1048 it tender (1) - uvas7(506 &21',7,216 7kh sulfh ri wklv whqghu grfxphqw lv 5v 1rq 5hixqgdeoh 7kh...

13
Treasurer PURCHASE CELL Office of the Treasurer University of Veterinary & Animal Sciences, Lahore Sheikh Abdul Qadir Jillani, Out Fall Road, Lahore-Pakistan Office. Direct.+92-42-99213650, Exchange. +92-42-99211449-50 Ext. 138 www.uvas.edu.pk TENDER NOTICE PROCUREMENT OF IT EQUIPMENT TENDER No. 1048/ 2020 University of Veterinary & Animal Sciences, Lahore invites tender in Pakistani rupees on single stage Two envelopes bidding procedure (sealed) for supply of the above titled material (s) as per Punjab Procurement rules-2014 from all income tax, Punjab sales tax (PRA), General Sales Tax and Professional Tax registered firms for the Procurement of IT Equipment for Project “ Establishment of Training Center for Biologics (TCBP)” and different departments of UVAS, Lahore. Immediately after publication of the tender notice, the bidding documents will be available on University website as well as on PPRA website. Original paid challan of tender fee Rs.1200 /- generated online from UVAS website www.uvas.edu.pk and deposited into Account title “UVAS Lahore” A/c. No. 00427991793003 in any branch of Habib Bank Limited, should be enclosed with the bid. The Sealed quotations complete in all respect should reach in this office by 20-02-2020 till 11:00 a.m. along with 3% Bid Security of Estimated Price in the form of only CDR in the favor of “Treasurer UVASLahore. The quotations will be opened on 20-02-2020 at 11:30 a.m. in Administration Block, 1 st Floor, Treasurer Office Meeting Room No.116, University of Veterinary and Animal Sciences, Lahore. INCHARGE PURCHASE CELL University of Veterinary and Animal Sciences, Lahore

Upload: others

Post on 25-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Treasurer

    PURCHASE CELL

    Office of the Treasurer University of Veterinary & Animal Sciences, Lahore

    Sheikh Abdul Qadir Jillani, Out Fall Road, Lahore-Pakistan Office. Direct.+92-42-99213650, Exchange. +92-42-99211449-50 Ext. 138

    www.uvas.edu.pk

    TENDER NOTICE

    PROCUREMENT OF IT EQUIPMENT

    TENDER No. 1048/ 2020

    University of Veterinary & Animal Sciences, Lahore invites tender in Pakistani rupees on single stage

    Two envelopes bidding procedure (sealed) for supply of the above titled material (s) as per Punjab

    Procurement rules-2014 from all income tax, Punjab sales tax (PRA), General Sales Tax and Professional

    Tax registered firms for the Procurement of IT Equipment for Project “ Establishment of Training

    Center for Biologics (TCBP)” and different departments of UVAS, Lahore. Immediately after

    publication of the tender notice, the bidding documents will be available on University website as well as

    on PPRA website. Original paid challan of tender fee Rs.1200 /- generated online from UVAS website

    www.uvas.edu.pk and deposited into Account title “UVAS Lahore” A/c. No. 00427991793003 in any

    branch of Habib Bank Limited, should be enclosed with the bid. The Sealed quotations complete in all

    respect should reach in this office by 20-02-2020 till 11:00 a.m. along with 3% Bid Security of Estimated

    Price in the form of only CDR in the favor of “Treasurer UVAS” Lahore. The quotations will be opened

    on 20-02-2020 at 11:30 a.m. in Administration Block, 1st Floor, Treasurer Office Meeting Room

    No.116, University of Veterinary and Animal Sciences, Lahore.

    INCHARGE PURCHASE CELL University of Veterinary and Animal Sciences, Lahore

  • Tender No. 1048 / 2020

    Bidding Documents

    SPECIAL INSTRUCTIONS

    No Cutting erasing is allowed in the Tender bid. Bid offered strictly in accordance with the bid document will only be accepted. Only typed bid will be accepted (no hand written) Bid Security will be accepted in the form of CDR (Call Deposit Receipt)

    THIS IS FOR STRICT COMPLIANCE, FAILING WHICH THE RESPECTIVE BID SHALL STAND CANCELLED

    Contact Address: Incharge Purchase Cell University of Veterinary and Animal Sciences, Sheikh Abdul Qadir Jillani (Outfall Road) Lahore Tel: 042-99211449, Ext:138 Tel:042-99213650

  • TERMS & CONDITIONS

    1. The price of this tender document is Rs.1200/- (Non Refundable) 2. The Tender complete in all respect along with 3% Bid Security of Estimated Price / Cost in the shape of

    only “Call Deposit Receipt” (CDR) in favor of “Treasurer, UVAS”, Lahore should reach in Purchase Cell by 20-02-2020 at 11:00 a.m in the University of Veterinary & Animal Sciences, Lahore.

    3. Lot No.

    Description Bid Security (Rs)

    01 Procurement of Desktop Computer and Printer 17400

    02 Procurement of Security Cameras & Fingerprint Card Terminal with accessories

    18180

    03 Procurement of LED Monitors 22500

    4. The quotations will be opened on 20-02-2020 at 11:30 a.m. in Administration Block, Treasurer Office, Meeting Room No. 116, 1st Floor, Univer0sity of Veterinary and Animal Sciences, Lahore. 5. The offered price should be inclusive of all taxes. 6. The rate must be quoted only in Pakistani rupees 7. Quoted rates must be valid for 180 days 8. No offer shall be considered if it is:

    a) Submitted without Tender Document b) Submitted without Bid Security money. c) Received after the date and time fixed for the receipt of tenders. d) Is unsigned e) Is ambiguous f) Is conditional g) Is received by Telegram. h) Is received with a validity period shorter than the required in the tender enquiry. i) Does not confirm to general conditions of the enquiry i.e it is not accompanied by sample or

    manufacturers literature where required. j) Is for store materially and substantially different from that required in the tender enquiry.

    9. A stamp paper of Rs.50/- will be attached with the bid that the firm is not black listed at PPRA, suspended or removed in any Government, Semi Government, Autonomous Bodies, Public sector university and any other Department.

    10. In case of warranty 10% amount as security will be deducted from the bills of the firms at the time of payment and be released as per purchase rules 2005 of the UVAS.

    11. The sample may be provided as & when required by Technical Committee. 12. Applicable Govt. levies will be deducted at source from the bill. 13. The equipment / stores supplied by the bidder shall be brand new, in original manufacturer packing and

    complete in all respects. Cost of transportation of supplied equipment / goods to the site of University and cost of installation and commissioning of equipment shall be the responsibility of the supplier.

    14. Supply of material should be made within stipulated period of the Purchase Order positively; in case of failure the amount of CDR may forfeited and purchase will be made at the risk and cost of the defaulter or any penalty as per Purchase Rules, 2005 of the University can also be imposed.

    15. The buyer shall notify the supplier in writing/through telephone of any defects that occur during the warranty period. On receipt of such notification/telephonic message the supplier shall attend the breakdown call within a maximum of 6 working hours.

    16. The firm offering prices for supply of machinery and equipment should have sufficient qualified technical staff and be equipped and having capability to undertake the maintenance or replacement for the equipment supplied to this University.

    17. The bidding documents should be dropped in Tender Box in the office of the Purchase Cell, Room No. 108, 1st Floor, UVAS, Lahore, during five working days till the last date mentioned in tender notice.

    18. The successful bidder will submit stamp duty @ 0.25% of the total value of contract / purchase order at the time of submission of bill to the end user.

    19. Bids must be quoted on company’s letter pad duly signed stamped by the bidder 20. Please attach NTN, GST and professional tax certificates with bidding documents.

  • 21. Please attach the copy of your FBR Active taxpayer serial Number list for the current financial year. 22. Please read, sign all the tender documents, terms and conditions carefully and attached with your bidding

    documents. 23. Please clearly mentioned Tender number, company name and address in front of envelop. 24. Please email tender documents positively in MS. Word form in following email I.D.

    [email protected] [email protected]. 25. Any further information if required can be obtained during office hour from 8.00a.m to 4.00 pm

    (Monday to Friday) from Purchase Cell, University of Veterinary and Animal Sciences, Lahore

    We, M/s. ____________________________ hereby certify that we have read and agreed with all

    terms and conditions mentioned above.

