PRE-QUALIFICATION DOCUMENT Pre-Qualification of Firms for ... · qualification Procumrnet as per...
Transcript of PRE-QUALIFICATION DOCUMENT Pre-Qualification of Firms for ... · qualification Procumrnet as per...
Page 1 of 38
PRE-QUALIFICATION DOCUMENT
Pre-Qualification of Firms for Supply of Goods, Services, Repair &
Maintenance
Under Categories
(Data Center Equipment, Networking Equipment, IT Equipment, Electrical
Equipment, HVAC, Civil Work, Trainings)
2016 - 2017
Submission of Bids: 22nd November, 2016 at 2:00PM
Opening of Bids: 22nd November, 2016 at 2:30PM
Higher Education Commission, SectorH-9 Islamabad
Phone: (+ 92) (51) (90402224) (90402224) Fax: 051-
90402202, website: www.hec.gov.pk
Rs. (500/-)
Page 2 of 38
Table of Contents
Contents Definitions ...................................................................................................................................................... 3
1. INTRODUCTION .............................................................................................................................. 4
2. OBJECTIVE ...................................................................................................................................... 4
3. PRE-QUALIFICATION SCOPE ..................................................................................................... 4
4. RESPONSE REQUIREMENTS ..................................................................................................... 5
5. EVALUATION CRITERIA ............................................................................................................... 6
6. GENERAL TERMS AND CONDITIONS ...................................................................................... 6
7. POST QUALIFICATION PROCUREMENT PROCEDURE....................................................... 7
7.1. “Request for Proposal (RFP)”: ............................................................................................ 7
7.2. “Request for Quotations (RFQs)”: ..................................................................................... 8
8. MINIMUM TERMS & CONDITIONS FOR POST QUALIFICATION PROCUREMENT ....... 8
9. CLARIFICATIONS ......................................................................................................................... 10
ANNEXURE-A ........................................................................................................................................ 11
“COMPLIANCE CERTIFICATES/COMPLIANCE UNDERTAKING” ........................................... 11
ANNEXURE-B ........................................................................................................................................ 12
“FIRMS REFERENCES” .................................................................................................................. 12
ANNEXURE-C ........................................................................................................................................ 13
“EVALUATION CRITERIA” ................................................................................................................. 13
ANNEXURE-D ........................................................................................................................................ 18
“PRE-QUALIFICATION FORM” ......................................................................................................... 18
ANNEXURE-E ........................................................................................................................................ 34
“REQUEST FOR QUOTATION FORMAT & SUPPLIER RESPONSE” ...................................... 34
ANNEXURE-F ........................................................................................................................................ 38
“REGION DETAIL FOR HEC / HEIS” ................................................................................................ 38
Page 3 of 38
Definitions
1. "Authorized Representative" means any representative appointed, from time to time, by the Purchaser or the Supplier.
2. “Goods" means equipment, machinery, and/or other materials / supplies which the Contractor is required to supply to the Purchaser under the Purchase Order/Contract against each item/sub-category.
3. “Services" means work to be done by the supplier or other such obligations which the Supplier is required to provide to the Purchaser under the Purchase Order/Contract.
4. “Repair/Maintenance” means repair/maintenance, upgradation of any existing item or replacement/purchase of item in case of complete damage of existing item or non-repair item.
5. “Group-A Firms” are those Pre-Qualified firms which will fulfill mandatory clauses as per Evaluation criteria (Group –A)
6. “Group-B Firms” those Pre-Qualified firms which will fulfill mandatory clauses as per Evaluation criteria (Group –B).
7. “Purchase” means purchase of any new Item/Software etc.
8. “RFP” means request for proposal.
9. “RFQ” means request for quotation.
10. "Purchaser" means Higher Education Commission.
11. “Supplier” means the Firm/ Contractor selected by the Purchaser to deliver the required Goods or Services under the Purchase Order/Contract.
12. “Purchase Order” means a document issued by the Purchaser to the Supplier for the delivery of Goods or Services or Repair/Maintenance as required by the Purchaser.
13. “Commencement Date of the Contract" means the date of signing of the Contract between the Purchaser and the Contractor.
14. “Contract" means the agreement entered into between the Purchaser and the Contractor, as recorded in the Contract Form signed by the parties, including all Schedules and Attachments thereto and all documents incorporated by reference therein.
15. “Contract Price" means the price payable to the Contractor under the Purchase Order/Contract for the full and proper performance of its contractual obligations.
16. “Day" means calendar day.
Page 4 of 38
1. INTRODUCTION Higher Education Commission IT Division is managing multiple flagship projects / Initiates of
HEC which includes but not limited to Pakistan Education & Research Network (PERN),
National Video Conferencing Network (NVCN), Pakistan Internet exchange (PIXP), Prime
Minister Laptop Scheme (PMLNS) ,Smart Universities, Digital Exchange, Smart Campuses,
Long Haul DWDM, Business Process Automation System(BPAS), Data Centers, Cloud
Services, IT LABs etc. for which IT division time to time floats tenders for the procurement of
goods and services for the IT related equipment / services acquisitions through Request for
Proposals (RFPs). Moreover to ensure the smooth operations & Services to HEC /
Universities for matters where urgent interventions are required, IT division acquires goods /
services from the suppliers through floating Request for quotations (RFQs).
Higher Education Commission, Sector H-9 Islamabad intends to Pre-Qualify Firms for supply
of Goods, Services & Repair/Maintenance under PPRA rule 15 & 16 under the categories (1.
Data Center Equipment, 2. Networking Equipment, 3. IT Equipment, 4. Electric Equipment,
5. HVAC, 6.Civil Work, 7. Trainings.). This exercise will enable all suppliers interested in
partnering with HEC for the supply of goods and services and will make them eligible to fairly
compete for any business opportunities that may be available at HEC for the supply of goods
and services.
2. OBJECTIVE
Higher Education Commission, Sector H-9 Islamabad intends to Pre-Qualify Firms in order
to:
a. Search for new suppliers of various goods and services on the market.
b. Create a list of suppliers as per category who shall be used every time , IT
Division has a requirement as per scope of Pre-Qualification
c. Bench mark market rates, quality and competitiveness
d. Explore Innovative solutions and develop local suppliers
e. Increase the procurement efficiency by decreasing the time communed in
Firms post shortlisting and evaluation.
f. Ensure the transparency in the procurement.
3. PRE-QUALIFICATION SCOPE
a. The Pre-qualification tenure will be three (3) years, subsequently at the end of
tenure the pre-qualification period may be extended to another term with the
approval of competent authority.
b. Under the pre-qualification, firms will be shortlisted for subsequent procurement of
goods and services as per firms proposed categories / subcategories on Form at
“Annex-D” for the procurements up-to 2 million rupees for each sub-category.
Page 5 of 38
c. The Request for Proposal (RFP) for procurement of goods and services exceeding
Rs. 0.2 million will be circulated among all the pre-qualified Firms. Whereas the
Request for Quotations (RFQs) as per the format mentioned at “Annex-E” shall be
called on emails to all prequalified firms for the specific procurement of goods and
services in consideration under Rs.0.2 million.
4. RESPONSE REQUIREMENTS
Potential bidders must follow the following requirement for their responses.
4.1. For this Pre-Qualification PPRA’s Rule 15 and 16 will be adopted.
4.2. Financial bids will be called from those firms only whom are Pre-Qualified by the competent authority.
4.3. All potential bidders must indicate their intention for selection, for single or multiple categories i.e. the potential bidder may participate in more than one category, as per the “Pre-Qualification Form” mentioned at “Annex-D”.
4.4. Bidders are required to submit a signed copy of Compliance Certificate (Annex- A) while affixing official stamp on it including name, title, fax number and e-mail address of the their authorized representative.
4.5. Bidders are required to fill and sign their project details while affixing official stamp on each as per the format mentioned at “Annex-B”- “Firms Refrence ” as provided in this RFP and must submit it along with Proposal.
4.6. Certificate of Company/Firm/Contractor Registration/Incorporation under the laws of Pakistan.
4.7. Valid Registration Certificate for Income Tax & Sales Tax.
4.8. Bidders applying for “Group-A Firm” has to submit the Bank draft as earnest money of amount Rs. 50,000 in favour of DG Finance HEC at the time of submission of pre-qualification bid which will be released after completion of 3rd Year. However, for any future RFP, HEC standard payment terms in respect of Earnest Money/Bank Guarantee/Performance Bank Guarantee/Security Money will be adopted.
4.9. Bidders applying for “Group-B Firm” has to submit the Bank draft as earnest money of amount Rs. 10,000/- in favour of DG Finance HEC at the time of submission of pre-qualification bid which will be released after completion of 3rd Year. However, for any future RFP, HEC standard payment terms in respect of Earnest Money/Bank Guarantee/Performance Bank Guarantee/Security Money will be adopted.
4.10. Bidders appling for for both the Groups has to submit the Bank draft as earnest money of amount Rs. 50,000 in favour of DG Finance HEC at the time of submission of pre-qualification bid which will be release after compeleiton of 3rd year. However, for any future RFP, HEC standard payment terms in respect of Earnest Money/Bank Guarantee/Performance Bank Guarantee/Security Money will be adopted.
4.11. Incomplete and conditional responses will not be entertained.
Page 6 of 38
4.12. The Commission reserves the right to accept/reject wholly or partially any response or cancel the pre-qualification process altogether at any stage of the pre-qualification process without assigning any reason.
4.13. Responses are liable to be rejected if; they are not conforming to the terms, conditions and specifications stipulated in this pre-qualification document.
4.14. Responses submitted via email or fax will not be entertained
4.15. The term for Prequalification would be three (03) Years.
5. EVALUATION CRITERIA
5.1. The responses will be evaluated as per Evaluation Criteria mentioned at “Annex-C” and proposals compliance with Mandatory requirements against each category and its subcategory will only be shortlisted for further evaluation.
5.2. For qualifying, bidders shall fulfill all the requirements as laid out in Part A “Mandatory Requirements” of Evaluation Criteria. If any of the mandatory requirements is not met by the bidder, the bid will be cancelled straightaway and no further consideration will be given. Moreover, bidders will have to secure 70% (overall) score in the Evaluation Criteria for qualification in either group A or B.
5.3. Firms from the both groups will be asked to take part in bidding process.
5.4. Firms will be evalauted agianst Two groups i.e.
a) “Group -A Firms” are those Pre-Qualified firms which will fullfill mandatory clauses as per Evaluation criteria (Group –A)
b) “Group -B Firms” are those Pre-Qualified firms which will fullfill mandatory clauses as per Evaluation criteria (Group –B).
5.5. The potential bidders shall be evaluated only for those Category and its Group for which they have explicitly shown their intent to participate. This evaluation shall be separate and independent for each Category.
5.6. HEC may seek clarification from any of the participating bidders, at any stage during the pre-qualification process, as deem necessary.
6. GENERAL TERMS AND CONDITIONS
Following general terms & conditions apply on all potential bidders
6.1. The potential bidder should be registered with sales Tax and Income Tax Department.
6.2. An affidavit on legal stamp paper worth Rs. 100 to the effect that the firm has not been blacklisted by any Government/semi Government organization, and there is no litigation against the firm and agree to the Minnimum Clauses for Post-qualification Procumrnet as per Clauses- 6 & 7 and its sub caluses of this RFP.
Page 7 of 38
6.3. Any procurement carried out through this pre-qualification will be liable for Minimum Terms & Conditions of Post -qualification Procurement mentioned at Caluses -6 & 7 of this RFP.
6.4. Firms/Contractors should note that during the period from the receipt of the proposal and till further notice from the authority, all queries should be communicated via Contact person and in writing only.
6.5. The Purchaser will not be responsible for any costs or expenses incurred by Firms/Contractors in connection with the preparation or delivery of proposals.
6.6. Liquidated Damages
a) Selected prequalified Supplier/ Contractors are liable to participate / response to the queries floated time to time by HEC for RFPs and RFQs, In case of non-responsiveness or continous non-performnace / service degaradation by the Contractor, Contractor’s submitted Earnest Money may be forfeited, and Firm may be blacklisted for any future procurement.
b) If the pre-qualified bidder fail to provide supplies/services as per HEC requirements, HEC may forfiet his earnest money/security money and the work will be done at the risk and cost of contractor.
7. POST QUALIFICATION PROCUREMENT PROCEDURE
7.1. “Request for Proposal (RFP)”:
a) The Request for Proposal (RFP) for purchase/repair and
maintenance/services exceeding Rs. 0.2 million will be circulated among all
the pre-qualified Firms.
b) RFP will be floated based on the PPRA rules and its sub clauses as per the
nature and complexity of the project / department / services required.
c) All the pre-qualified firms will be responsible to respond to the purchaser
either through Courier Service/Email/Fax.
d) The pre-qualified firms are liable to respond to all the queries of HEC within
the stipulated time mentioned in the RFP.
e) The proposals/bids will be evaluated based on the Technical and Financial
Evaluation Criteria as led out in RFP.
f) The contract will be awarded to highest technically qualified and lowest
quoted bidder.
g) After the approval of any Work Award, a Contract Agreement (or an
Addendum of existing valid Contract Agreement of same project) on the
stamp paper shall be executed by HEC with selected prequalified bidder (i.e.
Contractor) within 15 days from the date of issuance of LoI (Letter of Intent)
/Work Order.
Page 8 of 38
h) Payment will be made as per terms and conditions mentioned in RFP.
Invoices will be cleared as soon as possible not exceeding 30 days upon
receiving the invoice and complete supporting documents.
7.2. “Request for Quotations (RFQs)”:
a) Request for Quotations (RFQs) as per the format mentioned at “Annex-E”
shall be called on emails to all prequalified firms for the specific
repair/maintenance/purchase job in consideration.
b) The response time, resolution time, repair time and replacement time shall
be communicated within the email for which the RFQ has been requested.
c) The quotations submitted in conformance response time, resolution time,
repair time and replacement time shared in email received within stipulated
time will be accepted for further consideration.
d) The work/purchase order shall be placed to the firm on least cost basis
method.
e) The Selected Firm/Contractor shall be responsible to complete the job within
given time from the date of issuance of work order.
f) The Selected Firm/Contractor shall provide all necessary supporting
documents along with GST invoice, delivery challan and other relevant
documents as required by the Purchaser.
g) The Application for invoice shall be accompanied by such invoices, receipts
or other documentary evidence as the Purchaser may require; state the
amount claimed; and set forth in detail, the Goods/ repair and maintenance
works or Services up to the date of the application for Payment.
h) Payment will be made on full delivery of Goods or Services or completion of
Repair/Maintenance Works, after taking over/satisfactory report on job card
and completing all formalities and provision of complete necessary
supporting documents by the Supplier.
8. MINIMUM TERMS & CONDITIONS FOR POST QUALIFICATION PROCUREMENT
Following Conditions of the Purchase/Services/Repair & Maintenance will be applied to the post-qualifications procurements:
8.1. Incomplete and conditional responses will not be accepted.
8.2. The selected pre-qualified bidder will be responsible to deliver equipment at the sites at its own risk and cost.
8.3. The supplier will confirm the Acceptance/ Acknowledgment of its receipt on Purchase Orders/ Work Order after the receipt of the Purchase Orders/ Work Order from the Purchaser.
8.4. All goods must be accompanied by Delivery Challan on which the Order No., quantity and supplier's name is clearly shown.
Page 9 of 38
8.5. The period of deliveries/Repair & Maintenance will commence from the date of the receipt of the Purchase Order by the supplier or as specified on the Purchase Order/Work Order.
8.6. Unless otherwise 'agreed', delivery of the material against Purchase Order shall be made at designated HEC offices/Regional Offices, Universities /HEis & PERN POP sites as per the RFP/ RFQ.
8.7. The Purchaser reserves the right to inspect any goods when received and Repair & Maintenance work at designated HEC offices by Authorized Officials as per Purchase /Work order issued to the Firm.
8.8. A satisfactory report regarding goods delivered/ Repair & Maintenance work shall be furnished by the Purchaser's Authorized Officer.
8.9. Goods supplied must correspond in all respects, with the Purchase Order and must conform in every respect to sample specification. In the absence of sample, goods supplied must be the best and of first class workmanship, failure to comply with this Clause will render the goods liable to be rejected.
8.10. 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.
8.11. The supplier will deliver the goods ordered to the authorized representative of the Purchaser who will sign on each delivery note, otherwise the Purchaser will not be held responsible for the goods delivered contrary, to this instruction.
8.12. In case of rejection of goods or items, it will be at supplier’s risk and expense. Any item received damaged will not be accepted and will be removed by the supplier for replacement at their expense.
8.13. Liquidated Damages
a) In case of delay the Executive Director, HEC reserves the right to impose
a penalty not exceeding 10% of the total amount of the Work/Purchase
Order contract at the rate of 1% for each week of delay
b) If the Firm/Vendor fails to complete work as per HEC requirement, the
Executive Director, HEC reserves the right to reject it altogether or impose
a penalty not exceeding 50% of the total amount of the contract.
8.14. Force Majeure
a) “Force Majeure” means an event which is beyond the reasonable control of a party and which makes a party’s performance of its obligations under the Purchase Order/Work Order/Contract impossible or so impractical as to be considered impossible under the circumstances, and includes, but is not limited to, War, Riots, Storm, Flood or other industrial actions (except where such strikes, lockouts or other industrial issues are within the power of the party invoking Force Majeure), confiscation or any other action by Government agencies. In all disputes between the parties as to matters arising pursuant to this Purchase Order/Work Order/Contract, the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The place for arbitration shall be decided by the purchaser.
Page 10 of 38
b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional action of a Party or Agents or Employees, nor (ii) any event which a diligent Party could reasonably have been expected to both (A) take into account at the time of the conclusion of this Purchase Order/Work Order/Contract and (B) avoid or overcome in the carrying out of its obligations here under.
c) Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.
8.15. Blacklisting
a) If the Supplier fails / delays in performance of any of the obligations, under
the Purchase Order/Work Order/Contract and violates any of the provisions,
breach of any of the terms and conditions of the Purchase Order/Contract,
the Purchaser may, at any time, without prejudice to any other right of action
/ remedy it may have, blacklist the Supplier, either indefinitely or for a stated
period.
b) If The Supplier is found to have engaged in corrupt or fraudulent practices in
competing for the award of the Purchase/Work Order/Contract, The
Purchaser may, at any time, without prejudice to any other right of action /
remedy it may have, blacklist The Supplier, either indefinitely or for a stated
period.
8.16. Dispute Resolution
a) The Purchaser and The Supplier shall make every effort to amicably resolve,
by direct informal negotiation, any disagreement or dispute arising between
them under or in connection with the Contract.
b) In case of any dispute, the matter will be referred to Executive Director
(HEC), whose decision will be binding on both parties.
9. CLARIFICATIONS The Contact details for all correspondence in relation to this Pre-Qualification is as
follows:
Ch. Abdullah Fayyaz Chattha Mr. Saria Saleem Malik
Director Operation Network Manager
Phone No. 051-90402213 Phone: 051-90402224, 0300-5304730
[email protected] Email: [email protected]
Mr. Ali Khan
Support Engineer (Power)
Phone: 051-90407371, 0333-5750233, Email: [email protected]
Page 11 of 38
ANNEXURE-A
“COMPLIANCE CERTIFICATES/COMPLIANCE UNDERTAKING”
(To be filled and signed by the bidder on bidder’s letter head)
I, (Name); (CNIC#); (Designation), (Company Name) have gone through the Terms/Conditions
of this Prequalification Document and hereby undertake and firmly bound myself to abide
by/comply all sections of this Document except for those items noted below.
1
2
3
4
5
6
7
8
9
10
The information given in Bid is true to the best of my/ our knowledge; I/ we
undertake to inform purchaser Higher Education Commission, Sector H-9
Islamabad of any changes that may take place later in the status of firms in
business / agency or the management.
Signature __________________
Name __________________
Designation __________________
Company __________________
Date __________________
Page 12 of 38
ANNEXURE-B
“FIRMS REFERENCES”
Relevant Services carried out that Best Illustrate Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity and attach PO, either individually as a corporate entity or as one of the major
companies within an association, was legally contracted.
Assignment Name:
Country:
Location within Country:
Key Professional Staff Provided by
Your Firm/ entity(profiles):
Contract Signing Parties Name: Party A:( ) & Party B : ( )
Name of Client: and the reference Contract
NO. of Staff:
Address:
NO. of Staff-Months; duration of
assignment:
Start Date (Month/Year):
Completion Date (Month/Year): Approx. Value of Contract:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Firm’s Name:
Page 13 of 38
ANNEXURE-C
“EVALUATION CRITERIA”
Part-A: Mandatory Requirements Sr.N
o Group-A Firm Group-B Firm
1 Firms with Income Tax Certificate / GST Certificate (Documentary Proof Required)
Firms with Income Tax Certificate / GST Certificate (Documentary Proof Required)
2 PEC registration (For CAT-IV & CAT-VI i.e. Electrical Equipment & Civil Works) (Documentary Proof Required) N/A
3 Location of Offices (Islamabad / Rawalpindi), Lahore and Karachi (Documentary Proof Required)
Location of Offices Islamabad/Lahore/Karachi/Quetta/Hyderabad / Peshawar (Documentary Proof Required)
4
The Bidder Must be Certified Partner for the proposed category (with the certified competencies) and corresponding Certificate in Pakistan (Documentary Proof Required)
The Bidder Must be Authorized Dealer / Reseller / Partner for the proposed category (with the certified competencies) and corresponding Certificate in Pakistan (Documentary Proof Required)
5 Company must be in operations from last Four (4) Years (Documentary Proof Required)
Company must be in operations from last Seven Years (Documentary Proof Required)
6 Minimum 10 million Financial Turnover annually in relevant category (Documentary Proof Required)
Minimum 2 million Financial Turnover annually for the last two year in similar Projects (Documentary Proof Required)
7 At least Four (4) years of relevant experience Documentary Proof Required)
At least Seven years of relevant experience (Documentary Proof Required)
8
Must have completed 10 Similar Projects not less than Rs. 500,000 in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories (Documentary Proof Required)
Must have completed 8 Similar Projects not less than Rs. 25,000 in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories (Documentary Proof Required)
9
Must have completed 5 Similar Projects in last two year not less than Rs. 500,000 in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories in government sector (Documentary Proof Required) ( references per ANNEXURE-B “FIRMS REFERENCES” required)
Must have completed 4 Similar Projects not less than Rs. 25,000 in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories in government sector from last five years ( Firms references endorsed by Clients as per ANNEXURE-B “FIRMS REFERENCES” required)
Page 14 of 38
10
An affidavit on legal stamp paper worth Rs. 100 to the effect that the firm has not been blacklisted by any Government/semi Government organization.
An affidavit on legal stamp paper worth Rs. 100 to the effect that the firm has not been blacklisted by any Government/semi Government organization.
Sr.No
Attributes Max. Score
Weightage Criteria
Reference Page#
(Documentary Proof)
Part-B: General Evaluation- Corporate Profile
11 Location of Offices 10 10
No. of offices of Bid in consideration/ Maximum No. amongst all the Bids * 10
Location of branches on bidder letter head
12
Technical Staff (relevant category Engineers + Technicians + Product/Software Certified Resources)
10 10
No. of Certified Technical Resource as per selected category of Bid in consideration/ Maximum No. amongst all the Bids * 10
Number of Certified resources on bidder letter head
13
Location of bidder Warehouses/ supplies depot in Pakistan
10 10
No. Warehouses or Depot of Bid in consideration/ Maximum no. of Warehouses or Depots amongst all the Bids *10
Bidder letter head with address of Warehouses
14
Financial Strength
10 10
Turnover of Bid in consideration/Maximum Turnover amongst all the Bids * 10
Audit Report / Financial Report/Tax return for last two years.
15 Company in operation (Years) 10 10
No. of Years of Bid in consideration/ Maximum No. amongst all the Bids *10
NTN Registration Certificate &
Page 15 of 38
SECP Registration,
Sub-Total 50
Weight of Part B is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part B / Total Max. Marks of Part B *20
20
Part-C: Relevant Experience
16
Similar Projects Completed in last Two calendar years (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
17
Similar Projects Completed in Higher Education Sector (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
18
Similar Projects Completed in Banks/Telecom Sector (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
19
Firm has completed similar activities at different cities in a single project in Pakistan (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
20 SLA in Hand in Pakistan (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of SLA's of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
Sub-Total 50
Page 16 of 38
Weight of Part C is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part C / Total Max. Marks of Part C *20
20
Part-D: Staff Strength
21 Management Team 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of Management resources on direct payroll on bidder letter head
22 Technical Team 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of Technical resources on direct payroll on bidder letter head
23 HR strength in other regions except (Islamabad/Lahore/Karachi) 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of HR resources on direct payroll on bidder letter head
Sub-Total 30
Weight of Part D is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part D / Total Max. Marks of Part D *20
20
Part-E: Service Operations
24 Firm has Customer Compliant Management System with adequate Controls. 10 10
If have implemented online system
Online URL and Login should be share
Page 17 of 38
25 Service Operations time ( Bidders offering services over the weeks) (In hours ) 10 10
No. of Hours of Bid in consideration/ Maximum No. Hours amongst all the Bids *10
Documentary Proof against selected category on bidders letter head
Sub-Total 20
Weight of Part E is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part E / Total Max. Marks of Part E *20
20
Part-F: Proposal
26
Distinguished Features, Relevant category product installed capacity, number of years of association with product principle, Technical resources and product availability at number of cities, KPI's success etc. 10 10
To be assigned by Technical Committee
27
Firms having implementation of Quality Control Mechanism and standards (Six sigma, ISO 9000, ISO 27001, ISO 22301 etc.) in organization , Logistics , Swift Delivery , Covered region etc. 10 10
To be assigned by Technical Committee
Sub-Total 20
Weight of Part F is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part F / Total Max. Marks of Part F *20
20
Firm's Total Score = Sum of Scores from Part-B to Part-F)
100
Note: Bidders will have to secure 70% (overall) score in the Evaluation Criteria for qualification
both groups.
Page 18 of 38
ANNEXURE-D
“PRE-QUALIFICATION FORM”
a) Particulars
Company Name
Abbreviated Name
Operational Region /City South □ North □ Central □ [As per List at Annexure F ( Operational Regions)]
Firm applying for Group(s) as per RFP Clause
Group- A □
Group- B □
Applying for Category
DATA CENTER
EQUIPMENT
NETWORKING EQUIPMENT
IT EQUIPMENT
ELECTRICAL EQUIPMENT
HVAC CIVIL
WORKS TRAININGS
□ □ □ □ □ □ □ National Tax No. Sales Tax Registration No.
No. of Employees Company’s Date of Formation
*Please attach copies of NTN and GST Registration
Title of Firm
Type of Business
Private Limited □ Sole Proprietor □ Reseller □ Partnership □ Manufacturer □
Authorized
Partner □
Authorized
Distributor □ Others □
If others (Please Specify)
Page 19 of 38
Registered Office Address State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
Branch Office/s Address (attach separate sheet for all branches detail) State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
Factory / Workshop Address (If any) State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
b) Financial Strength of the Firm Company Net Worth (PKR) Company Turn Over (PKR) for the last three year
Page 20 of 38
c) Categories Detail
CATEGORY-I “DATA CENTER EQUIPMENT”
Sr
# SUBCATEGORY DESCRIPTION
Please Tick
() Category
/ Sub-
Category to
participate
(Authorized
Distributor
/Reseller
/Partner/Serv
ice Provider )
(Brand
Name
Firms
Dealing in )
1.
Server Server &Server Accessories HDDs,
RAMs, NICs Power Supplies, Mother
Boards), Storage & Storage
Accessories (HDDs, Tape Drives,
Power Supplies), etc..
Specification/Model No. of Servers will
be share later.
2.
Rack
Accessories
(Rack 6U,8U, 12U, 27U , 36U, 42U), (
Patch Panel 12Port, 24Port, 48Port),(
Patch Cords CAT 6 UTP 3 Meters,
Patch Cords: CAT 6 UTP 5 Meters,
CAT 6 UTP 10 Meters), (PDU 42U
Rack), (KVM for 42U RACK),( Rail Kit)
etc.
3.
Fire Suppression
and Detection
System
All types of Automatic & Manual Fire Suppression/Detection System, Fire Extinguishers, Fire Alarm Control Panel, Smoke Detectors, Heat Detectors, Humidity, Water, Light sensors, Piping/Ducting/Sprinkles, All type of relevant Civil, Installation/repair Work. etc.(Detailed scope of work and Items/ Specifications will be shared as per requirement of purchaser)
4.
Surveillance CCTV Cameras, Sensors, Walk Through Gates, Biometric System etc. All Types included. etc. (Detailed scope of work/Items and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
Page 21 of 38
CATEGORY-II “NETWORKING EQUIPMENT”
Sr# SUBCATEGORY DESCRIPTION
Please Tick
() Category
/ Sub-
Category to
participate
(Authorized
Distributor
/Reseller
/Partner/Serv
ice Provider )
(Brand
Name
Firms
Dealing in )
1. Network
Equipment &
Services
Switches (12-Port, 24 Port, 48 Port Gigabit etc. Network Switches), I/O, UTP CAT-6 Cable, Cable Ducting, Back boxes & Face plates double insert, Security/High Availability/Publishing Appliances (Firewall , Load Balancers , Traffic Accelerators , Net flow Analyzers , Data leakage Preventions , Web Publishing appliances etc.), Installation /Commissioning (Network Installation, Configuration, UTP cable laying, termination and node testing), Connectors (RJ-45 etc.), Labelling Tool & Accessories (Labelling Tool Full kit with Ribbon, Battery), Digital Fiber/LAN Tester (UTP LAN/Fiber Tester), CAT-VI Patch Cord of different sizes e.g. 1meter, 3 meter, 5 meter etc. .Wireless Access Point / Bridge etc. Fiber Patch Cords, Pigtails etc. Fiber Optic pulling/laying/Digging/splicing, Fiber OFDF (8,12,24,36 Ports etc.), Router, UTP Node testing using fluke meter, Cable Manager, PDU, Fiber Optics indoor / outdoor Multi mode / single mode, fiber testing, 1G,10 G, 40G SFP Modules etc.. Detailed Items/Specifications shall be share as per current technology available in the market or requirement of purchaser
2.
Video
conferencing
Video conferencing Terminals /codecs MCU’s Recoding Servers Gatekeeper Streaming Engine Streaming cards
Page 22 of 38
Video mixer and switcher software LED’s Audio Mixers Amplifiers Speakers Video conferencing room setup (wood paneling, carpet, ceiling, power cabling, paint, curtains and wallpapers) Multimedia Video Camera controller with LCD PTz Camera Training Mics (Ceiling, table, collar) Audio and video cables Racks Audio and Video connectors and converters etc.
CATEGORY-III “IT EQUIPMENT”
Sr# SUBCATEGORY DESCRIPTION
Please Tick () Category / Sub-Category to participate
(Authorized Distributor /Reseller /Partner/Service Provider )
(Brand Name Firms Dealing in )
1. Computers Desktop Computers, Laptop Note Book, 2 in 1 Laptops, PDA (Personal Data Assistance) etc. Detailed Specifications and Items shall be share as per current Technology available in the market or requirement of purchaser.
2. IT Accessories Keyboard (Wired/Wireless), Mouse (Wired/Wireless), Power Cables (Printer, LCD, Laptop Charger, UPS/PDU Loop Back Cables), USB Data Cable (Printer, Scanner etc.), HDMI & VGA Cables (10Ft, 20ft, 40ft, 100ft etc.), USB storage Device (8GB, 16GB, 32GB, 64GB , 1TB etc.), External Drives (500GB, 750GB, 1TB), Laptop/Desktop HDDs (500GB, 750Gb, 1TB etc.), Laptops Batteries & Charges, Desktop Accessories (Motherboard, HDDs, RAMs, Power Supply etc.), Rechargeable battery Cells + Charger (All types), Laptop Bags (All types included), External Drive (DVD, Floppy Drive Sound System (All in One Sound System,
Page 23 of 38
USB Input, Mic Input BarCode Reader etc..
3. LED/LCD TV Smart LED/LCD TV
4. Scanner Scanners Flatbed, ADF, Document Scanners all Types of scanners etc.
5. Printers Heavy Duty Printer, Desktop Laser Jet Printer, Colour Laser Jet Printer etc. Drum, Toners, Maintenance Kit etc.
6. MFP/Printer/Ph
otocopier/Fax
Machines
MFP(Multi-Functional), Photocopiers/ Fax Machines (All types included)
7. RFID CARD
Printer,
Accessories /
Services
RFID CARD Printer, Accessories & Services, Label Printer & Accessories, Card Printing Services. NIC CARD Reader etc.
8. Multimedia
Projector
Multimedia Projector (2200Lums, 3000Lums, Mini Multimedia Projectors all types of Multimedia Projectors Multimedia Presenter & Accessories etc..
9. Cameras Digital Still Camera, Video Camera & Accessories etc.
10. Uninterruptible
Power Supply
(UPS) and Its
Related
Accessories
UPS’s (650 VA, 1KVA, 3KVA, 6KV,
10KVA, 11KVA, 15KVA, 20KVA, 25
KVA, 30 KVA. Modular UPS’s 40, 50,
60, 80 and 100 KVA and upgradable.
All types and capacity/brand are
included). All types and capacity/brand
are included), Batteries (All types and
capacity included), UPS Parts (All
parts included), Etc.
(Detailed Specifications and items will
be shared as per current Technology
available in the market or requirement
of purchaser)
Page 24 of 38
11. *Software’s *Adobe Photoshop, Adobe Reader,
Adobe writer, SPSS, CORAL Draw,
Inpage Urdu, Antiviruses, AutoDesk,
Winzip, WINRAR, AutoCAD, Adobe
Design, Adobe Creative Cloud.
Solarwinds , Qradar , Metlab ,
Adventnet AD Manager Plus etc. ,
Academic Software, Solarwinds
Network Performance Monitor,
Solarwinds Network Bandwidth
Analyzer Pack, Solarwinds Network
Troubleshooting Bundle, Solarwinds
NetFlow Traffic Analyzer, Solarwinds
Network Configuration Manager,
Solarwinds IP Control Bundle,
Solarwinds IP Address Manager,
Solarwinds VoIP & Network Quality
Manager, Solarwinds Log & Event
Manager, Solarwinds Engineer's
Toolset, Solarwinds Server &
Application Monitor, Solarwinds
Virtualization Manager, Solarwinds
Storage Resource Monitor, Solarwinds
Web Performance Monitor, Solarwinds
Application Stack Management
Bundle, Solarwinds Application
Performance Optimization Pack,
Solarwinds Security Information and
Event Management, Solarwinds Web
Help Desk
Manage Engine ADmanager Plus,
Manage Engine O365 Manager Plus,
manage Engine AD360, Manage
Engine Analytics Plus, Manage Engine
Applications Manager, Manage Engine
OpManager, Manage Engine
ServiceDesk Plus, Manage Engine
EventLog Analyzer, Manage Engine
Firewall Analyzer etc..
Page 25 of 38
12. Licenses Digital certificates, SSL certificates, PKI Certificates. etc.
13. Telephone
Exchange
Equipment
(Telephone Set Analog, Digital), Telephone Cable, Connectors RJ11, Exchange Fuse, IP Phone etc.
*At least comply with one whole software suite like Oracle/Adobe/Solar wind etc.
CATEGORY-IV “ELECTRICAL EQUIPMENT”
Sr# SUBCATEGORY DESCRIPTION
Please Tick
() Category
/ Sub-
Category to
participate
(Authorized
Distributor
/Reseller
/Partner/Serv
ice Provider )
(Brand
Name Firms
Dealing in )
1.
Stabilizer All types and capacity/brand and its
parts are included (1, 3, 5, 10, 15, 20,
30, 50, 80, 100, 150, 200, 250, 300,
350, 400 KVA) etc.
(Detail of Items and Specifications will
be shared as per current Technology
available in the market or requirement
of purchaser)
2.
Generator & Its
Accessories
Generators Diesel/Petrol/Gas [5 KVA,
10 KVA, 15 KVA, 20 KVA, 50 KVA, 100
KVA, 150 KVA, 200 KVA, 250 KVA, 300
KVA, 350 KVA, 400 KVA, 500 KVA, 600
KVA. All types and capacity/brand are
included], Generator
Sequencing/Paralleling Panel
[Different Capacity], Generator Parts
[Engine, Fuel valves, Status meters,
Radiator, Generator Module, Battery
Charger, AC / DC relays, Under voltage
/ overvoltage relay, Breakers, Turbo-
chargers, Fuel injector (s), Starter,
Alternator, Electronic components etc.
All parts included], Generator
Consumables [Oil filter, Air Filters,
Fuel Filters, Fuel/Water Separators,
Engine Oil, Battery etc. All types
included], Generator Canopy [All type
Page 26 of 38
and capacity], Earth Pit System [Bore
Type & Plate Type for Generator,
System, building etc. All types and
capacity are included], Power Cable
[All types and capacity/brand are
included], Control Cable [All types and
capacity/brand are included], Earth
Cable [All types and capacity/brand are
included], Automatic Transfer Switch
(ATS) Panel [Relays, Timers, Bus Bars,
Neutral Bars, MCB Circuit Breakers,
Indication Lights, Ammeter, Voltmeter,
External Manual Supply selection
switch, Control Circuit, Distribution Box,
MCCB Breakers, Magnetic Contactors
etc. ATS panel for any type of generator
capacity], Static Transfer Switch
(STS) Panel [Relays, Timers, Bus Bars,
Neutral Bars, MCB Circuit Breakers,
Indication Lights, Ammeter, Voltmeter,
External Manual Supply selection
switch, Distribution Box, MCCB
Breakers, Magnetic Contactors etc.
STS panel for any type of input and
output supply capacity), Electric
Distribution Box (HT/LT DB/Panel)
[Relays, Timers, Bus Bars, Neutral
Bars, MCB Circuit Breakers, Indication
Lights, Ammeter, Voltmeter, External
Manual Supply selection switch,
Distribution Box, MCCB Breakers,
Magnetic Contactors, Current
Transformer, Potential Transformer etc.
DB/panel for any type of input and
output supply capacity],
Breakers [All types and capacity/brand
are included], Magnetic Contactors
[All types and capacity/brand are
included], Relay [All types and
capacity/brand are included], Timers
Page 27 of 38
[All types and capacity/brand are
included], Bus Bars [All types and
capacity are included.
Neutral, Phase, Earth bus bars],
PVC/UPVC/GI Pipes [All Sizes and
types included], Cable Ducts, Cable
Tray, Rack Power Distribution Units
[PDU without Monitoring Functionality,
Rack PDU with Monitoring
Functionality. All types included),
Electric Meters [Digital Clamp Meter,
Earth Resistance Meter, Temperature
Meters, Battery Capacity Monitoring
Meters, Heat Meters etc.], Automatic
Phase Sequencing/Correction Panel
[Different Capacity], Civil and
Installation Work [All type of related
Civil and Installation work], Other
Accessories [Thimbles, Cable
Sleeves, Connectors, Voltmeters,
Ammeters, etc.] etc.
(Detailed Specifications and required
items/works will be shared as per
current Technology available in the
market or requirement of purchaser)
3.
Solar
System/Access
ories
Solar PV Panel [All types/brand
included], Solar Inverters [All
types/brand included], Charge
Controllers [All types/brand included],
Dry Batteries [Gel/AGM. All brands
included], Cables [Power/Control. All
types/brand included], Distribution
Boxes, Battery Racks, Other
Relevant Accessories [Breakers,
Ducts, Thimbles, Cable Sleeves, Cable
Trays etc.], Relevant Civil Work, etc.
(Detailed Specifications and required
items/works will be shared as per
Page 28 of 38
current Technology available in the
market or requirement of purchaser)
4.
Electrical
System/Access
ories
Electric Equipment Rack [All types
and capacity/brand are included.
Local/Branded. For UPS’s and
Batteries, Generators, Stabilizers or any
other equipment etc.], Lights [Flood
Light, Emergency Light, Tube Light,
Energy Saver, Ceiling/Wall lights etc. All
types included], Fan [Pedestal Fan,
Ceiling Fan, Wall mounted Fan,
Exhaust Fan etc. All types included],
Industrial Sockets [All types],
Electricity Meter [All types and
capacity included], Sensors [Smoke
Sensors, Thermal and Heat Sensor,
Light Sensors, Movement Sensor,
Sensor, Water Sensor, Electric Current
and Potential Sensors, Vibration
Sensors etc. All types Included],
Repeller [Electronic Reptile, Insect
Repeller etc.), Earth Pit System [Bore
Type & Plate Type for Generator,
System, building etc. All types and
capacity are included], Power Cable
[All types and capacity/brand are
included], Control Cable [All types and
capacity/brand are included], Earth
Cable [All types and capacity/brand are
included], Automatic Transfer Switch
(ATS) Panel [Relays, Timers, Bus Bars,
Neutral Bars, MCB Circuit Breakers,
Indication Lights, Ammeter, Voltmeter,
External Manual Supply selection
switch, Control Circuit, Distribution Box,
MCCB Breakers, Magnetic Contactors
etc. ATS panel for any type of generator
capacity], Static Transfer Switch
(STS) Panel [Relays, Timers, Bus Bars,
Neutral Bars, MCB Circuit Breakers,
Page 29 of 38
Indication Lights, Ammeter, Voltmeter,
External Manual Supply selection
switch, Distribution Box, MCCB
Breakers, Magnetic Contactors etc.
STS panel for any type of input and
output supply capacity), Electric
Distribution Box (HT/LT DB/Panel)
[Relays, Timers, Bus Bars, Neutral
Bars, MCB Circuit Breakers, Indication
Lights, Ammeter, Voltmeter, External
Manual Supply selection switch,
Distribution Box, MCCB Breakers,
Magnetic Contactors, Current
Transformer, Potential Transformer etc.
DB/panel for any type of input and
output supply capacity],
Breakers [All types and capacity/brand
are included], Magnetic Contactors
[All types and capacity/brand are
included], Relay [All types and
capacity/brand are included], Timers
[All types and capacity/brand are
included], Bus Bars [All types and
capacity are included.
Neutral, Phase, Earth bus bars],
PVC/UPVC/GI Pipes [All Sizes and
types included], Cable Ducts, Cable
Tray, Rack Power Distribution Units
[PDU without Monitoring Functionality,
Rack PDU with Monitoring
Functionality. All types included),
Electric Meters [Digital Clamp Meter,
Earth Resistance Meter, Temperature
Meters, Battery Capacity Monitoring
Meters, Heat Meters etc.], Automatic
Phase Sequencing/Correction Panel
[Different Capacity], Civil and
Installation Work [All type of related
Civil and Installation work], Other
Accessories [Thimbles, Cable
Page 30 of 38
Sleeves, Connectors, Voltmeters,
Ammeters, etc.] etc.
(Detailed Specifications and required
items/works will be shared as per
current Technology available in the
market or requirement of purchaser)
CATEGORY-V “HVAC”
Sr# SUBCATEGORY DESCRIPTION
Please Tick () Category
/ Sub-Category to participate
(Authorized Distributor /Reseller
/Partner/Service Provider )
(Brand Name Firms Dealing in )
1. Comfort Cooling Units
All Types/capacity [1 Ton to capacity as per requirements Floor Standing and Wall mounted etc.], All parts [indoor/outdoor units, Drain Pipes, remotes, air cleaners, dust cleaners, capacitors, motors, remotes etc.], Related Civil/Electrical Works [digging, dismantling, piping, ducting, wiring, installation/commissioning], Refrigerant, Sensors [Heat, Temperature, Smoke, Humidity Sensors etc.], Power Cables, Control Cables, Other Accessories [Thimbles, Cable Sleeves, Connectors, Voltmeters, Ammeters, Capacitors etc.) are included etc. (Detail of items/works & Specifications will be shared as per current Technology available in the market or requirement of purchaser)
2. Precision Cooling Units
All Types/capacity [4 Ton, 8 Ton, 15 Ton etc.), All parts [indoor/outdoor units, Drain Pipes, remotes, air cleaners, dust cleaners, capacitors, motors, remotes etc.], Related Civil/Electrical Works [digging, dismantling, piping, ducting, wiring, installation/commissioning], Refrigerant, Sensors [Heat,
Page 31 of 38
Temperature, Smoke, Humidity Sensors etc.], Power Cables, Control Cables, Other Accessories [Thimbles, Cable Sleeves, Connectors, Voltmeters, Ammeters, Capacitors etc.) are included etc. (Detail of items/works & Specifications will be shared as per current Technology available in the market or requirement of purchaser)
3. VRF Cooling Units
All Types/capacity, All parts [indoor/outdoor units, Drain Pipes, remotes, air cleaners, dust cleaners, capacitors, motors, remotes etc.], Related Civil/Electrical Works [digging, dismantling, piping, ducting, wiring, installation/commissioning], Refrigerant, Sensors [Heat, Temperature, Smoke, Humidity Sensors etc.], Power Cables, Control Cables, Other Accessories [Thimbles, Cable Sleeves, Connectors, Voltmeters, Ammeters, Capacitors, etc. (Detail of items/works & Specifications will be shared as per current Technology available in the market or requirement of purchaser)
CATEGORY-VI “CIVIL Work”
Sr# SUBCATEGORY DESCRIPTION
Please Tick
() Category
/ Sub-
Category to
participate
(Authorized
Distributor
/Reseller
/Partner/Serv
ice Provider )
(Brand
Name Firms
Dealing in )
1. Civil Work All types of civil work included [Construction, demolition, glass windows, glass partitioning, Digging, Dismantling, Excavation, Concrete PAD Fabrication, false ceiling, raise flooring, trench and main hole fabrication, renovation work, paint, window shades, fiber shades, leakage seepage rectification, paneling, wallpapers, wall tiles, tiles installation, dampa
Page 32 of 38
false ceiling, flooring, pipes laying, cable laying etc.] etc. (Detailed scope of work and Specifications will be shared as per requirement of purchaser)
2. Furniture All Types included [Detailed scope of work and Specifications will be shared as per requirement of purchaser]
CATEGORY-VII TRAININGS”
Sr# SUBCATEGORY DESCRIPTION
Please Tick
() Category
/ Sub-
Category to
participate
(Authorized
Distributor
/Reseller
/Partner/Serv
ice Provider )
(Brand
Name Firms
Dealing in )
1. Project Management PMP, Prince2, ITIL , etc.
2. Information Security
Management System
/Business Continuity
Management ,
ISO 9001,ISO 27001, ISO 22301etc..
3. IT Audit CISA, CISSP etc..
4.
Routing & Switching,
Wireless
CCNA, CCNP,CCIE, HCNA, HCNP, HCIE, JNCIA, JNCIP, CCNA Wireless, CCNP Wireless, CCIE Wireless, Aruba HP Wireless etc..
5. DATA Center Design CCNA , CCNP , CCIE etc…
6. DATA Center Build
Governance /Operation,
Certified IT Professional
CDCP , CDCS, Certified Datacenter Facilities Operation Manager (CDFOM), Certified DataCenter Risk Professional (CDRP), Certified DataCenter Safety Manager (CDSM), Certified DataCenter Migration Specialist (CDMS), CITP, CITS, etc..
7. Security ETH Certified, Ethcial Hacekr CISSP etc..
8. Firewall CISCO, Huawei, etc..
9. Virtualization VMware, Hper-V etc.
Page 33 of 38
10. HVAC HVAC Related Training & Certification
11. Electrical ETAP or equivalent, AutoCAD Electrical, Ecodial or equivalent, Dialux/Relux or equivalent, Electrical Saftey/Maintenance training etc.
12. Software/ Application Coral Draw, AutoDesk, AutoCAD, Adobe Photoshop, Adobe Illuster , Adobe Design Adobe In Design, Adobe Premier Pro, Oracle Financial, SAP , SPSS, etc.
13. Business Intelligence Oracle Hyperion , IBM Lombardi ,Share Point , MS SQL Server Reporting, Power BI,
Page 34 of 38
ANNEXURE-E
“REQUEST FOR QUOTATION FORMAT & SUPPLIER RESPONSE”
A) Purchaser Request
Goods □ Repair/ Maintenance □ Services □
Customer Name Higher Education Commission
RFQ Number
Date of RFQ
Description Subject of this RFQ
Specifications and/or
scope of works
Sr. No
Item/Description of Required Work
Qty Unite Rate (Inclusive all taxes)
Total Rate (Inclusive all taxes)
Exact address/es for
Goods and/or Services
Delivery or
Repair/Maintenance
Works
Delivery period (If
delivery time exceed
this, quote may be
rejected by HEC and the
work will be awarded to
the next lowest firm)
Delivery Schedule
Page 35 of 38
Warranty/ After Sale
Services Required
Quote Validity Period
Documents to be
Submitted
Deadline for Submission
of Quote
e.g Date: 14th September 1982 by Time: 3:00PM
Evaluation criteria
Preferred Currency for
Quote
How to lodge a quote Email: Fax: Courier:
Payment Terms
Liquidated Damages
Contact Person for
Inquiries/ Deliveries
All enquiries regarding this RFQ should be directed to:
Name: <insert>
Position: <insert>
Phone: <insert> Email <insert> Fax No. 051-904022……
Complaints If at any time during the Invitation Process a Supplier considers that it has
been unreasonably or unfairly treated and it has not been able to resolve the
issue with the Customer contact person, the Supplier may request for the
issue to be dealt with in accordance with the Customer’s complaint
management process and directed to:
Name: <insert>
Position: <insert>
Email: <insert>
Page 36 of 38
B) Supplier Response
Supplier response to Request for Quote For “Insert RFQ Subject”
Supplier name <insert>
GST/NTN No’s. <insert>
Address <insert>
Postal Address
(if different from
above)
<insert>
Contact Person Name:
Position:
Phone number: Email:
Quote details and
specifications
Add additional rows if applicable
Sr. No
Item/Description of Required Work
Qty Unit Rate (Inclusive all taxes)
Total Rate (Inclusive all taxes)
1
2
3
Deviation from the
Specifications
(if applicable)
<insert>
Additional terms The Supplier must include this information as part of its response (if
customer ask for the same):
Page 37 of 38
<If the customer requires any additional information from the Supplier,
then insert details here (e.g. provide CV’s, safety/risk management
plan)>.
<Supplier to insert/attach additional information requested above>
Warranty details
(if applicable)
If a warranty period applies to the goods/services then the Supplier
must insert details of the warranty offered here (e.g. warranty period
and warranty conditions)
<Supplier to insert warranty details if applicable>
Declarations
Authorization and
execution by Supplier
As the authorized officer named below, I certify that:
(a) I am authorized to submit the Supplier’s response as the Supplier’s representative.
(b) The Supplier understands and has complied with the Requirements of the Request for Quote.
(c) The Supplier’s response is complete, accurate and not misleading in any way.
Name:
Designation:
Signature &
Stamp
Date:
Page 38 of 38
ANNEXURE-F
“REGION DETAIL FOR HEC / HEIS”
North A Islamabad, Rawalpindi, Taxila, Wah Cantt any other city in region.
North B
Abottabad, Attock, Bannu, Chitral, Dera Ismail khan, Dir (Lower), Dir (Upper), Haripur, Havelian, Khanspur, Kohat, Mardan, Nowshera, Peshawar, Swabi, Swat, Gilgit, Baltistan, Skardu, any other city in region.
North C Kotli, Mirpur, Muzafarabad, Rawalakot, Sandhuti, any other city in region.
Central
Bahawalpur, Bahawalnagar, Chakwal, Depalpur, Dera Ghazi Khan, Faisalabad, Gujranwala, Gujrat, Jhang, Kasur, Lahore, Layyah, Mianwali, Multan, Rahimyarkhan, Sahiwal, Sargodha, Sialkot, Toba Tek Singh, Vehari, any other city in region.
South
Dadu, Ghotki, Hyderabad, Kalat, Karachi, Kech, Khuzdar, Larkana, Lasbela, Loralai, Mithi, Nasirabad, Pishin, Quetta, Sukkur, Tandojam, Thatta, Zhob any other city in region.