Fatima Jinnah Medical University Lahore · 3 1. Overview Fatima Jinnah Medical University, ... to...
Transcript of Fatima Jinnah Medical University Lahore · 3 1. Overview Fatima Jinnah Medical University, ... to...
1
Fatima Jinnah Medical University
Lahore
Tender Document
Tender No. IT-0004
Supply & Installation of LAN & WLAN Equipment
at
Fatima Jinnah Medical University
Lahore
TENDER DOCUMENT
TENDER No. IT- 0003
2
Supply & Installation of LAN & WLAN Equipment
at
Fatima Jinnah Medical University Lahore
TENDER PRICE Rs. 500/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No
Sold to: M/S
Date of Sale
Bank Challan No.
Date
3
1. Overview
Fatima Jinnah Medical University, Lahore intends to purchase “Supply & Installation of LAN
& WLAN Equipment” as provided at Annex ‘A’. The supplier will be responsible for Supply,
delivery, installation and commissioning of all specified items, wherever required, at the
Fatima Jinnah Medical University Lahore. This document provides complete instructions for
bidders intending to participate in this Tender. 2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal before
11:00 AM on 04-01-2019. Technical Proposals will be opened on same day at 11:30 AM
in the presence of representatives of responding bidders, if any, and Financial Proposals
will be opened after completion of technical evaluation. The exact time and place for
opening of financial proposals will be informed to technically qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed andc labeled. Proposals shall be delivered at the
address given below.
Registrar
Fatima Jinnah Medical University, Lahore
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
IT Department, FJMU
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this Request for
Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must be
submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related supplies, with contact person and
telephone/fax numbers.
iv. Detailed product design information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ Distributors/Agents
in Pakistan for Supply and installation.
5.2. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes
& Levies.
5.3. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of Fatima Jinnah Medical University, Lahore. The
Tender shall not be considered without Earnest Money. Bank guarantee will not be
accepted. Bank draft for Earnest Money should be placed with the Technical proposal.
5.4. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If the
selected bidder fails to sign the contract with in stipulated time, Earnest Money will be
forfeited.
5.5. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of Fatima Jinnah Medical University, Lahore within 10 days
after signing of the contract on judicial stamp paper of the value PKR. 1200/-which shall
remain valid for 12 months beyond delivery period. This performance guarantee will
be released after the completion of warranty/guarantee period, along with the
satisfactory completion report which will be intimated to the Seller and the Registrar
Fatima Jinnah Medical University, Lahore for their onward issuance of No Objection
Certificate (NOC) for the release of performance guarantee.
5.6. Fatima Jinnah Medical University reserves the right to accept / reject any or all
proposals without assigning any reason thereof.
5.7. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.8. The decision of the FJMU procurement committee will be binding on all concerned and will
in no case be challenged in any forum.
5.9. FJMU Lahore reserves the right to modify the conditions / specifications of the Tender
Document with written intimation to all the participants who have purchased the
Tender Document.
5.10. Delivery period will be 30 days from the date of issuance of purchase order/supply
order.
6
5.11. Delivery shall be completed according to the agreed upon schedule.
5.12. In case the selected bidder fails to execute the contract strictly in accordance with the terms
and conditions laid down in the contract, the Performance Guarantee shall be forfeited.
5.13. The University will get the item inspected at Fatima Jinnah Medical University, Lahore
and reject the item, if not found according to the stated specifications.
5.14. The University reserves the right to claim compensation for the losses caused by delay in the
delivery of equipment.
5.15. It is the sole responsibility of the bidder to comply with local, national and international
laws.
5.16. In case any supplies/material are found not in conformity with the specifications provided in
the tender, either on account of inferior quality, defective workmanship, faulty design, faulty
packing or is short supplied, or wrongly supplied, the supplier will replace the same
free of charges or pay the full cost of replacement.
5.17. All the proposals submitted will become the property of the University.
5.18. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the Fatima Jinnah Medical
University, Lahore to forfeit the Earnest Money in favor of the Fatima Jinnah Medical
University, Lahore and/or putting a ban on the future inquires or taking any other suitable
action against the bidder.
