Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic...

32
1 Bidding Document for Pre-Qualification Firms providing Wireless (WiMAX, Microwave, Satellite, ISM, etc. / Wired (Fiber Optics, Gpon, Copper, Ethernet, etc.) connectivity for last mile / managed capacities / VPNs / Dark fiber, etc. to provide Media Services to PERN existing and new connections in Pakistan’s North, Central and South Regions. HIGHER EDUCATION COMMSSION ISLAMABAD - PAKISTAN Websites: www.hec.gov.pk www.pern.edu.pk Tel no. 051-90402235, 90402213 Fax no. 051-90402202 (Rs. 1000/-)

Transcript of Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic...

Page 1: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

1

Bidding Document for Pre-Qualification

Firms providing Wireless (WiMAX, Microwave, Satellite, ISM, etc. / Wired (Fiber

Optics, Gpon, Copper, Ethernet, etc.) connectivity for last mile / managed

capacities / VPNs / Dark fiber, etc. to provide Media Services to PERN existing

and new connections in Pakistan’s North, Central and South Regions.

H I G H E R E D U C A T I O N C O M M S S I O N

I S L A M A B A D - P A K I S T A N

Websites: www.hec.gov.pk www.pern.edu.pk

Tel no. 051-90402235, 90402213 Fax no. 051-90402202

(Rs. 1000/-)

Page 2: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

2

TABLE OF CONTENTS

1. INTRODUCTION ............................................................................................................................3

2. OBJECTIVE.....................................................................................................................................3

3. SCOPE OF WORK ..........................................................................................................................4

4. RESPONSE REQUIREMENTS..........................................................................................................4

5. EVALUATION CRITERIA .................................................................................................................5

6. FREEDOM OF INFORMATION (FOI) ..............................................................................................5

7. GENERAL TERMS AND CONDITIONS ............................................................................................5

8. MEET OR EXCEED SPECIFICATIONS ..............................................................................................6

9. CLARIFICATIONS............................................................................................................................6

10. TECHNICAL TERMS & CONDITIONS...............................................................................................7

11. Form-A. TECHNICAL INFORMATION SHEET .................................................................................8

12. Form -b. Technical and financial Evaluation Criteria .................................................................12

13. Form –b1. Technical and financial Evaluation Criteria ..............................................................15

14. Form –b2. Technical and financial Evaluation Criteria ..............................................................19

Annexure I HEC ESTABLISHED PoP Sites.....................................................................................................23

Annexure II Region wise Breakup of cities .................................................................................................24

Annexure III Minimum Terms & Conditions of Post-qualification Procurement .......................................25

Annexure IV Compliance Certificates/Compliance Undertaking ...............................................................29

Annexure V Firm’s References Format ......................................................................................................30

Annexure VI Format of Technical Proposal Submission Form ...................................................................31

Page 3: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

3

1. INTRODUCTION

Pakistan Education and Research Network (PERN) is the only National Research & Education

Network of the country. PERN is a part of the overall vision and amongst the objectives of IT

Action Plan that was launched by the Government of Pakistan in August 2002. The project was

aimed towards establishing an integral part of the overall education system of the country and

was designed to interlink all public/private sector chartered universities/degree awarding

institutes registered with Higher Education Commission. The interconnectivity of all these

universities/institutes was aimed to provide integration of data banks, collaboration for research,

development activities and up-gradation of teaching and learning skills among these

universities/institutes.

The Higher Education Commission of Pakistan redesigned the Pakistan Education & Research

Network (PERN) in 2006 and established a high speed dedicated National Research & research

Education Network (NREN) of Pakistan as PERN2 for the universities/institutes, and other

academic and research sectors organization/ institutions of Pakistan. This Network is providing

students, faculty members and researchers a fully integrated and dedicated communication

infrastructure using advanced Information & Communication Technologies. This NREN is

established to achieve true collaborative research, knowledge & resource sharing and distance

learning. The PERN2 is also having connectivity to other NREN(s) of the world including APAN

(Asia), Internet2 (USA), GEANT2 (Europe) etc. and helping member universities/ institutions to

initiate collaborative research with the consortiums of NREN(s).

PERN2 is designed to cater advance technologies and applications with proper security and

management. The advance features include QoS, Ipv6, MPLS routing/switching, Gigabit

Networks, Adaptive Applications and Multicasting, are few to name.

PERN2 prime transmission design consists of 10 GbE fiber rings in metro cities and connectivity

of Universities over 1GbE fiber spurs to their nearest PoPs (LA-PoPs) fiber with more than 1200

direct connections. Whereas All the PoPs in major cities will be connected through 10 GbE long

haul optical with coverage of distant universities. To cope with futures needs, PERN2 will also be

upgraded to PERN3, which would be ultra-high-speed backbone network which will provide up

to 10 GbE capable last mile and 40 GbE Core / back bone connectivity by interlinking 50+ Cities

across the country and territorial network partners.

With growth in PERN2 we are expanding and extending our connectivity to remaining institutions

in the country.

2. OBJECTIVE

Until now, The Higher Education Commission has already established 10GbE Metro Rings in

Lahore, Karachi and Islamabad along with 10GbE networks in Quetta, Hyderabad, Faisalabad and

Peshawar Regions and 1GbE network in Sargodha, Bahawalpur, Sukkur, Nawabshah, Larkana

Regions interconnecting universities/institutes.

With the rapid growth of PERN2, We are experiencing frequent membership requests from new

institutions whereas the provisioning of backup links to existing segments through alternate

service provider’s network is also upcoming prospects. Also to make our existing long haul rings

Page 4: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

4

more resilience, rings bifurcation is proposed. In PERN2 connectivity lying of last mile connectivity

is time taking activity and Add extensive duration in overall connection provisioning.

Objective of this prequalification is to hasten the overall procurement process of Connectivity

segments / media and to select responsive service providers in each region having good repute

and involvement in similar businesses in their respective regions.

3. SCOPE OF WORK

HEC/PERN requires to provide connectivity to PERN member institutes to its various locations on

Fiber/Wireless Radio/Managed Capacity (as per requirement). HEC intends to prequalify the

Service Providers for providing services in one or more region or capable for interconnectivity of

regions as per below details;

a. Having strong data communication infrastructure metro and long-haul networks to

provide managed Capacities , dedicated capacities , last mile connectivity’s over fiber ,

Gpon , Ethernet , shared fiber , dark fiber , or wireless radio network , DRS, WiMax , ISM

, Microwave , Satellite, DPLC, DWDM, etc.

b. To provide connectivity segments and redundant links using different last-mile

technologies (Wired or Wireless or Managed Capacity).

c. To provide connectivity segments, lambdas and redundant links by interconnecting

different cities or Ring Bifurcation using different technologies (Wired or Wireless or

Managed Capacities).

d. to provide connectivity from layer 01 to layer 03, i.e., TDM, VPN and IPMPLS

e. To provide allied transmission equipment (DWDM, OADM, OLA, SDH, etc ) and Optical

Switch, Media Convertor, etc along with O&M, as required while deployment for

segments under clause 3a, 3b, 3c or 3d.

f. to provide interim internet connectivity as required by HEC and affiliated Higher

Education institutes (HEIs) for coverage of events, conferences, etc. at venues outside

HEC or HEIs like Convention center, Alhamra hall, Hotel halls, etc., in regions for which

service providers are prequalified to provide last mile connectivity as per 3b.

The selected prequalified bidders will be liable to repose to all the procurement requests floated

for segments in their respective regions of pre-qualification.

4. RESPONSE REQUIREMENTS

The objective of response requirement is to provide potential bidders with the information to submit their responses according to the given rules. Responses for each region will be evaluated separately and independently.

Potential bidders must follow the following requirement for their responses.

4.1. For this – Pre-Qualification PPRA’s Rule 15 and 16 will be adopted.

4.2. Responses shall comprise of all information requested for Pre-Qualification as described in

this document including, but not limited to, documentary evidence to demonstrate their

respective qualification.

Page 5: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

5

4.3. All potential bidders shall submit Three (03) copies of responses along with one softcopy on

CD.

4.4. Responses shall contain Company profile along with financial position, Location of branch

offices, Company experience in related field, Technical staff details (Branch Vise), Project

Completed and past performance, Managerial capabilities, major Client list,

Technical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or

Wireless Radio Connectivity, and Contact addresses with details for their technical persons.

4.5. All potential bidders must indicate their intention for selection, for single or multiple regions,

however, each region will be treated separately and independent of any other region.

4.6. Responses must include Technical Compliance Submission Form as provided in Annex-IV.

4.7. Bidder has to submit a Bank Guarantee (BG) equal to Rs. 0.5 million (Rupees Five Hundred

Thousand) with 3 Years validity at the time of submitting of Pre-qualification Bid.

4.8. Potential bidders are required to provide client list with details and submit it along with

responses. Responses must include Client’s references as per the format given in AnnexV.

4.9. Potential bidders must provide information as per Technical Information Sheet, while

furnishing the proposal in sequence and manner as set forth in the Mandatory

Requirements.

5. EVALUATION CRITERIA

5.1. The potential bidders shall be evaluated only for those regions for which they have explicitly

shown their intent to participate. This evaluation shall be separate and independent for

each region.

5.2. The responses will be evaluated as per Form-B Technical and Financial Evaluation and

proposals compliant with Mandatory requirements will be shortlisted for evaluation.

5.3. Evaluation of the firms shall be based on information provided in Proposal, as per Form –A

and B however, HEC may seek clarification from any of the participating bidders, at any

stage during the pre-qualification process and after it, as deem necessary.

5.4. Responses found compliant with this pre-qualification requirement will be accepted.

6. FREEDOM OF INFORMATION (FOI)

PERN2 is subject to the provisions of the Freedom of Information. If a potential bidder considers

that any information supplied in a response to this pre-qualification document is either

commercially sensitive or confidential in nature, this should be highlighted and the reasons for

the sensitivity given. In such cases, the relevant material will in response to FOI requests be

examined in the light of the exemptions requests. However, HEC reserves the right to disclose

any of the information as and when requested by any of the agencies of Government as per the

rules of Government of Pakistan in such cases.

All potential bidders must highlight any information that is either commercially sensitive or

confidential in nature and reasons for the sensitivity should be given. All potential bidders must

provide contact details (name, telephone number and email address) of the person within their

organization that is responsible for dealing with FOI requests.

7. GENERAL TERMS AND CONDITIONS

Following general terms & conditions apply on all potential bidders

7.1. The potential bidder should be registered with sales Tax and Income Tax Department.

Page 6: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

6

7.2. The potential bidder must have already obtained license from concern government authority for the service for which they are participating.

7.3. An affidavit to the effect that the firm has not been blacklisted by any Government/semi Government organization, and there is no litigation against the firm.

7.4. Any procurement carried out through this pre-qualification will be liable for Minimum

Terms & Conditions of Post-qualification Procurement at Annex-III

7.5. The Commission reserves the right to accept/reject wholly or partially any response or

cancel the pre-qualification process altogether at any stage of the pre-qualification

process without assigning any reason.

7.6. The decisions of HEC will be binding on all concerned and will in no case be challengeable

at any forum or any court of law.

7.7. Responses are liable to be rejected if; they are not conforming to the terms, conditions

and specifications stipulated in this pre-qualification document.

7.8. Bidders are required to submit a signed copy of Compliance Certificate as in Annex-IV

while affixing official stamp on it.

7.9. During the examination, evaluation and comparison of the responses, the HEC, at its sole

discretion, may ask the bidder for clarifications of its response.

7.10. Responses submitted via email or fax will not be entertained

7.11. All potential bidders shall provide a certificate from their bank certifying their sound

financial position from the bank or any appropriate documentary proof (e.g. Annual Audit

Report), showing their financial strength.

7.12. All potential bidders indemnify HEC against all third party claims of infringement of patent

trade mark, industrial design rights arising from use of the goods of any part thereof in

Pakistan.

7.13. For any future procurement the bidder will be liable General Terms and Conditions

(Annexure III).

7.14. The term for Prequalification would be three (03) Years.

7.15. Incomplete and conditional responses will not be entertained.

8. MEET OR EXCEED SPECIFICATIONS

The specifications provided in this pre-qualification document are the minimum requirements of

HEC. The potential bidders must meet or exceed these specifications to meet the actual

requirements of this Project and its successful practical implementation. But in such a case

additionally proposed or altered specifications should clearly be highlighted to enable HEC to

clearly identify modified specifications.

9. CLARIFICATIONS

Queries regarding this document and about the project shall be submitted in writing to:

Omar Tariq

Deputy Director (Network)

Higher Education Commission H – 9, Islamabad.

Phone: +92 (51)90402241

E-mail: [email protected]

Abdullah Fayyaz Chattha

Director Operations (PERN)

Higher Education Commission H – 9, Islamabad.

Phone: +92 (51)90402212

E-mail: [email protected]

Page 7: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

7

10. TECHNICAL TERMS & CONDITIONS

10.1. It will be the responsibility of the selected bidder to complete all legal obligations and

must have relevant service license from concern authority / government body

10.1.1. In case of wired medium, - obtaining Right of Way (RoW), NOC for road cutting,

etc from concerned Authorities.

10.1.2. In case of Wireless, licensed frequency or necessary permissions from concerned

authorities

10.2. HEC will not be responsible and involved in such obligations.

10.3. Universities/Institutes when requested to connect under this project may be connected

to HEC PoPs or Service Provider PoPs in any best configuration.

10.4. Potential bidders must provide its present Long-Haul Optical Fiber along with Lastmile

Wired or Wireless infrastructure and footprint in Pakistan with manufactured date,

deployment dates and future expansions with Documentary proof(s).

Page 8: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

8

11. FORM-A. TECHNICAL INFORMATION SHEET

All potential bidders are required to fill this sheet providing the references of the documents

(Documentary aid/ evidence) at what page they are placed in the Proposal. Flag these references

of the documents accordingly as well.

Table 1: Technical Information Sheet

(To be attached with the Proposal for Prequalification)

Sr.

No Information Requirements

Region(s)( Fill out the respective region )

North

Central South

1 Firms laid Long-Haul Optical Fiber Standard

1. ITU-T-G.652.d,

2. G.655

3. G.655c) with its

brand* and

Life time (Documentary Proofs

2 Firms Total Laid Long-Haul Optical Fiber

in Km with deployment dates.

Documentary Proofs with maps are

required.

3 Firms Planned Long-Haul Optical Fiber to be Laid in Km Documentary

Proofs with maps are required.

4 Firms, if proposing Wired last-mile,

Metro Rings Documentary Proofs with

maps are required.

5 Firms, if proposing Wired last-mile, Total Current Right of Way (RoW)

Documentary Proofs with maps are

required.

6 Firms, if proposing Wireless last mile,

Radio Coverage Area is required.

7 Firms, if proposing last-mile fiber, Total Current Right of Way (RoW)

Documentary Proofs with maps are

required.

For Wireless medium, the radio should be capable to handle

Page 9: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

9

1. Full Duplex connectivity

2. Effective bandwidth

throughput from 1xE1 (2 Mbps) minimum to 1 x STM- 1 (155 Mbps) or more

3. Layer 01, or Layer 02 or Layer 03

4. Low Latency

5. Licensed Band/Unlicensed

Band – Please mention

frequency

6. AC or DC Power Supply

with

time its brand* and life

e (Documentary Proofs)

No restrictions to use Voice*, Video* or Data

*Vendor should have necessary permissions

8 Detail Information of the Firms/ Clients

(as per Annex-V)

9 No. of similar projects in hand. Mention

1. Customer name

2. Service type Firms/ Clients

10

Company proposing Manage Capacity:

1. Number of customers having

extended manage capacity

11

1.L2 VPN among braches/sites within metro city 2.L2 VPN among branches/sites among

multiple cities

*use multiple rows if multiple brands are used in same standard

Page 10: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

10

**Tick the services you want to offer

Wired Region

Fiber Optics North A North B North C Central South

Dark Fiber North A North B North C Central South

Managed

Capacity

North A North B North C Central South

Other* Please Specify

North A North B North C Central South

Wireless Region

OB3 North A North B North C Central South

VSAT North A North B North C Central South

Wi-Max North A North B North C Central South

ISM Band North A North B North C Central South

Other* Please Specify

North A North B North C Central South

**Tick the option where you have infrastructural capability to offer

interconnectivity of different regions:

Regions interlink Connectivity

Regions

North A to Central

South to Central

North A to South

North B to Central

Page 11: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

11

12. FORM -B. TECHNICAL ANF FINANCIAL EVALUATION CRITERIA (WIRED SERVICES-METRO)

Part A) Mandatory requirements To Be Filled by

Bidder

S. # Attributes

Attributes Information on page

# of Technical

Proposal

1. Income Tax Certificate / GST Certificate

2. Must have valid PTA license for services offered like LDI, FLL, WLL, etc

3. Copy of Certificate From the Regulatory Authority of RoW for respective regions

4. Potential bidders must have laid Optical Fiber not less than 200 km in cities

falling in designated regions for which they are submitting response

5. Bidder laid optical fiber network must Comply with ITU-T Standard G.652.d

within cities and G.655/G.655c for long haul

6. At least three years of relevant experience

7. Must provide Technical Information Sheet

8. Must have Completed 3 similar projects.

9. The minimum applicable SLA for any service will be 99.7% / Month

10. Must have offices in the respective regions for which potential bidder is

submitting response

11. Must have several pairs (indicate number) spare and at least 10 years of fiber life

left of G.652.d and G.655/G.655c fiber in the regions for which the potential

bidder is submitting response

12. Firm must have minimum Rs. 125 million on annual Turnover for last two (02)

years.

13 Firm Must have a dedicated NOC team available at 24 x 7 x 365 for technical

support , network monitoring, coordination, follow-ups, etc.

14 Firm must have a dedicated O&M team available at 24 x 7 x 365 for link

maintenance and fault restoration.

Part B) General Evaluation

Corporate Profile

1. Location of Offices 10 10

Offices in Abbottabad, Islamabad, Karachi, Lahore, Muzaffarabad, Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

5 Offices in Islamabad, Karachi, Lahore,

Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

3 Offices in Karachi, Lahore and Islamabad

2. Technical Staff 10 10

Firm has more than and equal to 100

relevant technical staff resident in

Pakistan.

7 Firm has 60-70 relevant technical staff

resident in Pakistan.

5 Firm has 30-50 relevant technical staff

resident in Pakistan.

Page 12: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

12

3. Financial Strength 10 10

Firm has More than Rs. 500 million

annual Turnover for last two (02) years.

5 Firm has between Rs. 300 million to Rs. 300million annual Turnover for last two

(02) years.

2 Firm has between Rs. 125 million to Rs. 200 million annual Turnover for last two

(02) Years.

4. Company in operation 10 10 1 for each year

Subtotal 40

Relevant Experience

5. Similar Projects in hand (laying of Optical Fiber on

metropolitan scale,

establishment of

metropolitan scale

Optical Fiber rings, etc)

Documentary proof is

required.

10 10

Firm has more than or equal to five (05)

similar project in hands.

7 Firm has between three (03) to four (04)

similar projects in hands.

5

Firm has between one (01) to two (02)

similar projects in hands

6. Similar Projects

completed in past (laying of Optical Fiber on

metropolitan scale,

establishment of

metropolitan scale Optical

Fiber rings, etc)

Documentary proof is

required.

10 10

Firm has completed more than or equal

to five (05) similar project.

7 Firm has completed between three (03)

to four (04) similar projects.

5

Firm has completed one (01) to two (02)

similar projects.

7. Number of

clients/customers for

similar technologies i.e.

wired (Dark Fiber, Managed

Capacity-Fiber)

10 10

More then 1000

7 Between 500 to 1000

5 From 1 to 500

Sub Total 30

Staff Assigned

8. Project Management Team

10 10

Dedicated Project Management Team

of more than three (03) staff members

is assigned.

07 Dedicated Project Management Team

between two (02) to three (03) staff

members is assigned.

05 Dedicated Project Management Team

of single (01) staff member is assigned.

9. Project Technical Team

identifying Transmission

staff (excluding labor)

10 10

Dedicated Project Technical Team of

more than eight (08) staff members is

assigned.

07 Dedicated Project Technical Team

between five (05) to seven (07) staff

members is assigned.

Page 13: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

13

05

Dedicated Project Technical Team between three

(03) to six (06) staff members is

assigned.

10. Links Delivery Time in number of days with up to 10 km of proposed region.

10

(Min No of days quoted in all the bids /

No. of days quoted in the bid under consideration ) x 10

Sub Total 30

Grand Total 100

Weight of the Part B (General Evaluation) in Technical Evaluation is 30% and firm's

Score will be calculated by the following formula:

Firm's Score = Marks Obtained by Firm in Part B / Total Max. Marks of Part B * 30

Part C) Firms Optical Fiber Infrastructure

11. Already leased OF infrastructure for PERN2 project Regions mentioned in Annex-II

15 15

If the Firm has quoted Optical Fiber in North-A, North-B, North-C, Central and

South Regions

7 If the Firm has quoted Optical Fiber for

any Region i.e North-A, North-B,

NorthC, Central or South

12. Presence of OF ring near universities of Respected

region

10

Score = (Min. length for spurs/ Length

for bid in consideration) * 10

13. Principal Firm's current right of way for OF in respected Regions mentioned in Annex-II

15

To be calculated by formula

r / R * 15 where

r = right of way of the firm (in square Km)

R = highest right of way of participating

firm (in square Km)

14. Back Up Services

(Power/Connectivity) 15

10 Firm Providing back up services to more

than 10 Customer (Organizations)

5 Firm Providing back up services to less

than 10 Customer (Organizations)

15. Principal Firm’s Total Laid

Optical Fibre in Km in

Pakistan.

15 15 RoW ≥ 3000Km

10 2500 < RoW < 3000 Km

5 1500 < RoW < 2500 Km

16. Principals Firm’s Total Laid Optical Fibre Metro Rings in Pakistan cities

15 15 OF Rings ≥ 6

10 OF Rings ≥ 4

5 OF Rings ≥ 3

17. Principal Firm’s Total Current Right of Way (RoW) in Pakistan

15 15 RoW ≥ 4000Km

10 3000 < RoW < 4000 Km

5 2000 < RoW < 3000 Km

Grand Total for Part (C) Total 100

Page 14: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

14

Weight of the Part C (Firms Optical Fibre Infrastructure with Last-mile Metro fiber) in Technical Evaluation is 40% and firm's Score will be calculated using following

formula

Firm's Score = Marks Obtained by Firm in Part C/ Total Max. Marks of Part C * 40%

Part D) Maintenance and Operation

19.

Maintenance and Operation Team

(preferably placed in PERN regional NOCs)

15

15 Maintenance and Operations Team of

more than four (04) technical staff

members is assigned for each region

10

Maintenance and Operations Team

between three (03) to four (04)

technical staff members is assigned to

each region.

5

Maintenance and Operation Team

between two (02) to three (03)

technical staff members is assigned to

each region.

20.

Total Uptime SLA per

segment per year

15 15

If proposed uptime is 99.7% and

above in SLA

10 If proposed between 99% and 98.00%

uptime in SLA

5 If proposed less than 98.00%

Grand Total for Part-D 30

Weight of the Part D (Maintenance and Operation) in Technical Evaluation is 30 %

and firm's Score will be calculate by following formula

Firm's Score = Marks Obtained by Firm in Part D/ Total Max. Marks of Part D * 30%

Part E) Managed Capacity Services

21. Firm Providing Managed Services

15 10 Firm Providing Managed Services via

Wired Media in all Regions of Pakistan

7 Firm Providing Managed Services via

Wired Media in 1-3 Regions

Grand Total for

Part E 15

Weight of the Part E (Managed Capacity Services) in Technical Evaluation is 30 %

and firm's Score will be calculate by following formula

Firm's Score = Marks Obtained by Firm in Part E/ Total Max. Marks of Part E * 30%

FIRM’s TOTAL SCORE = Firm’s Scores in Part-B + Part-C + Part-D+ Part-E

Page 15: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

15

13. FORM –B1. TECHNICAL AND FINANCIAL EVALUATION CRITERIA (WIRED SERVICES-LONG

HAUL RINGs BIFURCATION)

Part A) Mandatory requirements To Be Filled by

Bidder

S. # Attributes

Attributes Information on page

# of Technical

Proposal

1. Income Tax Certificate / GST Certificate

2. Must have valid PTA license for services offered like LDI, FLL, WLL, etc

3. Copy of Certificate From the Regulatory Authority of RoW for respective regions

4. Potential bidders must have laid Optical Fiber not less than 200 km in cities

falling in designated regions for which they are submitting response

5. Bidder laid optical fiber network must Comply with ITU-T Standard G.652.d

within cities and G.655/G.655c for long haul

6. At least three years of relevant experience

7. Must provide Technical Information Sheet

8. Must have Completed 3 similar projects.

9. The minimum applicable SLA for any service will be 99.7% / Month

10. Must have offices in the respective regions for which potential bidder is

submitting response

11. Must have several pairs (indicate number) spare and at least 10 years of fiber life

left of G.652.d and G.655/G.655c fiber in the regions for which the potential

bidder is submitting response

12. Firm must have minimum Rs. 125 million on annual Turnover for last two (02)

years.

13 Firm Must have a dedicated NOC team available at 24 x 7 x 365 for technical

support , network monitoring, coordination, follow-ups, etc.

14 Firm must have a dedicated O&M team available at 24 x 7 x 365 for link

maintenance and fault restoration.

Part B) General Evaluation

Corporate Profile

1. Location of Offices 10 10

Offices in Abbottabad, Islamabad, Karachi, Lahore, Muzaffarabad, Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

5 Offices in Islamabad, Karachi, Lahore,

Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

3 Offices in Karachi, Lahore and Islamabad

2. Technical Staff 10 10

Firm has more than and equal to 100

relevant technical staff resident in

Pakistan.

7 Firm has 60-70 relevant technical staff

resident in Pakistan.

5 Firm has 30-50 relevant technical staff

resident in Pakistan.

Page 16: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

16

3. Financial Strength 10 10

Firm has More than Rs. 500 million

annual Turnover for last two (02) years.

5 Firm has between Rs. 300 million to Rs. 300million annual Turnover for last two

(02) years.

2 Firm has between Rs. 125 million to Rs. 200 million annual Turnover for last two

(02) Years.

4. Company in operation 10 10 1 for each year

Subtotal 40

Relevant Experience

5. Firm has established

Optical Fiber

Connectivity among

cities in multiple regions.

15 15

Firm has Optical Fiber connectivity of

more than or equal to fifteen (15) cities in

North (A,B,C) , Central and South.

10 Firm has Optical Fiber connectivity of

more than or equal to fifteen (15) cities in

North (A,B), Central and South.

7 Firm has Optical Fiber connectivity of

more than or equal to fifteen (15) cities in

North-A, Central and South.

6. Number of customers that

are using firm’s long haul

fiber network.

15 15

More then 10

10 Between 5 to 10

7 From 3 to 5

Sub Total 30

Staff Assigned

7. Project Management Team

10 10

Dedicated Project Management Team

of more than three (03) staff members

is assigned.

07 Dedicated Project Management Team

between two (02) to three (03) staff

members is assigned.

05 Dedicated Project Management Team

of single (01) staff member is assigned.

8. Project Technical Team

identifying Transmission

staff (excluding labor)

10 10

Dedicated Project Technical Team of

more than eight (8) staff members is

assigned.

07 Dedicated Project Technical Team

between five (05) to seven (07) staff

members is assigned.

05

Dedicated Project Technical Team between three

(03) to six (06) staff members is

assigned.

9. Links Establishment Time in number of days with up to 500 km of proposed region.

10

(Min No of days quoted all bid / No of

days quoted in bid consideration) x 10

Page 17: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

17

Sub Total 30

Grand Total 100

Weight of the Part B (General Evaluation) in Technical Evaluation is 30% and firm's

Score will be calculated by the following formula:

Firm's Score = Marks Obtained by Firm in Part B / Total Max. Marks of Part B * 30

Part C) Firms Long Haul Infrastructure

10. Principal Firm's current right of way for OF in respected Regions mentioned in Annex-II

20 20

Firms with ROW in all regions in Annex-

II (North-A, North-B, North-C, Central,

South)

15 Firms with ROW in North-A, North-B,

Central and South

10 Firms with ROW in North-A, Central and

South

5 Firms with ROW in tow (02) Regions

only

11. Principal Firm’s Total Laid

Optical Fibre in Km in

Pakistan.

20 20 Laid Fiber ≥ 4000Km

15 3000 < Laid Fiber < 4000 Km

7 1500 < Laid Fiber < 3000 Km

12. Principals Firm’s Total Laid Optical Fibre Metro Rings in Pakistan cities

20 20 OF Rings ≥ 6

15 OF Rings ≥ 4

7 OF Rings ≥ 3

13. Principal Firm’s Total Current Right of Way (RoW) in Pakistan

20 20 RoW ≥ 5000Km

15 3000 < RoW < 5000 Km

7 1500 < RoW < 3000 Km

14. Principal Firm’s Total Capability to interconnect

regions in Pakistan

20 20 If firm can interconnect all regions with

each other in Annex-II

15 If firm can interconnect North-A with

Central and Central with South

7 If firm can interconnect North-A with

Central or Central with South

Grand Total for Part (C) Total 100

Weight of the Part C (Firms Optical Fibre Infrastructure with Long Haul Fiber) in Technical Evaluation is 40% and firm's Score will be calculated using following

formula

Firm's Score = Marks Obtained by Firm in Part C/ Total Max. Marks of Part C * 40%

Part D) Maintenance and Operation

15.

Maintenance and Operation Team

(preferably placed in PERN regional NOCs)

15

15 Maintenance and Operations Team of

more than four (04) technical staff

members is assigned for each region

10

Maintenance and Operations Team

between three (03) to four (04)

technical staff members is assigned to

each region.

Page 18: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

18

5

Maintenance and Operation Team

between two (02) to three (03)

technical staff members is assigned to

each region.

16.

Total Uptime SLA per

segment per year

15 15

If proposed uptime is 99.7% and

above in SLA

10 If proposed between 99% and 98.00%

uptime in SLA

5 If proposed less than 98.00%

Grand Total for Part-D 30

Weight of the Part D (Maintenance and Operation) in Technical Evaluation is 30 %

and firm's Score will be calculate by following formula

Firm's Score = Marks Obtained by Firm in Part D/ Total Max. Marks of Part D * 30%

Part E) Managed Capacity Services

17. Firm Providing Managed Services

15 10 Firm Providing Managed Services via

Wired Media in all Regions of Pakistan

7 Firm Providing Managed Services via

Wired Media in 1-3 Regions

Grand Total for

Part E 15

Weight of the Part E (Managed Capacity Services) in Technical Evaluation is 30 %

and firm's Score will be calculate by following formula

Firm's Score = Marks Obtained by Firm in Part E/ Total Max. Marks of Part E * 30%

FIRM’s TOTAL SCORE = Firm’s Scores in Part-B + Part-C + Part-D+ Part-E

Page 19: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

19

14. FORM –B-2. TECHNICAL ANF FINANCIAL EVALUATION CRITERIA (WIRELESS SERVICES)

Part A) Mandatory requirements To Be Filled by

Bidder

S. # Attributes Attributes Information on page

# of Technical

Proposal

1 Income Tax Certificate / GST Certificate

2 Must have valid PTA license for services offered like LDI, FLL, WLL, etc

3 Potential bidders for Wireless medium must have installed Wireless Radios not

less than 100 units in cities falling in designated regions for which they are

submitting response

4 At least three years of relevant experience

5 Must provide Technical Information Sheet

6 Must have Completed 3 similar projects.

7 The minimum applicable SLA for any service will be 99.7% /month

8 Must have offices in the respective regions for which potential bidder is

submitting response

9 Firm must have minimum Rs. 125 million on annual Turnover for last two (02)

years.

10 Bidder laid optical fiber network and Wireless network must Comply with ITU-T

Standard.

Part B) General Evaluation

Corporate Profile

11.

Location of Offices 10 10

Offices in Abbottabad, Islamabad, Karachi, Lahore, Muzaffarabad, Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

5 Offices in Islamabad, Karachi, Lahore,

Faisalabad, Multan, Hyderabad,

Peshawar and Quetta

3 Offices in Karachi, Lahore and Islamabad

12.

Technical Staff 10 10

Firm has more than and equal to 100

relevant technical staff resident in

Pakistan.

7 Firm has 60-70 relevant technical staff

resident in Pakistan.

5 Firm has 30-50 relevant technical staff

resident in Pakistan.

13.

Financial Strength 10 10

Firm has More than Rs. 500 million

annual Turnover for last two (02) years.

5 Firm has between Rs. 500 million to Rs. 300million annual Turnover for last two

(02) years.

Page 20: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

20

2 Firm has between Rs. 125 million to Rs. 200 million annual Turnover for last two

(02) years.

14. Company in operation 10 10 02 for each year

Sub Total 40

Relevant Experience

15.

Similar Projects in hand *Number of customers in region wise, provided maximum wireless links

30

(Max No of Projects quoted all bid / No of Projects quoted in bid consideration )

x 10

Sub Total 30

Staff Assigned

21.

Links Delivery Time in number of days with 15 km of proposed region.

10

(Min No of days quoted in all bid / No of

days quoted in bid consideration _) x 10

22.

Links Delivery Time in number of days with 10 km of proposed region.

10

(Min No of days quoted all bid / No of

days quoted in bid consideration _) x 10

23.

Links Delivery Time in number of days with 5 km of proposed region.

10

(Min No of days quoted all bid / No of

days quoted in bid consideration) x 10

Sub Total 30

Grand Total 100

Weight of the Part B (General Evaluation) in Technical Evaluation is 30% and firm's

Score will be calculated by the following formula:

Firm's Score = Marks Obtained by Firm in Part B / Total Max. Marks of Part B * 30

Part C) Firms Last-mile Wireless Infrastructure

24. Wireless Frequency 25

Number of frequencies Licensed with FIRM in respective region / Highest

number of frequencies ranges in all bids x 25

Page 21: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

21

25. Number of towers in

proposed region 25

(Max No of towers quoted in all bid / No of towers quoted in bid

consideration) x 25

26.

Layer 2 VPN Connectivity 25

Capable of providing connectivity

through Layer 2 over service provider

own network. Supported at operational

27. Wireless Radio Bandwidth of 8-10MB Supported at an aerial distance of 8-10KM and above For larger bandwidths over a long distances of 40-60km and above

25 (Max No of distance quoted in all bid /

No of distance quoted in bid

consideration) x 25

Grand Total for Part (C) Total 100

Weight of the Part C (Firms Optical Fiber Infrastructure with Wireless Last mile) in

Technical Evaluation is 40% and firm's Score will be calculated using following

formula

Firm's Score = Marks Obtained by Firm in Part C/ Total Max. Marks of Part C * 40%

Part D) Maintenance and Operation

28.

Maintenance and Operation Team

(preferably placed in PERN regional NOCs)

15

15 Maintenance and Operations Team of

more than four (04) technical staff

members is assigned for each region

10

Maintenance and Operations Team

between three (03) to four (04)

technical staff members is assigned to

each region.

5

Maintenance and Operation Team

between two (02) to three (03)

technical staff members is assigned to

each region.

29.

Total Uptime SLA per link

per year

15 15

If proposed uptime is 99.99% and

above in SLA

10 If proposed between 99.9% and98.00%

uptime in SLA

07 If proposed less than 99.8.00%

Grand Total for Part-D 30

Weight of the Part D (Maintenance and Operation) in Technical Evaluation is 30 %

and firm's Score will be calculate by following formula

Page 22: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

22

Firm's Score = Marks Obtained by Firm in Part D/ Total Max. Marks of Part D * 30%

Part E) Managed Capacity Services

28. Firm Providing Managed

Services 15 10 Firm Providing Managed Services via

Wireless Media in all Regions of

Pakistan

7 Firm Providing Managed Services via Wireless Media in 1 -3 Regions of

Pakistan

Grand Total for Part E 15

Weight of the Part E (Managed Capacity Services) in Technical Evaluation is 30 % and

firm's Score will be calculate by following formula

Firm's Score = Marks Obtained by Firm in Part E/ Total Max. Marks of Part E * 30%

FIRM’s TOTAL SCORE = Firm’s Scores in Part-B + Part-C + Part-D + Part-E

Qualification Criteria

Firm must obtain 50 % marks in total Technical scoring to qualify

FINANCIAL CRITERIA

Firm must have minimum Rs.125 million on annual Turnover for last two (02) years.

Note

* Bidder must provide the documents in the sequence in Technical Proposal bid as

mentioned in this Document.

Page 23: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

23

ANNEXURE I

HEC ESTABLISHED POP SITES

Sr # POP SITES Region(s) Coordinates

1 PU, LHR Air University,

North A

33°42'48.42"N 73° 1'28.66"E ISB

2 Quaid-e-Azam

33°44'50.28"N 73° 8'11.34"E University, ISB

3 HEC, ISB 33°40'24.08"N 73° 3'15.23"E

4 Fatima Jinnah Women

University, RWP 33°35'10.59"N 73° 3'52.24"E

5 HEC, Peshawar North B 33°59'18.30"N 71°26'31.46"E

6 HEC, LHR

Central

31°30'38.41"N 74°21'10.40"E

7 GCU, LHR 31°34'29.33"N 74°18'27.03"E

8 UAF, Faisalabad 31°26'0.37"N 73° 4'8.97"E

9 BZU, Multan 30°16'16.12"N 71°30'20.05"E

10 PU, Lahore 31°30'9.98"N 74°18'31.26"E

11 UoS, Sargodha 32°4'27.69"N 72°41'1.92"E

12 BZU, Sahiwal 30°40'46"N 73°5'30"E

13 PU, Gujranwala 32°11'24.22"N 74°9'11.47"E

14 BZU, DG Khan 30°40'27.94"N 73°5'34.60"E

15 IUB, Bahawalpur 29°22'42.35"N 71°45'32.95"E

16 HEC, KHI

South

24°53'17.19"N 67° 3'57.22"E

17 CPSP. KHI 24°50'13.54"N 67° 3'30.72"E

18 KU, KHI 24°55'59.49"N 67° 7'16.10"E

19 BUITEMS 30°16'8.34"N 66°56'28.38"E

20 SU, Hyderabad 25°25'9.62"N 68°16'18.91"E

21 Quest, Nawabshah 26°14'03.9"N 68°23'08.6"E

22 SMBBMU, Larkana

23 IBA, Sukkur

Page 24: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

24

ANNEXURE II REGION WISE BREAKUP OF CITIES

Region Cities

North A Islamabad, Rawalpindi, Taxila, Wah Cantt and

other(s)

North B Abottabad, Attock, Bannu, Chitral, Dera Ismail khan, Dir (Lower), Dir (Upper), Haripur, Havelian, Khanspur, Kohat, Mardan, Nowshera, Peshawar,

Swabi, Swat, Gilgit Baltistan and other(s)

North C Kotli, Mirpur,Muzaffarabad,Rawalakot, Skardu

Sadhnuti and other(s)

Central Bahawalpur, Bahawalnagar, Chakwal, Depalpur Dera Ghazi Khan,Faisalabad,Gujranwala, Gujrat Jhang, Kasur, Lahore, Layyah, Mianwali, Multan Rahimyarkhan, Sahiwal, Sargodha, Sialkot,

TobaTek Singh, Vehari and other(s)

South Dadu ,Ghotki, Hyderabad, Kalat, Karachi, Kech, Khuzdar,Larkana, Lasbela, Loralai, Mithi, Nasirabad, Pishin, Quetta, Sukkur, Tandojam Thatta, Zhob and other(s)

Page 25: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

25

ANNEXURE III MINIMUM TERMS & CONDITIONS OF POST -QUALIFICATION PROCUREMENT

a. The bids of future procurement of Wireless and fiber segments, to provide connectivity and redundant links (through alternate service Provider network) , and DPLC circuits with payment terms and conditions will be circulated among all the pre-qualified bidders in their respective regions

b. The prequalified – bidders will submit the proposal to HEC

c. The proposals will be evaluated on the basis time, cost and length.

d. If there is a discrepancy between unit price and total price in the submitted Quotations as

and when asked by HEC from the selected bidders which are obtained by multiplying the

unit price and quantity, the unit price shall prevail and total price shall be corrected. If there

is a discrepancy between the words and figures, the amount in words shall prevail. If there

is a mistake in addition/ totaling, that shall be corrected. If the bidder does not accept the

corrected amount of proposal, his quotation shall be rejected.

e. After the approval of any Work Award, a Contract Agreement (or an Addendum of existing

valid Contract Agreement of same project) on the stamp paper worth Rs. 100/- shall be

executed by HEC with selected prequalified bidder (i.e. Contractor) within 15 days from the

date of issuance of LoI (Letter of Intent) /Work Order.

f. Contractor will provide a Performance Bank Guarantee (BG) equal to (10%) to ten percent

the first year services (lease/item/segment/capacity) amount at the time of signing of

contract. All invoices will be processed if valid Bank Guarantee (BG) is submitted. This will

be returned to Contractor after the completion of the one (01) year period after adjusting

the SLA penalties (if any). This process of annual billing and provision of BG will be repeated

annually for contract tenure years (extendable). In case of advance payment contractor will

provide 100% Bank Guarantee equal to invoiced amount.

g. In post prequalification procurement, at the time of RFP, bidder will be asked for earnest

money equal to the value specified in the post prequalification contract along with the bid

as part of financial proposal. The bid shall not be considered without earnest money.

h. Earnest money will be forfeited if the selected bidder fails complete the work or to sign the

contract agreement with HEC.

i. In case of delay the Executive Director, HEC reserves the right to impose a penalty not

exceeding 10% of the total amount of the Work Order/ contract at the rate of 5% for each

week of delay in handing over segment(s)”.

Page 26: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

26

j. If the Firm/Vendor fails to complete work in its designated Region, the Executive Director,

HEC reserves the right to reject it altogether or impose a penalty not exceeding 50% of the

total amount of the contract.

k. If the progress of the work is not to the satisfaction of ED(HEC), the ED(HEC) has the right

to cancel the order, get the work done by some other Contractor/Firm and may impose the

plenty to first party to pay any amount in excess of the agreed amount, the difference will

be recovered from the second party.

l. At the time of procurement the payment will be scheduled as per provision. HEC may

consider any other alternative arrangement for payments which falls in the legal framework

of Government of Pakistan (GoP) at the time of Contract signing with selected bidder.

m. After the hand-over of all Link(s) in respective region to HEC, Contractor will invoice HEC

for a One (01) year period starting from the date of hand-over segment/ link. This amount

will be paid to Contractor within 30 working days of submission of the invoice, subject to

the fulfillment of all necessary documentation. Any delays due to HEC may need to adjust

in the date of hand-over the segment/link.

n. The total yearly payment is subject to the total actual fiber Segment length verified through

OTDR traces as part of the acceptance testing process. If the fiber length measured by OTDR

(based on existing requirements of HEC only) is greater than the quoted fiber length in BoC

(provided by potential bidders) then the quoted fiber length in BoC will be considered.

o. In case of Wireless last-mile, cost of actual number of radios installed will be considered

p. In case of any dispute between the two parties of any matter arising out of after signing the

contract agreement, the case shall be referred to Executive Director, HEC whose decision

shall be final and binding on both parties.

q. At the time of commissioning, Selected Bidder must provide comprehensive

documentation of

i. In case of metro fiber - Optical Fiber laid including diagrams, labelling,

schematics, and configuration, SOPs, Training and Training Manuals etc.

ii. In case of Wireless – SOPs, labeling, and a high-level training to interact

with first level support of the vendor

r. For Maintenance and Operation, the Contractor will be required to sign a Service Level Agreement (SLA) (the potential bidder shall attach a draft SLA as Annex in its Proposal) and the same will be reviewed and amended as per HEC requirements. The SLA shall as a minimum include the following procedures:

s. Helpdesk Availability and Fault Reporting

Page 27: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

27

Selected Bidder will be responsible for end to end management of the link. HEC will report

any faults to Contractor Helpdesk, available on 24 x 7 basis, by phone and email.. Contractor

will provide automated trouble ticket mechanism with escalation levels to report and

record the complaints.

t. Response Time at Site

Response time of Contractor’s field team at PERN2 site, all days, 24 x 7, will by minimum 2

hours from the time of reporting the fault at Contractor’s NOC.

u. Availability / Physical Layer Connectivity

Contractor will ensure guaranteed minimum 99.7% uptime of any single segment/ link.

If outage is more than 24 hours, Contractor will make alternate arrangement to provide

connectivity through all means at its disposal and cost on best effort basis (wired or

wireless).

Subsequent to each fault, the selected bidder must provide a report on the nature of the

fault, the action taken to correct it, and the time to restore service. Should there be more

than one fault during any calendar month, a single report covering all faults in that month

will be sufficient.

Financial penalties on the Contractor due to non-availability of the network shown in

percentage of a monthly charge without discounts must be at least the following: Table 2:

Financial penalties due to non-availability of network

Network Availability

(% of 720 hours)(per month)

Hours (Outage/downtime Per Month) (Accumulative)

Deduction/Penalty (%) of fiber lease cost per month per km for affected

links)

100% - 99.7% (Guaranteed uptime)

0 – 2 hrs 0%

<99.7% to 99.2% >2 – 6 hrs 20%

<99.2% to 98.6% >6 – 10 hrs 30%

<98.6% to 97.8% >10 – 16 hrs 50%

<97.8% to 97.2% >16 – 20 hrs 70%

<97.2% to 96.7% >20 – 24 hrs 80%

<96.7% to 96.0% >24 - 29 hrs 100%

Less than 96% More than 29 hours Redundant link on the disposal and cost of

vendor

With reference to above table, contractor will ensure guaranteed minimum 99.7% uptime

of any single segment/link.

If accumulated or any single outage on a link is more than 29 hours (Network Availability

less than 96%) in a month and repeated in any two months in last 12 months cycle,

Page 28: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

28

contractor will make alternate arrangement to provide connectivity through all means at

its disposal and cost on best effort basis on the primary mode of respective link.

ABOVE MENTION UPTIME WILL BE CALCULATED ACCUMULATED OVER PERIOD OF ONE

MONTH. HOWEVER IN THE MULTIPLE EVENT ACCORDANCE IN THE SAME MONTH WILL LEAD TO

CANCELATION OF ORDER. u. Calculation of SLA:

Invoice without calculation of SLA will not be entertained. Contractor will

be liable to share SLA 15-days prior to the submitting of the invoice.

Delay in submission of invoice will not cause any obligation to HEC.

Page 29: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

29

ANNEXURE IV COMPLIANCE CERTIFICATES/COMPLIANCE UNDERTAKING

I, (Name); (CNIC#); (Designation), (Company Name) have gone through the Terms/Conditions of this Prequalification Document and hereby undertake and firmly bound myself to abide by/comply

all sections of this Document except for those items noted below.

1 2 3 4 5 6 7 8 9

10

Signature __________________ Name __________________ Designation __________________ Company __________________ Date __________________

Page 30: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

30

ANNEXURE V FIRM’S REFERENCES FORMAT

FIRM’S REFERENCES

Relevant Services Carried Out in the Last Five Years

That Best Illustrate Qualifications

Using the format below, provide information on each reference assignment for which your

firm/entity, either individually as a corporate entity or as one of the major companies within an

association, was legally contracted (please provide documentary evidence).

Assignment Name:

Country:

Location within Country:

Key Professional Staff Provided

by Your Firm/ entity(profiles):

Name of Client:

No of Staff:

Address:

No of Staff-Months; duration of

assignment:

Start Date (Month/Year):

Completion Date (Month/Year): Approx. Value of Services (in

Current ):

Name of Associated Consultants, if any:

No of Months of Professional

Staff Provided by Associated

Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Page 31: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

31

Firm’s Name:

ANNEXURE VI FORMAT OF TECHNICAL PROPOSAL SUBMISSION FORM

TECHNICAL PROPOSAL SUBMISSION FORM

The Project Director (PERN2)

Higher Education Commission,

H-9, Islamabad

Sir

I/We, the undersigned, submitting this application for Prequalification and offer to

provide the required services as and when required by HEC in;

Wired Region

Fiber Optics North A North B North C Central South

Dark Fiber North A North B North C Central South

Managed

Capacity

North A North B North C Central South

Other* Please Specify

North A North B North C Central South

Wireless Region

OB3 North A North B North C Central South

VSAT North A North B North C Central South

Wi-Max North A North B North C Central South

ISM Band North A North B North C Central South

Other* Please Specify

North A North B North C Central South

Page 32: Bidding Document for Pre-QualificationTechnical specifications (brochures, etc) of Long Haul Optic Fiber (DPLC), metro Fiber or Wireless Radio Connectivity, and Contact addresses with

32

Regions interlink Connectivity (Fiber)

Regions

North A to Central

South to Central

North A to South

North B to Central

in accordance with your pre-qualification document dated ____________ , and our

Proposal. We are hereby submitting our response, which includes this technical proposal.

We understand you are not bound to accept any response you receive and reserves the

right to accept or reject any offer and to annul the pre-qualification process and reject all

responses without assigning any reason or having to owe any explanation whatsoever.

The decision of evaluating committee shall be final and cannot be challenged on any

ground at any forum and the evaluating committee will not be liable for any loss or

damage to any party acting in reliance thereon.

We remain,

Yours sincerely

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address: