0% found this document useful (0 votes)
129 views37 pages

Smart Classroom RFP

The University of Sufism & Modern Sciences is requesting proposals for the supply and installation of a smart classroom solution by December 30th, 2021. The solution includes a video conferencing device, digital podium, room fixtures like AC units, ceiling, lighting, and networking equipment. Interested bidders must be registered in Pakistan for tax purposes and have the ability to complete the project on time. The document provides instructions on bid submission and evaluation criteria. Late bids will be returned unopened. Accepted bids will be opened on December 30th in the presence of bidders.

Uploaded by

Mustafain Raza
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
129 views37 pages

Smart Classroom RFP

The University of Sufism & Modern Sciences is requesting proposals for the supply and installation of a smart classroom solution by December 30th, 2021. The solution includes a video conferencing device, digital podium, room fixtures like AC units, ceiling, lighting, and networking equipment. Interested bidders must be registered in Pakistan for tax purposes and have the ability to complete the project on time. The document provides instructions on bid submission and evaluation criteria. Late bids will be returned unopened. Accepted bids will be opened on December 30th in the presence of bidders.

Uploaded by

Mustafain Raza
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 37

University of Sufism & Modern Sciences,

Bhitshah, Sindh, Pakistan

REQUEST FOR PROPOSAL


FOR
“SUPPLY AND INSTALLATION/ DEPLOYMENT
OF SMART CLASSROOM SOLUTION”

Submission Deadline: December 30, 2021 @11:00


AM Opening of Bids: December 30, 2021 @11:30 AM

1
Contents
Section 1. Letter of Invitation....................................................................................................3
Section 2. Instruction to Bidders (ITB).......................................................................................4
Section 3. Bid Data Sheet........................................................................................................14
Section 4. Evaluation Criteria...................................................................................................17
Section 5a: Technical Specifications of the Required Goods...................................................20
Section 5b: Special Terms and Conditions...............................................................................26
Section 6: Returnable Bidding Forms / Checklist.....................................................................27
Form A: Bid Submission Form..............................................................................................28
Form B: Joint Venture/ Consortium/ Association Information Form...................................29
Form C: Bidder Information Form........................................................................................30
Form D: Qualification Form.................................................................................................32
History of Non-Performing Contracts..................................................................................32
Form E: Technical Bid Proposal Form..................................................................................34
Form F: Specifications Compliance Form.............................................................................36
Form G: Price Schedule Form..............................................................................................42

2
Section 1. Letter of Invitation
University of Sufism & Modern Sciences, Bhitshah (USMS) invites sealed bids from interested firms
duly registered with FBR and/or SECP, for the “Supply and Installation/ Deployment of Smart
Classroom Solution” comprising of the following Items
S.NO. Indicator (Items) Item Description Qty
    Video Conferencing Device All in one  
Size: 86”
CPU: dual-chip 4-core @1.5G + 4-core
System:
@1.8G
12 GB flash: 64 GB AI computing power: 4
RAM:
TB FLOPS
86”/D-LED; Resolution: 4K; Writing
Screen:
precision: ±1 mm
built-in 4K30 camera, automatic voice
Camera: tracking, Auto Frame; Maximum wide angle:
80°; Zoom multiple: 2x digital zoom
12+1 microphone array, 8m sound pickup,
Built-in MIC: 180° front coverage, supporting external
microphones
Dual-stream 1080p 30fps+ 1080p 30fps (4K8fps), data
capability: conference: 4K 8 fps
H.265:1080p 30 fps@384 kbit/s; H.264:1080p
Network
30fps@512Kbps; 30% packet loss
adaptability:
concealment
Video interface: 4 inputs and 2 outputs
1 Audio interface: 5 inputs and 3 outputs 1
2xUSB A interface, 1xUSB B interface,
Other interfaces: 1xRJ45 (10/100/1000M LAN), and 1xRJ45
(connecting to the Touch)
Floor-mount bracket, Wireless sharing tool,
other peripherals:
and Cloud Link Touch
The writing delay should be35 ms
Wired/wireless fast projection, 1080p 60 fps,
clearer and smoother
H.265 codec capability, native hardware
codec conference capability, 1080p 30
fps+4K;
Intelligent portrait tracking, automatically
Other Features displaying close-up images of the speaker;
Beam pickup and intelligent environment
noise suppression, delivering clearer audio
experience;
Intelligent sound screen, automatically
filtering out sounds outside the magic wall in
noisy environments
SEAGATE,SKYHAWK,4TB,64MB,SATA
  4TB HDD  
6Gb/s, 5400RPM

3
Digital Podium 1

Room Fixture
2 1.5 Ton invertor AC with installation 2
3 Wall Mat Finish (Coloring) 1
600
4 Roof (false ceiling with all accessories) SQ
FT
5 Room Wall paneling Front, 8'x 20, 1
Room Wall paneling side walls 4'x 8',
6 4
 
7   False ceiling lights Size 2x2 (complete sets) 10
8 False ceiling Fans Size 2x2 (complete sets) 4
9 Power junction box (for equipment supply) 4
10 Control Room at the corner of the room. 1
Electric Cabling: Electric Cables (Copper) or
Equivalent from distribution box through false
11 1
ceiling, equipment junction box, lights, and
for 40 power points at desks respectively
12   Wooden Door with Glass Section 1
The bidder must be registered and duly recognized in Pakistan and be registered with FBR for Tax purpose;
possess Manufacturer’s status or Distributor/ Dealer status or Authorization from Manufacturer / Principal,
with sufficient financial, technical and human resources to take up the task assigned and complete the same
within prescribed time limit on the finalization of contract with University of Sufism & Modern Sciences,
Bhitshah (USMS).
Tender document containing instructions to bidders covering definitions, introduction/ background of the
Project, scope of work, general terms and conditions, and special terms, procedure for submission of bids,
opening of bid, evaluation criteria, and other related information, can be obtained against a written/ email
request on company’s letterhead, from University of Sufism & Modern Sciences, Bhitshah (USMS). The cost
of the document is Rs. 3,000/- (Non Refundable). Tender documents can also be downloaded from
www.usms.edu.pk free of cost, however, interested bidders will be required to submit Tender Fee in form of
Bank Draft or Pay Order in favor of Director Finance, University of Sufism & Modern Sciences, Bhitshah
(USMS) along with the Bid in order to participate in tender process.
Bidder(s) interested in participating in the tender process are advised to submit their Bid Proposal(s), along
with the Earnest Money amounting 2% of their Bid Value in the shape of Bank Draft or Pay Order, in
accordance with the instructions in this tender document. Bid Proposal(s) must reach USMS, on Thursday the
December 30, 2021 at 11:00 hrs and any late Bid(s) shall not be accepted and returned unopened. Accepted
Bids will be opened on the same day at 12:00 hrs, in presence of bidders who choose to attend. In case of
sudden holiday on bid opening day, bids will be opened on next working day. The Tender shall be executed in
accordance with SPPRA Rule 46(2).
This advertisement is also available on the University of Sufism & Modern Sciences, Bhitshah website
(https://usms.edu.pk/) and SPPRA website (https://ppms.pprasindh.gov.pk)
Deputy Registrar
UNIVERSITY OF SUFISM & MODERN SCIENCES, BHITSHAH
Ph #: 022-2762415, Fax #: 022-2762240 Email: dep.registrar@usms.edu.pk

4
Section 2. Instruction to Bidders (ITB)

A. GENERAL TERMS
1. Introduction Bidders shall adhere to all the requirements of this ITB, including any amendments made in
writing by University of Sufism & Modern Sciences, Bhitshah (USMS). This ITB will be
governed under Clause 46(2) of Sindh Public Procurement Regulatory Authority Rules, 2010,
as amended from time to time and instructions of the Government of Sindh received during the
completion of the project.
Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply
the acceptance of the Bid by USMS. The Institute is under no obligation to award a contract to
any Bidder as a result of this ITB.

University of Sufism & Modern Sciences, Bhitshah (USMS) reserves the right to cancel the
procurement process at any stage without any liability of any kind for USMS, upon notice to
the bidders or publication of cancellation notice on USMS website.

2. Fraud & USMS strictly enforces a policy of zero tolerance on proscribed practices, including fraud,
Corruption, Gifts corruption, collusion, unethical or unprofessional practices, and obstruction of USMS vendors
and Hospitality and requires all bidders/ vendors observe the highest standard of ethics during the procurement
process and contract implementation.
Bidders/ vendors shall not offer gifts or hospitality of any kind to USMS staff members
including recreational trips to sporting or cultural events, theme parks or offers of holidays,
transportation, or invitations to extravagant lunches or dinners.
pursuance of this policy, University of Sufism & Modern Sciences, Bhitshah:

(a) Shall reject a bid if it determines that the selected bidder has engaged in any corrupt or
fraudulent practices in competing for the contract in question;

(b) Shall declare a vendor ineligible, either indefinitely or for a stated period, to be
awarded a contract if at any time it determines that the vendor has engaged in any
corrupt or fraudulent practices in competing for, or in executing USMS contract; or
counseling or canvassing staff or elected representatives; or engaging in
collusion with other bidders.

3. Eligibility A Bidder should not be suspended, debarred, or otherwise identified as ineligible by any
Government/ Semi-government/ or any other international Organization. Bidders are therefore
required to disclose to USMS whether they are subject to any sanction or temporary suspension
imposed by these organizations.
It is the Bidder’s responsibility to ensure that its employees, sub-contractors, service providers,
suppliers and/ or their employees meet the eligibility requirements as established by University
of Sufism & Modern Sciences, Bhitshah.

4. General Terms The Bidder should be registered with SBR and FBR.
An affidavit on legal stamp paper worth Rs.100/- to the effect that the Bidder has not been
blacklisted by any Government/ semi-Government organization.
affidavit that there is no litigation against the firm.

5
B. PREPARATION OF BIDS
5. General In preparing the Bid, the Bidder is expected to examine the ITB in detail. Material deficiencies
Considerations in providing the information requested in the ITB may result in rejection of the Bid.
The Bidder will not be permitted to take advantage of any errors or omissions in the ITB.
Should such errors or omissions be discovered, the Bidder must notify the Secretary
Procurement Committee, University of Sufism & Modern Sciences, Bhitshah
(USMS) accordingly.

6. Cost of Preparation of 6.1 The Bidder shall bear all costs related to the preparation and/ or submission of the Bid,
Bid regardless of whether its Bid is selected or not. USMS shall not be responsible or liable
for those costs, regardless of the conduct or outcome of the procurement process.

7. Language 7.1 The Bid, as well as any, and all related correspondence exchanged by the
Bidder and USMS, shall be written in the language(s) specified in the BDS.

8. Documents The Bid shall comprise of the following documents and related forms of which details are
Comprising the provided in the BDS. All pages of the Bid shall be signed, stamped and properly paginated.
Bid a) Returnable Forms as referred in Section 6 shall be properly filled in Ink or Typed. Forms
filled in using a pencil shall not be considered and substantiate the annulment of the Bid
Proposal.
b) Documents Establishing the Eligibility and Qualifications of the Bidder;
c) Technical Proposal covering Technical Specifications and Solution Details.
d) Financial Proposal covering Price Schedule.
e) Bid Security, if required by BDS;
f) Any attachments and/ or appendices to the Bid.

9. Documents 9.1 The Bidder shall furnish documentary evidence of its status as an eligible and qualified
Establishing the supplier, using the Forms provided under Section 6 and providing documents required
Eligibility and in those forms. In order to award a contract to a Bidder, its qualifications must be
documented to USMS’s satisfaction.
Qualifications

10. Technical Bid Format The Bidder is required to submit a Technical Bid using the Standard Forms and templates
and Content provided in Section 6 of the ITB.
Samples of items, when required as per Section 5, shall be provided within the time specified
and unless otherwise specified by the Purchaser, at no expense to the Institute. If not destroyed
by testing, samples will be returned at Bidder’s request and expense, unless otherwise
specified.
When applicable and required as per Section 5, the Bidder shall describe the necessary training
program available for the maintenance and operation of the equipment offered as well as the
cost to the Institute. Unless otherwise specified, such training as well as training materials shall
be provided in the language of the Bid as specified in the BDS.
When applicable and required as per Section 5, the Bidder shall certify the availability of spare
parts for a period of at least three (3) years from date of delivery, or as otherwise specified in
this ITB.

11. Price Schedule The Price Schedule shall be prepared using the Forms provided in Section 6 of the ITB and
taking into consideration the requirements in the ITB.
Any requirement described in this ITB but not priced in the Price Schedule, shall be assumed
to have been included in the prices of other activities or items, as well as in the final total price.

6
12. Bid Security A Bid Security shall be provided in the amount and form indicated in the BDS. The Bid
Security shall be valid for the duration as referred in BDS.
The Bid Security shall be included along with the Bid. If Bid Security not found in the Bid, the
Bid shall be rejected.
If the Bid Security amount or its validity period is found to be less than what is required,
USMS shall reject the Bid.
In the event an electronic submission is allowed in the BDS, Bidders shall include a copy of the
Bid Security in their bid and the original of the Bid Security must be sent via courier or hand
delivery as per the instructions in BDS.
The Bid Security will be forfeited by USMS, and the Bid rejected, in the event of any, or
combination, of the following conditions:

a) If the Bidder withdraws its offer during the period of the Bid Validity
specified in

b) the BDS, or;

c) In the event the successful Bidder fails:

i. to sign the Contract after USMS has issued an award; or

ii. to furnish the Performance Security, insurances, or other documents that USMS
may require as a condition precedent to the effectivity of the contract that may
be awarded to the Bidder.

13. Currencies All prices shall be quoted in the currency indicated in the BDS. Where prices are quoted in
different currencies, for the purposes of comparison:

a) USMS will convert the currency quoted into the currency indicated in BDS, in
accordance with the prevailing Inter Bank rate of exchange on the last day of
submission of Bids; and

b) In the event that USMS selects a Bid for award that is quoted in a currency
different from the preferred currency in the BDS, USMS shall reserve the right to
award the contract in the currency of USMS’s preference, using the conversion
method specified above.

14. Joint Venture, If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV),
Consortium or Consortium or Association for the Bid, they shall confirm in their Bid that : (i) they have
Association designated one party to act as a lead entity, duly vested with authority to legally bind the
members of the JV, Consortium or Association jointly and severally, which shall be evidenced
by an intent letter or an Agreement among the legal entities duly notarized, and submitted with
the Bid; and (ii) if they are awarded the contract, the contract shall be entered into, by and
between USMS and the designated lead entity, who shall be acting for and on behalf of all the
member entities comprising the joint venture.
After the Deadline for Submission of Bid, the lead entity identified to represent the JV,
Consortium or Association or any change in the constitution of the JV, Consortium or
Association shall not be altered without the prior written consent of USMS/ Procurement
Committee.
The lead entity and the member entities of the JV, Consortium or Association shall abide by the
provisions of Clause 15 herein in respect of submitting only one Bid.
The description of the organization of the JV, Consortium or Association must clearly define
the expected role of each of the entities in the joint venture in delivering the requirements of
the ITB, both in the Bid and the JV, Consortium

7
or Association Agreement or Intent Letter. All entities that comprise the JV,
Consortium or Association shall be cumulatively subject to the eligibility and technical
qualification assessment by University of Sufism & Modern Sciences, Bhitshah as
defined in Section 4: Evaluation Criteria.
14.5 A JV, Consortium or Association in presenting its track record and experience should
clearly differentiate between:

a) Those that were undertaken together by the JV, Consortium or Association; and

b) Those that were undertaken by the individual entities of the JV,


Consortium or Association.
14.6 Previous contracts completed by individual experts working privately but who are
permanently or were temporarily associated with any of the member firms cannot be
claimed as the experience of the JV, Consortium or Association or those of its
members, but should only be claimed by the individual experts themselves in their
presentation of their individual credentials.