    Signature: ________________________________

    Designation: ________________________________

    Dated: ________________________________

    Stamp: ________________________________

    Incharge Purchase Cell

    University of Veterinary and Animal Sciences, Sheikh Abdul Qadir Jillani (Outfall Road) Lahore Tel: 042-99211449, Ext:138

    Tel:042-99213650

  • Procurement of Desktop Computer and Printer

    Lot 1:

    Sr. No

    Item Name and Specification Qty Unit Price

    1 Branded Computers (DEL / HP / IBM or Equivalent ) 9th Gen Intel i5-9500 (6 Cores/9MB/6T/3.0GHz to 4.4GHz/65W) Intel H370 Chipset 8GB DDR4 2666MHz Memory 1TB 7200 RPM Hard Drive DVD RW Drive Intel Integrated Graphics VGA Port Wired Mouse Wired Keyboard 21.5” LED Monitor Tower Casing Business Series Three Years Comprehensive warranty i.e Labor & Parts

    04

    2 Laser Medium Duty Printer: HP/Canon or Equivalent Print Speed Letter: Up to 40 ppm black First Page Out Speed: As fast as 5.7 sec Resolution: Up to 1200 x 1200 dpi Ram:256 MB Processor Speed:1200 MHZ or higher Duty Cycle:75000 pages per month or higher Control Panel: 2-line backlit LCD graphic display; Buttons (OK, Menu, Cancel, Back); LED indicator lights (Attention, Ready) Power: 220-volt input voltage: 220 to 240 VAC,(+/- 10%), 50/60 Hz (+/- 2 Hz) Standard Connectivity: 1 Hi-Speed USB 2.0; 1 Host USB; 1 Gigabit Ethernet 10/100/1000T network Media Sizes Supported: Tray 1: Letter, Legal, Executive, Oficio, Postcard, Envelope, A4, A5, A6, B5. Duplex Printing:: Auto Duplex Printing. Paper Handling:: 100-sheet multipurpose Tray 1, 250-sheet input Tray 2; 150-sheet output bin Printer Management: Printer Administrator Resource Kit (Driver Configuration Utility, Driver Deployment Utility, Managed Printing Administrator);HP Web Jet Admin Software; HP Proxy Agent Software; HP Imaging and Printing Security Center; HP Utility (Mac) Security and Support Features : Secure Boot, Firmware Integrity checking, Run-time code integrity. Compatible Operating Systems: Wnidows:XP,Vista, 7,8, 8.1.10. Linux Others Full yield toner, Getting Started Guide; Setup Poster; Support Flyer; Warranty Guide; Printer, documentation and software on CD-ROM; Warranty One year Comprehensive Warranty i.e Labor & Parts

    04

  • Technical Evaluation Criteria for Desktop Computer and Printer

    The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

    further processing. The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

    adequate capabilities for supply of Goods/Items/Services will be rejected.

    The Eligible/Technically Qualified Bidders will be considered for further evaluation.

    The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

    evaluation criteria:

    Category Description Points

    Legal

    (Mandatory)

    Certificate of Company/ Firm Registration / Incorporation under the laws of Pakistan.

    Mandatory

    Valid Income Tax Registration. Mandatory

    Valid General Sales Tax Registration (Status = Active with FBR as on the date of submission)

    Mandatory

    Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted by any of Provincial or Federal Government Department, Agency, Organization or autonomous body or Private Sector Organization anywhere in Pakistan.

    Mandatory

    Eligibility Criteria Must have 3 Years’ Experience as Authorized Distributor / Authorized Dealer of the quoted product.

    Mandatory

    Participating firm must have valid ISO 9001 Certified or above Mandatory

    At least 3 Repair / After Sale Service Satisfactory Certificate from Semi Government / Government Departments

    Mandatory

    Compliance to the technical specifications of all items to be procured.

    Mandatory

    Note:

    Verifiable documentary proofs for all above requirements are mandatory. Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

    environment as per client's requirements Brand and Model Number of quoted equipment must be mentioned. Technical Brochures of quoted equipment must be attached.

  • Procurement of Security Cameras

    Lot 2: S. No Article Specification Qty

    Unit Price

    1. Security Camera

    Outdoor Camera: Image Sensor :1/2.9" CMOS Effective Pixels :1920(H)×1080(V), 2MP S/N Ratio :More than 65dB IR Distance :Up to 30m (100feet) Focal Length :3.6mm Resolution :1080P (1920×1080) Frame Rate :30fps@1080P, 25/30/50/60fps@720P Video Output :1-channel BNC high definition video output / CVBS video output Day/Night :Auto (ICR) / Manual Noise: > 40dB Noise Reduction :3DNR Warranty: three year Comprehensive warranty i.e Labor & Parts

    13

    2. HCVR HCVR: Interface :1 HDMI ,1 VGA Resolution :1920×1080, 1280×1024, 1280×720, 1024×768 Multi-screen Display :16 16CH: 1/4/8/9/16/25 Playback : 1/4/9/16 Search Mode :Time /Date, Alarm, MD and Exact Search (accurate to second) Backup Mode : USB Device/Network Internal HDD :2 SATA Ports, up to 4TB capacity for each disk USB : 16CH: 1 USB 2.0 RS485 :1 Port, for PTZ Control HDCVI Camera Input: 16 Channel IP Camera Input :4+2/8+4/16+8 Channel, each channel up to 5MP Audio In/Out :16 Channel input,1 Channel output Compression : H.265 Resolution :1080p Record Rate :Main stream: 1080P/720P/960H/D1/HD1/BCIF/CIF/QCIF (1~25/30fps) Ethernet: 1 RJ-45 Port (1000M) Warranty: three year Comprehensive warranty i.e Labor & Parts

    01

    3. Hard Disk

    4TB Internal, 3.5” Surveillance HDD (SEAGATE/ WD) 01

    4 Power Supply Adaptor 12V 2 Amp (Netgear)

    13

    5 Multi Cable Multi Cable pure Copper in Meter (Proline/ Beldan)

    3600 feet

    6 BNC Cable

    BNC Cable

    13

    7 PVC Power Supply Boxes

    Waterproof 4”*4” Imported supply box

    13

  • 8 Data Cabinet

    4U Data Cabinet Perforated Top, Cooling Fan, 1 Power Strip of 5 Sockets of Clipsal, Locks and Keys

    01

    9 Flexible Pipe 1" flexible pipe

    25 meter

    10 Duct Duct 16 x 38 (Adam Jee)

    450 feet

    11 Duct

    Duct 40 x 40 (Adam Jee)

    400 feet

    12 Duct

    Duct 60 x 60 (Adam Jee)

    30 feet

    13 PVC Pipe

    PVC Pipe 1” (Popular/GM)

    25 meter

    14

    Installation Installation of Cameras with ducting and cable laying along with Tagging

    13

    Note: Warranty: Three years Comprehensive warranty i.e Labor & Parts

  • Technical Evaluation Criteria for CCTV Cameras: The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be

    eligible for further processing. The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the

    Bidders without adequate capabilities for supply of Goods/Items/Services will be rejected.

    The Eligible/Technically Qualified Bidders will be considered for further evaluation.

    The Technical proposals shall be evaluated by the technical evaluation committee in the light of

    following evaluation criteria:

    Category

    Description

    Points

    Legal (Mandatory)

    Certificate of Company/ Firm Registration / Incorporation under the laws of Pakistan.

    Mandatory

    Valid Income Tax Registration. Mandatory

    Valid General Sales Tax Registration (Status = Active with FBR as on the date of submission)

    Mandatory

    Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted by any of Provincial or Federal Government Department, Agency, Organization or autonomous body or Private Sector Organization anywhere in Pakistan.

    Mandatory

    Eligibility Criteria Must have 3 Years’ Experience as Authorized Distributor / Authorized Dealer of the quoted product.

    Mandatory

    Participating firm should have valid ISO 9001 Certification or above

    Mandatory

    At least 3 Repair / After Sale Service Satisfactory Certificate from Semi Government / Government Departments

    Mandatory

    Compliance to the technical specifications of all items to be procured.

    Mandatory

    Note:

    Verifiable documentary proofs for all above requirements are mandatory. Tender will be evaluated on turnkey basis with same brand of CCTV Cameras i.e Overall Lowest Bidder in Lot. Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

    environment as per client's requirements

    Brand and Model Number of quoted equipment must be mentioned. Technical Brochures of quoted equipment must be attached.

  • Procurement of Fingerprint Card Terminal with Accessories

    LOT 2A:

    Sr. No

    Item Name and Specification Qty Unit Price

    1 Fingerprint Card Terminal Log storage: 100000 or above, Fingerprint storage: 10000 or above, Card storage: 1500 or above, Card Type: Contactless 125 KHz or Mifare 13.56 MHz or HID, Power supply: DC 12V – 2A adaptor, 3.7 V 2500 mAh, UPS (optional), Fingerprint resolution (DPI): 500 or above, CPU Freq: 400 MHz or above, Ports: 1 x USB port,1 x Lan port, 1 x Card Reader Port Warranty : Two Years Comprehensive warranty i.e Labor & Parts Country of origin/manufacturing of Brand: Korea,USA,UK, Japan

    08

    2 Electric Lock 08

    3 Push Button 08

    4 Electrical Wire 23/76 (GM Cable/Pak Cable/Newage) 2000 feet

    5 Cat 6 UTP four pair Cable (1000 ft. roll), UL-Listed 23AWG (0.57 mm) CM Rated ANSI,TIA,EIA, ISO Compliance- 1G Support for 100meter and 10G support for 40 meter (Schneider, Nordex, NetX, Molex, 3M, Amp, Avaya)

    02

  • Technical Evaluation Criteria for Fingerprint Card Terminal with Accessories

    The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for further processing.

    The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without adequate capabilities for supply of Goods/Items/Services will be rejected.

    The Eligible/Technically Qualified Bidders will be considered for further evaluation.

    The Technical proposals shall be evaluated by the technical evaluation committee in the light of

    following evaluation criteria:

    Category

    Description

    Points

    Legal (Mandatory)

    Certificate of Company/ Firm Registration / Incorporation under the laws of Pakistan.

    Mandatory

    Valid Income Tax Registration. Mandatory

    Valid General Sales Tax Registration (Status = Active with FBR as on the date of submission)

    Mandatory

    Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted by any of Provincial or Federal Government Department, Agency, Organization or autonomous body or Private Sector Organization anywhere in Pakistan.

    Mandatory

    Eligibility Criteria Must have 3 Years’ Experience as Authorized Distributor / Authorized Dealer of the quoted product.

    Mandatory

    Participating firm should have valid ISO 9001 Certification or above

    Mandatory

    At least 3 Repair / After Sale Service Satisfactory Certificate from Semi Government / Government Departments

    Mandatory

    Compliance to the technical specifications of all items to be procured.

    Mandatory

    Note:

    Verifiable documentary proofs for all above requirements are mandatory. Tender will be evaluated on turnkey basis. i.e Overall Lowest Bidder in Lot. Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

    environment as per client's requirements

    Brand and Model Number of quoted equipment must be mentioned. Technical Brochures of quoted equipment must be attached.

  • Procurement of LED Monitors: Lot 3:

    Sr. No

    Item Name and Specification Qty Unit Price

    1

    LED Monitors Screen Size (inches) 21.5 Max Resolution 1920 x 1080 :Full HD Screen Detail 21.5 inch Backlit Widescreen Panel Display Dot/Pixel Pitch (mm) 0.248 Response Time 5ms Signal Input VGA (D-SUB) Brightness 250 cd/m2 Contrast (typical) 1000:1 Horizontal Viewing Angle 170

    Vertical Viewing Angle 160 Color Black Country of Origin of Brand:

    Warranty

    USA, Japan, UK

    Three years Comprehensive warranty i.e Labor & Parts

    30

  • Technical Evaluation Criteria for LED Monitors:

    The Bidders who have duly complied with the Eligibility / Qualification and Evaluation Criteria will be eligible for

    further processing. The Bids which do not conform to the Technical Specifications or Bid conditions or Bids from the Bidders without

    adequate capabilities for supply of Goods/Items/Services will be rejected. The Eligible/Technically Qualified Bidders will be considered for further evaluation.

    The Technical proposals shall be evaluated by the technical evaluation committee in the light of following

    evaluation criteria:

    Category Description Points

    Legal

    (Mandatory)

    Certificate of Company/ Firm Registration / Incorporation under the laws of Pakistan.

    Mandatory

    Valid Income Tax Registration. Mandatory

    Valid General Sales Tax Registration (Status = Active with FBR as on the date of submission)

    Mandatory

    Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted by any of Provincial or Federal Government Department, Agency, Organization or autonomous body or Private Sector Organization anywhere in Pakistan.

    Mandatory

    Eligibility Criteria Must have 3 Years’ Experience as Authorized Distributor / Authorized Dealer of the quoted product.

    Mandatory

    Participating firm must have valid ISO 9001 Certified or above Mandatory

    At least 3 Repair / After Sale Service Satisfactory Certificate from Semi Government / Government Departments

    Mandatory

    Compliance to the technical specifications of all items to be procured.

    Mandatory

    Note:

    Verifiable documentary proofs for all above requirements are mandatory. Vendor/ Supplier will be responsible for installation and configuration of the supplied equipment in client

    environment as per client's requirements Brand and Model Number of quoted equipment must be mentioned.

    Technical Brochures of quoted equipment must be attached.