Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
1
Allama Iqbal Open University, Islamabad
Bidding Document
(SINGLE STAGE – TWO ENVELOPES BASIS)
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION,
COMMISSIONING, TESTING AND TRAINING OF
BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM (BAMS)
AT
MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Tender Notice No. 03, Serial No. 03
_____________________________________________
Last Date for Submission: 23 October, 2019 at 10:00 A.M.
Tender Opening Date: 23 October, 2019 at 10:30 A.M
_____________________________________________
2
Table of Contents
INTRODUCTION ........................................................................................................................................................ 3 SOLUTION REQUIREMENT ..................................................................................................................................... 4 BIDDING PROCESS................................................................................................................................................. 11 EVALUATION CRITERIA ......................................................................................................................................... 13 CURRENCY .............................................................................................................................................................. 16 OEM .......................................................................................................................................................................... 16 ACCEPTANCE OF PROPOSALS ............................................................................................................................. 16 PROJECT BRIEF ...................................................................................................................................................... 16 SCOPE OF WORK .................................................................................................................................................... 17 HARDWARE REQUIREMENTS ............................................................................................................................... 19 BILL OF QUANTITY (BOQ) ..................................................................................................................................... 19 STAFF ASSIGNED TO THE PROJECT ................................................................................................................... 22 PROJECT IMPLEMENTATION/MANAGEMENT PLAN ......................................................................................... 23 DELIVERABLES ....................................................................................................................................................... 23 GENERAL TERMS & CONDITIONS ....................................................................................................................... 24 DELIVERY PERIOD ................................................................................................................................................. 26 PAYMENT ................................................................................................................................................................. 26 SALES TAX AND OTHER GOVERNMENT DUTIES ............................................................................................... 27 WARRANTY PERIOD ............................................................................................................................................... 27 SUPPORT CAPABILITIES ....................................................................................................................................... 27 TRAINING CAPABILITIES ....................................................................................................................................... 28 RESPONSIBILITY FOR EXECUTING THE CONTRACT ........................................................................................ 28 INSPECTION AND REJECTION ............................................................................................................................. 29 LAWS GOVERNING THE CONTRACT .................................................................................................................... 29 FORMAT FOR PROPOSALS .................................................................................................................................... 29 GENERAL ................................................................................................................................................................. 29 FINANCIAL CAPABILITIES .................................................................................................................................... 29 RELEVANT EXPERIENCE ....................................................................................................................................... 29 Technology Roadmap ................................................................................................................................................ 30 Packing of Proposal(s) .............................................................................................................................................. 31 ANNEXURE-A........................................................................................................................................................... 36
Technical Bid Format ............................................................................................................................ 36 ANNEXURE-B........................................................................................................................................................... 37
Eligibility Criteria .................................................................................................................................. 37 ANNEXURE-C .......................................................................................................................................................... 39
Technical Marking Criteria/Weightage (70%) ...................................................................................... 39 ANNEXURE – D ....................................................................................................................................................... 40
Mandatory Technical Compliance Sheet ............................................................................................... 40 ANNEXURE E ........................................................................................................................................................... 47
Financial Bid .......................................................................................................................................... 47 ANNEXURE- F .......................................................................................................................................................... 49
Format for Point of Contact Certificate ................................................................................................. 49 ANNEXURE- G ......................................................................................................................................................... 50
List of AIOU Regional Centre(s)/ Study Centre(s) ................................................................................. 50
3
INTRODUCTION
AIOU Islamabad, with the guidance and visionary leadership of Vice Chancellor to promote the
use of Information Communication & Technology in routine processes of University, has determined
a high priority need for the monitoring and control over the employees attendance, time response,
productivity, performance, and profile management at its offices. This convergence will enhance the
AIOU’s capability on Decision Support and evaluation of employees against the set key performance
indicators.
AIOU invites technical & financial proposals complete in all respects as a turnkey project for a
comprehensive Biometric Attendance Management System (BAMS) Hardware & Software from
legible IT firms. Primarily, the BAMS will cater the attendance reporting, overtime calculations and
HR Profiling of working staff.
The key objectives of AIOU behind this automation and deployment includes:-
1. Centralized reporting system for monitoring of attendance of employees, Department wise and
Sections wise, time table wise, etc.
2. Tracking of attendance log, and leave management of individual and collective employees.
3. Identification of actively dis-engaged employees in Offices.
4. Time and Attendance assurance against employees job shifts and responsibilities.
5. Monitoring and control over workforce, in connection with their performance.
6. Automated record and attendance management for use in Decision Support by the
management.
7. Management of transfers, posting, leave management and shift management through Biometric
Attendance Management System (BAMS).
8. Log of employees on tours to remote regional centers of AIOU.
The System is aimed at automating the attendance record of employees with the objective to
streamline efficiency & transparent working of the employees, and also facilitate all concerned
stakeholders i.e. Higher Management, HoDs, Employees to keep track of their time record and leave
management.
4
SOLUTION REQUIREMENT
1. AIOU is looking for innovative BAMS solution which should ensure at-least Facial Recognition
and Fingerprint Recognition methods of taking employees’ attendance. Other methods such as
Palm and/ or Retina recognition will be considered as an additional feature.
2. The system should be based on 3G/4G and/or GPRS/GSM and/or LAN and/or Wi-fi
communication(s) based Communication enabled biometric devices.
3. The system should be based on RFID enabled biometric devices with minimum basic features as;
a. Web Based Interface
b. Dashboards
c. Device Management
d. Department Management
e. Shifts Management
f. Timetable Management
g. Payroll Management
h. Overtime calculations
i. Leaves Management
j. Customized Reports
k. Android and/or IOS application
4. If required by AIOU, devices must have capability to incorporate modules for 3G/4G and/or
GPRS/GSM and/or LAN and/or Wi-fi communication(s).
5. Devices must have smart and small size factor, separate UPS (included in the bid) backup to
eliminate the trouble of power-failure.
6. It should be equipped with the fastest commercial-based biometric matching algorithms and high-
performance, high-image quality optical sensors.
7. The screen should display more information vividly, including Biometric image quality, picture
images, time & date and verification result etc.
8. System must ensure all communication standards and makes sure the data transmission between
terminal and server could be easily done within few second wherever through Wi-fi and/or 3G/4G
and/or GSM/GPRS if traditional networking not possible.
9. With high speed processor at device level and optimized biometric recognition, the system should
offer the best recognition rate.
5
10. The attendance system should store biometric patterns and employee details.
11. User Clock-in, Clock-out and attendance logs shall be stored in the server as per timetables and
schedule defined. The system must support multiple time tables as per flexibility of Shifts.
12. Administrators could interact with data being sent using this device through server.
13. All devices must be connected through server at main campus using whatsoever communication
mode required i.e 3G/4G and/or GPRS/GSM and/or LAN and/or Wi-fi communication(s).
14. Management shall be able to access this system through their smart phone(s) and computers as
well.
15. Only authorized user should be able to connect with the BAMS reporting application.
16. Only authorized device can be connected with the BAMS.
17. The firm will also submit work plan, backup/recovery plan (in case of machine failure and
maintenance planned).
18. The system should offer enterprise level of entry and Time Attendance Management
communication-based infrastructure enabling integrated monitoring and systematic management
through multiple terminals operated independently with its communication mode required that may
be ANY or ALL i.e 3G/4G and/or GPRS/GSM and/or LAN and/or Wi-fi.
19. The system should have below listed functionally and features complete with all respects
Mandatory Technical Compliance Sheet should be filled and that will be Mandatory Part of this
bid
Basic Features
1. Web Based Interface
2. Dashboards
3. Device Management
4. Department Management
5. Shifts management
6. Timetable Management
7. Payroll Management
8. Overtime calculations
9. Have mechanism to keep track of Logs of Employees on Tours to Regions
10. Leaves Management
11. Customized Reports
6
12. Android AND/OR IOS application
Database
Must be secure against any type of intrusions/ Attacks
Reasonable authentication & security mechanism
o SSL
o Automatic DB Backup (Daily)
Dashboard
Configurable employees leave status (CL, EL, others)
HUI/Ux Graphs and chart (Interactive Customized Graphs)
Office wise summary
Average Working Hours / Department wise, Date Range
Average Check-In Time / Department wise, Date Range
MAN Hours Calculation
Device Management
Device ID must be mentioned in reports as well
Active Devices & Inactive devices
Each device is locked with its respective device ID so that if there may be a different
device that may not be synced or added in a pool of devices without admin controls
Device Management for all the locations and sites through a web portal.
All devices must have synced employee data.
Locking devices with every check in/out so that location can be traceable
Optional: If required AIOU may request to lock any Device(s) on certain GPS
Coordinates.
Employee Management
Must have provision to delete employees Bulk/Selective/individual
Provision to Upload employees list using excel, CSV etc
Leave Management System
7
Manage employee Leave requests
Configure separate Leave and holiday time in multiple offices
Office Management
Field of Office Location (Main Campus, Region, City)
Feature to Update / Delete the office
Hierarchy of Directorates, Regional offices, Departments, Sections, Sub offices
Department Management
Department Category (Services, Administrative, Faculty)
HOD / Incharge / Dean Name of Department
Feature to Update or Delete Department Name
Designation Management
Add a field of Scale/Grade against each designation
Adding Designations
Adding designation types e.g. Regular, Contract, Daily Wages etc.
Feature to update or delete designation
User Management
Provision of flexible RBAC system with ability to create/update/delete roles as per
requirements.
Provision of roles for device administrators/users with lower level privileges
o Super admin
Having Complete admin control
o Registrar
user with privileges to only enroll a user in a device
o Dept_Coordinator
user having privileges view his/her departmental employees attendance
may mark Leaves of the employees (if required)
o Dept_HoD
8
View Dashboard only for respective department
o Employee
For Viewing own attendance record (view only)
Update personal information address/ picture etc.
Feature to update or delete users
Employee Self Service
The module should allow each employee to log in to the system and check his/her own
information.
Access to Personal Information System for own data
Track Time/Attendance and leave requests
Add email alerts to pending notifications like leaves, overtime etc.
Apply for leave online
Apply for posting/transfer online
Reports
Employee Panel (for employee self-view)
Departmental Panel (for Every HoD)
Overtime Calculation Report with variety of parameters for Overtime calculation as per
requirements of AIOU.
Provision to check Daily/Weekly/monthly/annually average attendance of each employee.
Panel for logs management of BAMS and devices
filtering based reports by enabling certain field or disabling certain field
Working Hours Report / Employee / Department / Date Range
SMS Reminder to the employee who check-in and forgets to check-out
Salary-slip generation (based on daily attendance marked and over time calculation)
Descriptive Features
1. The system should register an employee and store its Fingerprint and/or Facial pattern and/or
Palm pattern and/or Retina pattern through biometric recognition system.
9
2. It should then be able to identify an employee by matching the biometric pattern of an employee
to the one it has stored through the registration process.
3. Based on the any of the biometric method, the system should record the date and time of the
marking of attendance the employee and store the ID, date, time and other relevant information
in a database system.
4. The system should manage in-time and out-time, lunch time, break time and shifts as per AIOU
requirements.
5. The system should be able to display and print the attendance information to the authorized
staff. Moreover, the attendance data recorded through any attendance mechanism
(Fingerprint/Facial/Palm/RFID/PIN) should be sent / synchronized with a remote/central
database server at main campus; where all the attendance data will be consolidated
automatically.
6. The system should have a local as well as remote attendance management interface, a
reasonable security mechanism and good quality performance.
7. Must have web portal containing multiple modules like Device management, User
Management, Leave management, Roster Management, Weekly/Monthly/MAN Average
Hours, Weekly/Monthly Total Hours Attended, multiple types of attendance reports etc.
8. Supply, configuration, installation, testing and commissioning of machines at all buildings of
AIOU main campus (Lot-1) and regions (Lot-2) wherever required by AIOU within 120 Days
along with a metal cage for protection of these devices against vandalism with a lock and key
mechanism.
9. The system should be able to integrate the existing biometric machines installed at AIOU main
campus (brand and models are ZkTeco IFace502, IFace702, TF70/ID and K70).
10. Onsite Enrollment and Training of unskilled and non-technical staff for use of solution, devices
and other related SoPs.
11. Provide a comprehensive reporting tool that allows managers at different levels in the
university to access reports of their Human Resources. For higher management, an easy to use
management dashboard to provide graphical reporting of key indicators of the regional
offices/departments.
12. Timely Customization/Development of Dashboard (Features listed below) summarizing all
features of the BAMS being monitored by Main Campus & Concerned departmental Heads
and other executives,
a. Clock In-Time & Clock Out-Time Statistics
b. Active Devices & In Active devices
10
c. List of offices with present and absent staff details
d. No of Enrolled Employees
e. No of employees Present Today
f. No. of Employees Absent Today
g. No. of Employees Late Today
h. Weekly/monthly/annually average attendance of employee.
i. Office wise summary
j. Attendance Statistics,
k. Attendance Activities
l. Leave Management System
i. Manage employee Leave requests
1. Employee can generate request for leave
2. Immediate officer can approve/disapprove leave
ii. Configure Leave and holiday time in multiple offices
iii. Create Leave settings based on calendar or financial year
iv. Enter Leave restriction and other compliance rules
v. Configure Leave settings based on employee status, job title, years of service or
other criteria
m. Overtime calculation
n. Employee Management
o. Salary-slip generator
p. Customized reports & graphs
q. Admin Panel (for overall control)
r. Employee Panel (for employee self-view)
s. Short Message Display on every device for any kind of announcements intimations.
11
13. Automatic emailing mechanism to all concerned employees, HoDs.
14. The Biometric Attendance Management System’s Control System shall be workable and
integrate-able with Enterprise Resource Planning (ERP) and Campus Management system
(CMS) tool but must also be compatible and integrate-able to work with any/all existing
employee databases.
15. Having a database at the back-end is mandatory to ensure no data loss or duplication and it
keeps the employee record for a longer period of time. The system remains extremely user
friendly yet suitable for an enterprise of any size ranging from small and medium to high
resource employers.
16. Database Management and Report Generation.
17. Central database connectivity through whatsoever communication mode required and agreed
between AIOU and Bidder i.e Wi-Fi/LAN and/or 3G/4G and/or GPRS/GSM
18. If required by AIOU the solution provider (Bidder) must conduct survey for availability of best
telecom operator coverage at regional offices of AIOU and consequently propose best
connection and CMO accordingly. AIOU will not bear or share any cost of this survey.
19. Device Management for all the locations and sites through a web portal.
20. Must have ability to integrate with Microsoft Directory Services.
BIDDING PROCESS
In order for qualifying to submit the bid, all bidders must initially fulfill the following conditions,
without which, the bid will be set aside in lieu of non-compliance.
Note: Failing to qualify on any of the following criteria will not be considered for further evaluation
1. Bidder must be legally a registered firm duly recognizable under the PPRA Rules.
2. Must be registered with FBR for Income Tax and Sales Tax etc.
3. Must not be blacklisted in any public or private sector organization or holds proceeding in any
legal or arbitration court.
4. Must have required financial, technical and skilled human resources to complete the project
within prescribed time limit on the finalization of contract.
5. Must furnish Earnest Money (EM) amounting to 5% of the total cost of Tender in the form of
acceptable bank instrument from any scheduled Commercial Bank.
12
6. Bidder must have successfully implemented the same kind of proposed application in atleast
more than two department(s) with similar scope and breadth of work. (Those Projects will be
preferred where BIDDER has provided the successful completion certificate from the Client
Organization.).
7. The detail of the projects in which the BIDDER has provided the complete solution should be
listed separately.
8. Can provide required support for Developed Software and Hardware
9. Must have Understanding of the Project of similar nature.
10. Vendor must provide ONE PAGE qualifying statement furnishing their working strength and
capabilities based on previous experience of similar project(s), which may serve as assessment
parameter in line with Technical Proposal & Methodology offered.
11. Vendor must clearly agree with explanations of BOQ’s mandatory requirements.
12. Must submit the bid at Allama Iqbal Open University (AIOU) up to 23/10/2019 till 10:00
hours. (Strict Compliance without variation of time or any other lapse)
The bidding process will be conducted under PPRA Rules No. 36(b) on the following proceeds: All
bidders must carefully read and comply with the Eligibility criteria given at ANNEXURE-B.
Single Stage, Two Envelops Procedure.
This method shall be used where bids are to be evaluated on technical and financial grounds
and price is taken into account after technical evaluation. Bid shall comprise a single package
containing separate envelopes. Each envelope shall contain separately the financial proposal and
technical proposal;
Through single envelope two stage method post-qualification- in the first stage, each bid shall
comprise of a single package containing envelope marked as technical proposal;
The Technical Proposals should be arranged and flagged properly as per ANNEXURE-A. The
technical proposals will be evaluated in accordance with the evaluation criteria set forth. A list of
13
qualified and unqualified bidders will be formulated at the end of first stage; following approval of the
results of first stage, financial proposals will be solicited from qualified bidders in the second stage.
The bidders will be required to submit financial proposal in a single envelope or package
clearly marked as financial proposal in bold and legible letters to avoid confusion.
EVALUATION CRITERIA
Technical Proposal 70% Weightage
The Technical solution offered by the Bidder will be assessed with percentage matrix for
meeting the requirements of AIOU against set performance parameters. Bidder should take into
consideration to comply with Eligibility criteria (ANNEXURE-B) and technical Criteria for 70% as
given in (ANNEXURE-C) and Mandatory Technical Compliance Sheet (ANNEXURE-D)
Respectively along with General Terms & Conditions of this tender document.
The Purchaser will scrutinize the offers to determine whether it is complete, whether errors
have been made in the offer, whether required technical documentation has been furnished and whether
the documents have been properly signed. Offers with incorrect information or not supported by
documentary evidence, wherever called for, would be summarily rejected. However, the AIOU, at its
sole discretion, may waive any minor non-conformity or any minor irregularity in an offer. The
Purchaser reserves the right for such waivers, and this shall be binding on all vendors.
For proper scrutiny, evaluation and comparison of offers, AIOU may, at its discretion, ask some
or all vendors for clarification of their offer. The request for such clarifications and the response will
necessarily be in writing.
The technical proposal shall be discussed with the preliminary qualified bidders with reference
to the technical requirements to conduct Presentation/ Demonstration/ Proof of Concept / Discussions.
Financial Proposal 30% Weightage
Bidders must offer a reasonable cost of each item, which could be justifiable with the market
pricing trends and practices. No hidden costs should be quoted in lieu of open competition and
transparent numeric values for comparison. The Financial Bid Format mandatory to be followed is as
given in (ANNEXURE-E)
Any other item(s), software, license or service(s) required for successful commissioning but
not required by AIOU in the RFP, but not quoted by the bidder/Supplier in its bid. Such item(s),
14
software, license or service(s), if required at a later stage during commissioning phase, should be the
sole responsibility of the Supplier at zero cost.
Detailed financial evaluation will be conducted for Bidders who qualify the preliminary
financial evaluation. Following key factors will be under consideration during the financial evaluation:
a. In cases of discrepancy between the cost/price quoted in Words and in Figures, the lower of
the two will be considered.
b. Arithmetical errors shall be subject to rectification by the Purchaser. If a Bidder does not accept
the correction of errors, its bid will be rejected, and its bid security may be forfeited.
c. All costs are calculated using Unit Price, if available, otherwise price of bulk quantity shown
as one unit shall be considered total price of required quantity of that item.
d. In case, variation in quantities is observed in 1) quoted bid documents, or; 2) RFP specifications
verses quoted bid, the cost shall be re-calculated as per following:
i. In case of Bidder, quantity with high value shall be selected for the sake of
financial comparison.
ii. In case of Supplier, quantity with the low value shall be selected. However, the
exceeded quantities shall be absorbed by the Supplier at Zero Cost.
e. When item(s) are placed under Optional section but are part of mandatory items of core
requirements, the price of requisite quantities be calculated as per following:
i. In case of Bidder, item price shall be selected for the sake of financial
comparison.
ii. In case of Supplier, the price shall be absorbed by the Supplier at Zero Cost
f. In case, an item is quoted but not available in price schedule, quoted item price be calculated
as per following:
iii. In case of Bidder, shall be selected from the highest value from competitor(s)
for the sake of financial comparison
iv. In case of Supplier, shall be absorbed by the Supplier at zero cost.
15
g. Costs of each item, where mentioned as Zero in figure or word, are equally valid as any non-
zero value. Therefore, those items shall be purchased at cost of Rs. 0/- regardless of any change
in quantity. On the other hand, if any bidder would mention “free of cost” then the client is
bound to the published scale and scope only.
h. Those items, which are not mentioned explicitly leading to no knowledge of its cost, quantities
and specifications, shall be considered part and parcel of the Turnkey solution. The successful
bidder shall specify brand, model and origin of the unspecified items for inclusion in the
contract without quoting any cost as its costs are considered already catered for in price of other
quoted items.
Bid Score evaluation
1. Technical Bid Score will get a weightage of 70% and Financial Bid Score will get a weightage
of 30% in Award Decision.
2. The total bid score would be determined as follows:
3. The bidder securing highest evaluated score will be considered the Best Evaluated Bid or the
Lowest Evaluated Bid.
4. A technically eligible bidder, based on conditions listed in this document, not meeting the
following conditions will be rejected in Technical Evaluation:
i. 60% marks in each part; and
ii. 70% marks in total.
5. Sealed/unopened Financial Proposal of technically rejected Bidders shall be returned.
6. Bidders scoring greater than or equal to 70% of the marks will be accepted in technical
proposal.
(i) PROVISO: Provided that if NONE or ONLY ONE (single) bidder exceeds
the 70% pass mark, then the AIOU SHALL decrease the Pass Mark limit to
60%. In other words, if TWO or more bidders exceed 70%, then the Pass
Mark will NOT be decreased to 60%.
16
(ii) If Pass Marks are decreased to 60%, then ALL bidders with scores greater
than or equal to 60% shall be considered qualifier in the Technical
Evaluation.
7. The AIOU reserves the right to accept or reject any bid or to annul the bidding process and
reject any or all bids at any time prior to Contract award, without thereby incurring any liability
to the Bidders.
CURRENCY
All currency in the proposal shall be quoted in Pakistan Rupees (PKR).
OEM
OEM (Original Equipment Manufacturer) relationship and warranties the (BIDDER) should
be authorized Partner, FROM THE ORIGINAL EQUIPMENT MANUFACTURER for provided
licensed software/ Hardware. Bidders having partnerships (e.g. Gold, Silver, premier etc.) with the
original Manufacturer will be given preference in final evaluation.
ACCEPTANCE OF PROPOSALS
AIOU reserves the right not to accept the lowest or any proposal and to annul the bidding process
without assigning any reason whatsoever. The acceptance criteria will be as follows:
1. Bidder must be technically complaint to initial screening criteria mentioned.
2. Bidder must score at least 70% in the technical evaluation.
PROJECT BRIEF
Following IT hardware and software required for SUPPLY, DELIVERY, INSTALLATION,
CONFIGURATION, AND COMMISSIONING OF SUPPLY, DELIVERY, INSTALLATION,
CONFIGURATION, COMMISSIONING, TESTING AND TRAINING OF BIOMETRIC
ATTENDANCE MANAGEMENT SYSTEM (BAMS) AT MAIN CAMPUS & REGIONAL
OFFICES (TURNKEY SOLUTION) primarily fulfilling the functionalities and reporting against
business rules of Government of Pakistan for implementation at main campus and Regional Centers
of AIOU, Islamabad.
The web based software and Biometric Devices will be hosted through 3G/4G and/or
GPRS/GSM and/or LAN and/or Wi-fi communication(s) at AIOU, Islamabad designated buildings.
The biometric Devices installed at all buildings of AIOU shall communicate with the server(s) for
17
daily attendance data through built-in 3G/4G and/or GPRS/GSM and/or LAN and/or Wi-fi
communication(s) module installed with Data SIM (if required) in the device. All the respective
employees will be registered in the device for marking their attendance, which will be intermittently
transferred to the Server at AIOU, Islamabad. The overall schema will exhibit the attendance data of
all devices to the main server for computing and generating reports for viewing and printing in
Microsoft Excel& Word, HTML and PDF formats.
HR data of each employee will be entered in the system for HR Profiling of employees while
using the same data for official purposes and references. The data template for entering the HR Data
will be furnished by the successful bidder whereas Data Entry will be done by the Focal Persons of
each department of AIOU.
SCOPE OF WORK
The successful bidder will enter into the Contract with AIOU, Islamabad as SUCCESSFUL
BIDDER for the purpose of executing and delivering the following scope of work: -
All contractual obligations will be divided into Two Phases for the ease of Project Management
and smooth execution. Successful Bidder will submit a time and activity bound project plan, which
will be mutually agreed and approved before the project kick-off meeting.
Phase-I
1. Successful Bidder will supply the hardware conforming to the specification, quality standard
and mandatory requirements with warranty as mentioned in the BOQ of this tender document
on FOR basis to be firstly delivered at AIOU, Islamabad for allocation for regional offices.
2. If required 3G/4G and/or GSM/GPRS based machines are selected by AIOU then Successful
Bidder will deliver the recommended, approved and verified DATA SIMs from cellular
company in the name of AIOU, Islamabad on quarterly subscription terms and conditions.
AIOU will provide the relevant document and letter for the acquisition of DATA SIMs
accordingly.
3. Successful Bidder will install Deploy, Configure and Implement BAMS Software on the
designated Server of AIOU, Islamabad.
4. Bidder must have to share executable setup files, and other required applications as a one
package ready to install through USB/Passport for future use of AIOU.
18
5. Successful Bidder will test the system at AIOU, Islamabad for proper and smooth functioning
for sites- ready roll out plan.
6. AIOU will sign-off Phase-I to proceed to the Phase-II of the project ASAP of the Phase-I
completion.
Phase-II
1. AIOU and successful bidder will collectively perform the allocation of the Biometric Devices
and Data SIM(s) (if required and if data SIM medium opted) for each location before
forwarding it to the relevant regional center against proper log and record of serial numbers
and MEISDN of Data SIMs (if required and if data SIM medium opted).
2. It will be responsibility of the Successful bidder to deliver devices (after allocation), other
equipment and Items to all regional centers. AIOU will not bear any cost or share in delivery.
3. Successful Bidder’s technical field staff will visit each location for the installation of Biometric
Attendance device. The device will be integrated with the central server through device
firmware and BAMS to verify the communication through 3G/4G and/or GPRS/GSM and/or
LAN and/or Wi-fi communication(s) whatsoever agreed between successful Bidder and AIOU.
Once the device is set OK, Successful Bidder will train the Focal Person of department for
registering the employees in device for attendance. Successful Bidder will obtain an official
Memorandum of Receipt (MOR) (format to be provided by Successful Bidder and finalized
with AIOU POC), duly signed by the authorized official, after successful completion of device
installation and provision of training to the focal person.
4. Upon completion of installation plan, Successful Bidder will manage to provide collective
training to all the focal persons on Device management, and User training on BAMS.
5. Successful Bidder shall customize the software for AIOU requirements including the formats
of reporting templates for attendance reporting.
6. AIOU will carry out the post implementation preview of the whole system for the purpose of
issuing Job Completion Certificate to the Successful Bidder through AIOU Point of Contact of
having an Officer Rank.
