· Web viewbu te Ma x. marks Ma r ks A ll o tted 1 Authorized dealership 5 2 Specs Conformity 25 3...

30
TENDER DOCUMENT United States Pakistan Centre for Advanced Studies in Energy (USPCAS-E) - NUST Islamabad, Pakistan (PROCUREMENT-OF-IT EQUIPMENT ALONGWITH ACCESSORIES) 1. Bids are invited from well-established suppliers/OEM/ Distributor, having NTN& Sales Tax registration as well as active ATL Status in FBR record with modern facilities for supply of “IT Equipment for USPCAS-E - NUST Islamabad”. Complete specifications and required quantity have been mentioned and attached as per Annex F describing following items:- a. Smart Podiums with all accessories b. Multi Media Projectors with all accessories c. Servers with all accessories d. Video Conferencing Equipment e. Audio Equipment f. UPS 2. SU B M I SS ION OF Q U OTAT I ON BIDS B E SU B M ITT E D AS UND E R IN T H RE E ( 3) S E A L E D E N V E LO P E S : a. 1st envelop, with sealed technical offer, marked as “Technical Bid” b. 2nd envelop, with sealed financial offer & Earnest Money, marked as “Financial Bid”. c. Both envelops to be placed in a 3rd envelop, sealed bearing firms’ address, phone etc. should be addressed to Operations & Supply Chain Specialist, USPCAS-E, SMME West Wing Block, NUST, H-12 Islamabad. d. Bidders may quote for maximum number of items as described vide Para 1 a-f ante. 3. Q U OTAT I ON & ATT A C H M E N TS TO B E P R OVI D E D B Y T H E C O M P A N I E S : a. Sealed bid should be submitted along with the quotation, detailed specifications, etc. b. Quotation must include all applicable taxes i.e. Income Tax, GST, etc. c. Submit “Undertaking by Company” on the form attached as Annex-A. d. Attach earnest money (refundable) equal to 3% of total quoted value with the bid as pay order/draft in favor of

Transcript of  · Web viewbu te Ma x. marks Ma r ks A ll o tted 1 Authorized dealership 5 2 Specs Conformity 25 3...

TENDER DOCUMENT

United States Pakistan Centre for Advanced Studies in Energy (USPCAS-E)- NUST Islamabad, Pakistan

(PROCUREMENT-OF-IT EQUIPMENT ALONGWITH ACCESSORIES)

1. Bids are invited from well-established suppliers/OEM/ Distributor, having NTN& Sales Tax registration as well as active ATL Status in FBR record with modern facilities for supply of “IT Equipment for USPCAS-E - NUST Islamabad”. Complete specifications and required quantity have been mentioned and attached as per Annex F describing following items:-

a. Smart Podiums with all accessoriesb. Multi Media Projectors with all accessoriesc. Servers with all accessoriesd. Video Conferencing Equipmente. Audio Equipmentf. UPS

2. SUB MISSION OF QUOTATION BIDS BE SUB MITTE D AS UNDE R IN THRE E (3) SE ALE D E NVE LOPE S:

a. 1st envelop, with sealed technical offer, marked as “Technical Bid”b. 2nd envelop, with sealed financial offer & Earnest Money, marked as “Financial Bid”.c. Both envelops to be placed in a 3rd envelop, sealed bearing firms’ address, phone etc.

should be addressed to Operations & Supply Chain Specialist, USPCAS-E, SMME West Wing Block, NUST, H-12 Islamabad.

d. Bidders may quote for maximum number of items as described vide Para 1 a-f ante.

3. QUOTATI ON & ATTAC HME NTS TO BE PR OVIDE D BY THE C OMPANIE S:

a. Sealed bid should be submitted along with the quotation, detailed specifications, etc. b. Quotation must include all applicable taxes i.e. Income Tax, GST, etc.c. Submit “Undertaking by Company” on the form attached as Annex-A.d. Attach earnest money (refundable) equal to 3% of total quoted value with the bid as pay

order/draft in favor of USPCAS-E, NUST.e. Please Submit:

i. Income and Sales tax certificates along with record of GST deposited in last one year.

ii Company profile.iii. Bank statement of last 2 Yearsiii. Where subject services provided in last 5 years. iv. Quality Certification (if any).v. OEM Authority lettervi Non-black listing record certificatevii. Dully filled and signed Annex A – D attached with this document.

f. Bidders are asked to quote validity period of quotation on authority letter of OEM.However, 90 days validity after opening of commercial bid is essential.

