district rawalpindi - punjab

13
1 TENDER DOCUMENT FOR PROCUREMENT OF “IT EQUIPMENTS” FOR SCHOOLS OF YEAR 2020-2021 DISTRICT RAWALPINDI M/S _____________________________ ___________________________ ___________________________ G.S.T ____________________________ Income Tax No. ______________ Last Date of Receipt of Tender: 10-02 2021 AT 11:00 AM Opening date & time : 10-02-2021 AT 11:30 AM Tender Price RS. 500/- Total amount RS. 8.000 Million/- CHIEF EXECUTIVE OFFICER, DISTRICT EDUCATION AUTHORITY, RAWALPINDI Phone # 0519334438 Email [email protected]

Upload: others

Post on 03-Oct-2021

17 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DISTRICT RAWALPINDI - Punjab

1

TENDER DOCUMENT FOR PROCUREMENT OF

“IT EQUIPMENTS” FOR SCHOOLS OF

YEAR 2020-2021

DISTRICT RAWALPINDI

M/S _____________________________

___________________________ ___________________________

G.S.T ____________________________ Income Tax No. ______________

Last Date of Receipt of Tender: 10-02 2021 AT 11:00 AM

Opening date & time : 10-02-2021 AT 11:30 AM

Tender Price RS. 500/-

Total amount RS. 8.000 Million/-

CHIEF EXECUTIVE OFFICER, DISTRICT EDUCATION AUTHORITY, RAWALPINDI

Phone # 0519334438 Email [email protected]

Page 2: DISTRICT RAWALPINDI - Punjab

2 TENDER FORM FOR PURCHASE OF IT LAB EQUIPMENTS / ACCESSORIES M/S _____________________________

___________________________

___________________________

G.S.T ____________________________ Income Tax No. ______________ Last Date of Receipt of Tender: _____________2020 AT 11:00 AM Opening date & time : _____________2020 AT 12:00 PM Tender Price RS. 500/- Total amount RS. 8.000 MILLION

TECHNICAL SPECIFICATION FOR I.T. EQUIPMENTS (DESKTOP COMPUTERS )

ITEM # 1 Desktop computers Core i5

Items Description (Minimum Specification) Quantity.

Processor Intel ® 8th Generation Core TM i5 2.8 GHz (Base Frequency), or higher

16 for Higher school/lab and 5 for Elementary school/lab

Mother Board Intel Chipset Memory 4 GB DDR-4, or higher

Hard Disk Drive Min 500 GB SATA or higher Video Display Card Integrated

Sound Card Integrated

Network Adapter Built-in Gigabit Ethernet card (Microsoft Windows, Linux Supportive) Wake on LAN (WOL) support

LCD Display 18.5” LED Backlit Monitor, Low radiation, 1024x768 Resolution Supportive or Higher

Integrated I/O Interfaces Six USB Ports 2.0/3.0 etc. one or more PCIe Slots. 1 HDMI/VGA Port

Wireless LAN Wireless 802.11a/b/n or ac. Mouse & Key

Board USB Wired Keyboard, 2-Button USB 2.0 Optical Mouse with Scroll (Same Brand).

O/S Windows 10 Home Edition

DVD Player Type: remote control, Supported digital Audio standards, MP3 Supported, Digital Video standards, MPEG-2,MPEG-4,WMV 1

ITEM # 2 Laser Printer (Medium Duty)

Items Description (Minimum Specification) Quantity. Print Speed 30 ppm or higher 1 for

Higher school/lab and 1 for Elementary school/lab

Duty Cycle 80,000 pages or higher, 4,000 pages/month or higher Processor 800 MHz or Higher

Internal Memory 128 MB or higher Resolution 600 x 600 dpi or higher Paper Type Legal, A4, Letter

Paper Supply Two Trays (One Multipurpose)

Interface Network Ready (Gigabit Ethernet). Connectivity 10/100/1000T Ethernet. Built in wifi

Page 3: DISTRICT RAWALPINDI - Punjab

3

Other Features Full Duplex Windows and Linux supported Drivers, management software, USB 2.0 Cable with standard features like print cancel button, LCD display etc

ITEM # 3 UPS (05 Computer Systems)

Items Description (Minimum Specification) Quantity

UPS

3 KVA UPS 24 volt operated, Long backup, regulated output, low voltage charging over under voltage protection. Short circuit protection. Over heating Protection. Single Phase 50Hz out frequency, Two batteries minimum 200AH or above along with battery bank rack with other standard feature, power cabling for UPS. UPS batteries warranty 6 months as per manufacturer standard.