15. Only One Bid The Bidder (including the individual members of any Joint Venture) shall submit only
one Bid, either in its own name or as part of a Joint Venture.
Bids submitted by two (2) or more Bidders shall all be rejected if they are found to have any
of the following:

a) they have at least one controlling partner, director or shareholder in common; or

b) any one of them receive or have received any direct or indirect subsidy from the
other/s; or

c) they have the same legal representative for purposes of this ITB; or

d) they are subcontractors to each other’s Bid, or a subcontractor to one Bid also
submits another Bid under its name as lead Bidder; or some key personnel
proposed to be in the team of one Bidder participates in more than one Bid
received for this ITB process. This condition relating to the personnel, does not
apply to subcontractors being included in more than one Bid.

16. Bid Validity Period Bids shall remain valid for the period specified in the BDS, commencing on the Deadline for
Submission of Bids. A Bid valid for a shorter period may be rejected by USMS and rendered
non-responsive.
During the Bid validity period, the Bidder shall maintain its original Bid without any change,
including the availability of the Key Personnel.

17. Extension of In exceptional circumstances, prior to the expiration of the Bid validity period, USMS may
Bid Validity request Bidders to extend the period of validity of their Bids. The request and the responses
shall be made in writing and shall be considered integral to the Bid.
Period
If the Bidder agrees to extend the validity of its Bid, it shall be done without any change to the
original Bid.
The Bidder has the right to refuse to extend the validity of its Bid, in which case, the Bid shall
not be further evaluated.

8
18. Clarification on Bidders may request clarifications on any of the ITB documents no later than the date indicated
ITB (from the in the BDS. Any request for clarification must be sent in writing in the manner indicated in the
BDS. If inquiries are sent other than specified channel, even if they are sent to a USMS
Bidders)
University of Sufism & Modern Sciences, Bhitshah staff member, USMS shall have no
obligation to respond or confirm that the query was officially received.
USMS will provide the responses to clarifications through the method specified in the BDS.
USMS shall endeavor to provide responses to clarifications in an expeditious manner, but any
delay in such response shall not cause an obligation on the part of USMS to extend the
submission date of the Bids, unless USMS deems that such an extension is justified and
necessary.

19. Amendment in ITB At any time prior to the deadline of Bid submission, USMS may for any reason, such as in
response to a clarification requested by a Bidder, modify the ITB in the form of an amendment
to the ITB. Amendments will be made available to all prospective bidders.
If the amendment is substantial, USMS may extend the Deadline for submission of Bid to give
the Bidders reasonable time to incorporate the amendment into their Bids.

20. Alternative Bids Unless otherwise specified in the BDS, alternative Bids shall not be considered. If submission
of alternative Bid is allowed by BDS, a Bidder may submit an alternative Bid, but only if it
also submits a Bid conforming to the ITB requirements. Where the conditions for its
acceptance are met, or justifications are clearly established, USMS reserves the right to award a
contract based on an alternative Bid.
multiple/ alternative bids are being submitted, they must be clearly marked as “Main Bid” and
“Alternative Bid”

21. Pre-Bid Conference 21.1 When appropriate, a pre-bid conference may be conducted at the date, time and location
specified in the BDS. All Bidders are encouraged to attend. Nonattendance, however,
shall not result in disqualification of an interested Bidder. Minutes of the Bidder’s
conference will be disseminated on the procurement website and shared by email as
specified in the BDS. No verbal statement made during the conference shall modify the
terms and conditions of the ITB, unless specifically incorporated in the Minutes of the
Bidder’s Conference or issued/ posted as an amendment to ITB.

C. SUBMISSION AND OPENING OF BIDS


22. Bid The Bidder shall submit a duly signed and numbered all pages of the complete Bid in an
Proposal Envelope sealed and marked as per ITB 22.6, and in accordance with SPPRA Rule 46(2).
Submission The Outer Envelope should contain Two (02) separate sealed envelopes, one of which
comprising the Forms (A – F) and supporting documents in accordance with requirements
in the BDS, shall be marked as “Technical Proposal”. Whereas, the other envelope containing
the Form G: Price Schedule Form shall be marked as “Financial Proposal”.
The Bid Security as referred in BDS must be placed in the “Technical Proposal” but in a duly
sealed envelope and marked as “Bid Security”. Bid security envelop will be opened with
financial proposal.
can be delivered either personally, or by courier as specified in the BDS.
Bid shall be signed by the Bidder or person(s) duly authorized to commit

9
the Bidder. The authorization shall be communicated through a document evidencing
such authorization issued by the legal representative of the bidding entity, or a Power
of Attorney, accompanying the Bid. There should not be errors and/ or over-writings.
Corrections (if any) should be made clearly and initialed with dates.
Bidders must be aware that the mere act of submission of a Bid, in and of itself, implies that the
Bidder fully accepts the General Contract Terms and Conditions.
Hard copy submission by courier or hand delivery allowed or specified in the BDS shall be
governed as follows:

a) The signed Bid shall be marked “Original”, and its copies marked “Copy” as
appropriate. The number of copies is indicated in the BDS. All copies shall be
made from the signed original only. If there are discrepancies between the original
and the copies, the original shall prevail.

(b) The Bid Proposals must be sealed and submitted in an envelope, which shall:

i. Bear the name of the Bidder;


ii. Be addressed to USMS as specified in the BDS; and
iii. Bear a warning not to open before the time and date for Bid opening as
specified in the BDS.
If the envelope with the Bid is not sealed and marked as required, USMS shall assume
no responsibility for the misplacement, loss, or premature opening of the Bid.

23. Deadline for Complete Bids must be received by USMS in the manner, and no later than the date and time,
Submission of specified in the BDS. shall only recognize the actual date and time that the bid was received by
Bids and Late USMS.
Bids USMS shall not consider any Bid that is received after the deadline for the submission of Bids.

24. Withdrawal, A Bidder may withdraw, substitute or modify its Bid after it has been submitted at any time
Substitution, and prior to the deadline for submission.
Modification of Bids A bidder may withdraw, substitute or modify its Bid by sending a written notice to USMS, duly
signed by an authorized representative, including a Power of Attorney. The corresponding
substitution or modification of the Bid, must accompany the respective written notice. All
notices must be submitted in the same manner as specified for submission of Bids, by clearly
marking them as “WITHDRAWAL” “SUBSTITUTION,” or “MODIFICATION”
Bids requested to be withdrawn shall be returned unopened to the Bidders, except if the bid is
withdrawn after the bid has been opened.
25. Bid Opening Procurement Committee of USMS will open the Bid in the presence of
Bidders’ representative(s) who choose to attend.
The Bidders’ names, modifications, withdrawals, the condition of the envelope labels/ seals, the
number of folders/ files and all other such other details as USMS may consider appropriate,
will be announced at the opening. No Bid shall be rejected at the opening stage, except for late
submissions, in which case, the Bid shall be returned unopened to the Bidders.
In case of public holiday on bid opening day, bids will be opened on next working day.

10
D. EVALUATION OF BIDS

26. Confidentiality Information relating to the examination, evaluation, and comparison of Bids, and the
recommendation of contract award, shall not be disclosed to Bidders, even after publication of
the contract award.
Any effort by a Bidder to influence USMS in the examination, evaluation and comparison of
the Bids or contract award decisions may, at USMS’s decision, result in the rejection of its Bid
and may subsequently be subject to consequences.

27. Preliminary 27.1 USMS shall examine the Bids to determine whether they are complete with respect to
Examination minimum documentary requirements, whether the documents have been properly
signed, and whether the Bids are generally in order, among other indicators that may
be used at this stage. USMS reserves the right to reject any Bid at this stage.