N ot e : -Quotation is liable to be rejected in case of incomplete bid as stated above.

4. COST EFFECTS . The total cost of each bided item will be distinctly broken down as under;- a. Item Price b. Tax/Clearing Charges c. Installation Charges d. Training, if required

Note: Price must be coated in PKR.

5. INS T R U C T I O N S F O R SUPP LI ER S TO AV O ID R E J E C T I O N - N OTE C A R E F U L LY a. Tender Document may either be downloaded from the web www.casen.nust.edu.pk

or be obtained from undersigned office during working hours.b. Supplier will be bound to deliver the equipment at USPCAS-E, NUST at his expense.c. Bid shall be rejected if the rate(s) are not clear, incomplete, conditional or

ambiguous.

d. Performance Guarantee (PG): Selected vendors shall provide a 5% value of contracted value as performance guarantee (PG) till warranty period.

e. NUST reserves Right to purchase at risk-and-cost of Supplier, if the selected supplier:i . Fails to complete the order, orii. Delays to supply within the delivery time mentioned in the quotation or

extended time given by the Purchaser,iii. NUST may deduct complete/ portion of Earnest Money.

f. NUST also reserves Right to:-i. Change the required quantity i.e., increases or decrease while placing

Purchase order. ii. Reject any bid or procurement process, any time, as per rules of PPRA.g. Reps of bidders are allowed to witness the opening of tenders, without conferring any

privilege.h. Contract Agreement shall be assigned to the successful bidder(s).i. Late submission of bid will not be entertained under any circumstances.j. Information about purchase will not be communicated to un-authorized person(s).k. In case of dispute, decision of Pro-Rector/Rector-NUST shall be final and binding on

both the parties.l. Bids shall be compared by „Item wise‟ for maximum number of items

m. Supplier shall be responsible for:-i. Transportation of sample or the bulk supply up to / within NUST premises ii. Loading/ un-loading, labor,iii. Installation, etc. will be carried out by the engineers of supplier.

n. subletting of the bid will disqualify the successful vendor.o. Bid submitted through email/fax will automatically stand disqualified.p. Integrity Pact envisaged in PPRA rules will apply.q. All stake holders will be responsible to maintain secrecy/ confidentiality of

information Data shared during all stages of Bidding/ Contract.r. Bids can be withdrawn with in three working days of its submission.s. Vendor will also be responsible to provide end user certificate, if required

6. INELIGIBILITY FACTORS. Bidders cannot compete if they:-a. Have been convicted for an offense concerning professional conduct.b. Have been guilty of grave professional misconduct (proven by any means which the

contracting authorities can justify).c. Have not fulfilled obligations related to payment of taxes.d. Are guilty of serious misinterpretation in supplying information.

e. Were declared as serious fault of implementation owing to a breach of their contractual obligations.

f. Are on any list of sanctioned parties issued by the Pakistan Government or any of the donor Agency.

g. The bidder is not associated with any terrorist organization.h. The offeror must certifies that it and its principal officers are not debarred ,suspended or

otherwise considered ineligible for an award by the U.S. / Pakistan Government .NUST will not award a contract to any firm that is debarred, suspended or considered to be ineligible by the U.S. / Pakistan Government

7. P E NA LT Y /LATE DELIVER In the event of delay in delivery at supplier fault, the supplier shall inform the purchaser before expiry of such period giving reasons or justification for delay. However, purchaser reserves the right to take following actions:-

a. Evaluate the request for extension in delivery period as per its merit and may consider

Extension in delivery period or otherwise.b. May cancel the contract.c. Can purchase from elsewhere undelivered stores at the risk and expense of supplier and

without notice to himd. To recover liquidated damages when the purchaser is satisfied that failure to supply the

stores within the scheduled delivery period has been for reason within the control of supplier, and /NUST has suffered loss for reasons of belated delivery. These liquidated damages if imposed will be recovered at the rate of up to 2% but not less than 1% of the value of the stores supplied late per month or part of a month for the period exceeding the original delivery period, subject to the provision that total liquidated damages thus imposed will not exceed 10% of the total value of the stores delivered late.

e. The purchaser’s decision under this clause shall not be subjected to arbitration.

8. INS P E C T I O N /TE S T I N G : NUST Inspection Committee will inspect the items as per specifications after arrival at premises. Nominated Equipment Evaluation committees will carry out necessary testing of equipment and render a certificate of correctness.

9. TE R M S OF P AY M E N T : 100% Payment will be released on successful installation of Equipment.

10. BID RECIEPT & OPENING. Sealed envelope should be addressed to “Procurement Office USPCAS-E„ and reach the under-mentioned Mailing Address until 02 May 2016 before 1300 hours. Technical quotations will be opened in the presence of firms’ reps and members of USPCAS-E equipment purchase/evaluation committee on same day at 1430 hours at the above mentioned address. Financial bids of shortlisted firms shall be opened on 11 May 2016 at 1430 hours at above mentioned address. In case of any query /clarification with regard to technical offer, the same shall be forwarded to concerned bidder for clarification. In case of any delay in opening of Financial Bid due to technical clarification, the same shall be communicated to the entire successful/technical qualified bidder well in time.

Mail in g Add ress

Operations and Supply Chain SpecialistSMME West Wing BlockUSPCAS-ENUST H-12 Islamabad, PakistanEmail: [email protected]: 051-9085-5257 Cell: 03005570212

N ot e . Tender notice is only an invitation to offer Bid to the USPCAS-E NUST and the competent authority/procurement office may reject all bids or cancel the tender as per rules laid down by PPRA.

11. S O URC E AN D NA T I O NA L I TY R EQU IR E M E N T S : All goods and services offered in response to this advertisement must meet USAID Geographic Code 937 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this procurement is Pakistan. Offerers may not offer or supply any commodities or services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria.

12. W ARRAN T Y : Standard warranty service and repair within the cooperating country is required for all commodities under this procurement. The warranty coverage must be valid on all commodities after successful installation of the equipment as mentioned below.

a. Smart podiums with 2(Two) years warranty.b. Multimedia projectors with 2(Two) years warranty.c. Video conferencing equipment with 1(One) year warranty.d. Server equipment with 3(Three) years warranty.e. Audio equipment with 1(One) year warranty.f. UPS with 1(One) year warranty.

13. AFTER SALE SERVICE

a. Supplier will guarantee the availability and the supply of Essential Maintenance Spares required to keep the equipment operational for a period of Five (5) years from the date of commissioning of equipment.

b. Details of any improvements / modifications in the equipment if carried out by the manufacturer during currency of the contract and till completion of the warranty period will be provided.

14. DEMURRAGE / LOSS OF CARGO . NUST has no such liability until the equipment is successfully installed.

15. T A X E S : USPCAS-E being an educational institution is exempted from payment of taxes such as GST and import relevant duties such as Customs. USPCAS-E is funded by USAID under Pakistan Enhanced Partnership Agreement (PEPA) between the United States of America and Islamic Republic of Pakistan. NUST will provide the appropriate exemption documentations to the successful bidders, where ever required.

16. O RD E R ED Q UAN T I T Y . This organization shall have the right to decrease or increase the quantity of units required at the time of issuance of purchase order/contract after due consideration of bid prices, delivery time, warranty and payment terms.

17. R EPEAT ORDER : If required, the Purchaser may place a repeat order (at previous rates and conditions) for the supply of subject item(s), during a period of one (01) year after the issue of purchase order/contract, as per PPRA rules.

18. P AC K IN G & T RANS P O R T A T I O N . All Equipment shall be individually packed in standard packing provided by the manufacturer for onwards transportation and delivery. Any item damaged during transportation will be replaced by the bidders at their own cost. However delivery should be completed within Eight weeks from the date of issuance of notice of acceptance.

19. D EL I V E RY / SU PP LY SC HE DU L E . Supply and delivery lead time must be mentioned on quotation of all items is required from the date of notification of award to the successful bidders. Selected bidder will be responsible for packing of required quantities and timely delivery. However delivery should be completed within Eight weeks from the date of issuance of Acceptance letter.

20. D EF AU LT. If the contractor fails to effect or keep in force any of the insurances referred to in

the contract or fails to provide satisfactory work, NUST may, without prejudice to any other right or remedy, terminate the Purchase Order and cancel contractor rights or remedy to recover the amount paid in advance (if any). If the vendor fails to deliver items/services as per approved samples and specifications, NUST reserve the right to terminate the contract.21. TE C H NICA L / U S ER M ANUA L / P U BL ICA T I O N . Successful vendor(s) will be bound to provide subject material to USPCAS-E at the time of delivery

22. TOOL KITS/A CCESSORIES . Standard sets of General Tool kit/ accessories supplied with equipment shall be supplied by the seller along with the equipment within the quoted cost of the main equipment.

23. ARBITRATION. Pro-Rector Acad/ Rector NUST will be the final authority for arbitration.

24. LITIGATION In case of any dispute only court of jurisdiction at Islamabad shall have the jurisdiction to decide the matter

25. F ORCE M AJEURE : The Supplier shall not be held liable in the event of their failure to comply with the delivery schedule of the ordered items(s) for reasons of Force Majeure including but not limited to: war and other instabilities invasion, act of foreign enemies, mobilization or embargo, civil war etc.

Note: Firms are requested to strictly follow the pattern/sequence of tender documents while filling/submitting their offer/bidding document.

26. BID EVALUATION: As per Annex E

Mail in g Add ress

Operations and Supply Chain SpecialistSMME West Wing BlockUSPCAS-ENUST H-12 Islamabad, PakistanEmail: [email protected]: 051-9085-5257 Cell: 03005570212

Cov er Letter / Pro po sal Submis si on underta ki ng .ANNEX-A

Operations and Supply chain specialist Date: XYZCenter for Advanced Studies at NUST (USPCAS-E), SMME, west wing, NUST Campus H-12, Islamabad

Dear Sir

1. We, the undersigned, offer to provide our services For “Supply of Lab. Equipment” in accordance with your Tender Document dated , and our Proposal. We are hereby submitting our Proposal, which includes this technical proposal, and a financial proposal sealed under separate envelopes.

2. We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.

3. The understand and agree that the decision of the procurement/evaluating committee shall be final and cannot be challenged on any ground at any forum and the procurement/evaluating committee will not be liable for any loss or damage to any party acting in reliance thereon.

4. Furthermore, we hereby certify that, to the best of our knowledge and belief:

a. We have no close, familial, or financial relationships with any NUST / (USPCAS-E) staff members;b. We have no close, familial, or financial relationships with any other bidder submitting proposals

in response to the above-referred RFP.c. The prices in our offer have been arrived independently, without any consultation, communication,

or agreement with any other bidder or competitor for the purpose of restricting competition.d. All information in our proposal and all supporting documentation is authentic and accurate.e. We understand and agree to NUST / (USPCAS-E)’ prohibitions against fraud, bribery, and

Kickbacks.

5. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete

Authorized Signature

M/S

SO URC E A N D N A T I O NA L I TY C O M P L I ANC E F O R M (Attachment of this form with Technical Proposal is must)

ANNEX-B

The purpose of this form is to gather information from bidders about source/nationality compliance. The authorized USAID geographic code for the USPCAS-E is 937.

1. Origin: While the concept of “origin” has been deleted from the USAID procurement regulations, there are still significant U.S. regulations (such as OFAC regulations) that prohibit transactions with certain countries. As such, I confirm that the quoted items are not manufactured, grown, produced, shipped from, or otherwise originate from any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, or Syria.

☐ N o , I cannot confirm ☐ Y e s , I confirm this is true.

2. Source:

“Available for Sale” in the Cooperating Country:

• Supplier is an authorized sales representative/dealer of the manufacturer in the cooperating country. If yes please provide brief introduction and attach copies of dealership certifications.

• Quoted items are included in supplier’s standard catalog. (Yes /NO)

• If yes, attach catalog.

• Supplier certifies that quoted items are routinely traded or offered for sale in the cooperating country. (YES /NO)

• Supplier has an installation base in the cooperating country. (YES / NO)

• If yes provide some details of after sale support points with complete addresses.

• Offered equipment is serviceable by the supplier and has a valid warranty in the cooperating country(YES / NO)

• IF yes, please provide details of capability how equipment is serviceable in cooperating country

• Complete details of type of warranty offered in cooperating country (or attach standard warranty terms and conditions offered).

• Supplier will be responsible of ensuring that after sale service support / spare parts are available will try all efforts to make it available. (Bidder / Supplier agrees with is statement) – Yes / NO

F o r i te m s p u r c h a sed o u t s i d e o f t h e c o o p e r a t i n g c o un t r y :

If the items are not “available for purchase” in the cooperating country, identify the “source” of theEquipment and describe compliance with the authorized geographic code 937:

T h e i t e ms w i l l be i mp or ted f r o m s ou rc e i s

[Describe the "source" countries and compliance with the authorized geo code.]

3. N a t i ona l i t y :

Per 22 CFR 228.12, organizations must meet both (a) and (b) below, as well as either (c) or (d):

a. The supplier is incorporated or legally organized under the laws of a country in the authorized geographic code:

[Describe the supplier's registration status; attach a copy of their business license or official registration to support registration status.]

b. The supplier is operating as an “on going concern” in a country in the authorized geographic code:

c. The supplier is managed by a governing body, the majority of whom are citizens (or lawful permanent residents) of countries in the authorized geographic code:

[Provide details and/or attach a certification from the supplier documenting that they comply with this.]

d. The supplier employs citizens (or lawful permanent residents) of countries in the authorized geographic code, in more than 50% of its permanent full-time positions and more than 50% of its principal management positions:

[Provide details, such as organizational chart with information, and/or attach a certification from the supplier documenting that they comply with this.]

ANNEX-C

O v e r a l l Com p l i a nce U nd e r t a k i n g

( To be a t t ac h e d w i t h Techn i c a l P r o p o s a l )

I, (Name); (CNIC#); (Designation), (Company Name) have gone through the Terms/Conditions of this RFP and have found the document in whole as non-biased to any particular vendor or product/brand. All quoted items meet USAID Geographic Code 937. I hereby undertake and firmly bound myself to abide by/comply all sections of this tender document except for those items noted below.

1……………………………………………………………………………………………

2……………………………………………………………………………………………

3……………………………………………………………………………………………

4……………………………………………………………………………………………

5……………………………………………………………………………………………

6……………………………………………………………………………………………

7……………………………………………………………………………………………

8……………………………………………………………………………………………

9……………………………………………………………………………………………

10……………………………………………………………………………………………

Note: In case of “Nil”, please cross those columns and stamp/sign this page.

Official Signature

Stamp

Date:

Annex D

IN F O R M A T I ON A BO U T R ELE V AN T P R OJ E C TS COMP LETED / ONGOING F OR LAST 2 YEARS:

Attach document evidence.

Sr.# Purchase Order/ ContractDetails

ContractAwardedYear

ClientName & Contact Details

ContractAmount

ContractDuration

Remarks

1

2

3

4

5

6

7

8

9

10

Annex EE v a l u a t i on C r i t e r i a

Sr.N0 Attribute Max. marks Marks Allotted

1 Authorized dealership 5

2 Specs Conformity 25

3 Manufacturer 5

4 Past experience 6

5 Back up support 10

6 Warranty 7

7 Local Outlets/FocalPerson

5

8 Technical strength ofsupplier

7

9 Financial 30

Note :

Technical bid = 70%

Financial bid= 30% (A Score of 100 will be awarded to the lowest price bid. Other proposals will be given a financial score inversely proposals to the lowest cost proposals using following formula:-

Lo w est B id P ric e /Bid P rice * 1 0 0 = F i n a nc i al Sc

Annex F

LIST OF IT EQUIPMENT

S.No DescriptionQuantity County of

OriginUnit Price with GST (CPT)PKR

Total Pricewith GST(CPT) PKR

1. Smart Podium With all accessories

19.5 inch Touch Screen DisplayModular Electronics DesignPlug and Play installationSingle Button Power up functionIntegrated Desktop: Processor Ci3, RAM 4GB, HDD 250 GB with standard keyboard & MouseControl Panel for Display Toggle and On/OffBuilt in Speakers 30 WattVGA Cable, Audio CableControl Box (Including Amplifier & VGA interfaces)Carbon-fiber tipped Stylus04 x USB,02 x VGA & 02 x HDMI PortsTouch Panel Controls integrated through one boxWood StructureLight for reading notesIntegrated Amplifier, Integrated PDUUPS included, Onsite installation and configuration

07

2. Multimedia Projectors with all accessories

Output 3500 LumensContrast10000:1Technology: DlpLan Ethernet RJ45 supportedProjection size 30-300 inchesConnectivity USB-VGA-HDMIMulti protection lamp life upto 6000 hours min.Projection Screen 6x8 ft Wall Mounted4 ft. Ceiling Mount KitHDMI,Power & VGA Cable 15 Meter eachOnsite installation & fixing

07

3. Multimedia Projectors with all accessories

Output 3500 LumensContrast10000:1Technology: 3LCD,LCDLan Ethernet RJ45 supportedProjection size 30-300 inchesConnectivity USB-VGA-HDMIMulti protection lamp life upto 6000 hours min.Projection Screen 6x8 ft Wall Mounted4 ft. Ceiling Mount KitHDMI,Power & VGA Cable 15 Meter eachOnsite installation & fixing

01

04 Multimedia Projectors with all accessories (01) Seminar HallOutput : 6000 to 6500 LumensTechnology:3LCDResolution : WUXGA 1920 x 1200Full HDAspect Ratio: 16:10Contrast 5000:1Projection size 30-300 inchesInterfaces: HDMI ,VGA, Ethernet4 ft. Ceiling Mount KitHDMI, Power & VGA Cable 70- 100 Meter eachOnsite installation, fixing & configuration with A/V EquipmentProjection Screen 9x12 ft Wall Mounted standard

01

05 Audio/Video Equipment for Seminar Hall &Conference RoomVideo Conferencing Unit (Seminar Hall & Conference Room)PolyCom, HUAWEI or Equivalent HD codec 1080P60Embedded Operating SystemComply with H.232,SIP & support both IPV4 & IPV6Network Rate: 64 kbit/s to 8Mbit/sAudio Support:G.711,G.722,G.722.1C,G.728,G.729 & AAC-LD

Support H.263, H.263+, H.264, H.264 HP, and H.264 SVC.MCU:5 +1 HD video site + 3 Way VOIP SitesFunctions to share & receive presentations during point to pointconferenceBuiltin wifi 802.11b/g/nInclude Packet loss concealment (Packet loss rate as high as 20%)

Able to encode and decode 1080p60 video at 1024 kbit/s, 1080p30 video at 512 kbit/s, and 720p30 video at 384 kbit/s.

HD camera with 12x Zoom

IP: 10/100/1000 Base-T, 2 x RJ45,2 x RS-232 COM, 2 x USB ports ,HDMI/VGA input & Output, 2xRCA /1x3.5mm/2xRCA Audio input/outputSoftware license, Onsite Support and Service

One time implementation, installation & commissioning on 02 sites

02

06

HD Camera (Seminar Hall)

HUAWEI, PolyCom or equivalent 1080p50/60 HD Camera (12X Zoom,2.38MP)

01

07 DVR (Seminar Hall & Conference Room)

AV inputs for recording.Product must give output through HDMI port.Functionality of playback recording and also Write it on DVD .

HDD 160GB minimum

02

08 Smart LED TV (Seminar Hall & Conference Room)

Screen Size 55 Inch

Inputs:3 HDMI,2 USB ports

1080p HD displayNetwork Connectivity

Moveable bracket with remote

03

09 Wireless Microphone

01 hand mic and 01 collar mic as one set - Bundled

Dual Channel, VHF/UHF Frequency, 100 Meters Service Range

Two Output ports to connect devices

Spurious suppression -60dB

03

10Microphone

Gooseneck

Sensitivity -47dB (+-3dB)

Frequency 60 to 1400 Hz

05

11 Amplifier

Input 120V ,240 WATT

3x Mic inputs by phone jack type

2x Aux Inputs and 2x line inputs for spare use

EMC priority input

Freq.10-16,000 Hz

01

12 Audio Mixer

Digital-Sound Audio Mixer

12 XLR Channels with Mute Button for each channel

Phantom Power

Output Level: 21dBm (1 KHz, THD=0.5%)

01

13 Wall Speakers

30 Watt, freq.110-15kHz , Wall Mounted

06

14. AV cables with Laying

Audio cable, Video, VGA, HDMI cables to AV Room

1 Job

15. Installation & Commissioning of Audio Equipment

Includes Complete configuration & Installation with one yearonsite support

1 Job

16.Audio Equipment at Conference RoomAudio UnitCentral Control Audio Unitwireless microphone inputHost 60 delegate unitsBuilt in Speaker & volume control

Single wire daisy chain connectivity

Switch for microphone turn on/off,

01

17. Delegate Audio Unit

24V input, Microphone ON/OFF Switch

Gooseneck with LED

22

18. Chairman Audio Unit

24V input, Microphone ON/OFF Switch

Priority Button

Gooseneck with LED

01

19. Wireless Microphone

Dual Channel VHF/UHF Frequency

100 Meter Service Range

Two Output ports to connect devices

01

20. AmplifierTwo Mic inputs &Two Aux inputs, 120 WATTVOX priority for one MICPhantom PowerFrequency 50Hz~16KHz(+1dB, -3dB)

01

21. Wall Speaker30 Watt, Wall Mounted

02

22. Cabling & Installation with complete configuration 1 Job

23 UPS (10 KVA)True online, Pure sine wave rack mountable UPS 10 KVA.

Recommended brands: APC/GE/Liebert Emerson onlyInput voltage: 220/230/240 VAC (172 to 285 VAC). Built-in stabilizerInput Frequency: 40-70 hz.Output voltage: 220/230/240 VAC, -+1%(selectable).Freq. tolerance: 2-6%Wave form: true sine wave.Transfer Time: nil/zero (True on line) double conversion.Batteries: Sealed & maintenance free 3-5 Years Life.

I/P Power factor : 0.98O/P power factor : 0.8Recharge Time: 2.5-3 hours on 80% capacityEfficiency: i/p 99% & o/p 94%Audible noise: 40-50 dba.Surge capacity IEC/61100-4-5Certification : 62064-2 Class-A, EN50091-1, En60950, IEC950SNMP Module for Network Connectivity

02

24 UPS (5KVA)True online, Pure sine wave rack mountable UPS 5 KVA.

Recommended brands: APC/GE/Liebert Emerson onlyInput voltage: 220/230/240 VAC (172 to 285 VAC). Built-in stabilizerInput Frequency: 40-70 hz.Output voltage: 220/230/240 VAC, -+1%(selectable).Freq. tolerance: 2-6%Wave form: true sine wave.Transfer Time: nil/zero (True on line) double conversion.Batteries: Sealed & maint free 3-5 Years Life.I/P Power factor : 0.98

O/P power factor : 0.8Recharge Time: 2.5-3 hours on 80% capacityEfficiency: i/p 99% & o/p 94%Audible noise: 40-50 dba.Surge capacity IEC/61100-4-5Certification : 62064-2 Class-A, EN50091-1, En60950, IEC950

02

25 Complete onsite installation and commissioning of UPS on 3x sites

1 job

26 Server Room Infrastructure

Blade Chassis4U Chassis,8 Node Slots,4PSU Slots,5Fans and Accessory IncludedRemote KVM and virtual media4U static Rail KitSupport at least 8 high density blades in 4U chassisRedundant AC Power Supplies, 1200W platinum AC Power Module2*GE Interface CardEmbedded OS, Embedded Mega RAID Software RAID for BIOS,support RAID0/1/103 Years onsite support & service

01

27 Blade ServersProcessor :2 x 8C E5-2600v3RAM:64 GB RAM 2133MHz LP RDIMM24 DIMM Slots2 x 600GB 10K SAS with RAID11 x CNA 10gbe adapter

3 Years onsite support & service

03

28 Storage6TB useable storage with RAID 6HDDs SAS 10k RPMStorage Cache Min. 4 GB cache Per Controller (Scalable up to 8GBCache) Per ControllerSupport Thin Provisioning/Auto TieringRAID Supporting RAID 0, 1, 3, 5, 6, 10OS Support AIX,HP-UX, Solaris, Linux & WindowsMultiple host connectivity : 12 x 1 Gbps iSCSI ports Minimum/O module hot swap: hot-swappable controllers, fans & powersuppliessupports online expansion of I/O modulesManagement software with storageRack Rail Mount kit3 Years onsite support & service

01

29 Installation & Configuration of Server Equipment with Training

30 Branded PDU&KVM2x Power Distribution Units with Branded KVM

01

31Ultrasonic Rodent RepellantUltrasonic Rodent Repellant for Server Room Good Life, UK or equivalent

01