1/ Elementary School.

ITEM # 4 UPS (16 Computer Systems)

Items Description (Minimum Specification) Quantity

UPS

5 KVA UPS 24 volt operated, Long backup, regulated output, low voltage charging over under voltage protection. Short circuit protection. Over heating Protection. Single Phase 50Hz out frequency, Two batteries minimum 200AH or above along with battery bank rack with other standard feature, power cabling for UPS. UPS batteries warranty 6 months as per manufacturer standard

1/ Higher School.

ITEM # 5 Content Server.

Items Description (Minimum Specification) Quantity

Content Server.

Processor: Intel Processor 1.4 GHz or higher. RAM: 2GB DDR3 or hither. Storage: 500 GB, 8GB eMMC or higher. Wireless Service: WiFi 802.11 a/b/g/n/ac wired gigabit Ethernet. OS: Open Source/Ubunto 64 bit. Power Backup: Battery Backup 4 hours or higher. Customization: Customize installation of Digital Content. Maintenance free OS and device, single button boot. No display or keyboard input required.

1/Higher School.

ITEM # 6

Flatbed Scanner Light Duty.

Items Description (Minimum Specification) Quantity

Scanner.

Document feeding: flatbed, Document Size: A4, Scanning resolution: 1200 by 1200 or higher, Scanning modes: B/W & Color @ 200 dpi, with other standard features along with USB cable. Drivers: Microsoft windows 7/8/10 and other supportive.

1 for Higher school/lab and 1 for Elementary school/lab

ITEM # 7 (A)

Interactive Screen/Smart Board. Or Interactive Board with Projector.

Items Description (Minimum Specification) Quantity

Smart Screen Interactive Screen/Smart Board 1/Higher School Lab.

Display 65” Full HD 1080p or higher (1920x1080 px @ 60 Hz) TFT LED or higher.

Built in Connectivity.

USB, HDMI in, HDMI out, VGA, MIC, Headphone, Speaker,[ Camera (built in or external)]

Power. Power consumption: <300W, Power requirement: 100v-240v AC.

Page 4: DISTRICT RAWALPINDI - Punjab

4

Operating system. Built in computing: windows 7 or higher, equipment should be able to work with Microsoft windows (7 or above) & android (5 or higher)

Storage. 128 GB SSD or higher. Content View. 2D display, 3D, Virtual Reality.

Application software/main

features including

Multicolor pen/finger writing, text input, eraser, zoon in/out, smart tools (calculator, clock, ruler, etc.) shape recognition, gesture recognition.

Interactivity. Continuous touch points: 10, touch technology: infrared, gestures and edge swipes: windows.

Pen Pens included: x1, pen type: battery-less, pen tip diameter: 8mm.

Packed contents. Touch screen along with minicomputer, wireless keyboard, wireless mouse, pen X 1, remote control X 1, HDMI cable X1, USB Cable X 1.

OR. ITEM # 7 (B)

Interactive Smart Board with Multimedia Projector:

Interactive Smart Board: (With 2 Year warranty) Smart Screen : DESCRIPTION ( minimum Specification) Digitizing Technology: Infrared/Camera. Diagonal Size: 70” or higher User Input: Touch or Pen Connectivity: Must be able to connect to computer devices, including Laptops, Tablet PCs, Smart Phones and Desktop Computers. OS Compatibility: Windows (All currently supported versions) and Android (For smart Phones, Tablets, elearn.Punjab etc.) Interactive Software: Product system software and application software for Teachers and support team to build curriculum relevant Multimedia-based learning components for students and prebuilt interactive multimedia components. Teacher Training: Comprehensive onsite training for subject area teachers (including Science, Math, English, IT etc.). The supplier must provide written undertaking on their letterhead that the teachers who have been trained can effectively use the system and build interactive multimedia components. Warranty: At least 02 years comprehensive warranty including parts, labor and reinstallation & onsite services. Note: The product must be of high quality, internationally recognized and deployed globally, Supplier must provide adequate backup solution, during warranty period free of cost, in case system is out of order for more than 05 working days. Multimedia Projector: Brightness: 3000 ANSI Lumens or higher Projection technology: LCD/ DLP Maximum Analog Resolution: 1080 Pixels or Higher Native Resolution: SVGA or Higher Ceiling Mount Bracket Note: The firms are responsible to Deliver and install Smart Interactive Board in School LABs and provide Smart board with complete accessories.

1/per higher school lab

ITEM # 8 Access Switch 24 Ports.

Items Description (Minimum Specification) Quantity

Network Switch.

24x 10/100/1000 base-T Ethernet ports, switching capacity at least 56 gbps or higher, forwarding throughput 40 mbps or higher, 16K or higher MAC address tables, 256 or higher active VLAN, Voice VLAN or equivalent. IGMP snooping v1/v2/v3 MLD snooping, Traffic shaping

1/per higher school lab.

Page 5: DISTRICT RAWALPINDI - Punjab

5 based on interfaces and queues, flow mirroring, port-based ACL, VLAN based ACL, DHCP, snooping feature, SNMPv1/v2/v3, Telent, RMON, SSHv2, web management, support in-service patching and upgrade.

ITEM # 9 Electric Wiring / Cabling Switches & Ducting

Electric Wiring Items may be selected as per requirements of the Networking Technology and electrical cabling with 7/29 Pakistan cable or higher switches and ducting is also included

One Job Per/Lab

ITEM # 10 Computer Tables, Chairs

Items Description (Minimum Specification) Quantity.

Computer Table for students

Size: - 750 x 600 x 760 mm (H)

Structure made of 20 x 20 mm mild steel square pipe, wall thickness 1.2 mm, finished with green powder coating. Top / Keyboard Tray and CPU box made of 17 mm yellow colour lamination board. Edge lipping with solid seasoned shisham wood, finished with NC lacquer. Keyboard Tray railing to be used Double Ball Race type powder coated / electroplated.

16 for Higher school/lab and 5 for Elementary school/lab

ITEM # 11 Item Specification Description Quantity

Computer Chair

Overall Size: Standard 16 for Higher school/lab and 5 for Elementary school/lab

Seat Size Wooden: 48x420x20mm (shaped) Back Size Wooden: 400x400x20mm (Shaped) Seat and back made with solid seasoned wood. Seat and back properly cushioned having rubber strips with raw cotton filling fixed with first quality foam and covered with durable tapestry cloth. Having 5-star revolving adjustable threaded pedestal, durable & load bearing caster wheels.

Note: Functions of content Server

i) Digital content for K-12 has developed on popular web based format (PHP and My SOL) Therefore. Linux OS is required.

ii) In future open source Learning Management System (LMS) may be deployed on these content servers

iii) Content Server is a compact machine, therefore no Linux experienced person is required to operate.

TERMS & CONDITIONS

Note: - Please read the following note and instructions carefully: 1. Any offer which not received according to terms and conditions of the tender Enquiry is liable to

be ignored. No offer shall be considered if: i. Received after the time and date fixed for its receipt. ii. The tender is unsigned. iii. The offer is ambiguous. iv. The offer is conditional. v. The offer is from a firm, black listed, suspended or removed from the approval list. vi. The offer is received by Telegram/ Fax. vii. Offer received with shorter validity than required in the tender enquiry. viii. The offer is for store not conforming to specification indicated in the tender enquiry.

2. The offer shall remain valid up to 90- days after the opening of the bids. 3. The bid shall comprise a single package containing two separate envelopes; each envelope shall

contain separately the financial proposal and the technical proposal.

Page 6: DISTRICT RAWALPINDI - Punjab

6

4. The purchaser reserves the right to purchase full or part of the store or ignore/ scrap/ cancel the tender without assigning any reasons.

5. (a) If the acceptance of tender issued during the validity period of the offer is not accepted by the bidder, the earnest money shall be forfeited and the store will be purchased at his risk and expense. (b) In case, the offer is withdrawn, amended or revised during the validity period of the offer, the Earnest money is liable to be forfeited. (c) In case, the contractor fails to execute the contract in accordance with terms and conditions laid down in the contract the security deposited by him shall be forfeited and the store will be purchased at his risk and expense.

6. The buyer reserves the right to claim compensations for the loss caused by the delay in the delivery of store.

7. Rates (including all applicable taxes should be quoted on free delivery to the consignee’s end i.e. Govt. Elementary/Secondary Schools as per list attached herewith. (C&F/FOR).

SPECIAL TERMS AND CONDITIONS. 1. Single stage-Two envelope procedure.

(i) The bid shall be comprise a single package containing two separate envelopes; each envelope shall contain separately the financial proposal and technical proposal.

(ii) Envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion.

(iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.

(iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the CEO District Education Authority RAWALPINDI without being opened.

(v) The procuring agency shall evaluate the technical proposal as per specification/criteria, without reference to the price and reject any proposal which does not conform to the specified requirement.

(vi) During the technical evaluation no amendments in the technical proposal shall be permitted.

(vii) The Financial proposal of bids shall be opened publicly at a time, date and venue announced and communicated to the bidders in advance.

(viii) After the evaluation and approval of technical proposal the procuring agency, shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

(ix) The bids found to be the lowest evaluated bid shall be accepted. (x) Others terms and condition will be followed as per Punjab Procurement rules 2014 (PPRA’S)

2. Bidders must quote on the prescribed invitation to Tender Form in limited tender as well as in advertised tender. Cash Receipts (in original or Photocopy) in token of having purchased the tender, must accompany the offer.

3. Bidders should be addressed to Chief Executive Officer District Education Authority Murree Road RAWALPINDI.

4. Bidders should quote their confirmed and final rates including all applicable taxes. 5. Store offered should be of the best trade quality confirming to stipulated specification, Manufacturer’s

Name, Brand’s Name and country of origin of the supplies offered should be mentioned clearly against each item of supply.

6. The successful bidder may be required to furnish security deposit up to 5% in the form of bank guarantee for one year in favor of Chief Executive Officer District Education Authority RAWALPINDI within the period specified in Advance acceptance of tender, failing which repurchase shall be made at their risk and expenses.

Page 7: DISTRICT RAWALPINDI - Punjab

7 7. If the tender is accepted, supplier will have to deliver the required items at the schools concerned as

per enclosed list at his own expenses within 60 days. However authority is competent to extend supply period if reason are given genuinely.

8. The delivery of items will be in one lot, piecemeal; split supply will not be accepted in routine and in case of sound reasons authority can accept the part supply.

9. The bidders shall enclosed catalogues/leaflet/ literature and other technical data, if any, in respect of store offered by them.

10. Any erasing/ cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. Moreover, all pages to the tender must also be properly signed. Offer with any over-writing shall in no circumstances be accepted.

11. The quotation should be submitted on the basis of accounting unit specified in the invitation to tender. (a) A certificate should be given by the bidder that they will be responsible for the free replacement

of store if the same is found to be substandard and or a variance with the specifications given in the tender enquiry. In case a similar store offered is at variance with the specifications given in the tender enquiry, the Bidders must clearly identify variations in their offers. Store offered of specifications superior to the one specified in the tender enquiry shall however, be acceptable.

(b) In case indigenous store is offered as a store similar to that specified in the tender enquiry the bidders shall, within Seven days of the opening of the tender, have the said store, wherever possible, pre-inspected by the Inspection Wing at their own cost.

12. Tender sample, where needed, should be submitted by the bidders along with their offers. 13. No quoting firms would be allowed to withdraw to his offer during validity period after conclusion of

contract/ rates/ contract whichever is earlier. 14. All the legitimate taxes will be deducted according to Govt. policy. 15. The procurement agency can reject all the bids or proposals at any time prior to the acceptance of the bid proposal but the procurement agency shall upon request by any supplier or contractor who submitted a bid or proposal provide, the grounds of rejection of bids or proposals, but shall not require to justify those grounds. 16 Inspection authority in the presence of contactors/their authorized representative, if conclude that

rejection is justified under terms and conditions of contract, the stores shall be replaced by you within 15 days failing which the stores shall be purchased at your risk and cost.

17 The tender will abide by all the SPECIAL TERMS AND CONDITIONS mentioned/attached along with tender specifications.

18 The contractor is required to send specimen signatures (in triplicate) or his authorized representative who is competent to sign the bills and receive payments on his behalf. The change of the contractor’s representative authorized to sign the bill and receive payment etc. should be promptly reported by the contractor failing which the entire responsibility for wrong payment would lay on the contractor.

19 Sound financial position of one year bank statement should be attached. 20 Commissioning of the labs as per schedule chalked out by the client would be the responsibility of

supplier. 21 Supplier can quote all item rates of all categories 22 Single item quote will not be entertained. Note: -Every page of terms and conditions must be signed by the representative / firms. SPECIAL TERMS AND CONDITIONS.

