Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 1 | 32
BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE
BIDDING DOCUMENT
for
SUPPLY, INSTALLATION TESTING AND COMMISSIONING OF NETWORK
EQUIPMENT AT SUNDAR INDUSTRIAL ESTATE
Issued to M/s. …………………………………………………………………….
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 2 | 32
BOARD OF MANAGEMENT
SUNDAR INDUSTRIAL ESTATE
INVITATION TO BID
For Supply, Installation, Testing and Commissioning of Network Equipment
Tender No.: BOMSIE/2019-20/CS/IT/002
1. Board of Management–Sundar Industrial Estate (BOM-SIE) invites sealed bids along
with Bid Security as mentioned In Bid Documents in form of CDR/PO/DD/Bank
Guarantee in favor of Board of Management Sundar Industrial Estate from
Applicant/Firms/Contractors for SUPPLY, INSTALLATION TESTING AND
COMMISSIONING OF NETWORK EQUIPMENT at Sundar Industrial Estate.
2. Interested bidder should be registered with Income Tax and Sales Tax Departments
and who are Active Taxpayers list of the Federal Board of Revenue.
3. Interested eligible bidders on payment of non-refundable fee of PKR1000/- (Pak
Rupees; One Thousand Only) in the form of Bank Draft or Pay Order from any
schedule Bank of Pakistan in favor of “Board of Management – Sundar Industrial
Estate” can purchase complete set Tender Document during working hours (9:00am
to 5:00pm – Monday to Friday) from the office of Sr. Snr Asst Manager Marketing /
HOD (CS). The document can also be downloaded from the websites
www.sie.com.pk or www.ppra.punjab.gov.pk respectively.
4. Bidding shall be conducted through Open Competitive Bidding (Single Stage -one
Envelope) procedure specified in the Punjab Procurement Rules 2014.
5. Tender shall close at 1130 hrs on 08/06/2020 Sealed Bids must be delivered in BOM-
SIE office as mentioned below not later than the closing time and date. Bids received
late shall not be entertained and shall be returned unopened. Bids shall be opened at
the same day at 1220 hrs in the office of BOM-SIE in the presence of bidders or their
authorized representatives who may choose to attend.
6. Contract shall be awarded according to Punjab Procurement Rules 2014.
Sr. Asst Manager Marketing /HOD (CS)
ADDRESS: SUNDAR INDUSTRIAL ESTATE, GATE # 2, SUNDAR – RAIWIND
ROAD, LAHORE. PH: 042-35297291-3 FAX: 042-35297080
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 3 | 32
1. INVITATION TO THE BID 1.1. Bids/Tenders are invited for SUPPLY, INSTALLATION TESTING AND
COMMISSIONING OF NETWORK EQUIPMENT from Sales Tax and
Income Tax Registered firms.
2. INSTRUCTIONS TO THE BIDDERS
2.1. Procurement will be made under Punjab Procurement Rules (PPRA) 2014.
2.2. It will be clearly understood that the Terms and Conditions mentioned in this
document are intended to be strictly enforced.
2.3. Bidders must ensure that they submit all the required documents indicated in
the Tender / Bid Documents at the time of opening of Bids and no request for
submission of missing documents will be entertained after opening of the Bids.
2.4. Bids without supporting documents, valid documentary evidence, and bids not
conforming to terms and conditions given in the Tender Document will be
liable for rejection. Bids with earnest money (bid Security) less than required
amount or Bid Security in shape of Cheque or Cross Cheque shall be rejected.
2.5. Mode of Advertisement:
As per Rule 12(1) the advertisement is being placed on the website of PPRA
Punjab (www.ppra.punjab.gov.pk)
2.6. Type of Open Competitive Bidding
As per Rule No. 38(1), Single Stage One Envelopes bidding procedure shall
be used for the procurement.
2.7. According to the PPRA Rule # 36A, one person may submit one bid and if
one person submits more than one bid, the procuring agency shall reject all
such bids.
2.8. The supplier/service provider shall not be allowed to sublet the job and award
subcontracts under this document.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 4 | 32
2.9. BID DATA SHEET (Information for the Bidders)
1. Procuring Agency
Board of Management Sundar Industrial
Estate, Gate #. 2, Sundar Industrial Estate,
Sundar Raiwind Road, Lahore.
PH: 042-35297291-3 FAX: 042-35297080
2. Name of Project & Summary of the
Goods
Supply, Installation, Testing and
Commissioning of Network Equipment at
Sundar Industrial Estate
3. Tender Document available place
IT Section,
Board of Management Sundar Industrial
Estate, Gate #. 2, Sundar Industrial Estate,
Sundar Raiwind Road, Lahore
4. Cost of Tender Document
Rs.1000/- in the form of Pay Order/
Demand Draft in favor of the Board of
Management Sundar Industrial Estate,
Lahore.
5. Time Limit for Clarification
The Bidder may request clarification of the
bid documents, in written, until the bid
opening date.
6. Bid Language All bids shall be in English Language
7. Period of Bid Validity 60 days from the date of Bid Opening
8. Amount of Bid Security Five (05) percent (i.e. PKR 99,204.85/-) of
the total Estimated Budget Value.
9. Estimated Budget Value PKR 1,984,097/-
10. Defect Liability Period 180 days
11. Number of Copies of the Bid to be
completed and return One (01) Original and Two (02) Copies.
12. Address for the Purpose of Bid
submission
Board of Management Sundar Industrial
Estate, Gate #. 2, Sundar Industrial Estate,
Sundar Raiwind Road, Lahore
13. Name and Number of Contact Person Ghulam Shabbir Sr. Asst Manager
Marketing / HOD (CS)
14. Deadline for submission of Bid 08/06/2020 at 1130 hrs.
15. Venue, Time and Date of Bid
Opening
Conference Room, BOMSIE Office, Gate
#. 2, Sundar Industrial Estate, Sundar
Raiwind Road, Lahore on 08/06/2020 at
1220 hrs.
