTP (IEEE 802.1s).

Console Port:
At least 1 x Console port and 1x RJ-45 serial console port.

Quality of Service (QoS):

44
• Shall be able to set the IEEE 802.1p priority tag based
on IP address, IP Type of Service (ToS), L3 protocol,
TCP/UDP port number, source port.
• Shall support Layer 4 prioritization enabling
prioritization based on TCP/UDP port numbers
• Scheduling methods (egress): Strict Priority (SP)
• Should support Congestion avoidance capabilities.

VLAN:
• Must support the IEEE 802.1Q standard.
• Must support IEEE 802.1Q-in-Q:
• VLAN Stacking
• Number of Vlans:4093
• IEEE 802.1ak: Multiple VLAN
• Registration Protocol (MVRP)
• Support min Mac Addresses: 15000.

Security:
• MAC limiting
• Allowed MAC addresses configurable per port
• Sticky MAC (persistent MAC address learning)
• Dynamic ARP inspection (DAI)
• Proxy ARP
• Static ARP support
• DHCP snooping
• Control plane DoS protection

Must Support mentioned protocols standards:


• IEEE 802.1s: Multiple Instances Spanning Tree
Protocol (MSTP)
• IEEE 802.1w: Rapid Spanning Tree Protocol
• IEEE 802.1X: Port Access Control
• IEEE 802.1p: CoS prioritization
• IEEE 802.3ad: Link Aggregation
• Control Protocol (or Multi-Link Trunking)
• Multicast, RADIUS, TACACS+, Syslog
• Bi-directional forwarding detection.
• Timer > 3.

Management Interfaces:
• HTTP/HTTPS GUI (Graphical Interface) , CLI
(Command Line Interface) and SNMP
• Out-of-Band Ethernet Management port.

Warranty:
3 Years Warranty

Installation & Configuration:


Complete deployment, installation & all configuration with
all required equipment and deliver professional training with
documentation to specified IT team.

45
6 Ruckus Wireless Solution or Equivalent
1) Zone Direction 1200 Single AP License Upgrade or equivalent new.
a) Associate Partner Support, ZoneDirector, or equivalent new 3 Years. 1
b) Associate Partner Support, ZoneDirector ONE AP Upgrade or equivalent new,
3 Years

2) Dual-band 802.11a/b/g/n/ac (802.11ac Wave 2), Wireless Access Point, 2x2:2


streams, SU-MIMO, BeamFlex, 802.3af PoE support. include power adapter or 30
PoE injector. Includes Limited Lifetime Warranty.

Installation & Configuration:


Complete deployment, installation & all configuration with all required
equipment and deliver professional training with documentation to specified IT
team.

7 Servers
Make: DELL/HP or Equivalent
Intel Xeon Silver 4210 2.2G, 10C/20T, 9.6GT/s, 13.75M Cache, Turbo, HT
(85W) DDR4-2400
Chassis with up to 8 x 3.5" SAS/SATA Hard Drives for 2CPU Configuration
2U Standard Bezel
Riser Config 2, 3 x8, 1 x16 slots
2933MT/s RDIMMs
16*8GB RDIMM, 2933MT/s, Dual Rank
4*4TB 7.2K RPM NLSAS 12Gbps 512n 3.5in Hot-plug Hard Drive
2*960GB SSD SATA Read Intensive 6Gbps 512e 2.5in Hot-plug,3.5in HYB
CARR S4510 Drive, 1 DWPD,1752 TBW
PERC H730P RAID Controller, 2GB NV Cache, Adapter, Low Profile
6 Standard Fans, Standard 1U Heatsink
DVD+/-RW,SATA,Int
Dual, Hot-plug, Redundant Power Supply (1+1), 750W
Long Jumper Cord, C13-C14,4m,10a (APCC except ANZ)
2 x 10G SFP+ ports (including connectivity equipments)
2 x 10G ethernet ports (including connectivity equipments)
4 x 1G ports Base-T
Power Saving Active Power Controller
ReadyRails Sliding Rails With Cable Management Arm
Unconfigured RAID
UEFI BIOS Boot Mode with GPT Partition
Warranty:
Next Business Day 36 MONTHS and ProSupport Next Business Day Onsite
Service, 36 Month(s)
Installation & Configuration:
Complete deployment, installation & all configuration with all required
equipment and deliver professional training with documentation to specified IT
team.

46
8 SERVER PROTECT Licenses
10
Delivers real-time server protection against viruses, worms, spyware, and
Trojan attacks
• Allows multiple Server Protect servers to protect storage or network
appliances
centralized management of remote installation
Provides granular policy management for greater deployment flexibility and
control
Alerts administrators to virus outbreaks and emergencies to help reduce
response time
Creates comprehensive logs and reports to help identify dangerous activities
before they become threats
Threat Protection • Ransomware • Viruses • Worms • Spyware • Trojans
Bare-metal
Virtual Machine
Reporting
automatically generate daily, weekly or monthly reports emails.
Bring all your events and alerts from other commercial products like
McAfee AV and Cisco into the one product.
what’s going on outside in the world, with bad IP’s, bad email addresses or
the latest attack vectors to stop the attacks cold before they effect
Audit and Discovery function to see what’s on your network or gets added to
your network
410
Client Protect Licenses End Point Security License
(Enterprise version –Onsite and Cloud enabled)
Must be Leader, visionaries, Challengers in Gartner share the 2019 report

Protects against the latest security threats, including file less threats
Reduces your exposure to cyber-attacks with endpoint hardening
And or Equivalent Warranty:
3 Years Warranty Technical support 7X24

Installation & Configuration:


Complete deployment, installation & all configuration with all required
equipment and deliver professional training with documentation to specified
IT team.

47
9 Fiber Cable Services with Material Lot 1

1) 12-Core Single Mode Outdoor Amored Optical Fiber Cable- Direct Buried
(450 Meter).
2) Fiber Patch Panel Loaded with 2 Nos SC Adapters, Splice Trays and
Adapter Plates (Fully Equipped) 04 Ports. Qty-02
3) Fiber SC Pigtails (1-Meters) Qty-08
4) SC-LC Duplex Fibet Patch Cords (3-Meters) Qty-04
5) Optical Fiber Laying Services- INDOOR/OUTDOOR (450-Meter)
6) Splicing and OTDR Reporting
7) Digging and Back (Soft and Hard) Filling with as per Standard
Specifications- 3 Feet Deep Sandbed, Bricks and Caution tape etc (300-Meter)
8) UPVC Pipe 1” Adamjee or equivalent
9) UPVC Sockets
10) Flaxible Pipe (mtr.) as par required

48
Bid Form & Price Schedule
1. BID FORM
To: Sindh Madressatul Islam University,
Karachi

Dear Sir,

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to supply and deliver the goods specified in the said Bidding
Documents for the sum of [Total Bid Amount Rs. ____________________],
[Bid Amount in words ________ __only ] or such
other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and
made part of this bid.
2. The free of cost / donation / discounts offered and the methodology for their application are:

3. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the Schedule of Requirements.

4. If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum of 5% of the
Contract Price for the due performance of the Contract, in the form prescribed by the Procuring Agency.

5. We agree to the validity of this bid for 90 days from the date fixed for financial bid opening and it shall
remain binding upon us and may be accepted at any time before the expiration of that period.

6. Until a formal Contract is prepared and executed, this bid, together with the written acceptance thereof
and notification of award, by the Procuring Agency, shall constitute a binding Contract between us.

7. We understand that you are not bound to accept the lowest or any bid you may receive.
Name

In the capacity of

Duly authorized to sign the Bid for and on behalf of

Signed

Date

49
2. PRICE SCHEDULE IN PAK RUPEES delivered duty paid (DDP
BASIS) FOR GOODS OFFERED WITHIN THE PROCURING AGENCY’S
COUNTRY
S# Detailed Specification of Model / Name Country of Quantity Unit Rate GST Rate Total
Goods Cat No. of Origin of Per Unit Per Unit Price
Manufacturer Stores without including Include:
GST GST GST
1 2 3 4 5 6 7 8 9 10 11
(10 x 6)

Total Amount in Pak Rs.

Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

NOTE:
1. Country of origin of “MAJOR PART(S) OF THE EQUIPMENT” must be clearly reflected
separately in the Technical and Financial bids. The “Origin” means the place where the “goods” are
mined, grown, or produced.
2. Financial bid / proposal must be inclusive of all applicable taxes.
3. Bidder provides a copy valid exemption certificate along with financial bid / proposal otherwise
Income Tax will be deducted at source at the time of payment.
4. The goods shall be accompanied by manufacturer comprehensive onsite warranty / guarantee for 1
year including parts, labor and software and 12 months’ additional warranty without parts.

50
2. Bid Security Form

Whereas [name of the Bidder] (hereinafter called “the Bidder”) has submitted its bid dated [date of
submission of bid] for the supply of [name and/or description of the goods] (hereinafter called “the
Bid”).

KNOW ALL PEOPLE by these presents that WE [name of bank] of [name of country], having our
registered office at [address of bank] (hereinafter called “the Bank”), are bound unto [name of
Procuring agency] (hereinafter called “the Procuring agency”) in the sum of for which payment
well and truly to be made to the said Procuring agency, the Bank binds itself, its successors, and
assigns by these presents. Sealed with the Common Seal of the said Bank this _____ day of
____________ 20____.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on
the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its Bid by the Procuring agency
during the period of bid validity:

(a) fails or refuses to execute the Contract Form, if required; or


(b) fails or refuses to furnish the performance security, in accordance with the
Instructions to Bidders;

we undertake to pay to the Procuring agency up to the above amount upon receipt of its first written
demand, without the Procuring agency having to substantiate its demand, provided that in its
demand the Procuring agency will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including twenty eight (28) days after the period of
bid validity, and any demand in respect thereof should reach the Bank not later than the above
date.

[signature of the bank]

51
3. FORM OF CONTRACT AGREEMENT

THIS AGREEMENT made the _____ day of __________ 19_____ between [name of Procuring
Agency] of [country of Procuring agency] (hereinafter called “the Procuring agency”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other
part:

WHEREAS the Procuring agency invited bids for certain goods and ancillary services, viz., [brief
description of goods and services] and has accepted a bid by the Supplier for the supply of those
goods and services in the sum of [contract price in words and figures] (hereinafter called “the
Contract Price”).

NOW THIS AGREEMENT WITNESSETH 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 referred to.

2. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Procuring Agency’s Notification of Award.

3. In consideration of the payments to be made by the Procuring agency to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Procuring agency to provide the
goods and services and to remedy defects therein in conformity in all respects with the provisions
of the Contract

4. The Procuring agency hereby covenants to pay the Supplier in consideration of the
provision of the goods and services and the remedying of defects therein, 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.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Procuring


agency)

Signed, sealed, delivered by the (for the Supplier)

52
4. Performance Security Form

To: [name of Procuring agency]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of
Contract No. [reference number of the contract] dated ____________ 19_____ to supply [description
of goods and services] (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 reputable bank for the sum specified therein as 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 guar-antee] 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 __________19_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

53
6. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Procuring agency]

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 Agent] to submit a bid, and subsequently negotiate and
sign the Contract with you against IFB No. [reference of the Invitation to Bid] for the above goods
manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of
Contract for the goods offered for supply by the above firm against this Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead 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.

54
(INTEGRITY PACT)
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS

Contract No. ________________________ Dated: __________________


Contract Value: ________________________
Contract Title:
________________________________________________________________________________________
____________________________________________________________________________________

M/s. ________________________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 Sindh (GoS) or any
administrative subdivision or agency thereof or any other entity owned or controlled by GoS through any
corrupt business practice.

Without limiting the generality of the foregoing, M/s. __________________________ 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 GoS, except that
which has been expressly declared pursuant hereto.
M/s. ____________________ 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 GoS and has not taken any action
or will not take any action to circumvent the above declaration, representation or warranty.
M/s. _____________________ 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 GoS under any law, contract or other instrument, be voidable at the option of GoS.
Notwithstanding any rights and remedies exercised by GoS in this regard, M/s. ____________________ agrees
to indemnify GoS for any loss or damage incurred by it on account of its corrupt business practices and further
pay compensation to GoS in an amount equivalent to ten time the sum of any commission, gratification, bribe,
finder’s fee or kickback given by M/s. _______________________ 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 GoS.

Name of Client: …………………….. Name of Contractor/Supplier: ………...………

Signature: ……………………………. Signature: ………….………………………..


[Seal] [Seal]

Designation: Designation:

55
ANNEXURE – A

UNDERTAKING / DECLARATION
(On PKR 100/- Stamp Paper)

I/we undertake that, I/we carefully gone through the Terms & Conditions as mentioned in the
bidding document for the Procurement of Procurement of Network and Information Security
Equipment for I.T Tower (Turnkey Solution) at SMIU Main Campus, Karachi, NIT No.
SMIU/TEND/2019-2020/18

I/we undertake that all the provisions of this Tender are acceptable to my company.

I/we undertake that M/s. _________________________________________ has not been


blacklisted by any Public or Private Sector Organization in Pakistan.

I / we undertake that, if any of the information submitted in accordance to this tender inquiry
found incorrect, our contract may be cancelled at any stage on our cost and risk.

I / we undertake that I'm an authorized signatory of my company and am, therefore, competent to
make this declaration.

Yours faithfully,

Authorized Signature [In full and initials]:


Name and Title of Authorized Signatory:
Contact Number:
Email Address:
Name of Bidder:

Stamp / Seal :

56

You might also like