28. Evaluation of Eligibility and Technical Qualification of the Bidder will be evaluated against the Minimum
Eligibility Eligibility/ Qualification requirements specified in the Section 4: Evaluation Criteria.
and In general terms, Bidders that meet the following criteria may be considered qualified:
Technical a) They are not included in the list of blacklisted or barred companies published on
Qualification SPPRA website, any federal or Provincial government department;
b) They have a good financial standing and have access to adequate financial resources
to perform the contract and all existing commercial commitments,
c) They have the necessary experience, technical expertise, production capacity,
quality certifications, quality assurance procedures and other resources applicable to
the supply of goods and/ or services required;
d) They are able to comply fully with the General Terms and Conditions of
Contract;
e) They do not have a consistent history of court/ arbitral award decisions against the
Bidder; and
f) They have a record of timely and satisfactory performance with their clients.

29. Evaluation of 29.1 The evaluation team shall review and evaluate the Bids on the basis of their
Bid Proposals responsiveness to the Schedule of Requirements and Technical Specifications and
other documentation provided, applying the procedure indicated in the BDS and other
ITB documents. When necessary, and if stated in the BDS, USMS may invite
technically responsive bidders for a presentation related to their Bids. The conditions
for the presentation shall be provided in the bid document where required.

30. Due diligence USMS reserves the right to undertake a due diligence exercise, aimed at determining to its
satisfaction, the validity of the information provided by the Bidder. Such exercise shall be fully
documented and may include, but need not be limited to, all or any combination of the
following:

a) Verification of accuracy, correctness and authenticity of information provided by


the Bidder;

b) Validation of extent of compliance to the ITB requirements and evaluation criteria


based on what has so far been found by the evaluation team;

c) Inquiry and reference checking with Government entities with jurisdiction on the
Bidder, or with previous clients, or any other entity that may have done business
with the Bidder;
d) Inquiry and reference checking with previous clients on the performance on on-
going or completed contracts, including physical inspections of

11
previous works, as deemed necessary;

e) Physical inspection of the Bidder’s offices, branches or other places where


business transpires, with or without notice to the Bidder;

f) Other means that USMS may deem appropriate, at any stage within the
selection process, prior to declaring the Bidder as Qualified.

31. Clarification of Bids To assist in the examination, evaluation and comparison of Bids, USMS, at its discretion,
request any Bidder for a clarification of its Bid.
USMS’s request for clarification and the response shall be in writing and no change in the
prices or substance of the Bid shall be sought, offered, or permitted, except to provide
clarification, and confirm the correction of any arithmetic errors discovered by USMS in the
evaluation of the Bids in accordance with the ITB.
Any unsolicited clarification submitted by a Bidder in respect to its Bid, which is not a
response to a request by USMS, may not be considered during the review and evaluation of the
Bids.

32. Responsiveness of USMS’s determination of a Bid’s responsiveness will be based on the contents of the bid itself.
Bid A substantially responsive Bid is one that conforms to all the terms, conditions, specifications
and other requirements of the ITB without material deviation, reservation, or omission.
If a bid is not substantially responsive, it shall be rejected by USMS and may not subsequently
be made responsive by the Bidder by correction of the material deviation, reservation, or
omission.

33. Right to Accept, University of Sufism & Modern Sciences, Bhitshah reserves the right to accept or reject any
Reject, Any or proposal in response to the ITB, to render any or all of the proposals as non- responsive, and to
reject all Proposals in response to the ITB at any time prior to award of contract, while
All Bids
assigning the reason(s) thereof.

University of Sufism & Modern Sciences, Bhitshah shall not be obliged to award the contract to the
lowest priced offer.

34. Nonconformities, Provided that a Bid is substantially responsive, USMS may waive any nonconformities or
Reparable Errors and omissions in the Bid that, in the opinion of USMS, do not constitute a material deviation.
Omissions USMS may request the Bidder to submit the necessary information or documentation, within a
reasonable period, to rectify nonmaterial nonconformities or omissions in the Bid related to
documentation requirements. Such omission shall not be related to any aspect of the price.
Failure of the Bidder to comply with the request may result in the rejection ofits Bid.
For the Price Schedule that are submitted, USMS shall check and correct arithmetical errors as
follows:

a) if there is a discrepancy between the unit price and the line item total that is
obtained by multiplying the unit price by the quantity, the unit price shall prevail
and the line item total shall be corrected, unless in the opinion of USMS there is
an obvious misplacement of the decimal point in the unit price; in which case, the
line item total as quoted shall govern and the unit price shall be corrected;

b) if there is an error in a total corresponding to the addition or subtraction of


subtotals, the subtotals shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an

12
arithmetic error, in which case the amount in figures shall prevail.
34.4 If the Bidder does not accept the correction of errors made by USMS, its Bid shall be
rejected.

35. Bidder Grievance 35.1 USMS’s grievance readdress procedure provides an opportunity for appeal to those
persons or firms not awarded a contract through a competitive procurement process. In
the event that a Bidder believes that it was not treated fairly, the Bidder may lodge a
complaint to the USMS’s Complaint/Grievance Readdress Committee.

E. AWARD OF CONTRACT
36. Evaluation USMS will conduct the evaluation solely on the basis of response to this tender received from
the firms.
Evaluation shall be undertaken in the following steps:

a) Preliminary Examination including Technical Specifications and other


compliances
b) Arithmetical check and ranking of bidders who passed preliminary
examination by price.
c) Evaluation of prices
Price comparison shall be based on the landed price, including transportation, insurance and the
total cost of ownership (including spare parts, consumption, installation, commissioning,
training, special packaging, etc., where applicable)

37. Integrity Pact 37.1 Bidders will also be required to submit a signed Integrity Pact on a stamp paper of
appropriate value as part of their response. The text of Integrity Pact is available at
Annex – I.

38. Award Criteria Prior to expiration of the period of Proposal validity, USMS shall award the contract to the
Bidder that is found to be responsive to the requirements of the Technical Specifications and
has offered the lowest price.
USMS shall not be obliged to award the contract to the lowest priced offer, if the response is
found deficient to the Technical Specifications and other compliances.
In case of tie in Financial Bid Value, the Contract will be awarded to the bidder having secured
higher Score in Technical Evaluation.

39. Contract Signing After the approval of any Work Award, a Contract Agreement on the stamp paper of
appropriate value, shall be executed by USMS with Selected Bidder (i.e. Contractor) within 15
days from the date of issuance of LoI (Letter of Intent)/ Work Order.
Failure to signing of Contract Agreement by the selected Bidder Firm with USMS within the
stipulated time may constitute sufficient grounds for the annulment of the award, and forfeiture
of the Bid Security, if any, and on which event, USMS may award the Contract to the Second
highest rated or call for new Proposals.

40. Right to Vary 40.1 At the time of award of Contract, USMS reserves the right to vary the quantity of goods
quantity at the and/ or services, without any change in the unit price or other terms and conditions.
Time of
Award

13
42. Performance 42.1 A performance security, if required in the BDS, shall be provided in the amount specified
Security in BDS, well prior to the Contract signing by both parties. Where a performance
security is required, the receipt of the performance security by USMS shall be a
condition for rendering the contract effective.

43. Bank Guarantee for 43.1 No Payment will be released in advance.


Advanced Payment
44. Liquidated Damages USMS shall apply Liquidated Damages for the damages and/ or risks caused to USMS
resulting from the Contractor’s delays or breach of its obligations as per Contract.
a) In case of delay the Procurement Committee, USMS reserves the right to impose
a penalty not exceeding 10% of the total amount of the Contract Value at the rate
as referred in the Sample Contract at Annexure –II.
b) If the Contractor fails to complete work as per USMS requirement, the Vice
Chancellor, University of Sufism & Modern Sciences, Bhitshah reserves the right
to reject it altogether or impose a penalty not exceeding 50% of the total amount
of the Contract.
c) If the Contractor fails to provide supplies/ services as per USMS requirements,
USMS may forfeit his earnest money as well as Performance Security, and the
work will be done at the risk and cost of Bidder.
d) In case of any dispute, matter will be referred to Vice Chancellor, University of
Sufism & Modern Sciences, Bhitshah whose decision will be binding on both the
parties.

45. Force Majeure 45.1 “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 will be referred to
Project Director, USMS whose decision will be final.

46. Delivery of Goods 46.1 Contractor will be required to deliver the goods as per the Delivery Schedule referred in
BDS without claiming any additional cost to the USMS at the designated site(s) and in
quantities as referred in the Contract.

47. Payment Provisions Payment pertaining to the equipment may be made through cheque or DD or PO in favor of
Principal/ Distributor/ Manufacturer by USMS. However, payment(s) will be made only upon
USMS's acceptance of the goods and/ or services performed.

The Contractor shall provide all necessary supporting documents along with
claim/ invoice, delivery challan and any other relevant documents as required by the
USMS.

14
Section 3. Bid Data Sheet

The following data for the goods and/ or services to be procured shall complement, supplement, or amend the
provisions in the Invitation to Bid. In the case of a conflict between the Instructions to Bidders, the Bid Data Sheet,
and other annexes or references attached to the Bid Data Sheet, the provisions in the Bid Data Sheet shall prevail.

BDS Ref. to Data Specific Instructions / Requirements


No. Section.2

University of Sufism & Modern Sciences, Bhitshah stands


for discovery of new knowledge and dissemination and
curation of the same through its academia for progressive
1. Background of the Project growth of society, individually, intellectually, aesthetically
and humanely, able to decide, dialogue and act with
enlightenment, and capable to use it for the common good
and peace, prosperity, safety, humanely values, unity in
cultural diversity, art, heritage, technology, invention,
innovation, personal well-being and all areas of knowledge
and activity to sustain and offer better version of life based
on best knowledge for themselves and
the coming generations.
The main objective is to establish a model smart classroom.
The desired solution is conceived by considering the
2. Objective
challenges available inside our traditional classroom of
traditional education system. This desired smart classroom
must have the capability of scalability and It can be utilized in
multi-facet usage as per the different layers of smart
classroom i.e.
1. Active Smart Classroom (Teacher Centric)
2. Blended Learning Smart Classroom
3. Interactive Smart Classroom

Supply and Installation/ Deployment of Smart Classroom


Solution
The required items in various as referred in Section – 5 have been
sought by USMS from a reputed Firms/ Companies. The supplier is
expected to supply high quality products meeting the specification as
stipulated in this ITB, which conforms to the international quality
standards. The time specified for delivery, Installation and
Commissioning in the tender form shall be deemed to be the essence of
the contract and the Successful Bidder shall arrange within the
3. Scope of Work specified period.
Warranty and Support Services
It is required that Manufacturer’s/Distributor Warranty for at least One
(01) year from the date of installation to USMS be provided by the
Supplier within the quoted cost of items.
Moreover, additional Warranty for next Three (03) years should be
quoted separately in PKR by the Bidder on annual payment basis.
However, it will be at sole discretion of USMS to avail additional
Warranty in subsequent year(s) or otherwise.

4. 7 Language of the Bid English

15
5. 22, 23, 27 Submitting Bids for Parts or The Purchase Committee shall consider the Bids as referred in Section
subparts of the Schedule of – 5. Any item not quoted shall have reasonable grounds to reject the
Requirements (partial bids) Bid

6. 20 Alternative Bids Not Allowed.

7. 16 Bid Validity Period 120 days

8. 13 Bid Security/ Earnest Money Required in the amount of: 2% of the Bid Value. In case
(Refundable) of options, earnest money shall be based on the maximum
quoted price of the same items.

Acceptable Forms of Bid Security:


Demand Draft/ Pay Order in favor of the Director Finance,
University of Sufism & Modern Sciences, Bhitshah
Will be imposed as follows:
9. 42 Liquidated Damages
Percentage of contract price per day of delay up to a maximum of
10%.

10. 40 Performance Security Within stipulated time after issuance of Purchase Order and prior to
the signing of Contract, as 5% of the Contract value for the
duration of Warranty period referred in RFP.

11. 12 Currency of Bid Pakistani Rupees (PKR)

12 31 Deadline for submitting requests 5 days before the submission deadline


for clarifications/ questions

13 31 Contact Details for submitting Deputy Registrar


clarifications/ questions
Syed Mustafain Raza Shah
Ph #: 022-2762415
Email: dep.registrar@usms.edu.pk

14. 18, 19, Manner of Disseminating Direct communication to prospective Bidders by email and/ or Posting
and 21 Supplemental Information to the on University of Sufism & Modern Sciences, Bhitshah website:
ITB and responses/ clarifications to
queries http://usms.edu.pk/

15 23 Deadline for Submission Thursday the December 30, 2021 on or before 11:00 AM (PST)

16. 22 Number of Set(s) of Bid Technical Proposal(s)


- One (01) Original
- Two (02) Copies
- Soft copy of Technical Proposal in a USB Flash Drive
Financial Proposal(s)
- One (01) Original
- One (01) Copy

16
17. 22 Allowable Manner of Submitting ☒ Courier/ Hand Delivery
Bids

18. 22 Bid Submission Address


☒ By Courier/ Hand Delivery:
Deputy Registrar
University of Sufism & Modern Sciences, Bhitshah
Sindh, Pakistan Tel. 022-2762415

19. 22 Electronic submission (email)


requirements Not Allowed

20. 25 Date, time and venue for the Date and Time: Tuesday the December 30, 2021 at 11:30 AM
opening of bid Venue: Conference Hall, USMS

21. 27, Evaluation Method Eligible and qualified bids meeting the USMS requirements and
36 technical responsive as stipulated in this ITB

22. Evaluation Method for the Award Lowest priced technically responsive.
of Contract

23. Expected date for January 2022


commencement of Contract

24. Maximum expected duration of 3 months


Contract

25. 35 University will award the One Bidder Only


contract to:

26. 39 Type and Contract Terms and USMS General Terms and Conditions for Contracts for Goods and/
Conditions that will apply or Services.

27. 46 Supply, Delivery and


Installation
Delivery Installation
04 – 06 04 weeks
weeks

17
Section 4. Evaluation Criteria

Preliminary Examination Criteria


Bids will be examined to determine whether they are complete and submitted in accordance with ITB
requirements as per below criteria on a Yes/ No basis:

• Appropriate signatures
• Minimum Bid documents provided
• Bid Validity
• Bid Security submitted as per ITB requirements with compliant validity period

Minimum Eligibility and Technical Qualification Criteria


Eligibility will be evaluated on a Pass/ Fail basis. If the Bid is submitted as a Joint Venture, there should be no
more than two (02) companies in the Joint Venture and each company should meet the minimum criteria, unless
otherwise specified.
Technical qualification will be evaluated on Score basis. Bidder will require to secure at least 85 percent to
qualify. Scores against each of the parameters in Section I, II & III will be according to documents provided by
the Bidder, whereas scores in Section IV will be awarded by Technical Committee in response to Bidder’s
presentation.

Evaluation Criteria
  Evaluation Criteria Documentary Evidence Marks
Max Marks = 100
Company Profile / documentary 10 or more Years = 100
evidence / proof should be attached 7 - 9 Years = 75
Years of Establishment of
1 in the Technical bid for verification 4 - 6 Years = 50
firm
Must Attach registration with
FBR & SRB Less than 4 Years = 10

Company must have Major strength


& operations in Karachi-Sindh and
Max Marks = 100
regional offices in Major cities of
Pakistan
Company Human
2
Resource Strength Must Attach resource sheet with
Resources 100 or more = 100
Experience
  Resources 75-99 = 75
  Resources 50-74 = 50
  Less Then 50 = 25
Specification/Compliance sheet,
Vendor Must Response to technical
3 Technically Solution Mandatory
Compliance with Documentary
evidence
The vendor should be an
Authorized by Principle in Authorization Letter from
4 or equivalent Pakistan for Manufacturer to Participate in 100 Marks
the relevant Project
product/services.
Average annual turnover Audited financial report with
5 Max Marks = 100
of the firm for the last 3 Auditor’s Registration Number and
18
250 Million or Above = 100
Above 200 – 249 Million =
years Seal indicating 50
total turnover from IT/ IT Services Less than 200 Million = 25
of the bidder in past 3 years
Purchase Orders of IT Project
The Vendor should have
Where Vendor has Provide Video
Project Execution
Network/Servers/ Wifi /Router/ Max Marks = 100
Experience in Education
Firewall Related Product & Services
Sector
in Education Sector
6
    10 or More = 100
Must Attach Summary List with
  contact details & Purchase Order 7-9 Projects = 75
of projects
4-6 Projects = 50
   
Less than 4 = 25
The Vendor should have
experience in deploying Purchase Orders of Video
Video Conferencing Conferencing Projects in Max Marks = 100
Project in Public and Government sector & Private Sector
Private Sector
    10 or More = 100
7 Must Attach Summary List with
contact details & Purchase Order
  7-9 Projects = 75
of project with 2 or more
Equipment in single Project

4-6 Projects = 50
   
Less than 4 = 25

The Vendor should have Must attach Purchase Order of


Video Conferencing Project where Vendor has Provided
Project regarding Room Turkey Services of VC room 100 Marks
Design/Fixture/Furniture Designing /Furniture/Fixture and
as Turnkey Project Civil work etc.
8
5 or more Projects =
   
10marks
    3-4 Projects=75 marks

  Must Attach Purchase Order 1-2 Projects =50 marks

The Vendor Resources Must attached OEM Certificate of


Max Marks = 100
Must be OEM Certified Resources
3 or more Certified staff =
9
100
    2 Certified staff = 75
1 Certified staff = 50
The Vendor should have Max Marks = 100
There must one PMP Certified staff,
10 Certified Project Yes=100
must attach Certificate
Management Resources No = 0
19
Quoted OEM must be present in
Quoted Brand/OEM must
Pakistan with office and staff, must
11 be present in Pakistan for Mandatory
have depot to provide Warranty and
last 10 years
services locally
    TOTAL MARKS  
NOTE: Minimum 85% Marks required to qualify

20
Grand Total 100

Technical Evaluation Bids shall be evaluated on both Eligibility and Technical Qualification Criteria. Bidders meeting
the Eligibility Criteria and able to secure 85 percent in Technical qualification shall be
declared as Technically Qualified Bidders for the next step, i.e. Opening of Financial Bid.

Financial Evaluation Detailed analysis of the price schedule based on requirements listed in Section 5 and quoted
for by the bidders in Form F.
Price comparison shall be based on the total cost of ownership over 3 years, including solution
installation and configuration cost, trainings, and extended warranty costs.
Comparison with budget/ internal estimates. Tender will be awarded to “most
advantageous bid”.

21
Section 5a: Technical Specifications of the Required Goods

S.NO. Indicator (Items) Item Description Qty


    Video Conferencing Device All in one  
Size: 86”
CPU: dual-chip 4-core @1.5G + 4-core
System:
@1.8G
12 GB flash: 64 GB AI computing power: 4
RAM:
TB FLOPS
86”/D-LED; Resolution: 4K; Writing
Screen:
precision: ±1 mm
built-in 4K30 camera, automatic voice
Camera: tracking, Auto Frame; Maximum wide angle:
80°; Zoom multiple: 2x digital zoom
12+1 microphone array, 8m sound pickup,
Built-in MIC: 180° front coverage, supporting external
microphones
Dual-stream 1080p 30fps+ 1080p 30fps (4K8fps), data
capability: conference: 4K 8 fps
H.265:1080p 30 fps@384 kbit/s; H.264:1080p
Network
30fps@512Kbps; 30% packet loss
adaptability:
concealment
Video interface: 4 inputs and 2 outputs
1 Audio interface: 5 inputs and 3 outputs 1
2xUSB A interface, 1xUSB B interface,
Other interfaces: 1xRJ45 (10/100/1000M LAN), and 1xRJ45
(connecting to the Touch)
Floor-mount bracket, Wireless sharing tool,
other peripherals:
and Cloud Link Touch
The writing delay should be35 ms
Wired/wireless fast projection, 1080p 60 fps,
clearer and smoother
H.265 codec capability, native hardware
codec conference capability, 1080p 30
fps+4K;
Intelligent portrait tracking, automatically
Other Features displaying close-up images of the speaker;
Beam pickup and intelligent environment
noise suppression, delivering clearer audio
experience;
Intelligent sound screen, automatically
filtering out sounds outside the magic wall in
noisy environments
SEAGATE,SKYHAWK,4TB,64MB,SATA
  4TB HDD  
6Gb/s, 5400RPM

Digital Podium 1

       
22
Room Fixture
2 1.5 Ton invertor AC with installation 1
3 Wall Mat Finish (Coloring) 1
600
4 Roof (false ceiling with all accessories) SQ
FT
5 Room Wall paneling Front, 8'x 20, 1
Room Wall paneling side walls 4'x 8',
4
6  
7   False ceiling lights Size 2x2 (complete sets) 10
8 False ceiling Fans Size 2x2 (complete sets) 4
9 Power junction box (for equipment supply) 4
10 Control Room at the corner of the room. 1
Electric Cabling: Electric Cables (100%
copper) from distribution box through false
11 1
ceiling, equipment junction box, lights, and
for 40 power points at desks respectively
12   Wooden Door with Glass Section 1
Item No. 13: Installation, Configuration, Commissioning, and Training

Quantity:
01
Installation, Complete installation of all equipment/ components pertaining to Smart
Classroom setup as per manufacturer’s guidelines. Configuration of all
Configuration equipment/ components for an optimum and efficient output of the facility
& meeting the objectives and requirements. Testing and commissioning of the
Commissioning complete setup as per the requirements and satisfaction of USMS.

23
Section 5b: Special Terms and Conditions

Standard
 The goods supplied must be capable of functioning properly under the climatic conditions of Bhitshah.
 There shall be no deviation from specification as provided with each item. In case of any ambiguity in
specification/ accessories needed for the full functioning of the equipment, the firm must clear it with the
Procurement Committee. However, the decision of the Procurement Committee will be final.
 The goods with standard accessories supplied under this tender shall conform to the standard maintenance
in the technical specification.

Training
 The firm supplying the item/ equipment(s) will demonstrate the operation/ working of the supplied goods
to the satisfaction of USMS and provide training. Suppliers are advised to provide details on formal
training covering aspects as mentioned below.

Level
Basic Demonstrate the operations/ working to end users; Identify the do’s and don’ts;
And aspects deem necessary for long-life functioning of supplied goods.
Hands-on Demonstrate technical features; Elaborate technical configuration(s)
performed for integration with the overall setup;

Advanced Provide trainings to Operators for troubleshooting and


smooth operations using system manuals

24
Section 6: Returnable Bidding Forms / Checklist

This section serves as a checklist for preparation of your Bid. Please complete the Returnable Bidding Forms in
accordance with the instructions in the forms and return them as part of your Bid submission. No alteration to format
of forms shall be permitted and no substitution shall be accepted.

Before submitting your Bid, please ensure compliance with the Bid Submission instructions of the BDS 22.