5.19. Delivery of the items will be free of charge at Fatima Jinnah Medical University, Lahore
during the office hours with a copy of Delivery Challan.
5.20. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include,
but not limited to the consideration of the following with respect to the functional requirements
given ahead:
a. Technical specifications of proposed item
7
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
TECHNICAL SPECIFICATIONS
LOT 1
Network Switches & SFP Modules
SR. NO.
ITEM DESCRIPTION QTY.
01
24 Port Layer 2 Switch
1. Interfaces: 24 10/100/1000BASE-T + 2 100/1000 Mbps SFP ports 2. Duplex Mode: • Full/Half-duplex for 10/100 Mbps, Full-duplex for 1000 Mbps 3. Media Interface Exchange: Auto MDI/MDIX adjustment for all twisted-pair ports 4. Switching Capacity: minimum 52 Gbps or higher 5. MAC Address Table minimum 8K entries or higher 6. Static MAC Addresses minimum 256 entries or higher 7. Forwarding Rate minimum 38.7 Mpps or higher 8. Packet Buffer minimum 4 MB or higher 9. DRAM minimum DDR3 128 MB or higher 10. NVRAM minimum 32MB or higher 11. Power Input 100 to 240 V AC 50/60 Hz internal universal power supply 12. Should Support Advanced Layer 2 features. 13. Should support IEEE Features including Flow Control and Energy Efficient Ethernet (EEE).
03
02
28 Port PoE+ Switch
1. 24x 10/100/1000 PoE+ ports, 2x 1G RJ45 uplink-ports, 4x 1G SFP uplink-ports upgradable to 4x 10G SFP+ with license. 2. Out of Band Ethernet Port 10/100/1000Mbps RJ45, Console Port RJ45 to USB Type C port, File Transfer USB Port. 3. Switch should support 132Gbps Capacity or Higher. 4. Forwarding Capacity 98Mpps or Higher. 5. Switch must support the following specification minimum 6. Minimum 1 GB DRAM or higher 7. Minimum 2 GB NVRAM or higher 8. Minimum 2MB Packet Buffer or higher 9. Minimum 370W(AC) PoE Power Budget or higher 10. Switch support 16k MAC address entries and 1000 Router entries. Also support the 4K VLAN, 32 PVLAN, 250 STP, 4k ARP and 8 port maximum Trunk. 11. Minimum 320Gbps of Aggregating Stacked Option or Higher
01
9
12. Should support 12 Switch per Stack at Maximum Distance of 3 Km Capable. 13. Open Flow 1.3 Support for Future Integration with SDN Controller 14. Should support Hybrid Port Mode on all the Switch Ports 15. ISSU (In Service Software Update) 16. Hitless Fail Over to Auto Stand By Master Stack Controller 17. Should Support Basic Layer 3 Protocols (Should have capability to Enhance the Layer Function by adding license for Future Use) 18. QOS ACL Mapping and Marking of ToS/DSCP (CoS), ACL Mapping and Marking of 802.1p, ACL Mapping to Priority Queue, Classifying and Limiting Flows Based on TCP Flags, Honoring DSCP and 802.1p (CoS), Priority Flow Control (per device). 1 year Support Advanced Hardware Replacement (Next Business Day).
03
SFP Modules
Standards: IEEE 802.3u, Compliance: SFP + MSA Compliant, LC duplex connector, Data Transfer Rate: 55 Mbps, Wavelength:1310 nm, Optical Output Power: -20 ~ -10 dBm, Distance: 2 km, Special Features: Hot pluggable, Metal enclosure, Sensitivity: -32 dBm, Power consumption: 439 mW, Operating Temperature: 0 – 70 °C (32 - 158 °F), Operating Humidity: Max. 90% non-condensing, Dimensions: 13 x 53 x 10 mm (0.5 x 2.1 x 0.4 in), Weight: 18 g (0.6 oz.), Certifications: CE, FCC,
8
Note: Bidder must provide Warranty & Support of hardware equipment for atleast 1 year
LOT 2
LAN & WLAN Infrastructure
Sr. No
Item Description QTY.
01
WLAN Controller
1. Controller should be able to support up to 150 access points 2. Controller should support up to 4,000 concurrent users session. 3. 1+1 redundancy with auto synchronization should be Ruckus. 4. Controller must have two Gigabit Ethernet (10/100/1000) ports. 5. Support automatic channel adjustment 6. Support automatic transmits power adjustment on each AP to achieve optimal performance. 7. Controller must support integrated Captive portal 8. Support smart mesh networking and also show the mesh topology on floor plan. 9. Support 256 WLAN SSID on network. 10. Support integrated DHCP server 11. Controller should be able to present a customizable dashboard. 12. Controller should Support HotSpot 2.0 services. 13. System should support Dynamic Pre-shared Key with 63 bit
01
10
unique Key Generated by Controller 14. System must detect the Rogue Access point and indicate malicious AP and Mac Spoofing. 15. System must prevent the clients to communicate with Malicious Access. 16. Controller should support Guest network and policies with ease of use. 17. Support for per SSID and user based rate limiting. 18. Controller should support WEP, WPA-TKIP, WPA2-AES, 802.11i. 19. Should support authentication via LDAP, Active Directory and RADIUS sever and also have the internal local database. 20. Support 802.1Q (VLAN) per SSID, dynamic VLANs and VLAN Pooling. 21. Controller should support Channel fly to automatically select the RF Channel with greater Throughput. 22. Controller should support ACL (Access list) layer 2, layer 3 and layer 4. 23. Controller should support the OS based policies for iOS, Android, windows and Linux. 24. Support Application visibility. 25. Controller have the ability to tunnel data from the access points to the controllers 26. Controller should support SMTP outbound authentication and TLS encryption. 27. Support SNMP v2 and v3 28. Device must be Wi-Fi Alliance Certified.
02
Wireless Access Points
The AP’s should support 802.11 a/b/g/n/ac standards and should be centrally managed by wireless controller device. 1. Access Point must support 802.11 ac (MU-MIMO) Wave II Standard. 2. The access point should work on 2.4GHz and 5 GHz band simultaneously. 3. Access Point should support 400 Mbps on 2.4 GHz and 867 Mbps on 5 GHz. 4. Access Point should support Channelization of 20 MHz, 40 MHz and 80 MHz 5. Access point must work on 2 x 2 with 2 Spatial Streams (MU-MIMO). 6. Support backward compatibility with legacy 802.11 Clients. 7. Access Point should support dual Polarized Integrated smart Directional antennas 8. Adaptive Polarization Diversity- MRC (PD-MRC) should support. 9. Integrated Antenna elements must support 128 unique antenna patterns for better coverage and interference rejection.
18
11
10. Support Beamflex and Beamflex+ Technology. 11. Device must support 3 dBi physical antenna gain and 4- 5dB (TX/RX) Beamflex gain. 12. Device should support 10 dB interference rejection 13. Device must support -103 dBm Receive Sensitivity. 14. Transmit power of AP’s: 26 dBm on 2.4 GHz and 25 dBm on 5 GHz Radio. 15. Support automatic RF Channel selection. 16. Access Point should support Space time Block coding (STBC), Low Density Parity Check (LDPC), Maximum Likelihood Decoding (MLD) for Batter Downlink and Uplink Transmission. 17. AP should support 802.3af POE standards. 18. AP must have 2 x Auto MDX, Auto Sensing Gigabit Ethernet Port. 19. AP should have USB Port for IoT technologies. 20. AP should support Ethernet 802.1x port-based authentication. 21. Wireless Security: WEP, WPA-PSK, WPA-TKIP, WPA2 AES, 820.11i 22. Support integrated NAT and DHCP as Standalone Access Point. 23. The access point should support 802.1q VLAN tagging 24. Implement Wi-Fi alliance standards WMM, WMM-PS, 802.11d, 802.11h and 802.11e. 25. Support advance QoS Packet Classification and automatic priority for latency- sensitive traffic. 26. Support up to 30 VO-IP clients. 27. 500 Concurrent clients support. 28. AP should support IP multicast video streaming.
03 PoE Injectors PoE injectors which support above mentioned WAPs to operate 14
Note: Bidder must provide Warranty & Support of hardware equipment for atleast 1 year
PASSIVE MATERIAL
01 UTP Cable Cat-6
Cat 6 UTP, 23AWG 4Pair Cable Roll (305 Meter) Mechanical Characteristics Conductor: Solid Bare Copper AWG: 23 Conductor Dia Norm: 0.574 Insulation: PE Average Thickness (±0.03mm): 0.23 Min. Point Thickness (mm): 0.18 Insulation Dia. (±0.05mm): 1.04 Twisting Lay Length (mm): 30underneath Cabling Lay Length (±10mm): 140 Filler: PE Jacket: PVC Average Thickness (±0.05mm): 0.50 Min. Point Thickness (mm): 0.46 Outer Dia. (±0.15mm): . NVP (%): 68 6.20 Weight (kg/km): 14 Electrical Characteristics UL Listed
Approx1830 M / As per Actual
02 Fiber cable 12 core Single Mode optical fiber G652D, Maximum 12 fibers per tube and solid polyethylene fillers, reinforced plastic (FRP) central strength member, water blocked interstices, taped, polyethylene inner sheathed, corrugated steel tape
Approx. 600 M /As per
12
armored, polyethylene overall sheathed. Sheath Thickness: 2.2mm average, Operating Temperature:-40°C to +70°C, Storage Temperature:-40°C to +70°C.Electrical/Optical Characteristics: Tensile Strength.
actual *
03 24 port Patch Panel
Material: CRS (cold rolled steel), Thickness: .060” (1.52mm), Coating: Graphite Grey Powdercoat. Dimensions: 44mm H x 483mm W x 98mm D, Interface Resistance: 20 mΩ, Initial Contact Resistance: 2.5 mΩ, Insulation Resistance: >100 MΩ, Plastic Housing: Polycarbonate, UL94V-0 rated or Equivalent, Operating Life: Minimum 750 insertion cycles, Contact Material: Copper Alloy, Contact Plating: 1.27 micrometres Au/Ni, Contact Force: 100g minimum, Plug Retention Force: 15 lbs, IDC Connector: Plastic Housing: Polycarbonate, UL94V-0 rated or Equivalent, Operating Life: Minimum 200 Reterminations, Contact Material: Copper Alloy, IDC Contact Plating: Tin matte finish, Contact Force: 100g minimum, Wire Accommodation: 22-24 AWG solid.
4
04 Multi-mode Patch Cord SC-LC
Cordage O.D.: 2.0mm +/- 0.1mm x 4.1mm +/- 0.2mm, Buffer Diameter: 900μm, Primary Coating: 245μm, Strength Member: Aramid Yarn, Jacket Material: LS0H IEC 61034-1 & 2, IEC-60332-1, IEC-60754- 1 & 2, Minimum Bend Radius: Install: 3.0cm., Long Term Bend Radius: 2.0cm, Operating Temperature: -40°C to +85°C. Color: Orange
15
05 Cat 6 Patch Cord
Conductor size: 26 AWG stranded copper wire, Screen material: Aluminum/polyester shield with tinned copper drain wire, Nom. O.D.: 6.5mm, Sheath: Low Smoke Zero Halogen (LS0H), Bend radius: 8X O.D., Operating temperature range: -20°C to 60°C. MIN operating life: 750 insertion cycles, RJ45 plug material: Clear polycarbonate (PC), Boot material: Clear, polyvinylchloride (PVC), Contact material: 0.35mm thick copper, Contact plating: 1.27um gold, RJ45 plug dimensions compliant with: ISO/IEC 60603-7 and FCC 47 Part 68. Max voltage: 150 VAC (max), Max current: 1.5A @ 25°C
40 Cables of 1 M + 20 Cables of 3M length
06 24 port Cable Management Panel
Panel Material: Cold Rolled Steel, Thickness: 1.5mm (.06”), Finish: Graphite Grey Powdercoat/ Option for Black, Material: Thermoplastic UL94V-0, Cover Material: Graphite Grey, Extruded UV Grade Rigid PVC. Size: 1U
4
07 Multi-Function Fiber Enclosure
Material: Powder Coated Mild Steel, Fibre Termination Options: Direct, Fusion Splice, Mechanical Splice, Pre-Terminated MTP Dimensions: 482mm W x 270mm D x 43mm H Shipping Weight: 3.84Kg.
4
08 Pig Tails SC Pigtails 6 PC X 1 Fibre 50μm (OM3) MM - 1.5M 12
09 Wall Plates Single Shutter with CAT6
Single Face Plates shutter with Cat 6 RJ45. 15
13
RJ45 Keystone Jack
10 In Wall Boxes Color White 15
11 12 U Data cabinet
Double Section 600x600, 1 Fixed tray, 2 Fans, Wall mounting, glass door and powder coated
3
12 Misc. Materials & Services
Ethernet CAT 6 Cable laying Services Including material i.e. Duct, PVC Pipe Jeddah/Adamjee/Master , Multiple Size According to requirement, Best Quality)etc. in Ft. (Chiseling, Digging, Carpenting and mason work not included)
01
14
Annex ‘B’
(Bid Form)
LOT 1 Sr. No Item Qty. Unit Rate
(Including all
taxes)
Total Prices
(Including all
taxes)
01 24 Port Layer 2 Switch 03
02 28 Port PoE+ Switch 01
03 SFP Modules 08
Total_________________________
Total in words:_________________________________________________________________
15
Annex ‘B’
(Bid Form)
LOT 2
Sr. No Item Qty. Unit Rate
(Including all
taxes)
Total Prices
(Including all
taxes)
01 WLAN Controller 01
02 Wireless Access Points 18
03 UTP Cable Cat-6 1830M
04 Fiber cable 600 M
05 24 port Patch Panel 04
06 Multi-mode Patch Cord SC-LC
15
07 Cat 6 Patch Cord 40+20
08 24 port Cable Management Panel
4
09 Multi-Function Fiber Enclosure
4
10 Pig Tails 12
11 Wall Plates Single Shutter with CAT6 RJ45 Keystone Jack
15
12 In Wall Boxes 15
13 12 U Data cabinet 3
14 Misc. Materials & Services
01
15 PoE Injectors 14
Total_________________________
Total in words:_________________________________________________________________
16
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
i. Profile of company
ii. Detail of Previous/Current customers of related Supplies, Purchase Orders, with contact
person and telephone/cell numbers.
iii. Detailed product information
iv. Copy of National Tax Registration Certificate
v. Copy of Sales Tax Registration Certificate
vi. Bank letter/Certificate of Account Information/financial standing
vii. An affidavit on Rs. 100/- Stamp Paper that currently they are not black listed or de- barred
by any Government/Semi-Government Department to participate in bidding and to supply
equipment. Failure to submit such affidavit may lead to disqualification.
viii. Detailed item specifications matched corresponding to the BOQ as given at Annex ‘A’
ix. Detailed project implementation schedule/Completion Schedule which includes the
delivery of items mentioned in the BOQ
x. Signed and stamped Tender document
17
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
-- 10 GST/NTN)
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years’ experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years’ experience 3 --
2.2 6 – 10 years’ experience 6 --
2.3 The bidder will Provide details of 03 operational offices in Pakistan 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After Sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification matched as provided in Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Bidder will submit relevant certification of atleast 05 10
Resources of quoted brand
5.5 Satisfactory letter from clients in favour of such equipment 5
5.6 Guarantee / Warranty (as the case may be) 5
5.7 Provision of Training to concerned user 2.5
5.8 Free Installation (if required) as per requirement 2.5
Total -- 100
REGISTRAR
FATIMA JINNAH MEDICAL UNIVERSITY, LAHORE