tender notice - the Board of Investment

advertisement
F. No. 1(114)-Gen/BOI/2013-2014
PRIME MINISTER'S OFFICE
BOARD OF INVESTMENT
Islamabad
*******
BIDDING DOCUMENTS
YEAR 2013-2014
SUPPLY OF DURABLE GOODS INCLUDING IT EQUIPMENT
Sector G-5/1, US-AID Building, Ata Turk Avenue, Near MNA Hostel, Islamabad.
1
F. No. 1(114)-Gen/BOI/2013-2014
PRIME MINISTER'S OFFICE
BOARD OF INVESTMENT
Islamabad
*****
Tender Document
Sealed tender / bids are invited from the well reputed firms having registration with
the Sales Tax and Income Tax Department for supply of durable goods including IT equipment.
The tenders should reach the undersigned by 16th June, 2014 before 1100 hours, which would be
opened on the same day in the Board Room of BOI, Islamabad at 1130 hrs. List of equipment
along-with tender documents having complete specifications/quantity and other necessary
information can be collected from this office at official hours during working days:
Scope of Work
Supply of IT equipment items as mentioned below:
Sr.
No.
Name of
Item
Specs
Qty
IT Related Equipment
01.
Desktop
Computers
(Branded)
02.
LaserJet
Printers
(Black
White)
03.
LaserJet
Printers
(Color)
Processor = 4th Generation Intel® Core™ i7-4770
processor quad-core [3.4GHz, 8MB Shared Cache]
Cache = 8 MB Cache
Chipset = Intel Original Motherboard
RAM = 8GB DDR3-1600MHz [2 DIMM ]
Hard Disk = 1 TB 7200 RPM SATA
Optical Drive = Super Multi DVD Burner
VGA / Sound = Intel HD Graphics DVI-D / Integrated
Sound, DTS Audio.
LAN card = 10/100/1000 Gigabit Ethernet
Wireless LAN = 802.11b/g/n; Wireless-N LAN card (1x1)
Monitor = 17” LED Monitor or better
Keyboard/ Mouse = USB Optical (brand specific) (PS/2,
Scroll)
Ports = 4 USB 3.0; 4 USB 2.0; 1 headphone; 1
microphone; 1 audio, 1 mini PCIe x1; 1 PCIe x16; 3 PCIe
x1, 6-in-1 memory card reader
Operating System = Windows 8.1 Pro / Windows 7
Professional. Also with latest anti-virus software.
Print Technology = Laser
Printer Speed = (black best quality mode) Upto 35 ppm
& Recommended monthly print volume = Upto 750 to 3000
Monthly duty cycle = Upto 50,000 pages
Resolution Technology = 1200, 600 dpi
Paper Handling, Input Trays = 50-sheet multipurpose tray
1, 250-sheet input tray 2.
Duplex Printing = Automatic two sided printing
Memory Standard = 256 MB
Processor Speed = 800 MHz
Connectivity Ports = 1 Hi-Speed USB 2.0; 1 Ethernet
10/100/1000T network
Printer Technology = LaserJet
Printer Speed (Normal) = Up to 33 ppm
Recommended monthly print volume = Upto 1500 to 5000
Pages
Monthly duty cycle = Up to 75,000 pages
Resolution Technology = up to 1200 x 1200 dpi.
Cartridges = 1 each (Cyan, Black, Yellow & Magenta).
Duplex Printing = Automatic two sided printing
Memory(Standard) = 1 GB
2
40
18
02
Price
incl
GST
Sr.
No.
Name of
Item
04.
Scanners
05.
Wireless
Routers
06.
CD
Duplicator
07.
Network
Area Storage
Specs
Processor Speed = 800 MHz
Connectivity Ports = 2 Hi-Speed USB 2.0 Host ports; 1 HiSpeed USB 2.0 Device port; 1 Gigabit Ethernet
10/100/1000T network port; 1 Hardware Integration Pocket
Type = A3 flatbed , ADF (Color, B&W)
Document Size Width = 2.1" -8.5"
Document Size Length = 2.8" - 14"
Optical Resolution = 600 dpi
Output Resolution = 100, 150, 200, 240, 300, 400, 600 dpi
Scanning Speed = Black And White 25ppm
Edit text (OCR) should be available
Network standard = IEEE 802.11n, IEEE 802.11b/g, IEEE
802.11a
Data rates supported = 802.11a/b/g: 54, 48, 36, 24, 18, 12,
9, 6, 11, 5.5, 2, and 1 Mbps, 802.11n: 20-MHz bandwidth:
MCS 0-15 for supported data rates 40-MHz bandwidth:
MCS 0-15 for supported data rates
Status LEDs = External LEDs indicate Power, PoE, Diag,
Speed, LAN, and WLAN 2.4G or WLAN 5G
Security= Wireless Security: Wired Equivalent Privacy
(WEP) 64-bit/128-bit, WPA-Pre-Shared Key (WPA-PSK),
WPA2-PSK, WPA-ENT, WPA2-ENT, Access Control:
Wireless connection control, MAC-based, SSID Broadcast:
SSID broadcast enable/disable, Client Isolation: Supports
wireless client isolation between and within SSIDs, 802.1X:
Wireless clients can be authenticated through IEEE 802.1X
System Memory = 64 MB RAM, 32 MB flash
Operating Type = No PC required. Fully stand alone
Internal Interface = SATA
Targets = 10
Reading Speed = Up to 24X
Maximum Writing Speed = DVD+/-R: 24X;DVD+/-RW:
8X;DVD+/-DL: 10X;CD-R: 52X;CD-RW: 32X
Supported Disc Formats = DVD-ROM, DVD-R, DVD-Video,
DVD-RW, DVD+R, DVD+RW, DVD+R9, CD-DA, CD-ROM
Mode 1, CD-ROM XA Mode 2, Multi-session Photo CD™ ,
CD-I, Hard Drive = Premium 500GB or larger
External PC Link = USB 2.0 or 3.0 (for external CD/DVDROM/RW Drives)
Dual Password protection modes to prevent unauthorized
usage, DHP “Dynamic” hard drive partition Technology,
Ability to load disc image to HDD and rename the partition,
Master Error Proof, Auto Start Strategy, Auto Source Disc
Analyzing, Set Burn Speed, Select Source Drive, Intuitive
user-friendly LCD panel
Interface = Gigabit Ethernet
Ethernet Transfer Rate = 10/100/1000 Mb/s capable
Serial Transfer Rate = Serial Bus Transfer Rate (USB 3.0)
5 GB/s (Max)
Capacity = 4 TB Data Protection,
Mirror Mode = (RAID 1 - default)
Ports = 2x USB (3.0), Gigabit Ethernet
Processor = 1.2 GHz processor
Disk Management = RAID 0,1; JBOD & spanning
Integrated Serving Options = File server, FTP server,
Backup server, P2P download
Remote backup, Secure File Sharing with unlimited users
3
Qty
05
03
02
01
Price
incl
GST
Sr.
No.
Name of
Item
08.
Multimedia
Projector
09.
Photocopier
Machines
10
LED TV
11
Camera
DSLR
Specs
Qty
Projection Technology = RGB liquid crystal shutter
projection system (3LCD)
Lamp (Type & Life) = 245W UHE , 2,500 hours / 4,000
hours
Screen Size (Projected Distance) = Zoom: Wide 30" - 300"
[0.84m - 8.4m], Zoom: Tele 30" - 300" [1.36m -13.9m],
Standard size 60" screen 1.69m - 2.75m
Brightness (Color Light Output) = 5,000lm Normal, 3,470lm
Economy
Contrast Ratio = 3,000:1
Ports = 1 HDMI, Display port, 2 stereo mini jack audio input
and 1 stereo mini jack audio output, Ethernet Connection
(RJ45 x 1 (10/100Mbps), Wireless LAN
Keystone Correction, Screen Fit, Message Broadcasting,
Split Screen, Multi PC Projection & PC Free
Print Resolution = 2400 x 600 dpi
Scan Resolution = 600 x 600 dpi
Multiple Copying = 1-999
Copy Speed = 45 PPM
Memory = 1 GB RAM
Hard Disk = 60 GB
Automatic Duplex
Duplex = Standard (Built-in)
Up to 57/43 (mono/colour) spm (300 dpi)
Paper Capacity = 100 Sheet (Bypass)
-do= 550 Sheets x 2 (Drawer)
Zoom = 25% to 400%
Tonner Life = Maximum (to be given by bidder along-with
tonner cost)
RADF & Trolley
Screen Size = 60" (152cm), 16:9
TV System = 1 (Digital-T/Analog): B/G, D/K, I, M
Colour System = PAL, SECAM, NTSC 3.58, NTSC 4.43 in
AV only
Display Resolution = Full HD
Backlight Module = Edge LED
HDMI Connections = 4
USB 2.0 = 2 port
Ethernet Connection = 1
Live Colour, 3D Comb Filter, Wi-Fi Connectivity, Wi-Fi
Direct, Skype (Optional)
Effective pixels = 36.3 million
Total pixels = 36.8 million
01
Price
incl
GST
03
01
01
2.
Interested vendors are requested to submit their Bids in a SEALED
CONFIDENTIAL COVER at the address given below, Bids should be valid till 30-06-2014 on the
following terms and conditions:I. Bids should be addressed to Assistant Director (Gen), Prime Minister’s Office, Board of
Investment, Ataturk Avenue, G-5/1, Islamabad. Tel: 051-9210064, Fax: 051-9218325.
II. Income tax and other government taxes will be deducted at source as per rules.
III. The tender document containing detailed specification, terms & conditions and Evaluation
criteria etc. can be obtained from this office or following websites: www.boi.gov.pk,
http://www.ppra.org.pk
IV. Responding Organizations (ROs) may bid for single or more items. Proposals must be
submitted in the English language in One Original and five Copies (any attachments or
appendices and annexes thereto must also be submitted in One Original and five Copies).
V. ROs should not propose any kind of refurbished/used/end of life hardware
4
VI.
VII.
VIII.
IX.
X.
XI.
XII.
XIII.
equipment/components in their technical proposals. ROs should clearly indicate the
duration of delivery of equipment after the award of contract.
The end user licenses, end user warranties and end user contracting support services will
be in the name of Customer, for all the equipment and software loaded on the equipment
delivered during the course of the project.
Responding Organization (RO) is requested to submit technical and financial proposals
separately. Evaluation will be based on combined technical and financial proposals. Only
bidders, whose technical proposal meet or exceed the minimum qualification points, will be
considered for financial evaluation.
The prices quoted shall be inclusive of all taxes and no taxes or duties will be considered
other than quoted prices. Prices must be expressed in Pakistan currency (PKR). In case
any new taxes are imposed by the Government during the tenure of these services the
vender shall continue services without any excuse.
Notwithstanding the above, BOI reserves the rights to amend the content of this Tender
and to accept or reject any or all proposals and to cancel the bidding process at any time
as per PPRA Rules.
Hardware parts should have at least Three (3) years warranty, including parts and Labor.
Warranty period of the replaced parts should be mentioned separately. Longer warranties
will be given extra marks during evaluation.
Authorized Partner/ Distributor/Reseller/Manufacturer, of THE ORIGINAL EQUIPMENT, in
Pakistan or through its authorized distributor in Pakistan will be preferred. Proof in the form
of certificates or letter should be provided.
Any mention of Bid Price in the Technical Bid would result in disqualification.
The bid shall be typed or written in indelible ink and shall be signed and stamped by the
bidder or a person or persons duly authorized to bind the bidder to the Contract. The
person or persons signing the bid shall initial all pages of the bid.
XIV. GST, Vendor number and Bank account details should be clearly printed / written on the
tender documents. The tenders without GST, Vendor number and bank account details will
not be entertained.
XV. No tender will be accepted without call deposit @ 2% of the quoted bid in the form of bank
draft or pay order in favor of DDO, BOI, Islamabad and the call deposit will be kept with this
office till the warranty period. Cheques will not be accepted in any case. The bids without
call deposit will be rejected at the spot.
XVI. The successful bidder(s) will have no right to take back the call deposit or to reduce the
same or to withdraw from the tender. The firms should have proper office and
telephone/fax number at their premises in Islamabad/Rawalpindi.
XVII. Tenders will be opened by the Evaluation Committee in the presence of the bidders or
representatives of the firms who may like to attend on given time and place. The tenders
received after the deadline date and time will not be entertained in any case.
XVIII. The tenders will be evaluated in the light of PPRA Rules 2004 and the instructions issued
by PPRA from time to time.
XIX. This office may increase / decrease quantity of the items. The competent authority
reserves the right to accept or reject the whole tender or a portion of tender as per PPRA
Rules 2004.
(Muhammad Naeem)
Deputy Director (Gen)
Tel #: 051-9210064
5
F. No. 1(114)-Gen/BOI/2013-2014
PRIME MINISTER'S OFFICE
BOARD OF INVESTMENT
Islamabad
*****
INSTRUCTIONS TO BIDDERS
Bidders may kindly submit the bids in a sealed package or packages in such a manner
that the contents are fully enclosed and cannot be known until duly opened. Please note
following instructions before submission of bidding documents:1. Constitution of Contract: The Submission of any bid shall constitute acceptance of the
BOI’s General Terms and conditions for the supply of durable goods including IT
equipmentf.
2. Performance of the Contract: The Contractor agrees to provide the items or services
(hereinafter called the “Services”), as the case may be, required hereunder in accordance
with the requirements set forth tender documents. The Contractor undertakes to perform
the Services hereunder in accordance with the highest standards of professional
competence and integrity in the Contractor’s industry, having due regard for the nature and
purposes of the BOI as a Government entity and to ensure that the employees assigned to
perform any Services will conduct themselves in a manner consistent therewith. The
Services will then be rendered in
a. an efficient, safe, courteous and businesslike manner;
b. in accordance with any specific instructions issued from time to time by the
BOI designated Officer; and
c. to the extent consistent with the above as economically as sound business
judgment warrants.
The Contractor shall provide the services of qualified personnel through all stages. The
Contractor shall promptly replace any member of the Contractor’s project team that the BOI
considers unfit or otherwise unsatisfactory.
3. Conflict of Interest: The remuneration of the Contractor shall constitute the sole
remuneration in connection with the Contract/PO. Contractor shall not accept for its benefit
any trade commission, discount or similar payment in connection with activities pursuant to
this Contract/PO or in the discharge of its obligations hereunder, and the Contractor shall
use its best efforts to ensure that any subcontractors, as well as the personnel and agents
of either of them, similarly shall not receive any such additional remuneration.
4. Financial Liability, Immunities and applicable Law: The financial liability of the BOI
under this contract/PO shall not exceed the total amount of PO. Nothing in the PO shall be
construed as consisting a waiver of the privileges or immunities of BOI. This Document, PO
is subject to the law of Government of Pakistan.
5. Insurance: The contractor shall arrange all adequate insurance required by law.
6. Documents: The Contractor shall furnish all documents and technical information that the
BOI may deem necessary for the performance of PO.
7. Changes: The BOI may, at any time by written order designate or indicate to be a change
order, make changes to the contract or any part thereof.
8. Payment and Claim: Payment will be made as per Government procedure for supply of
durable goods including IT equipment. Appropriate document should accompany all
invoices.
9. Warranties: The Contractor warrants that the services provided under this contract /PO
will confirm to the specification furnished by BOI.
10. Safety : All Safety rules should be considered by the contractor
11. Suspension : The BOI at any time suspend the contract or any part thereof, even for its
convenience, by a written notice specify the part to be suspended. The BOI will not be
responsible for the suspended part. Suspension of the contract shall not prejudice or affect
the accrued rights of claim and liabilities.
12. Termination of Contract/PO : The BOI, by written notice, without any authorization
terminate the contract in whole or in part.
(1) If the contractor fails to perform any of its contractual obligations and does not
6
immediately rectify such failure after receipt of a written notice.
(2) If the contractor becomes insolvent or bankrupt paying its debts generally as the
mature.
(3) If the Contractor is found to have engage in any corrupt or fraudulent practices.
13. Force Majeure: Force Majeure means any event or condition which wholly or partially
delays or prevents a party from performing any of its obligations under the contract is
unforeseeable and unavoidable is beyond the reasonable control of such party and occur
without the fault or negligence of either party. The affected party shall give written notice
with the detail of affected work. The entire obligation shall stand suspended during the
Force Majeure.
14. Quality of work should be standard and payment will be made after the satisfactory
completion of the work.
15. Overwriting should be avoided.
16. GST, Income Tax and Vendor number should be written on the bid.
17. The competent authority reserves the right to accept or reject the as per PPRA Rules 2004.
(Muhammad Naeem)
Deputy Director (Gen)
Tel #: 051-9210064 / 9220893
7
F. No. 1(114)-Gen/BOI/2013-2014
PRIME MINISTER'S OFFICE
BOARD OF INVESTMENT
Islamabad
*****
BID EVALUATION CRITERIA
1. Detailed Technical and Financial Evaluation on the basis of two stage:
Detailed Technical & Financial evaluation will be done for firms who qualify the above mentioned
preliminary evaluation. These firms may be asked to give presentations on their solution. The BOI
Committee on the parameters given in the technical proposal will make the evaluation. Initially only
the Envelope marked “TECHINICAL PROPOSAL” will be opened. The envelope marked as
“FINANCIAL PROPOSAL” shall be retained in the custody of the procuring agency without being
opened.
Technical Evaluation Criteria = 80 Marks
Sr.
Description
Marks
1.
Each Previous Public Sector Project Carry 03 marks
09
(Max marks =09)
2.
After Sale Services (Installation, Configuration &
09
Software tools etc.) Each service mentioned above
carries 03 marks.
Mandatory
3.
15
Warranty period of the supplied items. (01 year carry 03
Marks, Max marks will be 15)
4.
Product specification
05
5.
Relevant Experience, Each year carry 03 marks (Max
15
marks will be 15)
6.
Firm’s Financial position ( a copy of latest Annual
06
Audited Financial Statement)
7.
Direct Manufacturer
08
8
Shortest Delivery time of equipment
02
9.
Authorized Dealer
04
10. Resellers (Other than authorized dealer)
02
11. Total No. of Clients in Public Sector(05 clients carry one
05
mark, certificates should be attached)
Total Marks
80
The bidders who have scored at least or more than 40 marks during technical evaluation will
proceed further for financial evaluation. The financial bid envelope of bidders who have scored
less than 40 marks during technical evaluation will be returned unopened.
Financial Evaluation Criteria = 20 Marks
(Muhammad Naeem)
Deputy Director (Gen)
Tel #: 051-9210064 / 9220893
8
F. No. 1(114)-Gen/BOI/2013-2014
PRIME MINISTER'S OFFICE
BOARD OF INVESTMENT
Islamabad
*****
FORM OF BID
(Scope of Maintenance Work)
Following is the scope of work for supply of durable goods including IT
equipment:Sr.
No.
Name of
Item
Specs
Qty
Processor = 4th Generation Intel® Core™ i7-4770
processor quad-core [3.4GHz, 8MB Shared Cache]
Cache = 8 MB Cache
Chipset = Intel Original Motherboard
RAM = 8GB DDR3-1600MHz [2 DIMM ]
Hard Disk = 1 TB 7200 RPM SATA
Optical Drive = Super Multi DVD Burner
VGA / Sound = Intel HD Graphics DVI-D / Integrated
Sound, DTS Audio.
LAN card = 10/100/1000 Gigabit Ethernet
Wireless LAN = 802.11b/g/n; Wireless-N LAN card (1x1)
Monitor = 17” LED Monitor or better
Keyboard/ Mouse = USB Optical (brand specific) (PS/2,
Scroll)
Ports = 4 USB 3.0; 4 USB 2.0; 1 headphone; 1
microphone; 1 audio, 1 mini PCIe x1; 1 PCIe x16; 3 PCIe
x1, 6-in-1 memory card reader
Operating System = Windows 8.1 Pro / Windows 7
Professional. Also with latest anti-virus software.
Print Technology = Laser
Printer Speed = (black best quality mode) Upto 35 ppm
Recommended monthly print volume = Upto 750 to 3000
Monthly duty cycle = Upto 50,000 pages
Resolution Technology = 1200, 600 dpi
Paper Handling, Input Trays = 50-sheet multipurpose tray
1, 250-sheet input tray 2.
Duplex Printing = Automatic two sided printing
Memory Standard = 256 MB
Processor Speed = 800 MHz
Connectivity Ports = 1 Hi-Speed USB 2.0; 1 Ethernet
10/100/1000T network
Printer Technology = Laserjet
Printer Speed (Normal) = Up to 33 ppm
Recommended monthly print volume = Upto 1500 to 5000
Pages
Monthly duty cycle = Up to 75,000 pages
Resolution Technology = up to 1200 x 1200 dpi.
Cartridges = 1 each (Cyan, Black, Yellow & Magenta).
Duplex Printing = Automatic two sided printing
Memory(Standard) = 1 GB
Processor Speed = 800 MHz
Connectivity Ports = 2 Hi-Speed USB 2.0 Host ports; 1 HiSpeed USB 2.0 Device port; 1 Gigabit Ethernet
10/100/1000T network port; 1 Hardware Integration Pocket
40
IT Related Equipment
01.
Desktop
Computers
02.
Laserjet
Printers
03.
Laserjet
Printers
9
18
02
Price
incl
GST
Sr.
No.
Name of
Item
04.
Scanners
05.
Wireless
Routers
06.
CD
Duplicator
07.
Network
Area Storage
08.
Multimedia
Projector
Specs
Qty
Type = A3 flatbed , ADF (Color, B&W)
Document Size Width = 2.1" -8.5"
Document Size Length = 2.8" - 14"
Optical Resolution = 600 dpi
Output Resolution = 100, 150, 200, 240, 300, 400, 600 dpi
Scanning Speed = Black And White 25ppm
Edit text (OCR) should be available
Network standard = IEEE 802.11n, IEEE 802.11b/g, IEEE
802.11a
Data rates supported = 802.11a/b/g: 54, 48, 36, 24, 18, 12,
9, 6, 11, 5.5, 2, and 1 Mbps, 802.11n: 20-MHz bandwidth:
MCS 0-15 for supported data rates 40-MHz bandwidth:
MCS 0-15 for supported data rates
Status LEDs = External LEDs indicate Power, PoE, Diag,
Speed, LAN, and WLAN 2.4G or WLAN 5G
Security= Wireless Security: Wired Equivalent Privacy
(WEP) 64-bit/128-bit, WPA-Pre-Shared Key (WPA-PSK),
WPA2-PSK, WPA-ENT, WPA2-ENT, Access Control:
Wireless connection control, MAC-based, SSID Broadcast:
SSID broadcast enable/disable, Client Isolation: Supports
wireless client isolation between and within SSIDs, 802.1X:
Wireless clients can be authenticated through IEEE 802.1X
System Memory = 64 MB RAM, 32 MB flash
Operating Type = No PC required. Fully stand alone
Internal Interface = SATA
Targets = 10
Reading Speed = Up to 24X
Maximum Writing Speed = DVD+/-R: 24X;DVD+/-RW:
8X;DVD+/-DL: 10X;CD-R: 52X;CD-RW: 32X
Supported Disc Formats = DVD-ROM, DVD-R, DVD-Video,
DVD-RW, DVD+R, DVD+RW, DVD+R9, CD-DA, CD-ROM
Mode 1, CD-ROM XA Mode 2, Multi-session Photo CD™ ,
CD-I, Hard Drive = Premium 500GB or larger
External PC Link = USB 2.0 or 3.0 (for external CD/DVDROM/RW Drives)
Dual Password protection modes to prevent unauthorized
usage, DHP “Dynamic” hard drive partition Technology,
Ability to load disc image to HDD and rename the partition,
Master Error Proof, Auto Start Strategy, Auto Source Disc
Analyzing, Set Burn Speed, Select Source Drive, Intuitive
user-friendly LCD panel
Interface = Gigabit Ethernet
Ethernet Transfer Rate = 10/100/1000 Mb/s capable
Serial Transfer Rate = Serial Bus Transfer Rate (USB 3.0)
5 GB/s (Max)
Capacity = 4 TB Data Protection,
Mirror Mode = (RAID 1 - default)
Ports = 2x USB (3.0), Gigabit Ethernet
Processor = 1.2 GHz processor
Disk Management = RAID 0,1; JBOD & spanning
Integrated Serving Options = File server, FTP server,
Backup server, P2P download
Remote backup, Secure File Sharing with unlimited users
Projection Technology = RGB liquid crystal shutter
projection system (3LCD)
Lamp (Type & Life) = 245W UHE , 2,500 hours / 4,000
hours
05
10
03
02
01
01
Price
incl
GST
Sr.
No.
Name of
Item
09.
Photocopier
Machines
10
LED TV
11
Camera
DSLR
Specs
Qty
Screen Size (Projected Distance) = Zoom: Wide 30" - 300"
[0.84m - 8.4m], Zoom: Tele 30" - 300" [1.36m -13.9m],
Standard size 60" screen 1.69m - 2.75m
Brightness (Color Light Output) = 5,000lm Normal, 3,470lm
Economy
Contrast Ratio = 3,000:1
Ports = 1 HDMI, Display port, 2 stereo mini jack audio input
and 1 stereo mini jack audio output, Ethernet Connection
(RJ45 x 1 (10/100Mbps), Wireless LAN
Keystone Correction, Screen Fit, Message Broadcasting,
Split Screen, Multi PC Projection & PC Free
Print Resolution = 2400 x 600 dpi
Scan Resolution = 600 x 600 dpi
Multiple Copying = 1-999
Copy Speed = 45 PPM
Memory = 1 GB RAM
Hard Disk = 60 GB
Automatic Duplex
Duplex = Standard (Built-in)
Up to 57/43 (mono/colour) spm (300 dpi)
Paper Capacity = 100 Sheet (Bypass)
-do= 550 Sheets x 2 (Drawer)
Zoom = 25% to 400%
Tonner Life = Maximum (to be given by bidder along-with
tonner cost)
RADF & Trolley
Screen Size = 60" (152cm), 16:9
TV System = 1 (Digital-T/Analog): B/G, D/K, I, M
Colour System = PAL, SECAM, NTSC 3.58, NTSC 4.43 in
AV only
Display Resolution = Full HD
Backlight Module = Edge LED
HDMI Connections = 4
USB 2.0 = 2 port
Ethernet Connection = 1
Live Colour, 3D Comb Filter, Wi-Fi Connectivity, Wi-Fi
Direct, Skype (Optional)
Effective pixels = 36.3 million
Total pixels = 36.8 million
Price
incl
GST
03
01
01
(Muhammad Naeem)
Deputy Director (Gen)
Tel #: 051-9210064 / 9220893
11
No.1(114)Gen/BOI /2013-14
PRIME MINISTER’S OFFICE
BOARD OF INVESTMENT
Ataturk Avenue, G-5/1 Islamabad.
****
TENDER NOTICE
Sealed tender / bids are invited from the well reputed firms having registration with the Sales Tax
and Income Tax Department for supply of durable goods including IT equipment and office
furniture. The tenders should reach the undersigned by 16th June, 2014 before 1100 hours, which
would be opened on the same day in the Board Room of BOI, Islamabad at 1130 hrs. List of
equipment along-with tender documents having complete specifications/quantity and other
necessary information can be obtained/collected from this office at official hours during working
days:
2.
Interested vendors are requested to submit their rates/tenders, which should be
valid till 30-06-2014 on the following terms and conditions:I. Income tax and other government taxes will be deducted at source as per rules.
II. The tender document containing detailed specification, quantity, terms & conditions and
Evaluation criteria etc. can be obtained from this office or following websites:
www.boi.gov.pk, http://www.ppra.org.pk
III. Notwithstanding the above, the BOI reserves the right to amend the content of this Tender
and to accept or reject any or all proposals and to cancel the bidding process at any time
as per PPRA Rules.
IV. In case of IT Equipment, Authorized Partner/ Distributor/Reseller/Manufacturer, of THE
ORIGINAL EQUIPMENT, in Pakistan or through its authorized distributor in Pakistan will
be preferred. Proof in the form of certificates or letter should be provided.
V. GST, Vendor number and Bank account details should be clearly printed / written on the
tender documents. The tenders without GST, Vendor number and bank account details will
not be entertained.
VI. No tender will be accepted without call deposit @ 2% of the quoted bid in the form of bank
draft or pay order in favor of DDO, BOI, Islamabad and the call deposit will be kept with this
office till the warranty period. Cheques will not be accepted in any case. The bids without
call deposit will be rejected at the spot.
VII. Tenders will be opened by the Evaluation Committee in the presence of the bidders or
representatives of the firms who may like to attend on given time and place. The tenders
received after the deadline date and time will not be entertained in any case.
VIII. The tenders will be evaluated in the light of PPRA Rules 2004 and the instructions issued
by PPRA from time to time.
IX. Responding Organization (RO) is requested to submit technical and financial proposals
separately.
X. The competent authority reserves the right to accept or reject the whole tender or a portion
of tender as per PPRA Rules 2004.
(Muhammad Naeem)
Deputy Director (Gen)
Tel #: 051-9210064
12
Download