16. Time for Completion with Delivery at
SIE
Within 45 days with effect from the date of
Purchase Order.
17. Responsiveness of Tenders: As per Clause 11 (Evaluation Criteria)
18. Currency: Payment shall be made in Pakistani Rupees
19. Payment Terms 15% shall be paid in advance as
mobilization. 85% of Final Bill price will
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 5 | 32
be released after completion of the project.
20. Liquidated Damages (LD)
In case, Contractor fails to execute the
contract within time limit / extended time
limit, a penalty @0.2% of the total cost per
day will be imposed (maximum up to
10%).
21. Performance Guarantee
10 % of Contract Value in the form of CDR
or Bank Guarantee as mentioned in Letter
of Intent in favor of Board of Management
Sundar Industrial Estate, Lahore, valid till
the expiry of DLP.
3. EXAMINATION OF THE BIDDING DOCUMENT
The bidder/Tenderer is expected to examine the Bidding Document, including all
terms and conditions and satisfies themselves before participation.
4. AMENDMENT OF THE BIDDING DOCUMENT
4.1. The Tender Committee 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
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
Bidder(s).
4.2. The Purchaser shall notify the amendment(s) in writing to the prospective
Tenderers/Bidders.
5. BID CURRENCY
Bidder should quote price in Pak Rupees and payments shall also be made in Pakistan
Rupees only.
6. VALIDITY PERIOD OF THE BID 6.1. Validity period of the bids shall be 60 days.
6.2. In exceptional circumstances, the Purchase Committee of Board of
Management
Sundar Industrial Estate may ask the Bidders for an extension of the period of
validity. The request and the responses shall be made in writing. A bidder
accepting the request will neither be required nor permitted to modify its
tender.
7. BID SECURITY
7.1. In accordance with the PPRA Rule No. 27, the Bidder will submit Bid
Security drawn in the name of Board of Management Sundar Industrial Estate,
Lahore as mentioned in Bid Data Sheet.
7.2. Cheque or Cross Cheque shall not be accepted at all and Bids shall be
straightway rejected at the time of Bid opening.
7.3.The amount submitted as Bid Security shall be refunded to the unsuccessful
Bidders after the decision for the award of the said tender.
7.4.The Bid Security of Successful Bidder(s) shall not be converted as part of the
Performance Guarantee for successful execution of the work.
7.5. Subject to the award of contract, the Bid Security shall be returned to
successful bidder against submission of Performance Security.
7.6. If the Bid Security is found less than the required amount then the bid will be
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 6 | 32
rejected irrespective of the rates and the stage of the bid process.
7.7. The Bid Security may be forfeited if a Bidder:
a) Refuses to accept Letter of Acceptance of the Bid; or
b) Fails to furnish Performance Security.
8. BID PREPARATION AND SUBMISSION
8.1. The Tender shall be completely filled in, stamped and signed by the Tenderer
or his Authorized Representative. The single stage one envelope bidding procedure
shall be used for the said procurement.
8.2. Mode of Submission of Bids
8.2.1. The Bid should be addressed to “Board of Management Sundar
Industrial Estate, Lahore”.
8.2.2. The Bids received after Due Date and Time or Unsealed or incomplete
or submitted by Fax or Email will be summarily rejected.
9. BID OPENING
9.1. The bid will be opened by the Procurement Committee on the date and time as
specified in the Tender Notice /Bid Data Sheet. The bids will be opened in the
presence of the bidders who choose to be present. A maximum of One representatives
for each bidder would be allowed to attend the Bid Opening.
9.2. Suppression of facts and misleading information
9.2.1. During the bid evaluation, if any suppression or misrepresentation of
information is brought to the notice of the Purchase Committee, the
Committee shall have the right to reject the Bid and if it happens so after
selection of the Bidder, the Purchase Committee may terminate the Contract or
award of the Contract or further processing of the Bid as the case may be and
that will be without any compensation to the Bidder and the Bid
Security/Performance Guarantee, as the case may be, shall be forfeited.
10. PRELIMINARY EXAMINATION
The Procuring Agency shall examine the bids to determine whether they are
complete,
whether any computational errors have been made, whether the required documents
have been furnished and properly signed, and whether the bids are generally in order.
11. EVALUATION CRITERIA
The Bidders who have duly complied with the Eligibility/Qualification and
Evaluation will be eligible for further processing.
The Bids which do not conform to the Technical Specifications or Bid Conditions
from the Bidders without adequate capabilities for supply of services, will be rejected.
Under PPRA Rules # 31, Bids will be evaluated on the basis of following criteria:
Sr# Evaluation Criteria Requirement
a. Valid Sales Tax Registration Mandatory
b. Valid Income Tax Registration Mandatory
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 7 | 32
c. Valid Professional Tax Certificate, if applicable Mandatory
d. Undertaking on legal stamped paper of Rs. 100/-
claiming that the firm is not Govt. defaulter, Black
listed or disqualified Mandatory
e. Compliance of specification Mandatory
f. Authorization Certificate , incase bidder is not
manufacturer Mandatory
g. Bid Security as described in Bid Data Sheet Mandatory
h. At least five relevant Supply Orders/Contracts
received in the last three years. Mandatory
i. Copy of Tender Purchase Receipt Mandatory
The bidder must provide Verifiable documentary proof against all the mandatory
requirement along with the Proposal and no document will be received or considered
after opening of the bid.
12. FINANCIAL PROPOSAL EVALUATION
Financial Proposal evaluation will be conducted under the Punjab Procurement Rules,
2014. The Price evaluation will include all taxes and expenses etc.
13. REJECTION OF THE TENDER/BID
13.1. Under PPRA Rule No. 35, the procuring agency may reject all bids at any time
prior to the acceptance of a bid.
13.2. The procuring agency shall upon request communicate to any bidder, the
grounds for its rejection of all bids or proposals, but shall not be required to
justify those grounds.
13.3. The Purchaser shall have the right, at his exclusive discretion, to increase /
decrease the quantity, under PPRA Rules 2014 without any change in unit prices or
other terms and conditions of the bidding document.
13.4. The Tender / bid shall be rejected if:
13.4.1. It is substantially non-responsive; or
13.4.2. The bidder does not meet any of the mandatory criteria mentioned in
Clause No. 11; or
13.4.3. It does not contain the documentary proof against any of the mandatory
criteria mentioned in Clause No. 11; or
13.4.4. The bid is incomplete, partial, conditional, alternative, late; or
13.4.5. The bidder does not attach Bid Security.
13.4.6. The bid security is not attached or it is less than the required amount; or
13.4.7. The Bidder submits more than one Bids against one Tender; or
13.4.8. The Bidder tries to influence the Tender evaluation / Contract award; or
13.4.9. There is any discrepancy between bidding documents and bidder’s proposal
i.e. any non-conformity or inconsistency or informality or irregularity in the submitted
bid; or
13.4.10. The Bidder submits any financial conditions as part of its bid which are not
in conformity with tender document.
14. ANNOUNCEMENT OF EVALUATION REPORT
The Procuring Agency shall announce the results of bid evaluation in the form of a
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 8 | 32
report giving justification for acceptance or rejection of bids at least ten days prior to
the award of Framework Contract under PPRA Rule No. 37.
15. AWARD OF CONTRACT
The Tender will be awarded to the Lowest Evaluated Bidder, if not in conflict with
any other terms and conditions of the bidding document.
16. LETTER OF INTENT (LOI)
After acceptance of the Bids Letter of Intent (LOI) will be issued only to the
Successful Bidder.
17. PAYMENT OF PERFORMANCE GUARANTEE (PG)
17.1. The Successful Bidder will be required to remit the Performance Guarantee
Equivalent to 10 % of the value of the contract price as described in Bid Data
Sheet.
17.2. The PG should be submitted within ten days of receipt Letter of Intent.
18. REFUND OF BID SECURITY (BS)
The Bid Security (BS) of the Successful Bidder will not be adjusted towards
Performance
Guarantee payable by the firm. If the successful Bidder submits Performance
Guarantee for the stipulated value, the BS will be refunded. The BS of the
unsuccessful Bidder will be refunded on the written request of the Bidder. The Bid
Security of the successful bidder shall be released upon his request provided the
bidder submits Ten Percent (10 %) Performance Guarantee as described in Bid Data
Sheet.
19. ISSUANCE OF SUPPLY ORDER/WORK ORDER/PURCHASE ORDER/
CONTRACT/AGREEMENT
Board of Management Sundar Industrial Estate, shall issue Supply Order/Work
Order/Purchase Order/Contract/Agreement to the Successful bidder who has
submitted the Performance Guarantee as described in Bid Data Sheet.
GENERAL CONDITIONS OF CONTRACT
20. DELIVERY OF SERVICES
20.1. The Supplier will be responsible for complete project as mentioned in Bid
Data Sheet and Clause No. 26 of this Bidding Document.
20.2. The supplier will bear all costs associated with the preparation, delivery of the
project and the Purchaser will in no case be responsible or liable for those
costs.
21. INSPECTION AND TESTS
21.1. The Purchase Committee of Board of Management Sundar Industrial Estate
shall inspect and test the Services provided, Under the Contract/Supply Order, to
verify their conformity to the required Technical Specifications. The details of test to
be performed is attached as (Attached Appendix………..)
21.2. If as a result of the inspection, examination or testing, the delivered
goods/services do NOT fulfil the agreed requirement. The Procuring Agency may ask
for replacement or failure to meet the requirements as per the Tender Documents, the
contract may be terminated by serving two week’s notice time.
22. RELEASE OF PERFORMANCE GUARANTEE (PG)
The Performance Guarantee will be refunded to the Successful Bidder after
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 9 | 32
completion of Defect Liability Period. The Competent Authority will issue
satisfactory certificate of DLP after expiry subject to successful completion.
23. FORFEITURE OF PERFORMANCE GUARANTEE
23.1. If the Contractor fails / delays in performance of any of the obligations, under
The Contract as per clause 29.1 / 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 Guarantee of the Contractor.
23.2. In case of failure to supply required services within the specified time period,
the Performance Guarantee amount will be forfeited.
23.3 The performance guarantee will be forfeited / encashed, if the successful
bidder fails to produce valid justification towards project initiation for timely
completion.
SPECIAL CONDITIONS OF CONTRACT
24. PAYMENT
24.1 15% shall be paid in advance as mobilization. 85% of Final Bill price will be released
after completion of the project with Goods Receipt Notes and Satisfactory Performance
Report issued by BOMSIE’s Competent Authority.
25. Service Support
25.1. The Purchase Committee shall notify the supplier in writing of any claim
arising Under this contract. Upon receipt of such notice, the supplier shall repair or
replace the defects, if any, within ten days without any additional cost.
26. REQUIRED SPECIFICATIONS /BID PERFORMA
As per attached Specifications
27. ADDITIONAL SPECIAL CONDITIONS OF CONTRACT
27.1 Testing / verification shall be done by the contractor after successful
installation of Equipment/s.
27.2 If as a result of the inspection, examination or testing, the delivered equipment
or Services do not fulfill the agreed requirement. The procuring agency may ask for
replacement or failure to meet the procuring Agency requirements as per the Tender
Document, the contract may be terminated by serving three (02) Weeks’ Notice Time.
27.3 Inspections may be carried out by the Procuring Agency, if required.
27.4 In case of Public Holidays / Close day on the day of Tender Opening, tender
shall be opened on next working day.
27.5 Incomplete or Conditional Bids shall not be accepted and disqualified
straightway.
27.6 The successful bidder shall submit warranty certificate of the supplied
equipment / project.
28. VARIATIONS AND CLAIMS
28.1 Right to Vary
The Employer/Engineer may issue Variation Order(s) in writing. Where for
any reason it has not been possible for the Employer/Engineer to issue such
Variations Order(s), the Contractor may confirm any verbal orders given by
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 10 | 32
the Employer/Engineer in writing and if the same are not refuted/denied by the
Employer/Engineer within seven (7) days of the receipt of such confirmation
the same shall be deemed to be a Variation Orders for the purposes of this
Sub-Clause.
28.2 Valuation of Variations
Variations shall be valued as follows:
a) At a lump sum price agreed between the Parties, or
b) where appropriate, at rates in the Contract, or
c) in the absence of appropriate rates, the rates in the Contract shall be
used as the basis for valuation, or failing which
d) at appropriate new rates, as may be agreed or which the
Engineer/Employer considers appropriate, or
e) if the Engineer/Employer so instructs, at day work rates set out in the
Contract Data for which the Contractor shall keep records of hours of
labour and Contractor’s Equipment, and of Materials, used, or
f) Market Rate System (MRS) District Lahore issued by Govt. of the
Punjab Finance Department.
28.3 Early Warning
The Contractor shall notify the Engineer/Employer in writing as soon as he is
aware of any circumstance which may delay or disrupt the Works, or which
may give rise to a claim for additional payment.
To the extent of the Contractor’s failure to notify, which results to the
Engineer/Employer being unable to keep all relevant records or not taking
steps to minimise any delay, disruption, or Cost, or the value of any Variation,
the Contractor’s entitlement to extension of the Time for Completion or
additional payment shall be reduced/rejected.
28.4. Valuation of Claims
If the Contractor incurs Cost as a result of any of the Employer’s Risks, the
Contractor shall be entitled to the amount of such Cost. If as a result of any
Employer’s Risk, it is necessary to change the Works, this shall be dealt with
as a Variation subject to Contractor’s notification for intention of claim to the
Engineer/Employer within fourteen (14) days of the occurrence of cause.
28.5 Variation and Claim Procedure
The Contractor shall submit to the Engineer/Employer an itemized make-up of
the value of variations and claims within twenty eight (28) days of the
instruction or of the event giving rise to the claim. The Engineer/Employer
shall check and if possible agree the value. In the absence of agreement, the
Employer shall determine the value.
29. DEFAULT
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 11 | 32
29.1 Default by Contractor
If the Contractor abandons the Works, refuses or fails to comply with a valid
instruction of the Engineer/Employer or fails to proceed expeditiously and
without delay, or is, despite a written complaint, in breach of the Contract, the
Employer may give notice referring to this Sub-Clause and stating the default.
If the Contractor has not taken all practicable steps to remedy the default
within fourteen (14) days after receipt of the Employer’s notice failing which
terminate the Contract. The Contractor shall then demobilise from the Site
leaving behind any Contractor’s Equipment which the Employer instructs, in
the second notice, to be used for the completion of the Works at the risk and
cost of the Contractor.
29.2 Default by Employer
If the Employer fails to pay in accordance with the Contract, or is, despite a
written complaint, in breach of the Contract, the Contractor may give notice
referring to this Sub-Clause and stating the default. If the default is not
remedied within fourteen (14) days after the Employer’s receipt of this notice,
the Contractor may suspend the execution of all or parts of the Works.
29.3 Insolvency
If a Party is declared insolvent under any applicable law, the other Party may
by notice terminate the Contract immediately. The Contractor shall then
demobilize from the Site leaving behind, in the case of the Contractor’s
insolvency, any Contractor’s Equipment which the Employer instructs in the
notice is to be used for the completion of the Works.
29.4 Payment upon Termination
After termination, the Contractor shall be entitled to payment of the unpaid
balance of the value of the Works executed and of the Materials and Plant
reasonably delivered to the Site.
30 RESOLUTION OF DISPUTES
30.1 Engineer’s Decision
If a dispute of any kind whatsoever arises between the Employer and the
Contractor in connection with the Works, the matter in dispute shall, in the first
place, be referred in writing to the Engineer, with a copy to the other party. Such
reference shall state that it is made pursuant to this Clause. No later than the
twenty eight (28) days after the day on which he received such reference, the
Engineer shall give notice of his decision to the Employer and the Contractor.
Unless the Contract has already been repudiated or terminated, the Contractor
shall, in every case, continue to proceed with the Work with all due diligence, and
the Contractor and the Employer shall give effect forthwith to every such decision
of the Engineer unless and until the same shall be revised, as hereinafter provided
in an arbitral award.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 12 | 32
30.2 Notice of Dissatisfaction
If a Party is dissatisfied with the decision of the Engineer or if no decision is given
within the time set out timelines, the Party may give notice of dissatisfaction
referring to this Sub-Clause within fourteen (14) days of receipt of the decision or
the expiry of the time for the decision. If no notice of dissatisfaction is given
within the specified time, the decision shall be final and binding on the Parties. If
notice of dissatisfaction is given within the specified time, the decision shall be
binding on the Parties who shall give effect to it without delay unless and until the
decision of the Engineer is revised by an arbitrator.
30.3 Arbitration
A dispute which has been the subject of a notice of dissatisfaction shall be finally
settled as per provisions of Arbitration Act 1940 (Act No. X of 1940) and Rules
made thereunder and any statutory modifications thereto. Any hearing shall be
held at the place specified in the Contract Data and in the language referred to in
Sub-Clause 1.5.
31 INTEGRITY PACT
31.1 If the Contractor, or any of his Sub-Contractors, agents or servants is
found to have violated or involved in violation of the Integrity Pact
signed by the Contractor as Schedule-F to his Bid, then the Employer
shall be entitled to:
(a) recover from the Contractor an amount equivalent to ten times the
sum of any commission, gratification, bribe, finder’s fee or
kickback given by the Contractor or any of his Sub-Contractors,
agents or servants;
(b) terminate the Contract; and
(c) Recover from the Contractor any loss or damage to the Employer
as a result of such termination or of any other corrupt business
practices of the Contractor or any of his Sub-Contractors, agents or
servants.
On termination of the Contract under Sub-Para (b) of this Sub-Clause, the
Contractor shall demobilize from the Site leaving behind Contractor’s Equipment
which the Employer instructs, in the termination notice, to be used for the
completion of the Works at the risk and cost of the Contractor.
32. IMPORTANT NOTES
32.1 The principal vendor must have offices and representatives in Pakistan from
last 5 years
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 13 | 32
32.2 Documentary proof in form of datasheet must be attached fulfilling all of the
mentioned specifications
32.3 The firm must have deployed at least 10 similar nature solutions across
Pakistan, documentary evidence in form of work orders must be provided
32.4 The firm is responsible for Data center rack harnessing and cable management
as per industry standards
32.5 The firm should include General security awareness training of all users, two
CISSP training and quoted product training for 3 resources at vendors
premises
32.6 The offered brand should be USA based.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 14 | 32
BID FORM
A) Profile of the Bidder:
BIDDER’s INFORMATION
NO. REQUIREMENT TO BE FILLED BY BIDDER
1. Name of Firm / Individual / Contractor
2. Date and place of registration (if any)
3. Representative Name
4. Present Address and Last Former
Address (if any)
5. E-mail
6. Phone/Fax/ Mobile
B) Bid Security
S# Particulars Please Furnish Details
1 Name of the Bank
2 CDR/PO/Bank Guarantee Number and
Date
3 Amount
C) Forms
Attached as Appendix A
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 15 | 32
Price Schedule
Name of Bidder ________________ Bid Reference Number ____________________
S. No. Descriptions
(Items / Equipment’s)
Type Qty.
(Nos)
Unit Price
(PKR)
Including all
Govt. Duties and
Taxes
Total Price
(PKR)
Including all
Govt. Duties and
Taxes
1. Firewall
ICT
01
2. Firewall 01
3. Access Point 05
4. Layer 3 Switch 01
5. Layer 2 Switch 03
6. Cabinet 6U 03
7. Rack 27U 01
8. Cable Roll Cat6 02
9. Connector Box 03
10. Back Box 40
11. Face Plate 40
12. Patch Panel Loaded 03
13. Cable Manager Loaded 03
14. RJ45 I/O Jack 40
15. Duct 16x38 20
16. Duct 20x40 15
17. Pipe Flexible 1 Inch 100
18. Pipe Flexible 2 Inch 50
19. Cable Ties 8 Inch 10
20. Services 01
Total Amount
Amount in words: PKR
Rupees;…………………………………………………………………………………………
…………………
** Taxes on above-mentioned prices would be applied as per Govt. Rules.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 16 | 32
APPENDIX - A
FORMS
SECTION I: BIDDING FORM
SECTION II: BID SECURITY
SECTION III: PERFORMANCE SECURITY
SECTION IV: CONTRACT AGREEMENT
SECTION V: ADVANCE PAYMENT SECURITY
(If applicable)
SECTION VI: TECHNICAL SPECIFICATIONS
(Attached as Annexure A)
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 17 | 32
SECTION I – BIDDING FORM
Date:
Bid Reference No. ________________
(Name of Contract)
To: _______________________________
_______________________________
Gentleman,
We, the undersigned, declare that:
We have examined and have no reservations to the Bidding Document, including
Addenda No.: ;
(a) We offer to supply in conformity with the Bidding Document and in accordance
with the Delivery and Completion Schedule, the following Goods or Services
(e) Our Bid shall be valid for a period of ____________________________ days from
the date fixed for the bid submission deadline in accordance with the Bidding
Document, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;
(f) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
_______percent of the Contract Price for the due performance of the Contract;
(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have
Nationalities from the following eligible countries
_____________________________;
(h) We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Document;
(i) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for
any part of the Contract, has not been declared ineligible by the Purchaser;
;
( c) The total price of our Bid, excluding any discounts offered in item (d) below is:
;
( d) The discounts offered and the methodology for their application is :
;
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 18 | 32
(j) The following commissions, gratuities, or fees have been paid or are to be paid with
respect to the bidding process or execution of the Contract:
Name of Recipient Address Reason Amount
(If none has been paid or is to be paid, indicate “none.”)
(k) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a
formal Contract is prepared and executed.
(l) We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.
(m) We agree to permit the Purchaser or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them audited
by auditors appointed by the Bank.