7. Warranty of the system and devices will start from the date issuance “Job Completion of
Turnkey Solution” meeting all formalities laid in this document and contract document.
8. All features and objectives laid in this RFP are also part of the scope of work.
9. Already deployed biometric devices at AIOU main campus should also be incorporated with
BAMS.
19
HARDWARE REQUIREMENTS
1. Hardware requirements for the installation and deployment of BAMS and Reporting system
will be provided by AIOU against the recommended sizing of the whole solution by the
Successful Bidder in his bid response.
2. Any deviation in the recommended hardware specs, quality and quantity at later stage will be
the responsibility of the Successful Bidder for fulfillment of deficiencies from his own
resources and funds.
3. Any other item(s), software, license or service(s) required for successful commissioning but
not required by AIOU in the RFP, but not quoted by the bidder/Supplier in its bid. Such item(s),
software, license or service(s), if required at a later stage during commissioning phase, should
be the sole responsibility of the Supplier at zero cost.
BILL OF QUANTITY (BOQ)
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, COMMISSIONING, TESTING
AND TRAINING OF BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM (BAMS) AT
MAIN CAMPUS & REGIONAL OFFICES (TURNKEY SOLUTION)
SNO ITEM SPECIFICATIONS QUANTITY
1 Biometric Devices
(Facial Recognition +
Fingerprint+ RFID)
Wall mounted Biometric devices having
connectivity using
• Mandatory Modules
o USB port
o LAN Port
• Optional Modules must be compatible and
integrate-able with quoted devices (Vendor must
quote price of following module(s) as optional
item, it will be discretion of AIOU to finalize
quantity of these modules as per its requirement)
3G/4G (must mention required speed by
devices to sync data with server)
GPRS/GSM
Wi-Fi module
Must have active
• Biometric Fingerprint and Facial pattern reading
& recognition
85
20
• RFID enabled functionality
Capacity
• Capacity of minimum 3000 employees’
registration
• 100,000 records saving.
Battery Supported
• Build in battery for backup timing in case of
electricity failure
Power:
• Charging adopter
• Charging power cord.
• Power over Ethernet
• Smart and small size factor separate UPS as a
backup
Firmware
• Windows /Linux based.
Vendor must clearly define Automatic Data
Master Server (ADMS) to be installed for
PUSHING Attendance Data directly from devices
for onward Syncing with Attendance Management
System for generating Reports.
Mount and Installation with wire ducting for
compact and secure circuitry, look & Feel.
Training:
• Training to Technical Officials.
Awareness Seminar at main campus after
successful deployment of the solution or
whenever and wherever required by AIOU
Warranty
• 03 Years comprehensive warranty for Parts,
Labor and Workmanship
User Manual & Video Tutorial
• Complete detailed User Manual & Video
Tutorial (English & Urdu) for handling of
devices, troubleshooting and administration of
software & devices
21
50 for Regional centers/ Study Centers and 35 for
main Campus
2 3G/4G supported DATA
SIM (with annual
subscription)
(Optional item as per
scope in RFP, AIOU
will finalize quantity)
3G/4G supported DATA SIM from Suitable
Cellular Service Provider to be recommended by
the bidder.
• Excellent Signals on all locations. (Gilgit,
Skardu, Muzaffarabad, Mirpur, Rawlakot, Sawat,
Mithi, Umerkot, Chitral, Islamabad, Gawadar
and/or any other regional office identified by
AIOU).
• Consolidated portal for monitoring of
Subscription and Expiry alerts of all SIMs.
Bi Annual Payment contract by AIOU with
selected Cellular company/companies (if more
than one).
Must mention required minimum speed and
package details.
13
3 Metal Cage with a lock
and Key mechanism.
OEM or Customized as per approval of sample or
satisfactory by AIOU
100
4 Electrification Per feet
(as per actual)
Power Cable 3/29 (as per actual)
5 Ducting Per feet
(as per actual)
3M/Clipsal Network Cable Cat-6 UTP (as per
actual)
6 Network Cabling Per
feet (as per actual)
(as per
actual)
7 Biometric Attendance
Management System
Software
Web based Attendance Management System
Software with
i. Customizable for Government Business Rules
and AIOU defined reporting templates and
interface.
ii. User Training to relevant officials
iii. Integration with every single Biometric Device
already installed in the premises.
iv. 03 Year Comprehensive Onsite Support &
Maintenance to be started after four months of the
delivery of the system.
v. Vendor must provide Four (04) Months Post
Implementation Preview of the Systems for minor
changes/bugs fixing both on functional and non-
1
22
functional requirements after the system goes
ONLINE.
Dashboards with Clustering of AIOU
Directorates/Regions , Faculties departments and
sections and as per scope of this RFP
Device Management
Department management
Shifts management
Timetable Management
Payroll Management
Overtime calculations
Leaves Management
Customized Reports
Must manage and cater “n” number of Devices.
Must not be device brand specific
Must manage and cater “n” number of employees
Must manage and cater “n” number of
departments
Note:
AIOU may increase or decrease quantity of any item(s) as per requirements.
AIOU will opt 3G/4G and/or GPRS/GSM and/or Wi-fi communication(s) as per
discussions with the successful bidder and cost will be adjusted accordingly in payment.
The selection system shall be determined by the AIOU utilizing its own interest.
Decision of AIOU in selection/rejection of the bid will be final.
As AIOU require Turnkey Solution and the successful bidder will quote against turnkey
solution-based requirements. This does not make AIOU responsible for any lapse.
Bidder must quote complete turnkey solution if any item or part missed by AIOU, bidder
must quote it as an optional item/part so that (if required) its cost must be
included/reduced during comparison as per AIOU requirement.
Any omission / mistake shall be the sole responsibility of the successful bidder and it
will not discharge him/her from his/her initial responsibility of completing the project
within timelines
AIOU by signing the contract does not acknowledge or endorse its correctness with
respect to completeness of the technical solution.
Any other item(s), software, license or service(s) required for successful commissioning
but not required by the Purchaser in the relevant RFP, but not quoted by the Supplier in
its bid. Such item(s), software, license or service(s), if required at a later stage during
commissioning phase, should be the sole responsibility of the Supplier at zero cost.
Bidder must mention separate cost of Wifi/ 3G /4G GSM/GPS modules.
STAFF ASSIGNED TO THE PROJECT
Bidders are required to name and provide resumes of at least the planned project manager, lead IT
23
architect, implementation team lead, processes consultant, testing team lead, requirements
management analyst and database analyst. Also, a list of the number of persons and their roles for
the project is to be provided. Particular focus should be on core skills set required for implementation
of project of this nature.
1. Total Staff assigned to the project (Please specify role of each person, as per minimum
requirements mentioned above)
2. Total Staff assigned for Project Implementation.
3. Total Staff assigned to the project for Support purposes
4. Total staff assigned to the project for Training purposes
5. Total staff assigned to the project for Development/Customization of software applications
6. Total Staff assigned to the project for installation and Configuration of Hardware equipment.
7. Total Staff assigned to the project for establishment of infrastructure on site
PROJECT IMPLEMENTATION/MANAGEMENT PLAN
The Bidders shall provide a detailed implementation plan and project management plan.
Bidders should provide the timeline.
Bidders should cover tasks assigned to the employees and resource allocation of Bidders during
the course of the project. This should not be generic terms but should be specific to the project.
Bidder must submit Project plans in tabular form/Gantt chart, mentioning names of
tasks, sub tasks, start date, finish date, resources and milestones as part of the Bid.
In the training category, bidder must provide detailed training schedules along with the names
of resources.
AIOU may ask the Bidders to provide the presentation and demonstration on the proposed
solution.
DELIVERABLES
The Bidders should clearly mention and list all the deliverable(s) to be completed under the
proposed project. All architectural deliverable(s) must comply with industry standards.
24
Note: All the software components customized/developed should be provided with its software
source code and it will be the property of AIOU & it should not be HARD CODED. Also a set of
Operational & technical manual must be prepared and provided for better understanding & Future
reference/ guidelines. The firm will also provide the source code and submit the plan for future
development/ updates in the System.
The Successful bidder must provide all relevant software and system updates free of cost.
GENERAL TERMS & CONDITIONS
Project:
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION,
COMMISSIONING, TESTING AND TRAINING OF BIOMETRIC ATTENDANCE
MANAGEMENT SYSTEM (BAMS) AT MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION).
1. The tender are called hereby for supply of subject Items according to specification and
conditions as prescribed in this bid document: -
a) Date of Opening tender 23-10-2019
b) Time of Opening tender 10:30 AM
c) Name of Supplier _________________________
2. Items are to be supplied according to the specification as per locations specified at
ANNEXURE G, provided by AIOU.
a) Rates should be offered with its Brand / Model clearly marked.
b) Rate should be quoted in words and figures.
c) Tender will be opened in the presence of Central Purchase Committee, AIOU at
Committee Room, Sir Sayed Block AIOU, Islamabad
d) The prices quoted shall remain valid for 90 days, after the date of opening the Financial
Bid.
e) The Bidder shall attach Brochures / specifications, Data Sheets, Color Pictures with bid
schedule regarding the equipment being quoted / supplied.
f) The Bidder shall give at least three references of similar installation by their firm.
g) All equipment and each component thereof shall be branded new and in sealed pack.
25
h) Any equipment / component of doubtful origin shall render the entire consignment
liable for rejection.
i) The bidder shall make good all deficiencies in the equipment during the warranty period
at his own cost and no additional payment will be made for any repair/replacement of
parts etc.
j) In case of any dispute the matter shall be referred to the AIOU Central Purchase
Committee. Decision of Purchase Committee shall be final and binding on all parties.
k) Earnest Money equivalent to 5% of the Total Bid Value must be enclosed in the
Financial Proposal. The earnest money of successful bidder shall not be refunded and
will automatically be converted in the security deposit. No Tender / Offer will be
entertained without earnest money. Bid without earnest money or less than 5% of the
bid value will not be entertained and rejected straightaway.
l) The supplier shall bring the Samples of the Hardware if required by the Procurement
Committee/ technical committee.
m) The AIOU reserves the right to accept or reject any or all bid(s) at any stage without
assigning any reason thereof.
n) The quantities mentioned in the proposal may increase or decrease according to
requirements.
o) At any time prior to the deadline for submission of bids, AIOU may, for any reason,
amend this RFP, whether at its own initiative or in response to a clarification requested
by a prospective bidder.
p) In case of delay in the execution of the contract, AIOU reserves the rights to impose
penalty not exceeding 10 % of the total amount of the contract.
q) If the progress of work is not to the satisfaction of the AIOU, the work will be awarded
to another party at the risk and cost of the bidder. In such an eventuality, if any excess
amount is to be paid by AIOU, it will be recovered from the bidder.
r) All government taxes will be applicable at source as per rules.
s) AIOU has the rights to add, enhance or remove any functionality not disturbing the
major scope of work.
t) AIOU will not bear any expense incurred in the preparation of proposals in response to
this RFP.
u) All responses to this RFP shall become the property of AIOU.
v) Proposals sent to AIOU by Fax or Email will not be accepted.
26
w) Proposals submitted after due date and time will be rejected.
x) An effort by any firm(s) to influence AIOU, “directly or indirectly through unfair
means”, in AIOU proposal evaluation, proposal comparison or contract award
decisions, to meet or discuss with any AIOU official unless desired by the AIOU may
result in the rejection of bidder’s proposal.
y) The Competent Authority of AIOU reserves the right to accept or reject any or all
RFP(s) at any stage.
DELIVERY PERIOD
The equipment shall be supplied within 4 to 6 weeks from the date of issuance of confirm purchase
order / letter or acceptance / Signing of Contract. After successful allocation of devices at main campus
the firm will be responsible for delivery of hardware and allied accessories at all Regional Centers /
Study Centers as per ANNEXURE-G.
AIOU will Inspection and Technical Committee will ensure that the quantity and quality of the material
is the same as contained in the Purchase order. The quality of the items will be determined from the
inspection report of the committee after actual Inspection of the total equipment according to the
specifications.
PAYMENT
Successful Bidder will be entitled to payment by AIOU against bill duly supported by the following
documents: -
a. Bill in duplicate.
b. Goods Receipt Certificate.
c. Inspection Certificate issued by the Technical Committee.
d. Delivery Challan.
e. Official Memorandum of Receipt (MOR) of all Offices/Departments where devices are
installed (if any).
f. Job Completion Certificate (JCC) issued by AIOU (subject to successful completion of
project as per requirements and scope complete in all respect in this RFP)
27
g. Payment will be made through cross Cheque in favor of Successful Bidder after
deduction of applicable taxes. In case the firm is exempt for deduction at source a
certificate shall be provided.
SALES TAX AND OTHER GOVERNMENT DUTIES
All taxes, duties, sales tax and other Government charges are the responsibility of the
Successful Bidder.
WARRANTY PERIOD
The successful bidder shall give (03) three year comprehensive after competition warranty for
software and allied warranty for Hardware including parts & labor on site of installation,
certifying that the goods/services supplied confirm exactly to the specifications laid down in
the contract and are secured and that in the event any material being found defective or not
conforming to specifications/particulars governing the supply for a period of (03) three year
from the date of completion of the project. The successful Bidder will be held responsible for
all losses and that the unacceptable items shall be substituted with the acceptable items at bidder
expense and cost.
SUPPORT CAPABILITIES
Successful Bidders must provide support for the solution for the duration of the entire
implementation process of the project and during the warranty period.
The successful Bidder should indicate the support capabilities for Application and Licensed
software.
The successful Bidder should provide onsite support for the project for which a dedicated
resource needs to be present in Islamabad. Address, Contacts, qualifications and relevant
certifications of support personnel must be indicated.
The selected vendor will provide support for the following for the larger of the duration of the
project or three years.
Software bugs and upgrades/enhancements warranty.
The software warranty will include providing on-site and Help Desk support for technical
issues during the implementation phase i.e till signing of Job Completion Certificate (JCC)*.
The detailed support plan should also include the following information other than mentioned
above:
28
No. Items Software bugs /
upgrades/
Enhancements
warranty
Response time
(in hours)
Resolution
time (in hours).
Contact
person name,
email &
Mobile No
The bid must contain separate portion on Support plan covering following categories
in detail:
1. Staff assigned to the project (Onsite Support).
2. Technical support staff location. (Office Locations)
3. Support experience of Government projects.
*Job Completion Certificate will be issued by AIOU after successful completion of the
project as per requirements and scope defined in this bid.
TRAINING CAPABILITIES
The Bidders should indicate its training capabilities to provide training on software application,
Licensed Software, Hardware they provided.
Bidders should also provide a detailed training schedule. Training premises (on–site) and necessary
equipment will be arranged by the vendor.
The bid must contain separate portion on Training plan should cover following categories in detail:
1. On-site end-user training plan
2. Technical/system training plan
3. Staff assigned to the project
RESPONSIBILITY FOR EXECUTING THE CONTRACT
The Successful Bidder shall be entirely responsible for the successful execution of the contract in all
respects and in accordance with the terms and conditions as specified in the contract including the
schedule.
29
INSPECTION AND REJECTION
i. If the Technical Evaluation Committee is unsatisfied with the supplied equipment or the
consignment is below the specifications given in the Purchase Order then the Committee
may reject any part or the whole consignment tendered for inspection.
ii. The decision of the Technical Evaluation Committee and Central Purchase Committee shall
be binding on the firm.
iii. If the items are rejected as aforesaid then the Supplier should deliver items in replacement
of those rejected but re-submission will not mean extension in delivery period.
LAWS GOVERNING THE CONTRACT
The contract shall be governed by the PPRA Rules 2014.
FORMAT FOR PROPOSALS
The Financial Proposal should be concisely presented and structured in the form of chapters to
include, but not necessarily be limited to, the following information. Support material should not be
part of the main proposal but should be placed at Appendixes.
GENERAL
The Bidders should provide the following:
Name of the participating organization.
Number of years of incorporation of the participating.
FINANCIAL CAPABILITIES
The Bidders shall describe the financial position of its organization. Income Statement or Annual
Report should be included in the detailed proposal (Verified by relevant authorities/bodies) . The
National Tax Numbers and Sales Tax Registration Numbers of the company and/or partners should
also be indicated (Photo copies of concerned documents should be provided).
RELEVANT EXPERIENCE
Bidders must demonstrate three years of relevant experience of implementing nature of similar projects
in public or private sector. They should only provide the details of experience where the proposed
system is implemented and running successfully.
30
S. No. Nature of Project(s) Total Value
PKR (million)
Name of the Project(s),
Customer(s), Contact person &
Contact Detail(s)
Note:
1. Those Projects should be preferred where Bidders can provide the successful completion
certificate from the Client Organization (attested and clear imaged Photocopies of documents
should be provided)
2. The detail of the projects in which the BIDDER has provided the complete solution should be
listed separately.
Technology Roadmap
The BIDDER must clearly mention the roadmap for the products and/or services that are quoted
as part of the total solution. A detailed chapter covering at least the following:
1. Any other supporting documents, graphs or charts which describe the technology road-map of
Biometric attendance platform used for applications may also be provided.
1) Support of various IEEE standards.
2) Support of various Information Security standards.
3) Future products of same series proposed by the Vendor.
4) Commitment on Research & Development by the Vendor towards solving IT Security Issues.
5) Technology Refresh (strategy for the renewal and/or upgrade of technology employed at
different times during the lifecycle of the project).
6) Investment Robustness (avenues to safeguard investment in technology, e.g., using industry
standards, modularizing the system, upgradeability and scalability).
2. Authorization / Partnership with the manufacturer of the Hardware with at least 03 years of
experience supply of Hardware.
31
Packing of Proposal(s)
1. Technical & Financial Proposals must be packed in two separate envelops, clearly pasting the
following label(s).
2. Both the above envelops must be sealed in one big single envelop pasting the following label.
32
Envelop 1
(SINGLE STAGE – TWO ENVELOPES BASIS)
Technical Proposal
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, COMMISSIONING,
TESTING AND TRAINING OF BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM
(BAMS) AT MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Tender Ref: xxxxxxxxxxxxx
Due on xx-xx-xxxx
33
Envelop 2
(SINGLE STAGE – TWO ENVELOPES BASIS)
Financial Proposal
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, COMMISSIONING,
TESTING AND TRAINING OF BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM
(BAMS) AT MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Tender Ref: xxxxxxxxxxxxx
Due on xx-xx-xxxx
34
MAIN ENVELOP
(SINGLE STAGE – TWO ENVELOPES BASIS)
Technical & Financial Proposals
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, COMMISSIONING,
TESTING AND TRAINING OF BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM
(BAMS) AT MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Submitted to:
ALLAMA IQBAL OPEN UNIVERSITY, SECTOR H-8, ISLAMABAD
Att: HEAD OF PROCUREMENT
Submit the Bid at AIOU address as given above latest by 1000 hrs on 23-10-2019. Late bids will not
be accepted under any circumstances.
35
(TECHNICAL BID)
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION,
COMMISSIONING, TESTING AND TRAINING OF
BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM (BAMS)
AT
MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Complete in all Respect
(SINGLE STAGE – TWO ENVELOPES BASIS)
Bidder Must Seal Technical Bid in a separate envelope.
36
ANNEXURE-A
Technical Bid Format
The bidder should build an appropriate table of contents (TOC) for the proposal as per sample given
below. It is also advised to flag the proposal contents according to the TOC
Table of Content
1 Attached Cover Letter Flag-1
2 Affidavit Flag-2
3 Integrity Pact Flag-3
4 Valid certificate of Registration of National Tax Number (NTN) Flag-4
5 Valid Company Registration Certificate Flag-5
6 Certificate/ Documentary Proof of Active Tax Payer; Flag-6
7 Certificate on Legal Paper that Bidder has not been blacklisted by any of
Provincial or Federal Government Department, Agency, Organization or
autonomous body or Private Sector Organization anywhere in Pakistan, as
elaborated
Flag-7
8 Experience Certificates
Documentary proofs and consolidated List
Flag-8
9 Valid Proof of Partnership Certificate with corresponding Principal for at
least Three (03) years
Flag-9
10 Valid Proof of List of Offices Nationwide (offices in more than one City).
Flag-10
11 Valid Proof of Project 03 Projects Completed on Turnkey basis of Biometric
Attendance/HRMS in Public or private sector of the similar Scale and
Footprint
Documentary proofs and consolidated List Flag-11
12 Verified and verifiable audited financial reports, with Auditor’s Registration
no. and seal; that bidder has an average sale of at least Rs.100 Million PKR
and cash flow for the last three (03) years. Flag-12
13 Authorization Certificate of the principal to bid for this project; Flag-13
15 Legal Document(s) certifying that
bidder is not participating in this project as a Joint Venture,
or Bidder is not in Consortium with other firm/ company for this project
or bidder is not in Primary Secondary partnership relation for this project. Flag-15
16 Technical Proposal
Flag-16
17 Technical Compliance (as per ANNEXURE-D)
Flag-17
18 Other Document(s) Must be flagged onwards Flag-18 for clarity of
understanding and proper presentation of the bid Flag-18
37
ANNEXURE-B
Eligibility Criteria
The Bidder(s) should meet the following Eligibility / Qualification Criteria to participate in the
Tender Process and must enclose documentary proof for fulfilling the Eligibility / Qualification in
its Proposal:
S#
Minimum Eligibility / Qualification Criteria
Proof to be submitted for
fulfilling Eligibility /
Qualification Criteria
1 The Technical Proposals arranged and flagged
properly as per ANNEXURE-A See ANNEXURE -A
2 Attached Cover Letter Valid document signed and Stamped
3 Affidavit
Undertaking on stamp papers should
be submitted by the Tenderer.
4 Integrity Pact
Undertaking on stamp papers should
be submitted by the Tenderer.
5 has valid Registration of National Tax Number (NTN);
Valid documentary evidence must be
submitted.
6 Valid Company Registration Certificate
Valid documentary evidence must be
submitted.
7 is Active Tax Payer;
Valid documentary evidence must be
submitted.
8 has not been blacklisted by any of Provincial or Federal
Government Department, Agency, Organization or
autonomous body or Private Sector Organization
anywhere in Pakistan, as elaborated Undertaking on stamp papers should
be submitted by the Tenderer.
9 has at least Three 03 years of relevant experience of
similar footprint; (having Documentary proofs and
consolidated List)
Valid documentary evidence must be
submitted.
10 is partner with corresponding Principal for at least Three
(03) years; Valid documentary evidence must be
submitted.
11 Nationwide presence with Branch Offices in more than
one City, List of offices be submitted.
Valid documentary evidence must be
submitted.
12
The Tenderer must have completed Three Turnkey
Projects of Biometric Attendance/HRMS in Public or
private sector of the similar Scale and Footprint Must
attach relevant Certificate(s)
(having Documentary proofs and consolidated List)
Valid documentary evidence
must be submitted including
NTN and Purchase
Orders/Contracts, Job
Completion certificates,
Contact details of the POC of
the organization etc.
AIOU may ask for visit of the
any of the listed organization
and inspect such deployment.
Visit cost transportation/boarding
lodging will be bear by bidder.
38
13 has an average sale of at least Rs.100 Million PKR and
cash flow for the last three (03) years. Attach copy of
verified audited financial reports, with Auditor’s
Registration no. and seal; Valid documentary evidence must be
submitted.
14 has authorization of the principal to bid for this project;
Valid documentary evidence must be
submitted.
15
Joint Venture, Consortium or Primary Secondary
partnership NOT allowed or considered by AIOU.
A Certificate on official stationary
stating that the bidder is solely
participating in the bid under its own
legal status against registered
NTN/GST, Banking Account and
Authorized Representation by the
Principals.
16 Point of Contract Certificate Valid documentary evidence must be
submitted as per ANNEXURE-F
39
ANNEXURE-C
Technical Marking Criteria/Weightage (70%)
Technical Marking Criteria/Weightage (70%)
S.No Features Weight
1 Web Based Interface 5
2 Database 5
3 Dashboard 10
4 Device Management 3
5 Employee Management 2
6 Office Management 2
7 Department Management 2
8 Designation Management 2
9 User Management 5
10 Employee Self Service 4
11 Reports 3
12 Overtime calculations 5
13 Android AND/OR IOS application 3
14 Have mechanism to keep track of Logs of Employees on Tours to
Regions 3
15 Leaves Management 2
16 Shifts management 2
17 Timetable Management 3
18 Must have ability to integrate with Microsoft Active Directory
Services. 3
19 Must have ability to integrate with AIOU’s ERP and CMS. 3
20 Must have ability to integrate with Existing Employee Database(s). 3
Total 70
40
ANNEXURE – D
Mandatory Technical Compliance Sheet
S.No Features Compliance
Yes No
1 Basic Features
1. Web Based Interface
2. Dashboards
3. Device Management
4. Department Management
5. Shifts management
6. Timetable Management
7. Payroll Management
8. Overtime calculations
9. Have mechanism to keep track of Logs of Employees on Tours
to Regions
10. Leaves Management
11. Customized Reports
12. Android AND/OR IOS application
2 Database
Must be secure against any type of intrusions/ Attacks
Reasonable authentication & security mechanism
o SSL
o Automatic DB Backup (Daily)
3 Dashboard
Configurable employees leave status (CL, EL, others)
HUI/Ux Graphs and chart (Interactive Customized Graphs)
Office wise summary
Average Working Hours / Department wise, Date Range
Average Check-In Time / Department wise, Date Range
MAN Hours Calculation
4 Device Management
Device ID must be mentioned in reports as well
Active Devices & Inactive devices
Each device is locked with its respective device ID so that if
there may be a different device that may not be synced or added in a
pool of devices without admin controls
Device Management for all the locations and sites through a
web portal.
All devices must have synced employee data.
Locking devices with every check in/out so that location can
be traceable
Optional: If required AIOU may request to lock any
Device(s) on certain GPS Coordinates.
41
5 Employee Management
Must have provision to delete employees
Bulk/Selective/individual
Provision to Upload employees list using excel, CSV etc
Leave Management System
Manage employee Leave requests
Configure separate Leave and holiday time in multiple offices
6 Office Management
Field of Office Location ( Main Campus, Region, City)
Feature to Update / Delete the office
Hierarchy of Directorates, Regional offices, Departments,
Sections, Sub offices
7 Department Management
Department Category (Services, Administrative, Faculty)
HOD / Incharge / Dean Name of Department
Feature to Update or Delete Department Name
8 Designation Management
Add a field of Scale/Grade against each designation
Adding Designations
Adding designation types e.g. Regular, Contract, Daily Wages
etc.
Feature to update or delete designation
9 User Management
Provision of flexible RBAC system with ability to
create/update/delete roles as per requirements.
Provision of roles for device administrators/users with lower
level privileges
o Super admin
Having Complete admin control
o Registrar
user with privileges to only enroll a user in a device
o Dept_Coordinator
user having privileges view his/her departmental employees
attendance
may mark Leaves of the employees (if required)
o Dept_HoD
Vi;2ew Dashboard only for respective department
o Employee
For Viewing own attendance record (view only)
Update personal information address/ picture etc.
Feature to update or delete users
10 Employee Self Service
The module should allow each employee to log in to the system and
check his/her own information.
Access to Personal Information System for own data
42
Track Time/Attendance and leave requests
Add email alerts to pending notifications like leaves, overtime
etc.
Apply for leave online
Apply for posting/transfer online
11 Reports
Employee Panel (for employee self-view)
Departmental Panel (for Every HoD)
Overtime Calculation Report with variety of parameters for
Overtime calculation as per requirements of AIOU.
Provision to check Daily/Weekly/monthly/annually average
attendance of each employee.
Panel for logs management of BAMS and devices
filtering based reports by enabling certain field or disabling
certain field
Working Hours Report / Employee / Department / Date
Range
SMS Reminder to the employee who check-in and forgets to
check-out
Salary-slip generation (based on daily attendance marked and
over time calculation)
12 Descriptive Features
A. The system should register an employee and store its
Fingerprint and/or Facial pattern and/or Palm pattern and/or
Retina pattern through biometric recognition system.
B. It should then be able to identify an employee by matching
the biometric pattern of an employee to the one it has stored
through the registration process.
C. Based on the any of the biometric method, the system should
record the date and time of the marking of attendance the
employee and store the ID, date, time and other relevant
information in a database system.
D. The system should manage in-time and out-time, lunch time,
break time and shifts as per AIOU requirements.
E. The system should be able to display and print the attendance
information to the authorized staff. Moreover, the attendance
data recorded through any attendance mechanism
(Fingerprint/Facial/Palm/RFID/PIN) should be sent /
synchronized with a remote/central database server at main
campus; where all the attendance data will be consolidated
automatically.
43
F. The system should have a local as well as remote attendance
management interface, a reasonable security mechanism and
good quality performance.
G. Must have web portal containing multiple modules like
Device management, User Management, Leave management,
Roster Management, Weekly/Monthly/MAN Average Hours,
Weekly/Monthly Total Hours Attended, multiple types of
attendance reports etc.
H. Supply, configuration, installation, testing and
commissioning of machines at all buildings of AIOU main
campus (Lot-1) and regions (Lot-2) wherever required by
AIOU within 120 Days along with a metal cage for
protection of these devices against vandalism with a lock and
key mechanism.
I. The system should be able to integrate the existing biometric
machines installed at AIOU main campus (brand and models
are ZkTeco IFace502, IFace702, TF70/ID and K70 ).
J. Onsite Enrollment and Training of unskilled and non-
technical staff for use of solution, devices and other related
SoPs.
K. Provide a comprehensive reporting tool that allows managers
at different levels in the university to access reports of their
Human Resources. For higher management, an easy to use
management dashboard to provide graphical reporting of key
indicators of the regional offices/departments.
L. Timely Customization/Development of Dashboard (Features
listed below) summarizing all features of the BAMS being
monitored by Main Campus & Concerned departmental
Heads and other executives,
a. Clock In-Time & Clock Out-Time Statistics
b. Active Devices & In Active devices
c. List of offices with present and absent staff details
d. No of Enrolled Employees
e. No of employees Present Today
f. No. of Employees Absent Today
g. No. of Employees Late Today
44
h. Weekly/monthly/annually average attendance of
employee.
i. Office wise summary
j. Attendance Statistics,
k. Attendance Activities
M. Leave Management System
a. Manage employee Leave requests
b. Employee can generate request for leave
c. Immediate officer can approve/disapprove leave
d. Configure Leave and holiday time in multiple offices
e. Create Leave settings based on calendar or financial
year
f. Enter Leave restriction and other compliance rules
g. Configure Leave settings based on employee status,
job title, years of service or other criteria
h. Overtime calculation
i. Employee Management
j. Salary-slip generator
k. Customized reports & graphs
N. Admin Panel (for overall control)
O. Employee Panel (for employee self-view)
P. Short Message Display on every device for any kind of
announcements intimations.
Q. Automatic emailing mechanism to all concerned employees,
HoDs.
R. The Biometric Attendance Management System’s Control
System shall be workable and integrate-able with Enterprise
Resource Planning (ERP) and Campus Management system
(CMS) tool but must also be compatible and integrate-able to
work with any/all existing employee databases.
45
S. Having a database at the back-end is mandatory to ensure no
data loss or duplication and it keeps the employee record for
a longer period of time. The system remains extremely user
friendly yet suitable for an enterprise of any size ranging
from small and medium to high resource employers.
T. Database Management and Report Generation.
U. Central database connectivity through whatsoever
communication mode required and agreed between AIOU
and Bidder i.e Wi-Fi/LAN and/or 3G/4G and/or GPRS/GSM
V. If required by AIOU the solution provider (Bidder) must
conduct survey for availability of best telecom operator
coverage at regional offices of AIOU and consequently
propose best connection and CMO accordingly. AIOU will
not bear or share any cost of this survey.
W. Device Management for all the locations and sites through a
web portal.
X. Must have ability to integrate with Microsoft Directory
Services.
46
(FINANCIAL BID)
SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION,
COMMISSIONING, TESTING AND TRAINING OF
BIOMETRIC ATTENDANCE MANAGEMENT SYSTEM (BAMS)
AT
MAIN CAMPUS & REGIONAL OFFICES
(TURNKEY SOLUTION)
Complete in all Respect
(SINGLE STAGE – TWO ENVELOPES BASIS)
Bidder Must Seal Financial Bid in a separate envelope.
47
ANNEXURE E
Financial Bid
Financial Proposals must be substantially in the form of the Worksheet provided below. Bidders must
itemize all costs associated with providing the required deliverables and services in a tabular format
similar to the following. Only those bids will be entertained which fulfill the above shortlisting /
eligibility (as per ANNEXURE-B) .
Currency: Pak Rupees
S.No. Item Specifications Make Model
No. Qty
Rates with
GST per
unit (in
figures)
Rate with
GST per
unit (in
words)
Total
Amount
1 Biometric
Devices 85
2
3G/4G
supported
DATA SIM
(with annual
subscription)
13
3
BAMS
including
Installation,
Commissioning,
Deployment,
Integration,
Customization,
Training &
Support at all
designated
AIOU Sites.
With Media
with Source
Code
1
4
Metal Cage
with a lock and
Key
mechanism.
100
5 Electrification per
feet
and
As
per
actual
6 Network
7 Ducting
8
Any Other item
/ Service
(Optional)
GST as applicable on Hardware & other items @ rate _____
Services Tax on Software, Implementation and Other Services Cost
as applicable @ rate ____
Grand Total Cost of Project
Grand Total (PKR)
48
Grand Total in words (PKR) (Sub-Total A + Sub-Total B) (In Words)
*5% Earnest Money of Grand Total
Call Deposit Number: Date:
Bank Name: Branch Name:
*Please fill the fields of Grand Total, 5% earnest amount and call deposit detaisls as required and mandatory
to be furnished.
Submitted by: __________________________ Signature ________________________________
Company Seal Date: _________________________________
49
ANNEXURE- F
Format for Point of Contact Certificate
DATE: xx-xx-xxxx RE: xx-xx-xxxx
PLEASE PROVIDE THE FOLLOWING INFORMATION ON COMPANY’S LETTER HEAD
STAMPED/SEALED BY THE COMPANY’S CEO OR OWNER FOR THE PERSON WHO WILL
BE THE COMPANY’S PRINCIPAL CONTACT FOR MATTERS REGARDING THE ABOVE
RFP. ENCLOSE THIS LETTER IN THE MAIN ENVELOP OF THE PROPOSAL.
Company Name and Address
Signature of Company Representative
Printed Name of Company Representative
Title
Date
Tel. No.
Cell No.
Email Address:
50
ANNEXURE- G
List of AIOU Regional Centre(s)/ Study Centre(s)
PUNJAB
Regional Director,
Regional Centre, Allama Iqbal Open University,
Street No.5, Major Tahir Sadiq Road,
Dar-ul-Salam Colony, ATTOCK .Ph: (057)2610610,9316418
E.mail: [email protected]
Regional Director,
Regional Centre, Allama Iqbal Open University,
Chak No. 12-A/BC,
Near Airport Hasilpur By Pass Road, BAHAWALPUR.
Ph: 0304-9983138-9
E.mail: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
Opposite Allied Park, Near Food Godam
Railway, By Pass Road, CHAKWAL.Ph: (0543)553566
E. mail: [email protected]
Regional Director,
Regional Centre,
Allama Iqbal Open University, Railway Road, Near Veterinary
Hospital,DERA GHAZI KHAN.
Ph: (064) 9260386-7 Email: [email protected]
Regional Director,
Regional Campus,
Allama Iqbal Open University, F-Block, Near STN Tower, Millat Town,
FAISALABAD.
Ph: (041) 9330790-3 Email: [email protected]
Deputy Regional Director,
Regional Centre,
Allama Iqbal Open University, 10-X Block, Peoples Colony,
GUJRANWALA.
Ph: (055)9230251-3 Email: [email protected]
Regional Director,
Regional Centre, Allama Iqbal Open University,
Toba Road, Opposite Officers Colony,
JHANG. Ph: (047) 7630953,7631166
Email: [email protected]
Assistant Regional Director,
Regional Centre, Allama Iqbal Open University,
Main Sadar, Dewan Road, Zulfiqar Town,
KASUR CITY. Ph: 049-2723723
Email: [email protected]
Regional Director,
Regional Campus, Allama Iqbal Open University,
346 - Raza Block,
Allama Iqbal Town, LAHORE
Ph: (042)99260023-9
Email: [email protected]
. Assistant Regional Director,
Regional Centre,
Allama Iqbal Open University, Near Sat Sira Chowk, Marala Road,
MANDI BAHAUDDIN.
Ph: (0546)571171 Email: [email protected]
Deputy Regional Director, Regional Centre,
Allama Iqbal Open University,
Near Under Pass, MIANWALI.
Ph: (0459) 920024-6
Email: [email protected]
Regional Director, Regional Campus,
Allama Iqbal Open University,
CF-7, Shah Rukn-e-Alam Colony, Near Thana Stop,
MULTAN. Ph: (061)6772499,
9220202-03 Email: [email protected]
Regional Director,
Regional Centre, Allama Iqbal Open University,
Al Huda Street, Amin Colony,
Near Govt. High School, NAROWAL.
Ph:(0542)413122, 412122
Email: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
Hidayat Campus,
Near Sheikh Zaid Air Port, RAHIM YAR KHAN
Ph: (068)9239046, 9239166
Email: [email protected]
Regional Director,
Office of the Regional Campus RAWALPINDI.
Allama Iqbal Open University,
Block No.27, AIOU, Sector H-8, Islamabad.
Ph: (051)9250186
E-mail: [email protected]
Deputy Regional Director, Regional Centre,
Allama Iqbal Open University, House No.88,
Main Road Bilal Colony,
SAHIWAL Ph: (040) 9200457-8
Email: [email protected]
Assistant Regional Director, Regional Centre,
Allama Iqbal Open University, House No. 145, Muradabad Colony,
Near Daewoo Terminal, University Road,
SARGODHA CANTT.. Ph: (048)3211217-8
Email: [email protected]
Deputy Regional Director, Regional Centre,
Allama Iqbal Open University, Mohallah Mumtaz Pura, Haji Pura, Daska
Road,
SIALKOT. Ph: (052)3241300, 3241400
Email: [email protected]
Assistant Regional Director, Regional Centre,
Allama Iqbal Open University,
House No. P-06, Mohallah Faiz Colony, Qasmia Road,
TOBA TEK SINGH.
Ph: (046) 9201020, 9201021 Email: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
House No. 166, Faisal Town, Opposite Govt.
Boys Post Graduate College, VEHARI.
Ph: (067)3360636-7
Email: [email protected]
Incharge,
Regional Centre, Allama Iqbal Open University,
46-A, Block “Z”, Main Road,
Model Town, BAHAWALNAGAR.
Email: [email protected]
Assistant Regional Director,
Regional Centre, Allama Iqbal Open University,
Street No. 01, Jamil Town,
Lahore Road, Near Superior College
SHEIKHUPURA.
Email: [email protected]
Assistant Regional Director,
Regional Centre, Allama Iqbal Open University,
JEHLUM.
51
SINDH
Deputy Regional Director Regional Centre,
Allama Iqbal Open University,
Bungalow No.46, B1-8, Unit No.02, Railway Employee Housing Society,
Autobahn Road Latifabad,
Near Lal Qila Resurant, HYDERABAD.
Ph: (022)9330052-3
Email: [email protected]
Regional Director, Regional Campus,
Allama Iqbal Open University,
ST-6, D-I, Block No.14, Federal ‘B’ Area,
KARACHI.
Ph: (021) 99246099-101 Email: [email protected]
Regional Director, Regional Centre,
Plot. No-AI-05, Ward No.03 Garden City,
Dadu Road Moro Town The previous office at Daro Road Dadu will
keep functioning as the Model Study Center
Dadu. Ph: (025)9239072
Email: [email protected]
Assistant Regional Director, Regional Centre,
Allama Iqbal Open University,
Sachal Colony, Banglow No.67,
Near City Hospital (Bakhtiawar Park),
LARKANA CITY.
Ph: (074)9239044 Email: [email protected]
Incharge, Regional Centre,
Allama Iqbal Open University,
Post Graduate Block, Govt. Boys Degree
College,
MITHI,
Ph: (0232)261289, 261631 Email: [email protected]
Incharge, Regional Centre,
Allama Iqbal Open University,
Banglow/H. No. 74,
Main Ghulamullah Raod, Near City School
Makli Society,
THATTA Ph: (0298)920717-8
Email: [email protected]
Deputy Regional Director, Regional Centre,
Allama Iqbal Open University,
Plot No. 31, Block-A, Jaffria Co-operative Housing Society, Shikarpur Road,
SUKKUR.Ph: (071)5807213
Email :[email protected]
Incharge, Noor Model Study Centre,
Allama Iqbal Open University,
Old Girls College Hostel, Opp: DCO Office,
UMER KOT.
Email: [email protected] Ph:(0238) 920010-16
Assistant Regional Director, Model Study Centre,
Allama Iqbal Open University,
House No. 61/216, Darakshan Society, Behind Malir Kalaboard Stop,
MALIR (KARACHI).
Email: [email protected]
KHYBER PUKHTOON KHWA
Deputy Regional Director, Regional Centre,
Allama Iqbal Open University,
Murree Road, Adjacent B.I.S.E, ABBOTTABAD.
Ph: (0992)390925-390927
Email: [email protected]
Assistant Regional Director, Regional Centre,
Allama Iqbal Open University,
Near Abdul Wali House, Mostuj Road, Danin,
CHITRAL.
Ph: (0943) 413419-412138 Email: [email protected]
Regional Director, Regional Centre,
Allama Iqbal Open University,
NeliKothi, Behind District Auditorium,District Courts,
DERA ISMAIL KHAN
Ph: (0966) 9280168-9280178 Email: [email protected]
Regional Director,
Regional Campus, Allama Iqbal Open University,
Plot No.14, Sector A-3,
Phase V, Hayatabad PESHAWAR
Ph: (091)9217603-6
Email: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University, Haji Sharzaman Khan Plaza
Opposite Govt. Primary School, G.T Road,
Post Office Rahimabad, SWAT.
Ph: (0946)9240205-6
Email: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
Bunglow No. 237, Sector-E, Sadberg Road,
Sheikh Maltoon Township, MARDAN.
Ph: 0937-841020, 841030
Email: [email protected]
Assistant Regional Director,
Regional Centre, Allama Iqbal Open University,
House No.43, Sector A/2,
Phase No. II, KDA, KOHAT.
Ph: 0922-513882
Email:[email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
Blambat Road,
TIMERGARA. Ph: 0945-9250070
Email: [email protected]
BALOCHISTAN
Assistant Regional Director, Regional Centre, Allama Iqbal Open
University, Bus Stand Road, Near Ghazali
Public School, Gola Chowk, DERA MURAD JAMALI
Ph: (0838)710375
Email: [email protected]
Incharge, Regional Centre,
Allama Iqbal Open University,
Near B & R Rest House, KALAT
Ph: (0844)210569
Email: [email protected]
Regional Director, Regional Campus,
Allama Iqbal Open University
Eastern By Pass Takhtani Road, QUETTA
Ph: (081)2674429-2674398
Email: [email protected]
Deputy Regional Director,
Regional Centre,
Allama Iqbal Open University,
Deputy Regional Director,
Regional Centre,
Allama Iqbal Open University
52
Charlie Chowk Near Uzifa Masjid,
GAWADAR. Ph: 0864-410300
Cell No. 03342233559
Email: [email protected]
House No.G/176, KhawajaKhail House,
Khawaja Khail Mohallah, ZHOB. Ph: 0822-413018
Email: [email protected]
GILGIT BALTISTAN
Regional Director,
Regional Centre, Allama Iqbal Open University,
Shahra-i-Quaid-i- Azam,
Near Army Public School & College, Khumer Cantt.
GILGIT.Ph:(05811) 960378, 960603
Email: [email protected]
Deputy Regional Director,
Regional Centre, Allama Iqbal Open University,
Near Elementary College Sundus,
SKARDU. Ph:(05815)960258, 960915
Email:[email protected]
AZAD JAMMU KASHMIR
Deputy Regional Director,
Regional Campus, Allama Iqbal Open University,
House No.1-A, Sector, F-1,
Kotli Road, MIRPUR (A.K)
Ph:05827-960028,960029
Email: [email protected]
Assistant Regional Director,
Regional Centre, Allama Iqbal Open University,
Zero Point, Jalalabad,
MUZAFFARABAD (AJK) Ph: (05822)960839
Fax: (05822)960840
Email:[email protected]
Incharge,
Regional Centre, Allama Iqbal Open University,
Officer Colony Near New Rawalakot,
International Hotel CMH/Bagh Road, Supply Bazar,
RAWALAKOT (POONCH) A.K
Ph: (05824)960241 Email: [email protected]
Signature
Please affix rubber stamp of the Co.(Firm)
RECEIPT OF TENDER DOCUMENT FEE
Tender document issued in favour of M/s _____________________________who has
deposited the tender fee of Rs.1,000/- vide Bank Draft No.___________________________
Dated _______________.
(NOMAN HAMEED KHAN) DEPUTY TREASURER (P)
PH # 051-9250031,051-9057118