SUPPLY, INSTALLATION & OPERATIONS OF SATELLITE ... - Punjab · PUNJAB Provincial Disaster...

Post on 28-Nov-2020

0 views 0 download

transcript

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

1

SUPPLY, INSTALLATION & OPERATIONS

OF SATELLITE HUB BASED WAN

CONNECTIVITY SOLUTION FOR PDMA,

PUNJAB

Provincial Disaster Management Authority

40/A, Lawrence Road, Lahore

Tel :- 042-99204403-4 Fax :- 042-99204405

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

2

INTRODUCTION

The Punjab Disaster Management Authority (PDMA) intends to establish a reliable satellite based

network connectivity with 20 remote offices/branches that are located in province of Punjab

Pakistan in order to provide broadband connectivity to disaster management and other provincial

offices.

The planned IP based private VSAT system is envisioned to provide a cost effective, reliable single

connectivity platform with centralized monitoring and control. A single point of contact is required

for operation, maintenance, fault isolation and troubleshooting to provide high service, quality and

management of the system. The centralized station will be located at Lahore.

The required system should be based on DVBS2/DVB-RCS2 VSAT system with star topology with

DVBS2 on Outbound and DVB-RCS2 on inbound hereinafter referred to as “System”, which is

capable of delivering a variety of IP-based services such as data communication, Internet access,

voice, and video.

The bidding is for a turnkey project. The Bidder shall propose a complete system, which can satisfy

the system requirements, described, including but not limited to conducting site survey, design,

system supply, installation, integration, civil works, testing, commissioning and operations. The

System will be integrated with an IP based network and hence shall be able to interoperate with the

Customer’s existing IP infrastructure.

Bidders have to provide following equipment in fulfilling the requirement of this RFP

1. Hub equipment including 4m Hub antenna & 50 W RF hardware, VOIP Hardware

2. 20 complete sets of remote stations (1.2m antenna, 3W BUC, LNB, modem, voice equipment

& VOIP Phone to support single voice line)

3. Two complete sets of COTP remote stations for Mobile Van

4. Consumables, installation of Hub and remote stations.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

3

SATELLITE BASED WAN CONNECTIVITY SOLUTION

GENERAL REQUIREMENT

1. The PDMA requires the implementation of a fully managed IP broadband Solution over

satellite which supports provision of data, voice & video services

2. The proposed VSAT solution shall operate in Ku band (13.75-14.5GHz) Satellite. Bidder

should commit to ensure high link performances and availability.

3. The Bidder will be responsible for designing, site surveys, installation and commissioning

of Hub station.

4. The VSAT network is expected to provide connectivity of all sites offices/branches with star

topology and optional mesh connectivity and the hub station will provide access to all

broadband services, applications and other resources at PDMA Punjab The Network

Operation Centre (NOC)/VSAT Hub must be located in headquarter in Lahore and the

remote stations will be implemented in all remote sites. Both the hub station and remote sites

will be fully managed by the service provider for three years after installation and the buyer

will have access to monitor the network and manage resources.

5. VSAT System should be capable to have voice connectivity within network and to PSTN as

well.

6. Bidder is supposed to integrate the Hub and remote VSATs with HO and remote

offices/branches equipment to ensure end to end services and smooth working of all services

as per expectation of PDMA Punjab

7. This end-to-end service shall be designed and operated on a 24x7 basis to continuously

deliver the required services every calendar day of the year.

8. PDMA will be responsible to provide satellite BW for the system and PDMA will share the

satellite parameters later on to confirm the compatibility of equipment with space segment

9. PDMA will separately procure external encryptors for the security requirements of this

solution.

TECHNICAL SPECIFICATIONS

1. The system should preferably be based on open standard DVB-S2 technology in forward

direction and DVB-RCS2 technology in return link supporting star as well as mesh mode.

2. The Hub should support ACM (adaptive Coding and Modulation) for outbound carrier and

provide full adoptivity on return links by employing ACM with ACS (Adaptive Carrier

Selection) and AUPC (Automatic Uplink Power Control) to mitigate the effect of rain fade

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

4

3. Through this technology, each site will be guaranteed with the maximum subscribed data

rates plus additional burst to higher data based on availability of additional unused BW. This

should be achievable through pre-configured setting in Network Management System.

4. The Hub system must be a modular one and based on open architecture.

5. The Hub system should be non-redundant at initial stage but upgradable to fully redundant

systems to ensure maximum availability of the network.

6. Must support of BPSK, QPSK, 8PSK and 16QAM in the return link

7. Should support advanced 16-State Turbo Coding on the return link

8. Should have GSE encapsulation on the forward link

9. Should have flexibility to split a single outbound in multiple "Msps" segments and/or

"Mbps" segments

10. Hub and remotes should support built-in TRANSEC encryption (AES 256) on layer-2 for

security purpose.

11. Must support minimum 12% carrier spacing for the return link for better efficiency

12. The Hub system should support minimum 4 QOS classes of VOIP, ViC, CD and Best Effort

with discard option.

13. The hub shall support on-demand Constant Rate Assignment (CRA), permanent CRA

services. Dynamic assignment of bandwidth with guaranteed and, maximum rate options at

VSAT group level and individual VSAT level with user-definable step-sizes.

14. The proposed solution shall come with manufacturer supplied NMS including fault and

performance management (accounting reports, availability reports, resource monitoring,

event logs, alarm management), configuration management (auto-commissioning, resource

management and service management), account and security management (add/delete,

access control and encryption)

MOBILE SUPPORT

15. Must be compatible with and support Mobile Antenna Units

16. Must have support for auto-pointing antennas

17. Bidder shall provide all static antennas mentioned in this RFP however provided indoor

units must be compatible with Mobile Satellite Auto-Tracking Units

18. Communication on the move is not required

BANDWIDTH

The proposed hardware should support following bandwidth for the connectivity with remotes.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

5

1. Downlink --- 512 kbps per site

2. Uplink ---- 256 kbps per site

Contention Ratio 1:2

The system should be capable for a possible increase in bandwidth requirements through NMS

without visiting remote sites. Increases may vary from a few additional kbps up to twice the initial

bandwidth per site minimal disruption should be ensured during all changes. Bandwidth shall be

dynamically allocated to all VSAT connected service stations and unused BW should automatically

be shared to other remotes.

GEOGRAPHICAL DISTRIBUTION OF REMOTE SITES

All 20 remote sites are located at 36 districts of province of Punjab and bidders are supposed to carry

out remote sites installation and troubleshooting at all these locations. The bidder will also carry out

installation & commissioning of equipment for 2 mobile Vans.

PHYSICAL & ENVIRONMENTAL

The Bidder must mention Hub & R e m o t e equipment’s physical and environmental

conditions in below format: The Bidder will also clearly mention AC power requirement of total

hub equipment as well as each remote site.