Nam
e
In the capacity of
Signed
Date
Witness:
Name: _______________
Signature: ___________
Address: _____________
Duly authorized to sign the Bid for and on behalf of
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 19 | 32
Occupation: __________
SECTION II - FORM OF BID SECURITY
(Bank Guarantee)
Guarantee No._____________________
Executed on _____________________
(Letter by the Guarantor to the Employer)
Name of Guarantor (Scheduled Bank in Pakistan) with
address:____________________________________________________________
Name of Principal (Bidder) with
address:____________________________________________________________
___________________________________________________________________
Penal Sum of Security (express in words and
figures):____________________________________________________________
___________________________________________________________________
Bid Reference No.___________________________ Date of Bid _________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at
the request of the said Principal, we the Guarantor above-named are held and firmly bound
unto the __________________________________, (hereinafter called The “Employer”) in
the sum stated above, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly
by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
submitted the accompanying Bid numbered and dated as above for
________________________________________ (Particulars of Bid) to the said Employer;
and
WHEREAS, the Employer has required as a condition for considering the said Bid that the
Principal furnishes a Bid Security in the above said sum to the Employer, conditioned as
under:
(1) that the Bid Security shall remain valid for a period of twenty eight (28) days beyond
the period
of validity of the bid;
(2) that in the event of;
(a) the Principal withdraws his Bid during the period of validity of Bid, or
(b) the Principal does not accept the correction of his Bid Price, pursuant to
Sub-Clause 16.4 (b) of Instructions to Bidders, or
(c) failure of the successful bidder to
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 20 | 32
(i) Furnish the required Performance Security, or
(ii) Sign the proposed Contract Agreement, the entire sum be paid immediately to the
said Employer for delayed completion and not as penalty for the successful bidder's
failure to perform.
NOW THEREFORE, if the successful bidder shall, within the period specified therefore, on
the prescribed form presented to him for signature enter into a formal Contract Agreement
with the said Employer in accordance with his Bid as accepted and furnish within fourteen
(14) days of receipt of Letter of Acceptance, a Performance Security with good and sufficient
surety , as may be required, upon the form prescribed by the said Employer for the faithful
performance and proper fulfilment of the said Contract or in the event of non-withdrawal of
the said Bid within the time specified then this obligation shall be void and of no effect, but
otherwise to remain in full force and effect.
PROVIDED THAT the Guarantor shall forthwith pay to the Employer the said sum stated
above upon first written demand of the Employer without cavil or argument and without
requiring the Employer to prove or to show grounds or reasons for such demand, notice of
which shall be sent by the Employer by registered post duly addressed to the Guarantor at its
address given above.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding
whether the Principal has duly performed his obligations to sign the Contract Agreement and
to furnish the requisite
Performance Security within the time stated above, or has defaulted in fulfilling said
requirements and the Guarantor shall pay without objection the sum stated above upon first
written demand from the Employer forthwith and without any reference to the Principal or
any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed the instrument under
its seal on the date indicated above, the name and seal of the Guarantor being hereto affixed
and these presents duly signed by its undersigned representative pursuant to authority of its
governing body.
Guarantor (Bank)
Witness: 1. Signature
1.
2. Name _________________________
C
orporate Secretary (Seal)
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 21 | 32
3. Title __________________________
2.
(Name, Title & Address) Corporate Guarantor (Seal)
FORM OF
SECTION III - FORM OF PERFORMANCE SECURITY
(Bank Guarantee)
Guarantee No._____________________
Executed on _____________________
(Letter by the Guarantor to the Employer)
Name of Guarantor (Scheduled Bank in Pakistan) with
address:_________________________________
Name of Principal (Contractor) with
address:____________________________________________________________
___________________________________________________________________
Penal Sum of Security (express in words and
figures)_____________________________________________________________
___________________________________________________________________
Letter of Acceptance No.________________________________Dated __________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at
the request of the said
Principal we, the Guarantor above named, are held and firmly bound unto the
__________________________________________________ (hereinafter called the
Employer) in the penal sum of the amount stated above, for the payment of which sum well
and truly to be made to the said Employer, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
accepted the
Employer's above said Letter of Acceptance for ________
__________________________________
(Name of Contract) for the ___________
_______________________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all
the undertakings, covenants, terms and conditions of the said Documents during the original
terms of the said Documents and any extensions thereof that may be granted by the
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 22 | 32
Employer, with or without notice to the Guarantor, which notice is, hereby, waived and shall
also well and truly perform and fulfill all the undertakings, covenants terms and conditions of
the Contract and of any and all modifications of the said Documents that may hereafter be
made, notice of which modifications to the Guarantor being hereby waived, then, this
obligation to be void; otherwise to remain in full force and virtue till all requirements of
Clause 9, Remedying Defects, of Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition
of any liability attaching to us under this Guarantee that the claim for payment in writing
shall be received by us within the validity period of this Guarantee, failing which we shall be
discharged of our liability, if any, under this Guarantee.
We, ____________________________________ (the Guarantor), waiving all objections
and defences under the Contract, do hereby irrevocably and independently guarantee to pay
to the Employer without delay upon the Employer's first written demand without cavil or
arguments and without requiring the Employer to prove or to show grounds or reasons for
such demand any sum or sums up to the amount stated above, against the Employer's written
declaration that the Principal has refused or failed to perform the obligations under the
Contract, for which payment will be effected by the Guarantor to Employer’s designated
Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding
whether the Principal (Contractor) has duly performed his obligations under the Contract or
has defaulted in fulfilling said obligations and the Guarantor shall pay without objection any
sum or sums up to the amount stated above upon first written demand from the Employer
forthwith and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed this Instrument under
its seal on the date indicated above, the name and corporate seal of the Guarantor being
hereto affixed and these presents duly signed by its undersigned representative, pursuant to
authority of its governing body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 23 | 32
_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 24 | 32
SECTION IV - FORM OF CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____
day of
________ 200 _____ between _________________________(hereinafter called the
“Employer”) of the one part and ______________ (hereinafter called the “Contractor”) of
the other part.
WHEREAS the Employer is desirous that certain Works, viz _______________ should be
executed by the Contractor and has accepted a Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein.
NOW this Agreement witnessed as follows:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents after incorporating addenda, if any except those parts
relating to Instructions to Bidders, shall be deemed to form and be read and construed
as part of this Agreement, viz:
(a) The Letter of Acceptance;
(b) The completed Form of Bid along-with Schedules to Bid;
(c) Conditions of Contract & Contract Data;(General and Special Conditions of
Contract)
(d) The priced Schedule of Prices;
(e) The Specifications; and
(f) The Drawings
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute
and complete the Works and remedy defects therein in conformity and in all respects
within the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the
execution and completion of the Works as per provisions of the Contract, the
Contract Price or such other sum as may become payable under the provisions of the
Contract at the times and in the manner prescribed by the Contract.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 25 | 32
IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be
executed on the day, month and year first before written in accordance with their respective
laws.
Signature of the Contactor Signature of the
Employer
______________________ _____________________
(Seal) (Seal)
Signed, Sealed and Delivered in the presence of:
Witness: Witness:
________________________
_________________________________
(Name, Title and Address) (Name, Title and Address)
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 26 | 32
SECTION V - FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT
Guarantee No.________________
Executed on________________
(Letter by the Guarantor to the Employer)
WHEREAS the _________________________________________________ (hereinafter
called the Employer) has entered into a Contract for _____________________________
________________________________________________________________________
_______________________________________________ (Particulars of Contract), with
___________________________________________________________________
________________________________ (hereinafter called the Contractor).
AND WHEREAS the Employer has agreed to advance to the Contractor, at the Contractor’s
request, an amount of Rs._____________________ Rupees ________________________)
which amount shall be advanced to the Contractor as per provisions of the Contract.
AND WHEREAS the Employer has asked the Contractor to furnish Guarantee to secure the
advance payment for the performance of his obligations under the said Contract.
AND WHEREAS ____________________________________________ (Scheduled Bank)
(hereinafter called the Guarantor) at the request of the Contractor and in consideration of the
Employer agreeing to make the above advance to the Contractor, has agreed to furnish the
said Guarantee.
NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the
advance for the purpose of above mentioned Contract and if he fails, and commits default in
fulfillment of any of his obligations for which the advance payment is made, the Guarantor
shall be liable to the Employer for payment not exceeding the aforementioned amount.
Notice in writing of any default, of which the Employer shall be the sole and final judge, as
aforesaid, on the part of the Contractor, shall be given by the Employer to the Guarantor, and
on such first written demand payment shall be made by the Guarantor of all sums then due
under this Guarantee without any reference to the Contractor and without any objection.
This Guarantee shall come into force as soon as the advance payment has been credited to
the account of the Contractor.
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 27 | 32
This Guarantee shall expire not later than
_________________________________ by which date we must have received
any claims by registered letter, telegram, telex or telefax.
It is understood that you will return this Guarantee to us on expiry or after settlement of the
total amount to be claimed hereunder.
______________________
Guarantor (Scheduled Bank)
Witness:
1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 28 | 32
SECTION-VI: TECHNICAL SPECIFICATIONS
NETWORK EQUIPMENT (CISCO OR EQUIVALENT)
SR# DESCRIPTION Unit
QTY
1
Firew
all
(Fo
rtinet o
r equiv
alent)
Feature Requirement GE RJ45 interface Minimum 10 USB
Port 1 RJ 45 Console Port 1 Firewall throughput 10 Gbps or
higher IPSEC VPN Throughput 6.5 Gbps or higher
Concurrent TCP sessions 7 Million or higher Intrusion
Prevention System throughput 1.4 Gbps or higher Threat
Protection Throughput 700Mbps or higher SD-WAN as built
in component yes 24x7 Replacement Hardware warranty 1
Year 24x7 Security Licenses Full UTM Bundle 1 Year
Device should have support of 2-Factor authentication (on
device) for administrator login, Remote Access Client VPN
for IPSEC/SSL VPN, NAT, VLAN, PPOE, IPV6, RESTFul
API, integration with AD/radius Server/TACACS+, Traffic
shaping, remote logging (same brand), Routing Protocol(
RIP, OSPF, BGP), policy based routing
Yes
The proposed device should work as a wireless controller to
handle atleast 30 access points (Built-in license) for wireless
infrastructure
Yes
The proposed solution should have a capability to integrate
with existing deployed infrastructure via ADVPN or
equivalent
Yes
SNMP V1/V2C & SNMP 3 Support, Proposed solution
should be leader in gartner 2019 magic quadrenet for
network firewall
Yes
No 1
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 29 | 32
2
Firew
all
(Fo
rtinet o
r equ
ivalen
t)
GE RJ45 interface Minimum 5 GE RJ 45 WAN Interface
Minimum 1 USB Port 1 RJ 45 Console Port 1 Firewall
throughput 950 Mbps or higher IPSEC VPN Throughput 75
Mbps or higher Concurrent TCP sessions 900,000 or higher
Intrusion Prevention System throughput 300 Mbps or higher
Threat Protection Throughput 150 Mbpbs or higher SD-
WAN as builtin component yes 24x7 Replacement
Hardware warranty 1 Year 24x7 Security Licenses Full
UTM Bundle 1 Year
RFP DOCUMENT Branch office Device Fortigate 60F or
equivalent Specifications Qty: 1
Branch office Device 2 Fortigate 30E or equivalent
Specifications Qty: 3
Device should have support of 2-Factor authentication
(ondevice) for administrator login, Remote Access Client
VPN for IPSEC/SSL VPN, NAT, VLAN, PPOE, IPV6,
RESTFul API, integration with AD/radius
Server/TACACS+, Traffic shaping, remote logging (same
brand), Routing Protocol( RIP, OSPF, BGP), policy based
routing
Yes
The proposed device should work as a wireless controller to
handle atleast 2 access points (Built-in license) for wireless
infrastructure
Yes
The proposed solution should have a capability to integrate
with existing deployed infrastructure via ADVPN or
equivalent
Yes
SNMP V1/V2C & SNMP 3 Support, Proposed solution
should be leader in gartner 2019 magic quadrenet for
network firewall
Yes
No 1
3
Access P
oin
ts
(Fortin
et or eq
uiv
alent)
Wireless Standards supported 802.11ac (Wave2 MU-
MIMO)
Integrated, cloud and controller based management. Single
pane-of-glass for network security and wireless access
yes
Data Rate 850 Mbps or higher Antenna Type and GAIN
4dBi for 2.4 GHz and 5dBi for 5 Ghz Power over Ethernet
IEEE 802.3af supported Per Radio Client Capacity 500 or
Higher DFC Certified FCC, IC, CE The proposed solution
should have a capability to integrate with existing deployed
controller without any additional cost Yes
No 5
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 30 | 32
4
Lay
er 3 S
witch
(CIS
CO
OR
EQ
UIV
AL
EN
T)
Uplink Ports 4 x 1GE Network Module RJ 45 Console Port
Yes
Access Ports
Stackable 24 10/100/1000 Ethernet ports, with 350WAC
power supply, 1 RU, LAN Base feature set
Total Switched Virtual Interfaces (SVIs) 1,000 or more
Total number of MAC addresses supported 32,000 or more
Flash 2GB DRAM 4GB Forwarding Capacity/Rate 92 Gbps
on 24-port Switch Model Switching Capacity/Fabric 68.4
Mpps
IEEE Standards and Protocols Support
IEEE 802.1x, port security, Dynamic Host Configuration
Protocol (DHCP) Snooping and Guard, Dynamic ARP
Inspection, RA Guard, IP Source Guard, Control Plane
Protection (CoPP), Wireless Intrusion Prevention Systems
(WIPSs), Dynamic ARP Inspection Dynamic Trunking
Protocol, Port Aggregation Protocol, Link Aggregation
Control Protocol, Unidirectional Link Detection Protocol,
VLAN Trunking Protocol (VTP) Version 3 supports
dynamic VLANs, Trivial File Transfer Protocol, Network
Timing Protocol Remote Login Support Telnet, SSH or
Equivalent Security Features Support Enhanced Security
Features
Power Supply
350 Watt Single Power Supply along with Power Cord or
Equivalent
Rack Mounting Kit
Must have standard rack mounting kit or Equivalent
Core (Layer-3) Switch Cisco 3850-T-L or equivalent, Qty: 1
Compatibility
Must be compatible with existing NAC Server (i.e Identity
Services Engine) Brand Origin Only USA, UK Brands
Warranty One Year
No 1
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 31 | 32
5
Lay
er 2 S
witch
(CIS
CO
OR
EQ
UIV
AL
EN
T)
Uplink Ports
Uplink Ports :4 Nos. 1G Slots with 2 Nos. 1G (1000BASE-
T) SFP Modules or Higher RJ 45 Console Port Yes USB
port Yes
Access Ports
24 Nos. 10/100/1000 (BASE-T) Access Ports or Higher
RAM 512MB or Higher Forwarding Capacity 60mpps or
Higher Switching Capacity/Fabric 200Gbps Switching
Capacity/Fabric or Higher MAC Address Table Size 16K or
Higher
IEEE Standards Support
Must have support for IEEE 802.1d, IEEE 802.1w, IEEE
802.1s, IEEE 802.3ad, IEEE 802.1p, IEEE 802.3x, IEEE
802.1q, IEEE 802.1x, IEEE 802.3ah, or Equivalent
Access Switch Cisco 2960X-TSL or equivalent, Qty: 3
Access Points Fortinet 221E or equivalent Specifications
qty: 7
Inspection
Must Support Dynamic ARP Inspection (DAI) or Equivalent
Protocol Support
SNMP v1/v2/v3 or Higher, Network Timing Protocol
(NTP), BOOTP or Equivalent Remote Login Support
Telnet, SSH or Equivalent
Security Features Support
Must Support - MAC based VLANs, TACACS+/RADIUS,
Jumbo Frames, DHCP Snooping or Equivalent
Power Supply
Single Power Supply along with Power Cord or Equivalent
Compatibility
Must be compatible with existing NAC Server (i.e Identity
Services Engine) Rack Mounting Kit Yes Warranty 1-year
Brand Origin Only USA, UK Brands
No 3
6 Cabinet Cabinet 6U Wall mount with PDU No 3
7 Rack
Height U 27U Doors (Front) Glass door with lock and
handle Doors (Back) Perforated 2 pieces with door lock
Fans Fan tray at top of rack Color Black (powder coated
matt finished) Width 800 mm Depth 900 mm Height 1390
mm Inner dimensions 19-inch standard Side panels
Removable with locks PDU 1 x 8-socket rack mountable
PDU Cage Nuts 100 pieces included Manufactured guage 18
Guage or Higher
Feet and wheels
Adjustable feet and transport wheels of high durability Rack
trays 2 x fixed trays and are removable
No 1
8 Cable Roll Network Cable Cat 6 No 2
9 Connector Box Imported No 3
10 Back Box Good Quality (Local) No 40
11 Face Plate Single Shutter Face Plate for Network No 40
12 Patch Panel 24-port patch panel loaded with CAT6 I/O modules No 3
Tender No.: BOMSIE/2019-20/CS/IT/003
BID DOCUMENT FOR SUPPLY, INSTALLATION TESTING AND COMMISSIONING
OF NETWORK EQUIPMENT
On Behalf of Bidder’s Signature and Stamp
Board of Management Sundar Industrial Estate
Lahore
P a g e 32 | 32
13 Cable Manager Loaded No 4
14 RJ45 I/O Jack Imported No 40
15 Duct 16x38 Per 10 Ft Length No 20
16 Duct 40x40 Per 10 Ft Length No 15
17 Pipe Flexible Pipe, 1 Inch No 100
18 Pipe Flexible Pipe, 2 Inch No 50
19 Cable Ties 8 Inch No 10
20 Services Firewall installation and cabling wok along with dressing of
server and network rack in data center No 1