All the terms and conditions must be complied in letter and spirit.

Page 8: DISTRICT RAWALPINDI - Punjab

8 1. Financial bids will be opened of those firms only whose Qualified /approved by the evaluation committee. 2. The successful bidder /firm will have to furnish a Bank Guarantee of 5% of the value of order valid for a

period of one year from date of supply of IT Equipment’s/installation/testing to ensure satisfactory performance.

3. The successful bidder /firm shall supply, install, test and commission the ordered goods 6 to 8 weeks after placing the order or mutually agreed time period.

4. The payment will be made after full supply of IT Equipment’s, installation, activation and operational test of the IT Equipment’s.

5. The payment will not be made in advance or apart icily. 6. The contractor/firm will have to produce authorized Dealer /Partner Distributor certificate if any. 7. Bidder will provide authorization letter from the Principal for the IT Lab Project of District Education

Authority Rawalpindi. 8. The successful bidder will ensure in written agreement for backup support and service at site premises

during the one year warranty period at their own expense. 9. The successful bidder will provide the original systems CD,s/software/ power and data cables /Manuals

and any other item provided by the manufacturer. 10. No. deviation from the attached specification shall be acceptable. 11. All items Brand name must be included in the technical bids for technical evaluation. 12. The IT Equipment project will be awarded on turnkey basis. 13. The bidder will install/activate all hardware software and handed over fully functional IT lab to School

authority. 14. The Electric wiring of IT lab and Networking will also be the responsibility of Successful bidder. 15. The contractor/firm will have to produce authorized Dealer/Partner Distributor joint advancer certificate 16. The successful bidder will ensure in written agreement for backup support and service at site premises

during the one year warranty period at their own expense. 17. All items Brand name must be included in the technical bids for technical evaluation. 18. The bidder will install/activate all hardware software and handed over fully functional IT lab to School

authority. 19. The Electric wiring of IT lab and Networking will also be the responsibility of successful bidder 20. Integrity Pact duly signed and stamped by authorized representative undertaking all terms and

qualifications listed anywhere in the tender document have been satisfactorily vetted . 21. Covering letter duly signed and stamped by authorized representative. 22. Liquidated Damages charges will be charged 2% from the supplier if failed the supply within sup eluted

period agreed with purchaser. 23. All items must be new, original and meet in all respects with the description details and conditions of the

purchase order, and must be in good condition on receipt otherwise they will be liable to rejection.

Page 9: DISTRICT RAWALPINDI - Punjab

9

BID EVALUATION CRITERIA

All the applicants to please note that as per PPRA Rules and Regulations all the documents/statements submitted by a firm/Company for its pre-qualification are under Oath.

Any document/statement provided if proved false, mis-stated, concocted or incorrect at any time during or after/purchase process will result into permanent dis-qualification and black listing of the firm/Company/Partners with their names displayed on PPRA website.

PASS MARKS: Based on conditions listed in this document, Proposal not meeting the 70% pass marks limit will be rejected, All firms/Contractors scoring greater than equal to 70% of the marks will be accepted in tender documents.

The firms/Contractor who have duly complied with the qualification and Evaluation Criteria against each item will be eligible for further processing.

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

Category Description 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 FVR) Mandatory Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted and not involved in litigation with any op Provincial or Federal Government Department agency Organization of autonomous body

Mandatory

Relevant Experience

Relevant experience 1-2 year 5 points 2.-1-4 year 10 points 4.1-6 year 15 points 6.1 & above year 20 points

Number of projects of Similar Nature with worth more than PKR 50 million in last three year (5Points for each, Max points 20) The project worth more than 30 million contains 2 points

5 Projects 20 Points

Average Annual Sales of last three(3) year (Max points25) (in PKR millions)

100-150 10points 151-200 15 points 201-250 20 points 251-300 25 points

Net Income of last three (3) years (Max points 25) 10-20 million 10 points 20.1-30 million 15 points 30.1-40 million 20 points 41 million &above 25 points

Human Resource, Professional

Number of Employees in Rawalpindi Islamabad site office (Max 20 Mark)

5-10 05 Points 10-15 10 points 15-20 15 points 20 & above 20 points

Mandatory conditions for Bid Qualifications:

The bidder should submit the following documents as documentary evidence in support of the bid qualification criteria. 1) Copy of Client’s Detail Purchase Orders / Work Order 2) Contact Details of the Client like Name, Address, Email ID or Phone Nos. 3) The bidder shall submit full Audited Annual Reports of the last 3 years (FY 2016, FY

2017, FY 2018)

Page 10: DISTRICT RAWALPINDI - Punjab

10 4) The bidder shall submit its annual turnover during the last three years (FY 2017, FY

2018, FY 2019). 5) Copy of Incorporation certificate under the law (valid NTN certificate in case of sole

proprietor.) 6) Copy of Sales tax registration certificate and NTN certificate 7) In house wood seasoning facility.(for furniture only) 8) Sound financial position of one year bank statement should be attached. 9) Fully mechanized furniture manufacturing unit with standardized output.(for furniture

only) 10) Minimum 5 years’ experience of manufacturing or joint advancher furniture should be

submitted with the tender. (POs should be attached as evidence) 11) Tender will be rejected if documents not attached mentioned in tender form. 12) Pass marks for technical qualification would be 70%.

Page 11: DISTRICT RAWALPINDI - Punjab

11 The Contact details for all correspondence in relation to this tender notice/purchase process is as Follows Primary Contact details Secondary Contact Details Mr. Javed Ali Mr.Bashir Ahmed Dy. Director (Finance) CEO (DEA) Rwp. Phone: 0519334438 0519334395 Email: Email: [email protected] Firms/Contractors should note that during the period from the receipt of the bids and till further notice from the authority, all queries should be communicated via contact person and in writing only. Firms/Contractors are also required to state, in their bids, the name, title, fax number and e-mail address of the their authorized representative through whom all communications shall be directed until the process has been completed or terminated. The purchaser will not be responsible for any costs or expenses incurred by firms/contractors in connection with the preparation or delivery of bids. As authority competent to accept the proposal, the purchaser reserves the exclusive right to cancel the purchase process, accept or reject one or all bids by observing PPRA Rules-2014 amended 2016.

Page 12: DISTRICT RAWALPINDI - Punjab

12

TOTAL NO OF LABS AND TOTAL COST Sr. No.

Name of Schools No. of IT Labs

No. of items Per lab cost

1 GGHS BaggaTehsil Kottli Sattain 1 Computer= 16 Content server=1 Interactive Smart Board=1 Printer laser =1 Scanner=1 UPS=1 Computer Table=16 Computer Chair=16

2.000(Million)

2 GGHS Malote Pakhral Tehsil Gujar Khan 1 Computer= 16 Content server=1 Interactive Smart Board=1 Printer laser =1 Scanner=1 UPS=1 Computer Table=16 Computer Chair=16

2.000(Million)

3 GES Harwan Tehsil Rawalpindi 1 Computer=5 Printer laser=1 Scanner=1 UPS=1 Computer Table=5 Computer Chair=5

0.800(Million)

4 GES Raika MeraTehsil Rawalpindi 1 Computer=5 Printer laser=1 Scanner=1 UPS=1 Computer Table=5 Computer Chair=5

0.800(Million)

5 GGES DanoiTehsil Kotli Sattian 1 Computer=5 Printer laser=1 Scanner=1 UPS=1 Computer Table=5 Computer Chair=5

0.800(Million)

6 GGES Goleen Tehsil Gujar Khan 1 Computer=5 Printer laser=1 Scanner=1 UPS=1 Computer Table=5 Computer Chair=5

0.800(Million)

7 GGES Lab Thathoo Tehsil Taxila 1 Computer=5 Printer laser=1 Scanner=1 UPS=1 Computer Table=5 Computer Chair=5

0.800(Million)

TOTAL

7

8.000 (Million)

CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY

RAWALPINDI

Page 13: DISTRICT RAWALPINDI - Punjab

13 (DESKTOP COMPUTERS )

ITEM # 1 Desktop computers Core i5

ITEM # 2 ITEM # 3

UPS (05 Computer Systems) ITEM # 4

UPS (16 Computer Systems) ITEM # 5

Content Server. ITEM # 6

Flatbed Scanner Light Duty.

ITEM # 7 (A)

Interactive Screen/Smart Board. Or Interactive Board with Projector.

OR. ITEM # 7 (B) Interactive Smart Board

ITEM # 8 Access Switch 24 Ports.

ITEM # 9 Electric Wiring / Cabling Switches & Ducting

ITEM # 10 Computer Tables

ITEM # 11 Computer Chairs