- Power Supply

- Operating temperature

- Storage temperature

- Humidity

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

6

S. No Description QTY.

1 Satellite Link Hub (License for 100 Remote V Satellites)

1.1 Forward Link Subsystem

1.1.1 Satellite Link FLS ( Licensed, 5Msps License,16APSK) or equivalent 1

1.2 Return Link Subsystem

1.2.1 Satellite Link RLS (1.5Msps, 8PSK) or equivalent 1

1.3 TCP/HTTP acceleration Subsystem

1.3.1 Satellite Link Net Acc - Acceleration Server 1

1.4 NCC/NMS

1.4.1 NCC/NMS Servers 1

1.4.2 Network Management System Software 1

1.5 REFS Subsystem

1.5.1 GPS Receiver for 10MHz & 1PPS Reference or equivalent 1

1.6 Hub Accessories

1.6.1 HP Universal Rack 42 U, PDU or equivalent 1

1.6.2 19" Rack Mount Display & Keyboard, KVM, Serial Switch 8-Ports, Cable Accessories 1

1.6.3 V Satellite PC + Work Station 1

1.6.4 Satellite Link 2910 Test IDU or equivalent 1

1.7 Switches & Routers

1.7.1 Router 2951/K9 or equivalent 1

1.7.2 Catalyst 2960s 48 GigE, 4 X SFP LAN Base or equivalent or equivalent 1

1.7.3 2901 w/2 GE 4 EHWIC 2 DSP 256MB CF 512MB DRAM IP Base or equivalent 1

1.7.4 Inbound Channel License 5

1.7.5 Voice Solution at Central Location 1

2 Hub Antenna & RF

2.1 ASC Signal 4.0 Meter Ku-Band Manual Mount Earth Station Antenna

1

2.2 Terra Satellite 50W Ku band BUC

2.3 Ku Band Hub LNB

2.4 Waveguide 6 ft

2.5 Hub IFL Cable & Connectors

3 One-time Installation Services & Training

3.1 Project Management & System Designing 1

3.2 Hub Baseband Installation & Commissioning and integration with Network 1

3.3 On-Site System Training after installation 1

3.4 Antenna and RF installation 1

4 Fixed V Satellites

4.1

Satellite Link 2000 IDU or equivalent

1

1.2 m Ku band antenna

3W Ku BUC

Ku Band LNB

Panasonic KX-HDV230 SIP phone or equivalent

24 port Ethernet switch or other equivalent switch

MP2804-AC or other equivalent router

IFL Cable & connectors

4.2 One-time Charges for Fixed Remote Site Installation Services including Local transportation of

Equipment from Cental Location to Remote Site 1

5 Mobile Satellite

5.1 Inetvu 1.2m Ku band auto deployed vehicle mount antenna

1 Satellite Link 2910 IDU or equivalent

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

7

8W Ku band BUC

KX-HDV230 SIP phone or equivalent

24 port Ethernet switch or other equivalent switch

MP2804-AC or other equivalent router or equivalent

IFL Cable & connectors

2.3 KVA Generator

Power cables & accessories

5.2 Installation Service for Outdoor & Indoor of Mobile VAN 1

6 Maintenance & support services 3

yeas

6.1

Satellite ellite Hub Operation including 24/7 Support From Global Support Centers

Availability of Residence Engineer at Central Location

Maintenance & Troubleshooting of 20 Fixed Remote Stations & One Mobile Station

Warranty & Hardware Replacement for Hub & 20 Remotes

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

8

TENDER DOCUMENT

(Special Instructions)

Provincial Disaster Management Authority

40/A, Lawrence Road, Lahore. Pakistan

Phone: (+ 92) (42) (99204403-4) Fax: (+92) (42) (99204405)

1.1 PPRA Rules to be followed

Punjab Procurement Rules 2014 will be strictly followed. These may be obtained from:

http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx In this document, unless otherwise

mentioned to the contrary, "Rule" means a Rule under the Punjab Procurement Rules 2014.

Origin.

1. For purposes of "origin" shall be considered to be the place where the Goods are

produced or from which the Services are provided. Goods are produced when,

through manufacturing, processing or substantial and major assembling of

components, a commercially recognized product results that is substantially

different in basic characteristics or in purpose or utility from its components.

Tender Cost.

2 The Bidder shall bear all costs / expenses associated with the preparation and

submission of the Tender (s) and the Purchaser shall in no case be responsible / liable

for those costs / expenses.

Joint Venture.

3.1 Bidders may form a joint venture of two or more Bidders. An Agreement Deed to

that effect, legally executed and signed by all the partners shall be submitted with

the Tender.

3.2 One of the partners shall be authorized to, be in charge, incur liabilities, receive

payments and receive instructions for and on behalf of any or all partners. A power

of attorney to that effect, legally executed, signed by all the partners shall be

submitted with the Tender.

3.3 All the partners shall be jointly and severally liable for the execution of the Contract

in accordance with the terms and conditions of the Contract. The Tender, and in case

of successful Tender, the Contract Deed, to that effect, shall be signed by all the

partners.

Examination of the Tender Document

4.1 The Bidder is expected to examine the Tender Document, including all instructions

and terms and conditions.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

9

Clarification of the Tender Document

5.1 The Bidder may require further information or clarification of the Tender Document,

no later than three working days prior to the deadline for the submission of the Tender, in

writing or by telephone or by visiting the office.

Amendment of the Tender Document

6.1 The Purchaser may, at any time prior to the deadline for submission of the Tender,

at its own initiative or in response to a clarification requested by the prospective

Bidder(s), amend the Tender Document, on any account, for any reason. All

amendment(s) shall be part of the Tender Document and binding on the prospective

Bidder(s).

6.2 The Purchaser shall notify the amendment(s) in writing to the prospective Bidders

who shall acknowledge receipt of the amendment(s) in writing to the Purchaser.

6.3 The Purchaser may, at its exclusive discretion, amend the Tender Document to

extend the deadline for the submission of the Tender, in which case all rights and

obligations of the Purchaser and the Bidders previously subject to the deadline shall

thereafter be subject to the deadline as extended.

Preparation / Submission of Tender

7.1 The Bidder shall submit only one Tender.

7.2 The Tender shall be furnished for whole Tender and not in piecemeal.

7.3 The Tender and all documents relating to the Tender, exchanged between the Bidder and

the Purchaser, shall be in English. Any printed literature furnished by the Bidder

in another language shall be accompanied by an English translation which shall govern

for purposes of interpretation of the Tender.

7.4 The Tender shall be filed in / accompanied by the prescribed Forms, Annexes,

Schedules, Charts, Drawings, Documents, Brochures, Literature, etc. which shall be

typed, completely filled in, stamped and signed by the Bidder or his Authorized

Representative. In case of copies, photocopies may be submitted.

7.5 The Tender shall be in two parts i.e. the technical proposal and the financial proposal.

Each proposal shall be in two sets i.e. the original and the copy. In the event of any

discrepancy between the original and the duplicate, the original shall govern.

7.6 The Bidder shall seal the Original Technical Proposal in an envelope duly marked as

under:

Technical Tender for

Tender No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Bidder]

[Address of the Bidder]

[Phone No. of the Bidder]

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

10

7.7 The Bidder shall seal the Original Financial Proposal in an envelope duly marked as

under:

Financial Tender for

Tender No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Bidder]

[Address of the Bidder]

[Phone No. of the Bidder]

7.8 The Bidder shall again seal the sealed envelopes of Technical Proposal and the

Financial Proposal in an outer envelope, duly marking the envelope as under:

Tender for

Tender No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Bidder]

[Address of the Bidder]

[Phone No. of the Bidder]

7.9 The Tender shall be mailed to reach or dropped in the Tender Box placed at the

Reception of the Purchaser’s office, at following address and time:

PDMA, Punjab Office

40/A Lawrence Road, Lahore

Closing Time: 03:00pm, 19th September 2016

Opening Time: 03:30pm, 19th September 2016

Tender Price

8.1 The quoted price shall be:

8.1.1 Best / final / fixed and valid until completion of the Contract i.e. not subject to

negotiation / variation / escalation;

8.1.2 in Pak Rupees;

8.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc.

8.2. If not specifically mentioned in the Tender, it shall be presumed that the quoted price

is as per the above requirements.

8.3 Where no prices are entered against any item(s), the price of that item shall be

deemed to have been distributed among the prices of other items, and no separate

payment shall be made for that item(s).

8.4 In case of locally produced Service, the price shall include all customs duties and sales

and other taxes already paid or payable on the components and raw materials used

in the manufacture or assembly of the item. In case of Contract of imported Service offered Ex-

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

11

Warehouse/Off-the-Shelf from within the Purchaser’s country, import duties and sales and other

taxes already paid shall be shown separately.

Tender Security

A Tender Security/Bid Money will be Rs.400,000/- in the shape of Demand Draft / Call Deposit

Receipt/ AA rating Bank Guarantee in the name of “DIRECTOR GENERAL, PDMA” .

Validity of the Offer

9.1 denominated in a currency of the Tender;

9.1.2 Have a minimum validity period of ninety days from the last date for submission of

the Tender or until furnishing of the Performance Security, whichever is later.

9.2 The proceeds of the Tender Security shall be payable to the Purchaser, on the

occurrence of any / all of the following conditions:

9.2.1 If the Bidder withdraws the Tender during the period of the Tender validity specified

by the Bidder on the Tender Form; or

9.2.2 If the Bidder does not accept the corrections of his Total Tender Price; or

9.2.3 If the Bidder, having been notified of the acceptance of the Tender by the Purchaser

during the period of the Tender validity, fails or refuses to furnish the

Performance Security, in accordance with the Tender Document.

9.3 The Tender security shall be returned to the unsuccessful Bidder upon award of the

Contract. The Tender Security shall be returned to the successful Bidder on furnishing

the Performance Security.

Tender Validity

10.1 The Tender shall have a minimum validity period of ninety days from the last date

for submission of the Tender. The Purchaser may solicit the Bidder's consent to

an extension of the validity period of the Tender. The request and the response

thereto shall be made in writing. If the Bidder agrees to extension of validity period

of the Tender, the validity period of the Tender security shall also be suitably

extended. The Bidder may refuse extension of validity period of the Tender,

without forfeiting the Tender security.

Modification / Withdrawal of the Tender

11.1 The Bidder may, by written notice served on the Purchaser, modify or withdraw the

Tender after submission of the Tender, prior to the deadline for submission of the

Tender.

11.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to

the expiration of the period of the Tender validity, shall result in forfeiture of the

Tender Security.

Opening of the Tender

12.1 Tenders shall be opened, at the given place, time and date, in the presence of the

Bidders for which they shall ensure their presence without further invitation, as

detailed below:

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

12

PDMA Punjab’s Office

40/A Lawrence Road, Lahore

Closing Time: 03:00pm, 19th September 2016

Opening Time: 03:30pm, 19th September 2016

12.2 The Bidder's name, modifications, withdrawal, security, attendance of the Bidder

and such other details as the Purchaser may, at its exclusive discretion, consider

appropriate, shall be announced and recorded.

Clarification of the Tender

13.1 The Purchaser shall have the right, at his exclusive discretion, to require, in writing,

further information or clarification of the Tender, from any or all the Bidder(s). No

change in the price or substance of the Tender shall be sought, offered or permitted

except as required to confirm the corrections of arithmetical errors discovered in the

Tender.

Determination of Responsiveness of the Tender

14.1 The Purchaser shall determine the substantial responsiveness of the Tender to the

Tender Document, prior to the Tender evaluation, on the basis of the contents of the

Tender itself without recourse to extrinsic evidence. A substantially responsive

Tender is one which:

14.1.1 Meets the Mandatory Requirement of the Eligibility Criteria of the Tender

14.1.2 meets the eligibility criteria for the Bidder / the Goods / the Services;

14.1.3 meets the delivery period / point for the Goods / the Services;

14.1.4 meets the rate and limit of liquidated damages;

14.1.5 Offers fixed price quotations for the Goods / the Services;

14.1.6 Is accompanied by the required Tender Security;

14.1.7 Is otherwise complete and generally in order;

14.1.8 Conform to all terms and conditions of the Tender Document, without material

deviation or reservation.

14.2 A material deviation or reservation is one which affects the scope, quality or performance

of the Goods or limits the Purchaser's rights or the Bidder's obligations under the Contract.

14.3 The Tender determined as not substantially responsive shall not subsequently be made

responsive by the Bidder by correction or withdrawal of the material deviation or

reservation. However, the Purchaser may waive off any minor non- conformity or

inconsistency or informality or irregularity in the Tender.

14.4 The Tender shall be checked for any arithmetic errors which shall be rectified, as

follows:

14.4.1 If there is a discrepancy between the amount in figures and the amount in words for

the Total Tender Price entered in the Tender Form, the amount which tallies with the

Total Tender Price entered in the Price Schedule, shall govern.

14.4.2 if there is a discrepancy between the unit rate and the total price entered in the price

Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit

rate as quoted shall govern and the total price shall be corrected, unless there is an obvious

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

13

and gross misplacement of the decimal point in the unit rate, in which case the total price

as quoted shall govern and the unit rate shall be corrected.

14.4.3 If there is a discrepancy in the actual sum of the itemized total prices and the total

tender price quoted in the Price Schedule, the actual sum of the itemized total prices

shall govern.

14.5 The Tender price as determined after arithmetic corrections shall be termed as the

Corrected Total Tender Price which shall be binding upon the Bidder.

14.6 Adjustment shall be based on corrected Tender Prices. The price determined after

making such adjustments shall be termed as Evaluated Total Tender Price.

14.7 The cost of making good any deficiency resulting from any acceptable, quantifiable

variations and deviations from the terms and conditions of the Contract / Technical

Specifications, shall be added to the corrected Tender Price for comparison purposes

only. No credit shall be given for offering delivery period earlier than the specified

period.

14.8 The Bidder shall state the Tender Price for the payment terms outlined in the Conditions

of Contract which will be considered for the evaluation of the Tender. The Bidder may

state alternate payment terms and indicate the reduction in the Tender price offered for

such alternative payment terms. The Purchaser may consider the alternative payment

terms offered by the Bidder.

14.9 The Bidders may offer discounts for items which shall be taken into account in the

evaluation of the Tenders so as to determine the Tender offering the lowest evaluated

cost for the Purchaser in deciding award(s) for whole tender.

Rejection / Acceptance of the Tender

15.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease

the quantity of any or all item(s) without any change in unit prices or other terms and

conditions, accept or reject all tender(s), cancel / annul the Tendering process at any

time prior to award of Contract, without assigning any reason or any obligation to

inform the Bidder of the grounds for the Purchaser's action, and without thereby

incurring any liability to the Bidder and the decision of the Purchaser shall be final.

15.2 The Tender shall be rejected if it is:

15.2.1 Substantially non-responsive; or

15.2.2 Not qualified on technical proposal; or

15.2.3 Submitted in other than prescribed forms, annexes, schedules, charts, drawings,

documents / by other than specified mode; or

15.2.4 Incomplete, un-sealed, un-signed, printed (hand written), partial, conditional,

alternative, late; or subjected to interlineations / cuttings / corrections / erasures /

overwriting; or;

15.2.5 The Bidder submits more than one Tenders; or

15.2.6 The Bidder refuses to accept the corrected Total Tender Price; or

15.2.7 The Contactor has conflict of interest with the Purchaser; or

15.2.8 The Bidder tries to influence the Tender evaluation / Contract award; or

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

14

15.2.9 The Bidder engages in corrupt or fraudulent practices in competing for the Contract

award.

Acceptance Letter

16.1 The Purchaser shall, send the Acceptance Letter to the successful Bidder, prior to the

expiry of the validity period of the Tender, which shall constitute a contract, until

execution of the formal Contract.

Performance Security

17.1 The successful Bidder shall furnish Performance Security as under:

17.1.1 within three working days of the receipt of the Acceptance Letter from the Purchaser;

17.1.2 In the form of a Bank Guarantee, issued by a AA rated scheduled bank operating in

Pakistan, as per the format provided in the Tender Document or in another form

acceptable to the Purchaser;

17.1.3 of a sum equivalent to 10% of the contract value;

17.1.4 denominated in a currency of the Contract (PKR);

17.1.5 Have a minimum validity period of ninety days from the date of Award Notification

or until the date of expiry of warranty period, whichever is later;

17.2 The proceeds of the Performance Security shall be payable to the Purchaser, on

occurrence of any / all of the following conditions:

17.2.1 If the Bidder commits a default under the Contract;

17.2.2 If the Bidder fails to fulfill any of the obligations under the Contract;

17.2.3 If the Bidder violates any of the terms and conditions of the Contract.

17.3 The Bidder shall cause the validity period of the performance security to be extended for

such period (s) as the contract performance may be extended. The Performance Security

shall be returned to the Bidder within thirty working days after the expiry of its validity.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

15

TERMS & CONDITIONS OF THE CONTRACT

Contract

18.1 The Purchaser shall, after receipt of the Performance Security from the successful

Contractor, send the Contract provided in the Tender Document, to the successful

Contractor. Within three working days of the receipt of such Contract, the Contractor

shall sign and date the Contract and return it to the Purchaser.

Contract Documents and Information

19.1 The Contractor shall not, without the Purchaser's prior written consent, make use of the

Contract, or any provision thereof, or any document(s), specifications, drawing(s),

pattern(s), sample(s) or information furnished by or on behalf of the Purchaser in

connection therewith, except for purposes of performing the Contract or disclose the same

to any person other than a person employed by the Contractor in the performance of the

Contract. Disclosure to any such employed person shall be made in confidence and shall

extend only as far as may be necessary for purposes of such performance.

Contract Language

20.1 The Contract and all documents relating to the Contract, exchanged between the

Contractor and the Purchaser, shall be in English. The Contractor shall bear all costs

of translation to English and all risks of the accuracy of such translation.

Standards

21.1 The Goods supplied and the Services provided under this Contract shall conform to the

required Specifications or better in accordance with the latest standards.

Patent Right

22.1 The Contractor shall indemnify and hold the Purchaser harmless against all third party

claims of infringement of patent, trademark or industrial design rights arising from use of

the Goods / the Service or any part thereof.

Execution Schedule

23.1 The Contractor shall submit an Execution Schedule, giving details of customs

clearance, supply, installation, configuration, deployment, commissioning, testing,

training, etc., as required under the Contract, to the Purchaser, within stipulated period

of the Contract (where applicable).

Packing

24.1 If goods are involved, the Contractor shall provide such packing of the Goods as is

sufficient to prevent their damage or deterioration during storage / transit to their final

destination as indicated in the Contract. Packing case size and weights shall take into

consideration, where appropriate, the remoteness of the final destination and withstand,

without limitation, rough handling, exposure to extreme temperatures, salt and

precipitation at all points in storage / transit. The Contractor shall arrange and pay for

the packing of the Goods to the place of destination as specified in the Contract, and the

cost thereof shall be included in the Contract Price.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

16

Insurance

25.1 The Contractor shall provide such insurance of the Goods as is sufficient to protect against

their damage or deterioration during storage / transit to their final destination as indicated

in the Contract. The Bidder shall arrange and pay for the insurance of the Goods to the

place of destination as specified in the Contract, and the cost thereof shall be included in

the Contract Price.

Labeling

26.1 The Goods supplied under the Contract, shall be clearly labeled so as to correspond

with the delivered documentation, with proper labeling scheme provided by the

Client.

Delivery

27.1 The Contractor shall indicate his delivery approach clearly specifying the

requirements for packing, shipping and unpacking of deliverable hardware, software

and documentation. The approach shall address shipment of deliverables to the

various designated (installation) sites. The approach shall also specify any special

shipping constraints such as custom requirements, security requirements, access

arrangement or loading dock requirements. The Contractor shall deliver the Goods at

Districts of the Punjab, as specified by the Purchaser at the time of delivery.

27.2 The Service shall remain at the risk and under the physical custody of the Contractor

until the delivery and testing of the Goods is completed.

27.3 The Contractor shall ensure that the Goods shall be delivered complete to enable the

testing and training to proceed without interruption. If it shall appear to the Client that

the Goods have been or are likely to be delayed by reason of incomplete delivery or

for any other reasons, he may require the Bidder at the expense of the Contractor to

dispatch the missing items of the Goods or suitable replacements thereof to the site of

delivery by the fastest available means including air freight.

Spare Parts and Support

28.1 The Contractor shall ensure that the Services provided by the Contractor, under the

Contract are standard and of exact equipment, and incorporate all recent

improvements in design and materials, unless provided otherwise in the Contract.

28.2 The Contractor shall further ensure that the Services provided by the Contractor,

under the Contract shall have no defect, arising from design, materials, installation,

configuration, or from any act or omission of the Contractor that may develop under

normal use of the provided Service.

28.3 The Contractor shall maintain sufficient backup stock of spare parts and tools locally

at sites, for the maintenance of the supplied Goods, during the warranty period.

28.4 The Contractor shall ensure availability of spare parts and technical assistance for all

components for at least Three years, without major changes, after the completion of

final acceptance.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

17

28.5 The Contractor shall give six months advance notice on any discontinued part(s) with

a suggestion for appropriate alternatives.

28.6 The Contractor shall also identify and provide the following:

28.6.1 Items (repairable spares, parts and consumable supplies) that are needed to maintain

design performance, reliability and availability standards prescribed in the Technical

Specifications. The quantity of spare parts and consumable items provided and kept

shall be equal to the requirements for one year of operating stock;

28.6.2 Critical items, whose failure would cause a system failure;

28.6.3 Items of high cost and/or long lead time (over thirty working days);

28.6.4 Items whose design reliability is such that normal stock replenishment would not

justify maintaining a level of the item in stock.

Inspection and Testing

29.1 The Purchaser shall inspect and test the Goods supplied, the Services provided or the

works carried out, under the Contract, to verify their conformity to the Technical

Specifications.

29.1.1 The inspections and tests shall be conducted at the premises of the Contractor/its sub-

Contractor (s) / at the final destination. Where conducted at the premises of the Contractor

/its sub- Contractor (s), the Contractor / its sub- Contractor (s) shall provide all reasonable

facilities and assistance, including access to drawings, production data and online

verification from official web site of the Manufacture, to the inspectors, at no charge to

the Purchaser.

29.1.2 The Purchaser may reject the Goods, the Services or the Works if they fail to conform

to the Technical Specifications, in any test(s) or inspection(s) and the Contractor shall

either replace the rejected Goods, Services or Works or make all alterations necessary

to meet the Technical Specifications, within three working days, free of cost to the

Purchaser.

29.1.3 The Purchaser’s post-delivery right to inspect, test and, where necessary, reject the

Goods shall in no way be limited or waived by reason of pre-delivery inspection,

testing or passing of the Goods.

29.1.4 Nothing contained in any Clause shall, in any way, release the Bidder from any

Warranty or other obligations under the Contract.

Taking-Over Certificate

30.1 The Contractor shall, by written notice served on the Client with a copy to the

Purchaser, apply for a Taking-Over Certificate.

30.2 The Client shall, within twenty one days of receipt of Contractor's application, either

issue the Taking-Over Certificate to the Contractor with a copy to the Purchaser,

stating the date of successful inspection / testing of the Goods or any portion thereof,

for their intended purposes; or reject the application giving the reasons and specifying

the work required to be done by the Contractor to enable the Taking- Over Certificate

to be issued.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

18

30.3 Nothing contained in Clauses 42.1 and 42.2 shall, in any way, release the Contractor

from any Warranty or other obligations under the Contract.

Warranty

31.1 The Contractor shall warrant to the Purchaser that the Goods supplied by the

Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered

in anyway, of the most recent or current model, imported through proper channel, and

incorporate all recent improvements in design and materials, unless provided

otherwise in the Contract.

31.2 The Contractor shall further warrant that the Goods supplied by the Contractor, under

the Contract shall have no defect, arising from design, materials, workmanship or from

any act or omission of the Contractor that may develop under normal use of the

supplied Goods.

31.3 The Contractor shall provide Manufacturer’s warranty for minimum three years

(hereinafter referred as Warranty Period), after the issue of Taking-over Certificate

in respect of Goods, the Services and the Works, or any portion thereof, as the case

may be, which will include:

31.3.1 Free, on site repair / replacement of defective / damaged parts and labor, within 48

hours of intimation;

31.3.2 On site replacement of defective / damaged Goods, if repair of such Goods involves

a duration exceeding 48 hours.

31.3.3 The Contractor shall clearly mention Terms and Conditions of service agreements

for the Goods supplied after the expiry of initial warranty period. In case of

International Warranties, the local authorized dealers shall mention their service and

warranty setup, details of qualified engineers, etc.

31.3.4 The Warranty Period shall start from the date of installation / configuration /

deployment of the Goods/services on site.

31.3.5 The Client shall, by written notice served on the Contractor with a copy to the

Purchaser, promptly indicate any claim(s) arising under the warranty.

31.3.6 The Contractor shall, within the prescribed time period, after receipt of such notice,

repair or replace the defective / damaged Goods or parts thereof on site, without any

cost to the Purchaser.

31.3.7 The end user licenses, end user warranties and end user contracting support services

shall be in the name of Purchaser, for the Goods supplied, the Services provided and

the Works done, under the Contract.

Ownership of Goods and Replaced Components

32.1 Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the

property of the Purchaser when the Goods are taken over by the Purchaser. Defective

components to be replaced by the Contractor, pursuant to the Contract, shall become

the property of the Contractor as and where it lies.

Defects Liability Expiry Certificate

33.1 The Contractor shall, after expiry of the warranty period, by written notice served on

the Client with a copy to the Purchaser, apply for a Defects Liability Expiry

Certificate.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

19

33.2 The Client shall, within twenty one days of receipt of such notice, either issue the

Defects Liability Expiry Certificate to the Contractor with a copy to the Purchaser,

stating the date of expiry of the Warranty Period for all the Goods supplied and

fulfillment of all obligations by the Contractor, under the Contract; or reject the

application giving the reasons and specifying the work required to be done by the

Bidder to enable the Defects Liability Expiry Certificate to be issued.

Payment.

34.1 The Contractor shall submit an Application for Payment, in the prescribed form, to

the Purchaser. The Application for Payment shall: be accompanied by such invoices,

receipts or other documentary evidence as the Purchaser may require; state the

amount claimed; and set forth in detail, in the order of the Price Schedule, particulars

of the Services provided and the Works done, up to the date of the Application for

Payment and subsequent to the period covered by the last preceding Certificate of

Payment, if any.

34.1.2 The Purchaser shall issue a Certificate of Payment, in the prescribed form, to the

Contractor, the amount due, within fourteen days of receipt of an Application for

Payment. The Purchaser may withhold a Certificate of Payment on account of

defect(s) / short coming(s) in the Goods /services supplied /non-satisfactory

performance of the Services / the Works. The Purchaser may make any correction or

modification in a Certificate of Payment that properly be made in respect of any

previous certificate.

34.1.3 The Purchaser shall pay the amount within fourteen days of issuance of a Certificate

of Payment. Payment shall not be made in advance. The Purchaser shall make

payment for the Goods/services supplied, the Services provided and the Works done,

to the Bidder, as per Government policy, in the currency of the Tender, through

treasury cheque.

Price

35.1 The Contractor shall not charge prices for the Goods supplied, the Services provided

and for other obligations discharged, under the Contract, varying from the prices

quoted by the Contractor in the Price Schedule.

Contract Amendment

36.1 The Purchaser may, at any time, by written notice served on the Contractor, alter,

amend, omit, increase, decrease or otherwise change the nature, quality, quantity and

scope, of all / any of the Goods /the Services / the Works, in whole or in part. The

Bidder shall, within ten working days of receipt of such notice, submit a cost

estimate and execution schedule of the proposed change (hereinafter referred to as the

Change), to the Purchaser.

36.2 The Contractor shall not execute the Change until and unless the Purchaser has

allowed the said Change, by written order served on the Bidder.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

20

36.3 The Change, mutually agreed upon, shall constitute part of the obligations under this

Contract, and the provisions of the Contract shall apply to the said Change.

36.4 No variation in or modification in the Contract shall be made, except by written

amendment signed by both the Purchaser and the Contractor.

Assignment / Subcontract

37.1 The Contractor shall not assign or sub-contract its obligations under the Contract, in

whole or in part, except with the Purchaser's prior written consent.

37.2 The Contractor shall guarantee that any and all assignees / sub- Contractor of the

Contractor shall, for performance of any part / whole of the work under the contract,

comply fully with the terms and conditions of the Contract applicable to such part /

whole of the work under the contract.

Extensions in time for performance of obligations under the Contract

38.1 If the Contractor encounters conditions impeding timely performance of any of the

obligations, under the Contract, at any time, the Bidder shall, by written notice served on

the Purchaser, promptly indicate the facts of the delay, its likely duration and its cause(s).

As soon as practicable after receipt of such notice, the Purchaser shall evaluate the

situation and may, at its exclusive discretion, without prejudice to any other remedy it

may have, by written order served on the Contractor, extend the Contractor 's time for

performance of its obligations under the Contract.

Liquidated Damages

39.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract

/ violates any of the provisions of the Contract / commits breach of any of the terms

and conditions of the Contract the Purchaser may, without prejudice to any other right

of action / remedy it may have, deduct from the Contract Price, as liquidated damages, a

sum of money @0.25% of the Contract Price which is attributable to such part of the

Goods / the Services / the Works as cannot, in consequence of the failure / delay, be put

to the intended use, for every day between the scheduled delivery date(s), with any

extension of time thereof granted by the Purchaser, and the actual delivery date(s).

Provided that the amount so deducted shall not exceed, in the aggregate, 10% of the

Contract Price.

Blacklisting

40.1 If the Contractor fails / delays in performance of any of the obligations, under the

Contract / violates any of the provisions of the Contract / commits breach of any of

the terms and conditions of the Contract the Purchaser may, at any time, without

prejudice to any other right of action / remedy it may have, blacklist the Contractor,

either indefinitely or for a stated period, for future tenders.

40.2 If the Contractor is found to have engaged in corrupt or fraudulent practices in

competing for the award of contract or during the execution of the contract, the

Purchaser may, at any time, without prejudice to any other right of action / remedy

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

21

it may have, blacklisted the Contractor, either indefinitely or for a stated period, for

future tenders.

Forfeiture of Performance Security

41.1 If the Contractor fails / delays in performance of any of the obligations, under the

Contract / violates any of the provisions of the Contract / commits breach of any of the

terms and conditions of the Contract the Purchaser may, without prejudice to any other

right of action / remedy it may have, forfeit Performance Security of the Contractor.

Termination for Default

42.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract

/ violates any of the provisions of the Contract / commits breach of any of the terms

and conditions of the Contract the Purchaser may, at any time, without prejudice to any

other right of action / remedy it may have, by written notice served on the Bidder, indicate

the nature of the default(s) and terminate the Contract, in whole or in part, without any

compensation to the Contractor. Provided that the termination of the Contract shall be

resorted to only if the Contractor does not cure its failure / delay, within fifteen working

days (or such longer period as the Client may allow in writing), after receipt of such

notice.

42.2 If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser

may procure, upon such terms and conditions and in such manner as it deems

appropriate, Goods / Services / Works, similar to those undelivered, and the

Bidder shall be liable to the Purchaser for any excess costs for such similar Goods

/Services/Works from Pakistan. However, the Bidder shall continue performance of

the Contract to the extent not terminated.

Termination for Insolvency

43.1 If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any

time, without prejudice to any other right of action / remedy it may have, by written

notice served on the Contractor, indicate the nature of the insolvency and terminate

the Contract, in whole or in part, without any compensation to the Contractor.

Termination for Convenience

44.1 The Purchaser may, at any time, by written notice served on the Contractor, terminate

the Contract, in whole or in part, for its convenience, without any compensation to

the Contractor.

44.2 The Goods and the Services which are complete or to be completed by the Contractor,

within thirty working days after the receipt of such notice, shall be accepted by the

Purchaser. For the remaining Goods, the Purchaser may elect:

44.2.1 To have any portion thereof completed and delivered; and/or

44.2.2 to cancel the remainder and pay to the Contractor an agreed amount for partially

completed Goods, Services, Works and materials / parts previously procured by the

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

22

Contractor for the purpose of the Contract, together with a reasonable allowance for

overhead & profit.

Force Majeure

45.1 The Contractor shall not be liable for liquidated damages, forfeiture of its

Performance Security, blacklisting for future tenders, termination for default, if and

to the extent his failure / delay in performance /discharge of obligations under the

Contract is the result of an event of Force Majeure.

45.2 If a Force Majeure situation arises, the Contractor shall, by written notice served on

the Purchaser, indicate such condition and the cause thereof. Unless otherwise

directed by the Purchaser in writing, the Contractor shall continue to perform under

the Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Dispute Resolution

46.1 The Purchaser and the Contractor shall make every effort to amicably resolve, by

direct informal negotiation, any disagreement or dispute arising between them under

or in- connection with the Contract.

46.2 If, after thirty working days, from the commencement of such informal negotiations,

the Purchaser and the Contractor have been unable to amicably resolve a Contract

dispute, either party may, require that the dispute be referred for resolution by

arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more

arbitrators selected in accordance with said Law. The place for arbitration shall be

Lahore, Pakistan. The award shall be final and binding on the parties.

Statues and Regulations

47.1 The Contract shall be governed by and interpreted in accordance with the laws of

Pakistan.

47.2 The Contractor shall, in all matters arising in the performance of the Contract,

conform, in all respects, with the provisions of all Central, Provincial and Local

Laws, Statutes, Regulations and By-Laws in force in Pakistan, and shall give all

notices and pay all fees required to be given or paid and shall keep the Purchaser

indemnified against all penalties and liability of any kind for breach of any of the

same.

47.3 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any

dispute or difference of any kind arising out of or in connection with the Contract.

Taxes and Duties

48.1 The Contractor shall be entirely responsible for all taxes, duties and other such levies

imposed outside and within Pakistan. Taxes and duties shall be deducted as per Law.

The Contractor may make inquires on income tax / sales tax to the concerned

authorities of Income Tax and Sales Tax Department, Government of Pakistan.

The Client

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

23

49.1 The Client shall only carry out such duties and exercise such authority as specified

in the Contract. The Client shall have no authority to relieve the Contractor of any of

his obligations under the Contract, except as expressly stated in the Contract.

49.2 The Contractor shall proceed with the decisions, instructions or approvals given by

the Client in accordance with these Conditions.

Authorized Representative

50.1 The Purchaser or the Contractor may, at their exclusive discretion, appoint their

Authorized Representative and may, from time to time, delegate any / all of the duties

/ authority, vested in them, to their authorized Representative(s), including but not

limited to, signing on their behalf to legally bind them, and may, at any time, revoke

such delegation.

50.2 The Authorized Representative shall only carry out such duties and exercise such

authority as may be delegated to him, by the Purchaser or the Contractor.

50.3 Any such delegation or revocation shall be in writing and shall not take effect until

notified to the other parties to the Contract.

50.4 Any decision, instruction or approval given by the Authorized Representative, in

accordance with such delegation, shall have the same effect as though it had been given

by the Principal.

50.5 Notwithstanding any Clause, any failure of the Authorized Representative to

disapprove any Goods or Services or Works shall not prejudice the right of the Client

(as specified in this Tender) to disapprove such Goods or Services or Works and to

give instructions for the rectification thereof.

50.6 If the Contractor questions any decision or instruction of the Authorized

Representative of the Purchaser / the Client, the Bidder may refer the matter to the

Purchaser who shall confirm, reverse or vary such decision or instruction.

Documentation

51 The Contractor shall furnish the user documentation, the operation manuals, and service

manuals for each appropriate unit of the supplied Goods and other information pertaining

to the performance of the Goods, in hard copy format, in soft copy format and in the form

of on-line help, as the case may, before the Goods are taken over by the Purchaser.

Waiver

52 Failure of either party to insist upon strict performance of the obligations of the other

party, under the Contract, shall in no way be deemed or construed to affect in any way

the right of that party to require such performance.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

24

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

25

EVALUATION CRITERIA

1. ELIGIBILITY REQUIREMENT:

The applicants fulfilling the following basic eligibility requirement shall only be considered for

further evaluation (relevant documents to be attached):

A PTA Valid License for VSAT Service Provider.

B 24/7, 365 days open even on Gazetted Holidays / 24/7, 365 days Call Center Services

with Toll Free No. Certificate to this effect on Rs.100/= non-judicial stamp paper to

be provided)

C Declaration of non-involvement in litigation / arbitration / black listing. (Certificate

to this effect on Rs.100/= non-judicial stamp paper to be provided).

D Bank Statement (Last Three (3) F.Y), Audited Statements (Last Three (3) F.Y.) and

Income Tax Return (For Last Three (3) F.Y.)

E NTN Certificates / GST Registration / PST Registration.

F 3S facilities with detail of inventories & Import documents

G OEM Certificate

H Authorized Dealership Certificate

I Rs.400,000 /- as Bid Security in the shape of Bank Guarantee/CDR, issued by a AA

rated scheduled bank in Pakistan.

2. Qualification Criteria

Technical Proposal will be based on applicant’s meeting the following qualification criteria

regarding their financial soundness, firm’s experience and quality of its personnel & equipment

and other relevant information as demonstrated by the applicant’s response in the Forms attached

to the Letter of Application.

Sub-

Category Category Weightage / Marks

A Financial Soundness 30

B Experience Record 35

C Personal Capabilities 20

D Equipment Capabilities 15

Total: 100

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

26

Marks shall only be given if the Forms are filled by the applicant as per instructions given in this

Document.

No compromise shall be made on minimum requirements of 50% marks in each Sub-Category

(A, B, C, D) and an overall minimum of 70% marks required to qualify in the aforesaid

qualification criteria.

Criteria, sub-criteria and marking system for the evaluation of applicants shall be as under:

2.1 SUB-CATEGORY A: FINANCIAL SOUNDNESS

For Financial Soundness, letter from Bank(s) and audited financial statement for last three

financial years shall be submitted. No marks shall be given if Bank Statement (In case of

cash), letter(s) from Bank(s) (In case of Credit Line) & Audited Financial Statements of

last three financial years are not attached. Marks shall be awarded on the basis of the

following criteria:

Sr.

No. Category

Marks

Assigned

Criteria for Marks

i) Available Cash/Bank Credit Line

Limit (or combination of Both).

(In case of JV, For Lead Member

only)

A= Available Cash/Bank Credit

Line Limit or Combination of both

(In PKR Million)

(Form SL-2 shall be filled)

15 Full Marks will be given if “A” is

Rs.70.00 Million or above

For “A” less than Rs.70.00 million,

Marks will be (A/70)*15

No marks will be given if “A” is less

than Rs.35.00 million

No marks shall be allotted if Bank

statement (In case of Cash) & letter

from Bank (In case of Credit Line as

proof of Credit Line) is not attached

along with Form SL-2

ii) Average Annual Turnover for the

last three financial years.

(In case of JV, For Lead Member

only)

A= Average Annual

Turnover in last three

financial years (in PKR

Million)

(Form SL2- shall be filled)

15 Full Marks will be given if “A” is

Rs.100.00 Million or above

For “A” less than Rs.100.00 million,

Marks will be A/100*15

No marks will be given if “A” is less

than Rs.50.00 million

No marks shall be allotted if audited

financial statements of last three

financial years are not attached along

with form SL-2.

Sub-Category A Total 30

2.2. SUB-CATEGORY B: EXPERIENCE RECORD

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

27

Credit Marks shall be awarded under this category using the following criteria:

Sr.

No. Category

Marks

Assigned

Criteria for Marks

i) Projects of *Similar nature of

minimum value of Rs.40.00 million

or more Completed in last Five (5)

years.

*Similar Nature Project (s) include

Public & Private Sector

vessel/vehicle Fleet Tracking

containing Hybrid GPS/GSM

Tracking System.

(Form SL-3&4 shall be filled)

20 14 marks will be given if applicant

has completed at least one Project.

For each additional Project

completed by the applicant up to

maximum of Two additional

Projects, 03 marks for each

additional project will be awarded

No marks will be given if

applicant has not completed any

Project.

For completed project(s), Completion

Certificate of respective project is

mandatory indicating Cost of Project.

No marks shall be awarded if completion

Certificate indicating cost of respective

project (s) is not attached along with

Form SL 3 & 4.

ii) Projects of *Similar nature of

minimum value of Rs.10.00 million

or more In-hand.

*Similar Nature Project (s) include

Public & Private Sector

vessel/vehicle Fleet Tracking

containing HTS

(Form SL-5 & 6 shall be filled)

15 Full marks will be given if

applicant has at least two Project

in hand.

10 marks will be given if applicant

has at least one Project in hand

No marks will be given if

applicant has no Project in hand.

For In-hand project(s), Letter of Award

OR Agreement of respective project is

mandatory indicating Cost of Project.

No marks shall be awarded if Letter of

Award OR Agreement indicating cost of

respective project (s) is not attached

along with Form SL 5 & 6.

Sub-Category B Total 35

2.3 SUB-CATEGORY C: PERSONNAL CAPABILITIES:

Marks shall be awarded on the basis of qualification and experience of the staff. The following key

experts shall be evaluated:

No marks shall be awarded if declaration of Professional Staff Employment and availability for the

current (Form SL-7, 8 & 9) duly signed by authorized signatory is not attached.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

28

Availability of staff

Sr.

No. Description Marks

Assigned

No of

Professionals

Education & Experience

1

Electrical

Engineer

05

06

(0.83 for each

professional)

MSc in Elect. Engineering with 7-year experience

(100% marks)

BSc Elect Engineer with 10-year experience (75%

marks)

DAE in Elect. with 12 year experience (50% marks)

2 Telecom

Engineer

05

06

(0.83 for each

professional)

MSc/MS in Telecom. Engineering with 7-year

experience (100% marks)

BSc/BS Telecom. Engineer with 10-year experience

(75% marks)

DAE in Telecom. with 12 year experience

(50% marks)

3 IT Expert

05

06

(0.83 for each

professional)

MSc in IT/ Computer Science with 7-year

experience (100% marks)

BSc in IT/ Computer Science with 10-year

experience (75% marks)

DAE with 12 year experience (50% marks)

4 Technician

05

12

(0.42 for each

professional)

DAE in Elect/Telecom. with 12 year experience

Sub-category C Total 20

2.4 SUB-CATEGORY D: INFRASTRUCTURE CAPABILITIES:

Marks shall be awarded using the following criteria. The following Infrastructure shall be evaluated:

No marks shall be awarded if declaration of ownership of infrastructure and availability for the

current project (Form SL- 10 & 11) duly signed by authorized signatory is not attached. Form 10 shall

be filled

S. No Description No. of Location / Units Marks

i)

Installation Centre, Includes

i. Inventory of equipment & accessories

ii. Availability of Technical / Operational staff

No marks shall be awarded if declaration of Inventories of

equipment, Locations, and Technical/Operational Staff for

the current (Form SL-10) duly signed by authorized

signatory is not attached.

12

08

(0.66 for each

Location)

ii)

Communication Centres Include

i. Tier-III Data Centre

ii. Internet Connectivity with redundancy

iii. Satellite Communication with redundancy

1-Mark Tier-III Data

Centre

1-Mark IC with

redundancy

5-Nos. with SC with

redundancy

07

1-Mark Tier-

III Data

Centre

1-Mark IC

with

redundancy

5-Nos. with SC

with redundancy

Total 15

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

29

SL-01

GENERAL

Sr. No. Particulars

1 Name of Firm

2 Head Office Address

3 Telephone

4 Fax

5 Type of Organization

6 Place of Incorporation / Registration Year of Incorporation / Registration

7 PTA Registration Category:

PTA Registration No.

Validity:

8 NTN:

9 Name, Designation and Mobile Number of Firm’s Representative:

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

30

SL-02

Financial Soundness

Name of Firm:

Applicant applying for short listing is required to provide financial information to demonstrate

that they meet the requirement of Evaluation Criteria. If necessary, use separate sheet(s) to

provide complete information. A copy of the audited financial statement of the past three (3)

financial years must be attached.

Banker Name of Banker

Address of Banker

Cash/Bank Credit Line Limit

(Attach Bank Statement/ Letter of Credit from Bank(s), whichever, is

applicable

Telephone Contact Name & Title

Fax Telex

Summarize documented information in Pak Rupees for the previous three years:

Financials (PKR)

Millions FY 2013-14 FY 2014-15 FY 2015-16

Annual Turnover

Total Assets

Total Liabilities

Net worth

Working Capital

Current Assets

Current Liabilities

Profit before Taxes

Profit after Taxes

Total Debit

Total Equity

Total Revenue

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

31

SL-03

Summary of Similar Nature Project (s) Completed

Name of Firm:

If necessary, use separate sheet(s) to provide complete information.

Name of Project Year of Completion Location Value in PKR

(Millions

*Each project provided in this form requires a corresponding Form SL-04 and adequate

documentary evidence in order to be eligible for consideration.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

32

SL-04

Details of Similar Nature Projects Completed in Last Five (05) Years

A separate form with adequate documentary evidence (Completion Certificate indicating Cost of

Project) shall be provided for each project in Form SL-03.

1. Name of Contract

Location

2. Name of Employer

3. Employer Address

....................................................................................................................

4. Nature of Works and special features of the contract

....................................................................................................................

....................................................................................................................

5. Contract Role (Tick One)

(a) Sole Contractor (b) Sub- Contractor (c) Member in a JV

6. Value of the total contract (in specified currencies) at completion, or at date of

award for current contract

PKR…………. USD……………

7. Date of Award

8. Date of Completion

9. Contract Duration (Years and Months)

Years Months

Name of Firm

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

33

SL-05

Summary of Similar Nature Project (s) In-hand

Name of Firm:

If necessary, use separate sheet(s) to provide complete information.

Project Name Date of Award Expected Date

of Completion

Location Value in

PKR

(Millions

*Each project provided in this form requires a corresponding Form SL-06 and adequate

documentary evidence in order to be eligible for consideration.

PROVINCIAL DISASTER MANAGEMENT AUTHORITY TENDER DOCUMENTS

34

Sl-06

Details of Similar Nature Projects in hand

A separate form with adequate documentary evidence (Letter of Award/ Agreement indicating Cost

of Project) shall be provided for each project in Form SL-05.

1. Name of Contract

Location

2. Name of Employer

3. Employer Address

....................................................................................................................

4. Nature of Works and special features of the contract

....................................................................................................................

....................................................................................................................

5. Contract Role (Tick One)

(a) Sole Contractor (b) Sub- Contractor (c) Member in a JV

6. Value of the total contract (in specified currencies) at completion, or at date of

award for current contract

PKR…………. USD……………

7. Date of Award

8. Planned Date of Completion

Name of Firm:

35

Form SL-07

Personnel Capabilities

Name of Firm:

1 Title of Position

Name of Candidate

2 Title of Position

Name of Candidate

3 Title of Position

Name of Candidate

4 Title of Position

Name of Candidate

5 Title of Position

Name of Candidate

SL-08

Candidate Summary

Name of Firm:

Position Candidate

Prime Alternate

Candidate Information

Name of Candidate Date of Birth

Professional Qualification:

Present Employer Name of Employer:

Address of Employer

Telephone: Fax:

Job Title of Candidate Years with Present Employer

Summarize professional experience in reverse chronological order.

From

To

Company

Project

Position

Relevant

Technical &

Management

Experience

Form SL-09

DECLARATION OF PROFESSIONAL STAFF

EMPLOYMENT

[To be submitted on Company Letterhead]

TO WHOM IT MAY CONCERN

PROJECT: PROVISION & MAINTENANCE OF HYBRID GPS/GSM SYSTEM

SUBJECT: DECLARATION OF PROFESSIONAL STAFF EMPLOYMENT &

AVAILABILITY

We hereby certify that the personnel nominated in SL Form # 07 are employed by

our firm and are available for the above mentioned Assignment.

Yours Sincerely,

COMPANY NAME:

AUTHORIZED REPRESENTATIVE

Form SL-10

Infrastructure Capabilities

Firm is required to provide adequate information to demonstrate clearly

that it has the sufficient capability to undertake the Project. A separate

form shall be prepared to provide detail information for each item of

infrastructure listed in the Evaluation Criteria.

Item of Equipment

Equipment

information

1. Name of

manufacturer

2. Model and power rating

3. Capacity 4. Year of manufacture

Current

status

5. Current location

6. Details of current commitments

Source 7. Indicate source of the equipment

Owned Rented Leased

Location

address

Telephone Fax & Telex

Contact name and

Designation

Designation

DECLARATION OF OWNERSHIP/LEASE OF

INFRASTRUCTURE

[To be submitted on Company Letterhead]

TO WHOM IT MAY CONCERN

Form PQ-11

PROJECT: PROVISION & MAINTENANCE OF HYBRID GPS/GSM SYSTEM

SUBJECT: DECLARATION OF OWNERSHIP OF INFRASTRUCTURE

We hereby certify that the infrastructure nominated in Form SL-10 are owned by/Leased by our

firm and the Technical / Operational staff are available at aforementioned sites for the above

mentioned Assignment.

Yours Sincerely,

COMPANY NAME:

AUTHORIZED REPRESENTATIVE

Form SL-12

Litigation History for the last Five (05) Years

Name:

Description of

Contract

Year

Name of

Client,

Cause of

litigation and

matter in

dispute

Disputed amount

(Current value in

PKR or US$

equivalent)

Award FOR

or

AGAINST

Applicant

Remarks by

Applicant

Attach Affidavit on non-judicial stamp paper that non-performance of a contract did not

occur within the last ten years based on information on all settled disputes or litigation.

Provincial Disaster Management Authority Tender Documents

1

SL-13

AFFIDAVIT FOR CORRECTNESS OF INFORMATION

(To be printed on PKR 100 Stamp Paper)

Name of Firm:

I, the undersigned, do hereby certify that all the statements made in the Pre- Qualification

Forms and in the supporting documents are true, correct and valid to the best of my

knowledge and belief and may be verified by employer if the Employer, at any time, deems

it necessary.

The undersigned hereby authorize and request the bank, person, firm or corporation to

furnish any additional information requested by Provincial Disaster Management

Authority, Punjab (PDMA) deemed necessary to verify this statement regarding my (our)

competence and general reputation.

The undersigned understands and agrees that further qualifying information may be

requested and agrees to furnish any such information at the request of PDMA.

PDMA, Punjab undertakes to treat all information provided as confidential.

Signed by an authorized Officer of

the firm

Title of Officer:

Name of Firm:

Date: