1
Organization Name : SME Bank Ltd.
Address : 56-F,Nazim-ud-din Road, F/6/1, Blue Area
City : Islamabad
Tel No. : 051-9213098
Fax No. : 051-9217001
Receipt No : Xxxxx
Tender No : SME-2017009
Description : Purchase of IT Equipment.
Remarks :
Advertisement Date : 08-10-2017
Closing Date : 24-10-2017
Closing Time : 03:30 PM
Opening Time : 04:00 PM
Tender Documents :
Estimated Cost :
Tender Nature : National
:
Earnest Money : 2%
:
Bid Validity : 90 days
Remarks :
2
Tender Document
Purchase of IT Equipment
A brief introduction of the SME Bank ltd.
SME Bank Ltd. is Government owned bank & working under the Ministry of Finance,
Government of Pakistan. The SME Bank was formed and incorporated as a public limited company
under the Companies Ordinance 1984. The Government of Pakistan is the major Shareholder of the
bank. As part of financial sector restructuring program of Government of Pakistan, Regional
Development Finance Corporation (RDFC) and small Business Finance Corporation (SBFC) were
amalgamated into SME Bank Ltd effective January 1, 2002.
SME bank Ltd was established to exclusively cater to the needs of the SME sector. it was created to
address the needs of this niche market with specialized financial products and services that will help
stimulate SME development and pro poor growth in the country.
It is intimated that only registered suppliers, who are on Active Taxpayer List (ATL) of FBR, are
eligible to supply the goods/services to Government Departments.
(Hafiz Muhammad Ashfaq) Head Services Division Head Office, 56-F, Nazimuddin Road, Blue Area, Islamabad. Ph.051-9221918 Cell Number: 0334-4178119 Email: [email protected]
3
1 Invitation to bid
SME Bank intends to purchase of (DESKTOPS (HP, DELL, Acer, IBM or equivalent brand)
and Laptops (HP, DELL, Acer, IBM or equivalent brand).
2 Language of the Bids
The bids prepared by the Tenderer and all correspondence and documents relating to the bids
exchanged by the Tenderer, shall be written in English language, provided that any printed
literature furnished by the Tenderer may be written in another language so long as accompanied
by an English translation in which case, for purposes of interpretation of the bid, the English
translation shall govern.
3 Instructions to bidders
3.1 General
3.1.1 Bidders are required to carefully read and follow the instructions specified in this Tender
Document to submit bids against equipment enlisted in Annexure A.
3.1.2 Bidder shall be responsible to treat this Tender Document and information gathered during
bidding process as “Private” and “Strictly Confidential”. The bidder shall not publish or
disclose any information concerning the task without seeking special written permission
of SME Bank Limited.
3.1.3 Successful bidder will be required to deliver, install and configure the equipment at
locations specified in Annexure-D
3.1.4 All Bidders are required to submit the stamped and signed copy of compliance certificate
specified in Annexure-B along with the technical proposal.
3.1.5 Bidder must be the OEM/authorized distributor/Partner of OEM and must annex the copy
of authorization along with technical proposal
3.1.6 SME Bank can increase or decrease the number of devices required as per its
requirements.
3.1.7 Any bidder submitting incomplete information shall be disqualified from the bidding
process
4
3.1.8 Any bidder submitting false, incorrect or inaccurate information shall be automatically
disqualified from the bidding process.
3.1.9 Any effort by the bidder to influence SME Bank Ltd., directly or indirectly, in SME Bank's
offer evaluation, offer comparison or contract award decisions, to meet or discuss with any
SME Bank Ltd. official may result in the rejection of the bidder's offer.
3.1.10 Income Tax, Sales Tax and all other applicable taxes shall be deducted in accordance
with the law
3.1.11 Bids once submitted cannot be withdrawn. If a bidder withdraws from the bidding process
after submission of bid the Bank reserves the right to forfeit the earnest money.
3.1.12 Pages of every section of the bid must be numbered and signed by the Bidders nominated
authorized signatory. The representative of the bidding firm shall furnish a proof of
authorization to sign the bids, in the form of a written Power-of-Attorney, which shall
accompany the Bid.
3.1.13 SME Bank reserves the right to reject any or all quotations, without assigning any reason
thereof.
4 Bidders Experience
The bidder must have the requisite experience and expertise in selling and supporting the
quoted IT equipment and associated software. Bidders who have not provided similar
services to any Bank for a minimum period of two years shall not be considered. The bidder
must submit following information in the technical proposal:
4.1.1 Company Profile
4.1.2 Company Incorporation Certificate
4.1.3 Article/Memorandum of association/Partnership deed.
4.1.4 National Tax and Sales Tax Registration Certificates
4.1.5 Clients’ reference letters of corporate clients.
4.1.6 Details of Branch offices & workshop facilities along with mailing address, telephone
numbers and branch resource persons details. Bidders having no presence in Islamabad,
Karachi and Lahore shall not be considered during the bidding process.
4.1.7 Authorized Dealer Ship Certificate of the quoted equipment.
4.1.8 Bidder must submit an affidavit that the:
4.1.8.1 Bidder/Company/Firm has never adjudged an insolvent services/advisory/consultancy.
5
4.1.8.2 Bidder/Company/Firm or its directors/partners or individuals have never been declared
bankrupt by any court of law.
4.1.8.3 Bidder/Firm has never been blacklisted or involved in litigation with any
client/organization/government/semi-government/autonomous body.
4.1.8.4 Bidder/Company/Firm its directors/partners or individual always fulfilled/obeyed
execution of degree or order of any court decree never been dissatisfied against them.
4.1.8.5 Bidder/Company/Firm its directors/partners or individuals have not been compound with
the creditors.
4.1.8.6 Bidder/Company/Firm its directors/partners or individuals have not been convicted of a
financial crime, banking frauds mortgage frauds, forgery, embezzlement, cheque frauds,
credit cards frauds, etc.
4.1.8.7 Bidder/Company meets the financial integrity requirement as per applicable Laws &
Regulations.
4.2 Financial Strength
The following documents must also be attached with the technical proposal to demonstrate the
financial strength and eligibility on part of the organization:
4.2.1 A Statement detailing financial strength
4.3 Warranty
Warranty Cover should be extended as follows.
4.3.1 SME Bank requires the bidder to quote standard manufacturer warranty for the equipment
material supplied for a period not less than three years
4.3.2 Details of warranty terms and conditions for above should be provided. Equipment without
any warranty will not be considered for procurement.
4.3.3 The following warranty related information must be provided for the quoted equipment
• Duration of Parts Coverage
• Duration for Labor Coverage
4.4 Backup & Preventive Maintenance
4.4.1 Provision of backup equipment is a mandatory requirement for critical equipment. If a
critical device can’t be repaired onsite or downtime is greater than 12 hours a replacement
6
of equal capability must be provided to lessen downtime. If the device is irreparable a
replacement of like or greater capability and of a comparable brand will be provided till the
time the claimed warranty materializes.
4.4.2 Preventive Maintenance / Service of all IT equipment will be required once every quarter.
Details of the preventive maintenance procedures and methodology are required to be
provided by the bidders.
4.5 Earnest Money
Earnest money equivalent to 2 % of the total quoted price shall be submitted by the
bidders at the time of submission of the bids, in the shape of call deposit / demand draft /
pay order. Earnest money of unsuccessful bidders shall be returned upon signing of the
contract with the successful bidder. Earnest money of successful bidder shall be returned
after successful completion of project.
4.6 Performance Guarantee
Successful bidder shall be required to submit a performance guarantee equivalent to 3%
of total quoted price before supply/installation of equipments of the contract. The
performance guarantee is required till the completion of warranty period. However 1/3rdof
submitted Performance Guarantee will be released on completion of each completed year
during its validity.
4.7 Retention Money
The bank shall deduct an amount equivalent to the 5% of the contract value for all items
from the payment made to the bidder as retention money. Unless and otherwise required
by the bank, the bank shall disburse the retention money to bidder after six months of the
acceptance by SME Bank Ltd.
4.8 Bid Currency &Validity
4.8.1 The bidders should quote fixed prices in Pak Rupees and expected to take into account
all future currency fluctuation while quoting a price. SME Bank Ltd. will not entertain any
request for escalation resulting from currency devaluation and / or exchange rate
fluctuations.
4.8.2 Quoted prices must be inclusive of all taxes and must also include all charges (if any) like
handling, transportation, unloading of equipment etc.
7
4.8.3 Quoted prices must also be inclusive of the cost for the free maintenance/preventive
maintenance as per backup and preventive maintenance clause.
4.8.4 Prices / Quotes are required to be submitted for each component and / or item separately
on per unit basis, for every item mentioned in the “Annex-A” and collectively
(multiplying the mentioned quantity of an item with the price) and should have a validity of
not less than 90 days.
Required items are arranged as “1 – xx” in the Annex – A” (Equipment specification
sheet). Each item has its own specification duly mentioned under its heading will be
considered one (1) item and will include all components / specifications. Bidder can quote
for selected items but should clearly specify the type of item quoted in its technical proposal.
Incase vendor is unable to bid for the specified items due to technological advancements
he can quote upward model or version provided the specifications are not less than the one
specified in the “Annex – A”
4.9 Clarification for Tender
In case of any clarification is needed to the meaning of any portion of the technical specification,
vendor may contact Mr. Aqeel Ahmed, Dept. Head IT at +9251-9213098 during office hours.
5 Closing Data
5.1.1 The last date for receipt of bids is 24-10-2017 by 03:30 PM. Technical bid will be opened
on the same day at 4:00 PM at the SME Head Office in the presence of those bidders who
may wish to attend the opening.
6 Bid Submission
The Bid proposal should be submitted as follows:
6.1.1 One Outer sealed envelope, containing both the Technical and Financial Proposal, clearly
marked as
PROPOSAL FOR IT EQUIPMENT PURCHASE
Dept. Head Services
SME Bank Ltd.,
Head Office,
56-F, Nazim ud din Road,
8
F-6/1, Blue Area, Islamabad
Islamabad.
Name of Bidder: __________________
6.1.2 The outer sealed envelope, as marked above, should contain:
1. The Technical Proposal, sealed in an envelope
2. The Financial Proposal, sealed in an envelope
3. Bid Earnest money in the shape of a demand draft/pay order, in favour of
SME Bank Ltd. Islamabad, attached separately in a sealed envelope with
Technical Proposal.
6.1.3 The Sealed Envelope containing the Technical Proposal should be clearly marked as:
Earnest money in sealed envelope should be enclosed with technical proposal
Volume-I Technical Proposal
Dept. Head Services,
SME Bank Ltd., (Earnest money in sealed envelope should be enclosed with technical proposal)
Head Office,
56-F, Nazim ud din Road,
F-6/1, Blue Area,
Islamabad.
Name of Bidder: __________________
6.1.4 The sealed envelope containing the financial proposal should be clearly marked as:
Volume-IIFinancial Proposal
Dept. Head Services,
SME Bank Ltd.,
Head Office,
56-F, Nazim ud din Road,
F-6/1, Blue Area,
Islamabad.
Name of Bidder: __________________
9
6.1.5 Technical proposals which are submitted without the earnest money will be rejected and
not included in the competition
6.1.6 Technical proposal should not contain any individual financial data or information as this
may be construed as an attempt to influence the technical evaluation process and may
lead to rejection of the bid
7 EVALUATION CRITERIA
SME Bank shall evaluate the technical proposal and will reject proposal that do not conform
to the mandatory requirements and prerequisites. Compliant technical bids shall be marked
as per scoring criteria given in Annexure-C.
Financial proposal of only those organizations shall be opened that conforms to the
mandatory requirements and prerequisites. Evaluation ratio of technical and financial proposals
shall be 70 ratios 30. (Annexed at “C”)
Bids that qualify as per criteria given above shall be considered for final selection by SME Bank.
Delivery is required within Four to Six Weeks of the purchase order/signing of the
agreement between SME Bank and the approved vendor.
8 Final Acceptance
Bidder finally selected by SME Bank will deliver, install, configure and support the equipment
being purchased at the locations specified by the bank. Final acceptance of the equipment
will be on SME Bank’s satisfaction of working performance of the equipment as per
manufacturer’s specifications.
9 Payment Terms
Release of payments will be as under:
9.1.1 95% of total value of the project will be released upon completion of
supply/testing/acceptance by SME bank after submission of performance guarantee by
successful bidder.
9.1.2 5% retention money shall be retained as per retention money clause
10
10 Confidentiality
All bids submitted to SME Bank and subsequent correspondence and discussion shall be kept
confidential and will not be revealed directly or indirectly to any other party, except in the case of
any government query by department/ organizations monitoring Banks and the Federal
Government.
11
Bill of Quantity (Annexure-A)
CATEGORY – I (Hardware)
A. (DESKTOPS HP, DELL, Acer, IBM or equivalent brand)
# Specifications Qty
1 • 7th Gen Intel® 7600 Core™ i5 – CPU[Minimum]
• vPro and Virtualization Technology enabled
• Tower Casing
• Integrated Intel® Ethernet LAN 10/100/1000
• 1x 8GB DDR4at 2400 MHz up to 64 GB
• Hard Drives: 1TB 7200 RPM [Minimum]
• 10 External USB: <<6 x 3.0(2 front/4 rear), 4 x 2.0 (2 front/2 rear), (1) front
with Power Share>>, (1) RJ-45, (1) Serial Port [optional], (2) Display Port 1.2,
(1) HDMI 1.4, (2) PS/2 [Optional]. (1) UAJ,(1) Line-out, (1) VGA [Optional]
• DVD+/-RW
• Wireless Keyboard
• Wireless Mouse
• Required cables connectors and accessories. [British- Power cords]
• Windows 10 Professional Edition, 64-Bit OEM [English]
• Microsoft Office Home and Business Edition 2016 64-Bit OEM [English]
or
Office 365 Cloud Solution.
• 21.5-inchesof 1920x1080 Full HD LED, Aspect Ratio – Wide Screen (16:9),@
60Hz,Contrast Ratio 1000:1 (typical)- [Min], Brightness 250 cd/m2 (typical),
VGA and PC Compatible Display Port or HDMI with required cable &
connectors.
• 3 Year comprehensive warranty on site.
2
12
B. (DESKTOPS HP, DELL, Acer, IBM or equivalent brand)
# Specifications Qty.
2 • 7th Gen Intel® 7320 Core™ i3 – CPU [Minimum]
• Small Form Factor
• Integrated Intel® Ethernet LAN 10/100/1000
• 1x 4GB DDR4 at 2400 MHz up to 64 GB
• Hard Drives Internal 1TB 7200 RPM [Minimum]
• 8 External USB: <<(4) x USB 3.1 Gen 1 (2 front/2 rear) and (4) x USB 2.0 (2
front/2 rear); >>, (1) RJ-45, (1) Display Port 1.2, (1) HDMI 1.4, 1 Universal
Audio Jack, 1 Line-out, 1 VGA [Optional], (1) Serial [Optional] ,PS /2
[Optional]
• DVD Read Only
• USB Keyboard
• USB Mouse
• Required cables connectors and accessories. [British- Power cords]
• Windows 10 Professional Edition, 64-Bit OEM [English]
• Microsoft Office Home and Business Edition 2016 64-Bit OEM [English]
or
Office 365 Cloud Solution.
• 21.5-inches of 1920x1080 Full HD LED, Aspect Ratio – Wide Screen (16:9),
@ 60Hz, Contrast Ratio 1000:1 (typical)- [Min], Brightness 250 cd/m2
(typical), VGA and PC Compatible Display Port or HDMI with required cable
& connectors.
• 3 Year comprehensive warranty on site.
35
13
C. (DESKTOPS HP, DELL, Acer, IBM or equivalent brand)
# Specifications Qty.
3 • Intel® Pentium G4620 - CPU [Minimum]
• Small Form Factor
• Integrated Intel® Ethernet LAN 10/100/1000
• 1x 2GB (Min) DDR4 at 2400 MHz up to 64 GB
• Hard Drives Internal 500 GB 7200 RPM [Minimum]
• 8 External USB: <<(4) x USB 3.1 Gen 1 (2 front/2 rear) and (4) x USB 2.0
(2 front/2 rear); >>, (1) RJ-45, (1) Display Port 1.2, (1) HDMI 1.4, 1 Universal
Audio Jack, 1 Line-out, 1 VGA [Optional], (1) Serial [Optional] ,PS /2
[Optional]
• DVD Read Only
• USB Keyboard
• USB Mouse
• Required cables connectors and accessories. [British- Power cords]
• Windows 10 Professional Edition, 64-Bit OEM [English]
• Microsoft Office Home and Business Edition 2016 64-Bit OEM [English]
or
Office 365 Cloud Solution.
• 21.5-inches of 1920x1080 Full HD LED, Aspect Ratio – Wide Screen (16:9),
@ 60Hz, Contrast Ratio 1000:1 (typical)- [Min], Brightness 250 cd/m2
(typical), VGA and PC Compatible Display Port or HDMI with required cable
& connectors.
• 3 Year comprehensive warranty on site.
15
14
D. (Laptops HP, DELL, Acer, IBM or equivalent brand)
# Specifications Qty
4 • 15 - 15.6 diagonal Full HD IPS WLED-backlit multitouch-enabled
(1920 x 1080)
• 7th Gen Intel® Core™ i5-7200U Processor [Minimum]
• Integrated Intel® Ethernet LAN 10/100/1000 plus WI-Fi and Blue Tooth
• 1x 8 GB DDR4 up to 16 GB [Minimum]
• Hard Drives: 1TB [Minimum]
• (2) USB 3.1, (1) USB 2.0, (1) RJ-45, (1) HDMI, 1 Headphone-
out/microphone-in combo jack.
• External/Internal USB Slim DVD+/-RW
• Integrated Webcam and microphone
• Support for laptop, Stand, tent and tablet mode.
• Wireless Mouse
• Laptop carrying case
• Required cables connectors and accessories. [British- Power cords]
• Windows 10 Professional Edition, 64-Bit OEM [English]
• Microsoft Office Home and Business Edition 2016 64-Bit OEM [English]
or
Office 365 Cloud Solution.
• 3 Year comprehensive warranty on site [Minimum]
2
15
Compliance Certificate Annexure-B
Annexure-C
# Description Submitted
Yes/No
Total
Score
MANDATORY ITEMS
1. OEM/authorized Distributor/Partner of OEM. Certificate Attached (Please
attaché one for each equipment category separately)
2. Internationally recognized brand equivalence certificate/evidence is
attached herewith for Desktops and Servers if the quoted equipment
(Desktop and Servers) is other than Dell, IBM,HP or Acer brand.
3. The representative of the bidding firm shall furnish a proof of authorization
to sign the bids, in the form of a written Power-of-Attorney, which shall
accompany the Bid.
4. Bidders has provided similar services to any Bank for a minimum period of
two years.
5. Have presence in Islamabad, Karachi and Lahore.
6. National Tax and Sales Tax Registration Certificates attached
7. Warranty period for the equipment quoted is not less than three (03) Years.
8. Earnest Money attached
9. Details specification of equipment is attached herewith. Technical proposal
conformance to equipment and software requirements
10. Affidavits as per clause 4.1.8 attached
11. Provision of backup equipment shall be made as per specified requirement
12. Preventive Maintenance / Service shall be done as per specified
requirement
13. Delivery, Installation and configuration shall be made at specified locations
14. Financial proposal attached.
16
If the bid is accepted we shall deliver the equipment mentioned in the tender documents within
________ days from the date of receipt of your firm purchase order.
We agree to abide by the terms and conditions of the Tender.
Signature: ______________________ in the capacity of ________________________ duly
authorized to sign the Tender for and on behalf of
____________________________________________________________________________
(NAME OF FIRM IN BLOCK CAPITALS)
Complete Address:
____________________________________________________________________________
Fax No: ________________________ Telephone No.: _____________________________
Witness:-
1. ____________________
2. ____________________
Annexure-D
SCORING ITEMS Marks
01 Company Profile attached 5 20
02 Company Incorporation Certificate attached 5
03 Article/Memorandum of association/Partnership deed. 5
04 Details of Branch offices & Workshop facilities along with mailing
address, telephone numbers and branch resource persons attached.
5
05 Clients’ reference letters of Corporate Clients attached. (Client
Satisfaction) one reference=5 marks
30
06 International rating of the quoted brand (Leader Group=25, Challenger
Group=15 and Other =10)
25
07 Level of OEM/authorized Distributor/Partner of OEM (High Level=15,
Medium Level=10 and Other =5)
15
08 A Statement detailing financial strength attached (Financial Strength)
Point allocated for equity (04 points for every 100 million and 02 points
for 50 million and above.
10
17
List of offices
S. No.
Name Place District & Province
1 Islamabad Branch & Head Office
56-F, Nazimuddin Road, F-6, Blue Area, Islamabad.
Islamabad Federal Capital
2 Lahore Branch 84-B-1-Gulberg-111 Ghalib Market, Lahore Lahore Punjab
3 SITE Branch Karachi
B/9B/3, Near Post Office Chorangi, SITE, Karachi Karachi Sindh
4 F.B.Area Branch Karachi
Federal B. Area, Shop # S-4, & S-5, Latif Terrace, Plot # St-4-D, Federal B.Area, Karachi
Karachi Sindh
5
Sialkot Branch Al-Amin Centre, Opp. Sialkot Chamber of Commerce, Paris Road, Sialkot
Sialkot Punjab
6
City Branch Lahore Ground Floor, Alamgir Building, 17-Edwards Road (Mouj Darya Road), Lahore City
Lahore Punjab
7 Faisalabad Branch P-341/B, Peoples Colony, Satiana Road, Faisalabad
Faisalabad Punjab
8 Peshawar Branch Ground Floor, State Life Building, 34-The Mall Peshawar
Peshawar NWFP
9 Gujranwala Branch 26-27 J, Trust Plaza, Gujranwala Gujranwala Punjab
10 Quetta Branch M.A.Jinnah Road, Quetta
Quetta Balochistan
11 Rawalpindi Branch Junaid Plaza, Iqbal Road, Near Committee Chowk, Rawalpindi.
Rawalpindi Punjab
12 Faisal Town Branch Lahore
923-Block-B, Faisal Town, Lahore Lahore Punjab
13 Orangi Branch Karachi
Plot # LS-4, Sector-12, Orangi Town, Karachi Karachi Sindh
14 Treasury Office 801,802, 8th Floor Park Avenue, 24-A, Block PEACHS, Shahrah-e-Faisal
Karachi Sindh