Technical Bid:
Have you duly completed all the Returnable Bidding Forms?
 Form A: Bid Submission Form ☐
 Form B: Joint Venture/Consortium/ Association Information Form ☐
 Form C: Bidder Information Form ☐
 Form D: Qualification Form ☐
 Form E: Technical Bid Proposal Form ☐
 Form F: Specifications Compliance Form
Have you provided the required documents to establish compliance with the
evaluation criteria in Section 4? ☐

Financial Bid:
Form G: Price Schedule Form

25
Form A: Bid Submission Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

ITB reference:

We, the undersigned, submit our Bid for the award of contract to supply the goods and related services required
for [Insert Title of goods and services] in accordance with your Invitation to Bid No. [Insert ITB Reference
Number]. We hereby submit our Bid, which includes this Bid proposal.
We hereby declare that our firm, its affiliates or subsidiaries or employees, including any JV/ Consortium/
Association members or subcontractors or suppliers for any part of the contract:

a) is not under procurement prohibition by any of the Government/ Semi-government/ Autonomous


organization;

b) have not been suspended, debarred, sanctioned or otherwise identified as ineligible by any Organization
in Pakistan;

c) have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is
no judgment or pending legal action against us that could impair our operations in the foreseeable
future;

d) undertake not to engage in proscribed practices, including but not limited to corruption, fraud, coercion,
collusion, obstruction, or any other unethical practice, with the USMS, and to conduct business in a
manner that averts any financial, operational, reputational or other undue risk to the USMS.
We declare that all the information and statements made in this Bid are true and we accept that any
misinterpretation or misrepresentation contained in this Bid may lead to our disqualification and/ or sanctioning
by the USMS.
We offer to supply the goods and related services in conformity with the Bidding documents and in accordance
with the Schedule of Requirements and Specifications.
Our Bid shall be valid and remain binding upon us for the period specified in the Bid Data Sheet. We
understand and recognize that you are not bound to accept any Bid you receive.
I, the undersigned, certify that I am duly authorized by [Insert Name of Bidder] to sign this Bid and bind it,
should USMS accept this Bid.

Name:
Title:
Date:
Signature:
[Stamp with official stamp of the Bidder]

26
Form B: Joint Venture/ Consortium/ Association Information Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

ITB reference:

To be completed and returned with your Bid if the Bid is submitted as a Joint Venture/ Consortium/ Association.

No Name of Partner and contact information (address,


Proposed proportion of responsibilities (in
telephone numbers, fax numbers, e-mail address)
%) and type of goods and/or services to be
performed

1 [Complete] [Complete]

2 [Complete] [Complete]

3 [Complete] [Complete]

Name of leading partner


We authority
(with have attached
to bindathe
copy of the below referenced document signed by every partner, which details the likely legal
JV, Consortium,
Association during the ITB process and,ofinjoint
structure of and the confirmation the and severable liability of the members of the said joint venture:
[Complete]
event a Contract is awarded, during contract
execution)
☐ Letter of intent to form a joint venture OR ☐ JV/ Consortium/ Association agreement

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/ Consortium/ Association shall be
jointly and severally liable to USMS for the fulfillment of the provisions of the Contract.

Name of partner: Name of partner:

Signature: Signature:

Date: Date:

Name of partner: Name of partner:

Signature: Signature:

Date: Date:

27
Form C: Bidder Information Form

Legal name of Bidder [Complete]

Legal address & Branch Offices [Complete]

Year of registration [Complete]

Bidder’s Authorized Representative Name and Title: [Complete]


Information Telephone numbers: [Complete]
Email: [Complete]

Are you a USMS registered


☐ Yes ☐ No If yes, [insert USMS vendor number]
vendor?

Countries of operation [Complete]

[Complete]
Quality Assurance Certification (e.g.
ISO 9000 or Equivalent) (If yes, provide
a Copy of the valid Certificate):

[Complete]
Does your Company hold any
accreditation such as ISO 14001 or ISO
14064 or equivalent related to the
environment? (If yes, provide a Copy of the
valid Certificate):

[Complete]
Does your Company have a written
Statement of its Environmental
Policy? (If yes, provide a Copy)

Does your organization demonstrates [Complete]


significant commitment to
sustainability through some other
means, for example internal company
policy documents on women
empowerment, renewable energies,
education, vocational trainings, social
responsibility towards people with
Special needs, or membership of trade
institutions promoting such
Issues

Contact person that USMS may contact Name and Title: [Complete]
for requests for clarifications during Bid Telephone numbers: [Complete]
evaluation (Only Lead Bidder) Email: [Complete]

28
Please attach the following 1. Company Profile, which should not exceed fifteen (15) pages,
documents: including printed brochures and product catalogues relevant to the
goods and/ or services being procured.

2. Proposed timetable for delivery, installation and commissioning plan


for the required and quoted items to USMS after the award of
Contract.

3. Certificate of Registration of the business.

4. Principal’s Authorization Letter in favor of Bidder.

5. A proofing document confirms the offered warranty for at least One


(01) year, supported by the manufacturer’s certificates, if applicable.

6. Proven records of Projects of similar nature/ value/ complexity in


which delivery and services or consultancy were extended to
institute(s).

7. Full detailed description of the specifications of the proposed items


in addition to catalogues clearly showing the proposed
specifications responding to the requirements.

8. Supporting photos of the proposed items (if applicable).

9. Quality certifications: ISO 9001:2015 (if applicable)

10. Latest Audited Financial Statements (Income Statement and Balance


Sheet) including Auditor’s Report for the past (3 years).

Note: To be filled in by each partner in case Bid is submitted as a JV/ Consortium/ Association

29
Form D: Qualification Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

ITB reference:

If JV/ Consortium/ Association, to be completed by each partner.

Previous Relevant Experience


Please list all Projects successfully completed in the last 3 years, covering following aspects;
a) Scope of the projects/ assignments.
b) Activities performed for the successful completion of the project.
c) Support Services Contracts in hand with SLA for the supplied goods or services.

List only those assignments for which the Bidder was legally contracted or sub-contracted by the Client as a
company or was one of the Consortium/ JV partners. Assignments completed by the Bidder’s individual experts
working privately or through other firms cannot be claimed as the relevant experience of the Bidder, or that of the
Bidder’s partners or sub-consultants, but can be claimed by the Experts themselves in their CVs. The Bidder should
be prepared to substantiate the claimed experience by presenting copies of relevant documents and references if so
requested by USMS.

Project name & Client & Reference Contract Period of Types of activities
Country of Contact Details Value activity and undertaken
Assignment status

Bidders may also attach their own Project Data Sheets with more details for assignments above.

History of Non-Performing Contracts


☐ Non-performing contracts did not occur during the last 3 years

☐ Contract(s) not performed in the last 3 years

Year Non- performed Contract Identification Total Contract Amount


portion of (current value in US$)
contract

Name of Client:
Address of Client:
Reason(s) for non-performance:

Financial Standing
Annual Turnover for the last 3 years Year PKR
Year PKR
Year PKR

30
Latest Credit Rating (if any), indicate the
source

Financial information Historic information for the last 3 years


(in PKR equivalent)
Year 1 Year 2 Year 3
Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement

Total / Gross Revenue (TR)


Profits Before Taxes (PBT)
Net Profit
Current Ratio
☐ Attached are copies of the audited financial statements (balance sheets, including all related notes, and income
statements) for the years required above complying with the following condition:
a) Must reflect the financial situation of the Bidder or party to a JV, and not sister or parent companies;
b) Historic financial statements must be audited by a chartered accountant;
c) Historic financial statements must correspond to accounting periods already completed and audited. No
statements for partial periods shall be accepted.

31
Form E: Technical Bid Proposal Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

ITB reference:

The Bidder’s Bid should be organized to follow this format of the Technical Bid Proposal. Where the bidder is
presented with a requirement or asked to use a specific approach, the bidder must not only state its acceptance, but
also describe how it intends to comply with the requirements. Where a descriptive response is requested, failure to
provide the same may be viewed as non-responsive.
SECTION 1: Qualification, capacity and expertise
Bidder’s general organizational capability: management structure, financial stability and project financing capacity,
project management controls, extent of work to be subcontracted (if so, provide details).
Bidder’s relevance of specialized knowledge and experience on similar engagements done in the region/ country. Bidder
should submit a detailed description of the projects executed (quantities/ nature, value, beneficiary)
SECTION 2: Management Structure and Key Personnel
Describe the overall management approach toward planning and implementing the project. Include an
organization chart for the management of project describing relationship of key positions and designations.
Provide CVs for key personnel that will be provided to support the implementation of this project using the format
below. CVs should demonstrate qualifications in areas relevant to scope of goods and/or services.
Format for CV of Proposed Key Personnel
Name of Personnel [Insert]
Position [Insert]
Nationality [Insert]
Language proficiency [Insert]
[Summarize college/university and other specialized education of personnel member, giving names
Education/ of schools, dates attended, and degrees/qualifications obtained.]
Qualifications
[Insert]
[Provide details of professional certifications relevant to the scope of goods and/or services]
Professional
certifications  Name of institution: [Insert]
 Date of certification: [Insert]
Employment Record/ [List all positions held by personnel (starting with present position, list in reverse order), giving
Experience dates, names of employing organization, title of position and location of employment.
[Insert]

I, the undersigned, certify that to the best of my knowledge and belief, the data provided above correctly describes
my qualifications, my experiences, and other relevant information about myself.

Signature of Personnel Date (Day/Month/Year)

SECTION 3: Scope of Supply, Technical Specifications and Training(s)


This section should demonstrate the Bidder’s responsiveness to the specification by identifying the specific
components proposed, addressing the requirements, as specified, point by point; providing a detailed

32
description of the essential performance characteristics proposed; and demonstrating how the proposed bid meets or
exceeds the requirements/specifications. All important aspects should be addressed in sufficient detail.
A detailed description of how the Bidder will deliver the required goods and services, keeping in mind the
appropriateness to local conditions and project environment. Details how the different service elements shall be
organized, controlled and delivered.
Explain whether any work would be subcontracted, to whom, how much percentage of the requirements, the
rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a team.
Implementation plan including a Gantt Chart or Project Schedule indicating the detailed sequence of activities that
will be undertaken and their corresponding timing.
Details on post-deployment trainings on-site hands-on training .

SECTION 4: Registration & Certifications (if applicable)


This section should demonstrate the Bidder’s responsiveness towards its registration with the relevant national body
and international organizations Certifying the bidder’s qualifications with respect to Quality and Project
Management.

SECTION 5: Warranty and Support Services


This section should demonstrate the Bidder’s responsiveness to the post-commissioning warranty and support
services of the goods supplied, addressing the requirements, as specified, point by point; providing a detailed
description of the essential performance characteristics proposed; and demonstrating how the proposed bid meets or
exceeds the requirements. All important aspects should be addressed in sufficient detail.
A detailed description of how the Bidder will provide the Warranty claims to the users, keeping in mind the span
and complexity of the project in context of local conditions and project environment.
Explain whether any services or work would be subcontracted, to whom, how much percentage of the requirements,
the rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a team.
Details how the post-delivery/ deployment Support Services will be provided to the users keeping in consideration
the criticality of IT systems, and dependency of university administration and operations on such systems.

33
Indicator
S.NO. Item Description
(Items)
    VC Device All in one
Form F: Specifications Compliance
Size: 86”
Form
CPU: dual-chip 4-core @1.5G + 4-
System:
core @1.8G
Name of Bidder: [Insert Name of Bidder] Date: Select date
12 GB flash: 64 GB AI computing
RAM:
power: 4 TB FLOPS
ITB reference:
86”/D-LED; Resolution: 4K; Writing
Screen:
precision: ±1 mm
The Bidder’s Bid should be organized to
built-in 4K30 camera, automatic follow this format of the Technical Bid
voice tracking, Proposal. Where the bidder is presented
Camera:
AutoFrame;Maximum wide angle: with a requirement or asked to use a specific
80°; Zoom multiple: 2x digital zoom approach, the bidder must not only state its
acceptance, but also describe how it intends
12+1 microphone array, 8m sound
to comply with the requirements. Where a
Built-in MIC: pickup, 180° front coverage, descriptive response is requested, failure to
supporting external microphones provide the same may be viewed as non-
Dual-stream 1080p 30fps+ 1080p 30fps (4K8fps), responsive.
capability: data conference: 4K 8 fps
H.265:1080p 30 fps@384 kbit/s;
Network Your response Compliance with specifications
H.264:1080p 30fps@512Kbps; 30%
adaptability:
packet loss concealment Type/
Goods and services to be Supplied (based on the
VideoSpecifications provided in Section 5a & Comply Quoted Model no.
Technical 4 inputs and 2 outputs (Yes/ No) Specifications
interface: Section 5b) & Country
Audio of Origin
1 5 inputs and 3 outputs
interface: (If No, indicate
2xUSB A interface, 1xUSB B discrepancies)
Other
Required Items interface, 1xRJ45 (10/100/1000M Offered Items
interfaces: LAN), and 1xRJ45 (connecting to the
Touch)
other Floor-mount bracket, Wireless
peripherals: sharing tool, and Cloud Link Touch
The writing delay should be35 ms
Wired/wireless fast projection,
1080p 60 fps, clearer and smoother
H.265 codec capability, native
hardware codec conference
capability, 1080p 30 fps+4K;
Intelligent portrait tracking,
Other automatically displaying close-up
Features images of the speaker;
Beam pickup and intelligent
environment noise suppression,
delivering clearer audio experience;
Intelligent sound screen,
automatically filtering out sounds
outside the magic wall in noisy
environments
SEAGATE,SKYHAWK,4TB,64MB,SATA
  4TB HDD
6Gb/s, 5400RPM
Digital
1
Podium
Room Fixture
1.5 Ton invertor AC with
2 34
installation
3 Wall Mat Finish (Coloring)
Roof (false ceiling with all
4
Form G: Price Schedule Form

Name of Bidder: [Insert Name of Bidder] Date: Select date

ITB reference:
[The Bidder is required to prepare the Price Schedule following the below format. The Price Schedule must
include a detailed cost breakdown of all goods and related services to be provided.]

We, the <<Name of Bidder>>, hereby submit our Financial Bid for the Supply of Items as below. We assure you of
our full compliance to the required specifications, delivery schedule and other terms without any deviation and/ or
reservations. We reiterate our acceptance to the terms and conditions of the RFP. Our Financial proposal as below is
submitted for your kind consideration;
Quantity Unit Price GST Total
Quoted Items in compliance to the Technical Specifications as [in PKR] [in Price
referred in Section – 5a and Section – 5b (a) (b) PKR [in
] PKR]
(c) d=a*[b+c]

35
Extended Warranty Price (at discretion of University of Sufism & Modern Sciences,
Bhitshah)

Total Bid Value in Figures (Prices in PKR including GST):


Total Bid Value in words (Prices in PKR including GST):

Name & Designation of Authorized Person:

Signature: (Please affix company stamp here)

36
Annex – I: Integrity Pact

The Bidders will be required to submit the below text on stamp paper after filling in the details and duly signed as
well as stamped, as part of their Technical Proposal.

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC


PAYABLE BY THE SUPPLIER OF GOODS, SERVICES & WORK IN
CONTRACTS WORTH RS. 10.0 MILLION OR MORE
(To be filled by the bidder as a part of technical proposal)

Contract Number: Dated:


Contract Value:
Contract Title:
hereby declare that it has not obtained or induced the procurement of any contract, right,
interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business partner.

Without limiting the generality of the forgoing, represents and warrants that it has fully
declared the brokerage, commission, fees etc. paid or payable to anyone and not given or not given or agreed to give
and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any nature
or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultant fee or
otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other
obligation or benefit in whatever from GoP, except that which has been expressly declared pursuant hereto.

certifies that it has made and will make full disclosure of all agreements and arrangements with
all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action
to circumvent the above declaration, representation or warranty.

accept full responsibility and strict liability for making any false declaration, not making full
discloser, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other
instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, agrees to identify GoP
for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to
GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback
given by as aforesaid for the purpose of obtaining or inducing the procurement of any contract,
right, interest, privilege or other obligation or benefit in whatsoever from GoP.

[Buyer] [Seller / Supplier]

37

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy