PRE-QUALIFICATION DOCUMENT Pre-Qualification of Firms for ...
Transcript of PRE-QUALIFICATION DOCUMENT Pre-Qualification of Firms for ...
Page 1 of 39
PRE-QUALIFICATION DOCUMENT
Pre-Qualification of Firms for Supply of Goods, Services, Repair &
Maintenance
Under Categories
(Data Center Equipment, Networking Equipment, IT Equipment, Electrical
Equipment, HVAC, Civil Work, Software’s/Trainings,)
2016 - 2017
Submission of Bids: 22nd November, 2016 at 2:00PM
Opening of Bids: 22nd November, 2016 at 2:30PM
Higher Education Commission, SectorH-9 Islamabad
Phone: (+ 92) (51) (90402224) (90402224) Fax: 051-
90402202, website: www.hec.gov.pk
Rs. (500/-)
Page 2 of 39
Table of Contents
Contents Definitions ...................................................................................................................................................... 3
1. INTRODUCTION .............................................................................................................................. 4
2. OBJECTIVE ...................................................................................................................................... 4
3. RESPONSE REQUIREMENTS ..................................................................................................... 4
4. EVALUATION CRITERIA ............................................................................................................... 5
5. GENERAL TERMS AND CONDITIONS ...................................................................................... 6
6. POST QUALIFICATION PROCUREMENT PROCEDURE....................................................... 7
6.1. “GROUP-A”:............................................................................................................................. 7
6.2. “GROUP-B”:............................................................................................................................. 7
7. MINIMUM TERMS & CONDITIONS FOR POST QUALIFICATION PROCUREMENT ....... 8
8. CLARIFICATIONS ......................................................................................................................... 10
ANNEXURE-A ........................................................................................................................................ 11
“COMPLIANCE CERTIFICATES/COMPLIANCE UNDERTAKING” ........................................... 11
ANNEXURE-B ........................................................................................................................................ 12
“FIRMS REFERENCES” .................................................................................................................. 12
ANNEXURE-C ........................................................................................................................................ 13
“EVALUATION CRITERIA” ................................................................................................................. 13
ANNEXURE-D ........................................................................................................................................ 18
“PRE-QUALIFICATION FORM” ......................................................................................................... 18
ANNEXURE-E ........................................................................................................................................ 33
“REQUEST FOR QUOTATION FORMAT & SUPPLIER RESPONSE” ...................................... 33
ANNEXURE-F ........................................................................................................................................ 38
“OPERATIONAL REGIONS” .............................................................................................................. 38
Page 3 of 39
Definitions
1. "Authorized Representative" means any representative appointed, from time to time, by the Purchaser or the Supplier.
2. “Group-A Firms” are those Pre-Qualified firms whom will participate in the competitive bidding process through RFP for any work related to Purchase OR Repair/Maintenance OR Services exceeding Rs. 0.2 Million and for non-emergency works.
3. “Group-B Firms” are those firms which whom will participate in the competitive bidding process through RFQ for any work related to Purchase OR Repair/Maintenance OR Services below Rs. 0.2 Million and for an emergency works up to the financial limit of Rs. 3 Million.
4. “Purchase” means purchase of any new Item/Software etc.
5. “Repair/Maintenance” means repair/maintenance, upgradation of any existing item or replacement/purchase of item in case of complete damage of existing item or non-repair item.
6. “Services" means work to be done by the supplier or other such obligations which the Supplier is required to provide to the Purchaser under the Purchase Order/Contract.
7. “RFP” means request for proposal.
8. “RFQ” means request for quotation.
9. "Purchaser" means Higher Education Commission.
10. “Supplier” means the Firm/ Contractor selected by the Purchaser to deliver the required Goods or Services under the Purchase Order/Contract.
11. “Purchase Order” means a document issued by the Purchaser to the Supplier for the delivery of Goods or Services or Repair/Maintenance as required by the Purchaser.
12. “Commencement Date of the Contract" means the date of signing of the Contract between the Purchaser and the Contractor.
13. “Contract" means the agreement entered into between the Purchaser and the Contractor, as recorded in the Contract Form signed by the parties, including all Schedules and Attachments thereto and all documents incorporated by reference therein.
14. “Contract Price" means the price payable to the Contractor under the Purchase Order/Contract for the full and proper performance of its contractual obligations.
15. “Day" means calendar day.
16. “Goods" means equipment, machinery, and/or other materials / supplies which the Contractor is required to supply to the Purchaser under the Purchase Order/Contract against each item.
Page 4 of 39
1. INTRODUCTION Higher Education Commission IT Division is managing multiple flagship projects / Initiates of
HEC which includes but not limited to Pakistan Education & Research Network (PERN),
National Video Conferencing Network (NVCN), Pakistan Internet exchange (PIXP), Prime
Minister Laptop Scheme (PMLNS) ,Smart Universities, Digital Exchange, Smart Campuses,
Long Haul DWDM, Business Process Automation System(BPAS), Data Centers, Cloud
Services, IT LABs etc. for which IT division time to time floats tenders for the procurement of
goods and services for the IT related equipment / services acquisitions through Request for
Proposals (RFPs). Moreover to ensure the smooth operations & Services to HEC /
Universities for matters where urgent interventions are required, IT division acquires goods /
services from the suppliers through floating Request for quotations (RFQs).
Higher Education Commission, Sector H-9 Islamabad intends to Pre-Qualify Firms for supply
of Goods, Services & Repair/Maintenance under PPRA rule 15 & 16 under the categories (1.
Data Center Equipment, 2. Networking Equipment, 3. IT Equipment, 4. Electric Equipment,
5. HVAC, 6.Civil Work, 7 Software’s/Trainings.). This exercise will enable all suppliers
interested in partnering with HEC for the supply of goods and services to get shortlisted as
qualified Criteria and will make them eligible to fairly compete for any business opportunities
that may be available at HEC for the supply of goods and services.
2. OBJECTIVE
Higher Education Commission, Sector H-9 Islamabad intends to Pre-Qualify Firms in order
to:
a. Search for new suppliers of various goods and services on the market.
b. Create a list of suppliers as per category who shall be used every time , IT
Division has a requirement as per scope of Pre-Qualification
c. Bench mark market rates, quality and competitiveness
d. Explore Innovative solutions and develop local suppliers
e. Increase the procurement efficiency by decreasing the time communed in
Firms post shortlisting and evaluation.
f. Ensure the transparency in the procurement.
3. RESPONSE REQUIREMENTS
Potential bidders must follow the following requirement for their responses.
3.1. For this Pre-Qualification PPRA’s Rule 15 and 16 will be adopted.
3.2. Financial bids will be called from those firms only whom are Pre-Qualified by the competent authority.
Page 5 of 39
3.3. All potential bidders must indicate their intention for selection, for single or multiple categories i.e. the potential bidder may participate in more than one category, as per the “Pre-Qualification Form” mentioned at “Annex-D”.
3.4. Bidders are required to submit a signed copy of Compliance Certificate (Annex- A) while affixing official stamp on it including name, title, fax number and e-mail address of the their authorized representative.
3.5. Bidders are required to fill and sign their project details while affixing official stamp on each as per the format mentioned at “Annex-B”- “Firms Refrence ” as provided in this RFP and must submit it along with Proposal.
3.6. Certificate of Company/Firm/Contractor Registration/Incorporation under the laws of Pakistan.
3.7. Valid Registration Certificate for Income Tax & Sales Tax.
3.8. Bidders applying for “Group-A Firm” has to submit the bank Guarantee or Bank draft as earnest money of amount Rs. 100,000 at the time of submission of pre-qualification bid which will be release after compeleiton of 1st Year.
3.9. Bidders applying for “Group-B Firm” has to submit the bank Guarantee or Bank draft as earnest money of amount Rs. 50,000/- at the time of submission of pre-qualification bid which will be release after compeleiton of 1st Year.
3.10. Bidders appling for both the Groups has to submit the bank Guarantee or Bank draft as earnest money of amount Rs. 100,000 at the time of submission of pre-qualification bid which will be release after compeleiton of 1st Year
3.11. Incomplete and conditional responses will not be entertained.
3.12. 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.
3.13. Responses are liable to be rejected if; they are not conforming to the terms, conditions and specifications stipulated in this pre-qualification document.
3.14. Responses submitted via email or fax will not be entertained
3.15. The term for Prequalification would be three (03) Years.
4. EVALUATION CRITERIA
4.1. The responses will be evaluated as per Evaluation Criteria mentioned at “Annex-C” and proposals compliance with Mandatory requirements against each category and its subcategory will only be shortlisted for further evaluation.
4.2. For qualifying, bidders shall fulfill all the requirements as laid out in Part A “Mandatory Requirements” of Evaluation Criteria. If any of the mandatory requirements is not met by the bidder, the bid will be cancelled straightaway and no further consideration will be given. Moreover, bidders will have to secure 70% (overall) score in the Evaluation Criteria for qualification in either group A or B.
4.3. Firms will be evalauted agianst Two groups i.e.
a) “Group -A Firms” are those Pre-Qualified firms whom will participate in the competitive bidding process through RFP for any work related to Purchase
Page 6 of 39
OR Repair/Maintenance OR Services exceeding Rs. 0.2 Million and for non-emergency works.
b) “Group -B Firms” are those Pre-Qualified firms whom will participate in the competitive bidding process through RFQ for any work related to Purchase OR Repair/Maintenance OR Services below 0.2 Million AND for an emergency works up to the financial limit of Rs. 3 Million. Whereas, the emergency work exceeding Rs. 0.2 Million shall be verified by the technical concerned officer and shall be initiated with the approval of Divisional Head.
4.4. The potential bidders shall be evaluated only for those Category and its Group for which they have explicitly shown their intent to participate. This evaluation shall be separate and independent for each Category.
4.5. HEC may seek clarification from any of the participating bidders, at any stage during the pre-qualification process, as deem necessary.
5. GENERAL TERMS AND CONDITIONS
Following general terms & conditions apply on all potential bidders
5.1. The potential bidder should be registered with sales Tax and Income Tax Department.
5.2. An affidavit on legal stamp paper worth Rs. 100 to the effect that the firm has not been blacklisted by any Government/semi Government organization, and there is no litigation against the firm and agree to the Minnimum Clauses for Post-qualification Procumrnet as per Clauses- 6 & 7 and its sub caluses of this RFP.
5.3. Any procurement carried out through this pre-qualification will be liable for Minimum Terms & Conditions of Post -qualification Procurement mentioned at Caluses -6 & 7 of this RFP.
5.4. Firms/Contractors should note that during the period from the receipt of the proposal and till further notice from the authority, all queries should be communicated via Contact person and in writing only.
5.5. The Purchaser will not be responsible for any costs or expenses incurred by Firms/Contractors in connection with the preparation or delivery of proposals.
5.6. Liquidated Damages
a) Selected prequalified Supplier/ Contractors are liable to participate / response to the queries floated time to time by HEC for RFPs and RFQs, In case of non-responsiveness or continous non-performnace / service degaradation by the Contractor, Contractor’s submitted Earnest Money will be forfeited, and Firm will be black Listed for any future procurement.
Page 7 of 39
6. POST QUALIFICATION PROCUREMENT PROCEDURE
6.1. “GROUP-A”:
a) The Request for Proposal (RFP) for purchase/repair and
maintenance/services exceeding Rs. 0.2 million will be circulated among all
the pre-qualified Firms.
b) RFP will be floated based on the PPRA rules and its sub clauses as per the
nature and complexity of the project / department / services required.
c) All the pre-qualified firms will be responsible to respond to the purchaser
either through Courier Service/Email/Fax.
d) The pre-qualified firms are liable to respond to all the queries of HEC within
the stipulated time mentioned in the RFP.
e) The proposals/bids will be evaluated based on the Technical and Financial
Evaluation Criteria as led out in RFP.
f) The contract will be awarded to highest technically qualified and lowest
quoted bidder.
g) 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 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.
h) Payment will be made as per terms and conditions mentioned in RFP.
Invoices will be cleared as soon as possible not exceeding 30 days upon
receiving the invoice and complete supporting documents.
6.2. “GROUP-B”:
a) Request for Quotations (RFQs) as per the format mentioned at “Annex-E”
shall be called on emails to all prequalified firms for the specific
repair/maintenance/purchase job in consideration.
b) The response time, resolution time, repair time and replacement time shall
be communicated within the email for which the RFQ has been requested.
c) The quotations submitted in conformance response time, resolution time,
repair time and replacement time shared in email received within stipulated
time will be accepted for further consideration.
d) The work/purchase order shall be placed to the firm on least cost basis
method.
Page 8 of 39
e) The Selected Firm/Contractor shall be responsible to complete the job within
given time from the date of issuance of work order.
f) The Selected Firm/Contractor shall provide all necessary supporting
documents along with GST invoice, delivery challan and other relevant
documents as required by the Purchaser.
g) The Application for invoice shall be accompanied by such invoices, receipts
or other documentary evidence as the Purchaser may require; state the
amount claimed; and set forth in detail, the Goods/ repair and maintenance
works or Services up to the date of the application for Payment.
h) Payment will be made on full delivery of Goods or Services or completion of
Repair/Maintenance Works, after taking over/satisfactory report on job card
and completing all formalities and provision of complete necessary
supporting documents by the Supplier.
7. MINIMUM TERMS & CONDITIONS FOR POST QUALIFICATION PROCUREMENT
Following Conditions of the Purchase/Services/Repair & Maintenance will be applied to the post-qualifications procurements:
7.1. Incomplete and conditional responses will not be accepted.
7.2. The selected pre-qualified bidder will be responsible to deliver equipment at the sites at its own risk and cost.
7.3. The supplier will confirm the Acceptance / Acknowledgment of its receipt on Purchase Orders/ Work Order after the receipt of the Purchase Orders/ Work Order from the Purchaser.
7.4. All goods must be accompanied by Delivery Challan on which the Order No., quantity and supplier's name is clearly shown.
7.5. The period of deliveries/Repair & Maintenance will commence from the date of the receipt of the Purchase Order by the supplier or as specified on the Purchase Order/Work Order.
7.6. Unless otherwise 'agreed', delivery of the material against Purchase Order shall be made at designated HEC offices/Regional Offices, Universities /HEis & PERN POP sites as per the RFP/ RFQ.
7.7. The Purchaser reserves the right to inspect any goods when received and Repair & Maintenance work at designated HEC offices by Authorized Officials as per Purchase /Work order issued to the Firm.
7.8. A satisfactory report regarding goods delivered/ Repair & Maintenance work shall be furnished by the Purchaser's Authorized Officer.
7.9. Goods supplied must correspond in all respects, with the Purchase Order and must conform in every respect to sample specification. In the absence of sample, goods supplied must be the best and of first class workmanship, failure to comply with this Clause will render the goods liable to be rejected.
Page 9 of 39
7.10. All items must be new, original and meet in all respects with the description details and conditions of the Purchase Order, and must be in good condition on receipt, otherwise they will be liable to rejection.
7.11. The supplier will deliver the goods ordered to the authorized representative of the Purchaser who will sign on each delivery note, otherwise the Purchaser will not be held responsible for the goods delivered contrary, to this instruction.
7.12. In case of rejection of goods or items, it will be at supplier’s risk and expense. Any item received damaged will not be accepted and will be removed by the supplier for replacement at their expense.
7.13. Liquidated Damages
a) 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/Purchase
Order contract at the rate of 1% for each week of delay
b) If the Firm/Vendor fails to complete work as per HEC requirement, 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.
7.14. Force Majeure
a) “Force Majeure” means an event which is beyond the reasonable control of a party and which makes a party’s performance of its obligations under the Purchase Order/Work Order/Contract impossible or so impractical as to be considered impossible under the circumstances, and includes, but is not limited to, War, Riots, Storm, Flood or other industrial actions (except where such strikes, lockouts or other industrial issues are within the power of the party invoking Force Majeure), confiscation or any other action by Government agencies. In all disputes between the parties as to matters arising pursuant to this Purchase Order/Work Order/Contract, the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The place for arbitration shall be decided by the purchaser.
b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional action of a Party or Agents or Employees, nor (ii) any event which a diligent Party could reasonably have been expected to both (A) take into account at the time of the conclusion of this Purchase Order/Work Order/Contract and (B) avoid or overcome in the carrying out of its obligations here under.
c) Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.
7.15. Blacklisting
a) If the Supplier fails / delays in performance of any of the obligations, under
the Purchase Order/Work Order/Contract and violates any of the provisions,
breach of any of the terms and conditions of the Purchase Order/Contract,
the Purchaser may, at any time, without prejudice to any other right of action
Page 10 of 39
/ remedy it may have, blacklist the Supplier, either indefinitely or for a stated
period.
b) If The Supplier is found to have engaged in corrupt or fraudulent practices in
competing for the award of the Purchase/Work Order/Contract, The
Purchaser may, at any time, without prejudice to any other right of action /
remedy it may have, blacklist The Supplier, either indefinitely or for a stated
period.
7.16. Dispute Resolution
a) The Purchaser and The Supplier shall make every effort to amicably resolve,
by direct informal negotiation, any disagreement or dispute arising between
them under or in connection with the Contract.
b) If, after thirty (30) working days, from the commencement of such informal
negotiations, The Purchaser and The Supplier have been unable to
amicably resolve a Contract dispute, either party may, require that the
dispute be referred for resolution by arbitration under the Pakistan
Arbitration Act, 1940, as amended, by one or more arbitrators selected in
accordance with said Law. The place for arbitration shall be decided by the
purchaser. The award shall be final and binding on the parties.
8. CLARIFICATIONS
The Contact details for all correspondence in relation to this Pre-Qualification is as follows:
Mr. Saria Saleem Malik Mr. Ali Khan
Network Manager Support Engineer (Power)
Phone: 051-9040224, 0300-5304730 Phone: 051-90407371,
Email: [email protected] Email: [email protected]
Page 11 of 39
ANNEXURE-A
“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
The information given in Bid is true to the best of my/ our knowledge; I/ we
undertake to inform purchaser Higher Education Commission, Sector H-9
Islamabad of any changes that may take place later in the status of firms in
business / agency or the management.
Signature __________________
Name __________________
Designation __________________
Company __________________
Date __________________
Page 12 of 39
ANNEXURE-B
“FIRMS REFERENCES”
Relevant Services carried out that Best Illustrate Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity and attach PO, either individually as a corporate entity or as one of the major
companies within an association, was legally contracted.
Assignment Name:
Country:
Location within Country:
Key Professional Staff Provided by
Your Firm/ entity(profiles):
Contract Signing Parties Name: Party A:( ) & Party B : ( )
Name of Client: and the reference Contract
NO. of Staff:
Address:
NO. of Staff-Months; duration of
assignment:
Start Date (Month/Year):
Completion Date (Month/Year): Approx. Value of Contract:
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:
Firm’s Name:
Page 13 of 39
ANNEXURE-C
“EVALUATION CRITERIA”
Part-A: Mandatory Requirements Sr.N
o Group-A Firm Group-B Firm
1 Firms with Income Tax Certificate / GST Certificate (Documentary Proof Required)
Firms with Income Tax Certificate / GST Certificate (Documentary Proof Required)
2 PEC registration (For CATII & CAT-IV) (Documentary Proof Required)
3 Location of Offices (Islamabad / Rawalpindi), Lahore and Karachi (Documentary Proof Required)
Location of Offices Islamabad/Lahore/Karachi/Quetta/Hyderabad / Peshawar (Documentary Proof Required)
4
The Bidder Must be Certified Partner for the proposed category (with the certified competencies) and corresponding Certificate in Pakistan (Documentary Proof Required)
The Bidder Must be Authorized Dealer / Reseller / Partner for the proposed category (with the certified competencies) and corresponding Certificate in Pakistan (Documentary Proof Required)
5 Company must be in operations from last Five Years (Documentary Proof Required)
Company must be in operations from last Seven Years (Documentary Proof Required)
6 Minimum 50 million Financial Turnover annually in relevant category (Documentary Proof Required)
Minimum 3 million Financial Turnover annually for the last two year in similar Projects (Documentary Proof Required)
7 At least Five years of relevant experience Documentary Proof Required)
At least Seven years of relevant experience (Documentary Proof Required)
8
Must have completed 10 Similar Projects in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories (Documentary Proof Required)
Must have completed 8 Similar Projects in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories (Documentary Proof Required)
9
Must have completed 5 Similar Projects in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories in government sector (Documentary Proof Required) ( references per ANNEXURE-B “FIRMS REFERENCES” required)
Must have completed 4 Similar Projects in terms of Supply, Installation, Integration and Commissioning, repair/maintenance and Services as per selected categories in government sector from last five years ( Firms references endorsed by Clients as per ANNEXURE-B “FIRMS REFERENCES” required)
Page 14 of 39
10 Affidavit that the firm has not been blacklisted by private, Govt., Semi Govt. or Autonomous Body
Affidavit that the firm has not been blacklisted by private, Govt., Semi Govt. or Autonomous Body
Sr.No
Attributes Max. Score
Weightage Criteria
Reference Page#
(Documentary Proof)
Part-B: General Evaluation- Corporate Profile
11 Location of Offices 10 10
No. of offices of Bid in consideration/ Maximum No. amongst all the Bids * 10
Location of branches on bidder letter head
12
Technical Staff (relevant category Engineers + Technicians + Product/Software Certified Resources)
10 10
No. of Certified Technical Resource as per selected category of Bid in consideration/ Maximum No. amongst all the Bids * 10
Number of Certified resources on bidder letter head
13
Lo cation of bidder Warehouses/ supplies depot in Pakistan
10 10
No. Warehouses or Depot of Bid in consideration/ Maximum no. of Warehouses or Depots amongst all the Bids *10
Bidder letter head with address of Warehouses
14
Financial Strength
10 10
Turnover of Bid in consideration/Maximum Turnover amongst all the Bids * 10
Audit Report / Financial Report
15 Company in operation (Years) 10 10
No. of Years of Bid in consideration/ Maximum No. amongst all the Bids *10
NTN Registration Certificate & SECP Registration,
Page 15 of 39
Sub-Total 50
Weight of Part B is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part B / Total Max. Marks of Part B *20
20
Part-C: Relevant Experience
16
Similar Projects Completed in last Three calendar years (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
17
Similar Projects Completed in Higher Education Sector (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
18
Similar Projects Completed in Banks/Telecom Sector (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
19
Firm has completed similar activities at different cities in a single project in Pakistan (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of Projects of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
20 SLA in Hand in Pakistan (Supply of goods/ Repair & Maintenance/ Services relevant to selected category) 10 10
No. of SLA's of Bid in consideration/ Maximum No. amongst all the Bids * 10
Purchase/Work Order/LOI Copies
Sub-Total 50
Page 16 of 39
Weight of Part C is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part C / Total Max. Marks of Part C *20
20
Part-D: Staff Strength
21 Management Team 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of Management resources on bidder letter head
22 Technical Team 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of Technical resources on bidder letter head
23 HR Team 10 10
No. of Resources of Bid in consideration/ Maximum No. amongst all the Bids * 10
List of HR resources on bidder letter head
Sub-Total 30
Weight of Part D is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part D / Total Max. Marks of Part D *20
20
Part-E: Service Operations
24 Firm has Customer Compliant Management System with adequate Controls. 10 10
Min. Time among all bids/ Time of bid in consideration * 10
Documentary Proof against selected category on
Page 17 of 39
bidders letter head
25 Service Operations time ( Bidders offering services over the weeks) (In hours ) 10 10
No. of Hours of Bid in consideration/ Maximum No. Hours amongst all the Bids * 10
Documentary Proof against selected category on bidders letter head
Sub-Total 20
Weight of Part E is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part E / Total Max. Marks of Part E *20
20
Part-F: Proposal
26
Distinguished Features, Relevant category product installed capacity, number of years of association with product principle, Technical resources and product availability at number of cities, KPI's success etc. 10 10
To be assigned by Technical Committee
27
Firms having implementation of Quality Control Mechanism and standards (Six sigma, ISO 9000, ISO 27001, ISO 22301 etc.) 10 10
To be assigned by Technical Committee
Sub-Total 20
Weight of Part F is 20% and the Score will be calculated by the following formula: Firm's Score = Marks Obtained by Firm in Part F / Total Max. Marks of Part F *20
20
Firm's Total Score = Sum of Scores from Part-B to Part-F)
100
Note: Bidders will have to secure 70% (overall) score in the Evaluation Criteria for qualification in either group A or B.
Page 18 of 39
ANNEXURE-D
“PRE-QUALIFICATION FORM”
a) Particulars
Company Name
Abbreviated Name
Operational Region /City South □ North □ Central □ [As per List at Annexure F ( Operational Regions)]
Firm applying for Group(s) as per RFP Clause
Group- A □
Group- B □
Applying for Category
DATA CENTER EQUIPMENT
NETWORKING EQUIPMENT
IT EQUIPMENT
ELECTRICAL EQUIPMENT
HVAC CIVIL
WORKS SOFTWARES/T
RAININGS
□ □ □ □ □ □ □ National Tax No. Sales Tax Registration No.
No. of Employees Company’s Date of Formation
*Please attach copies of NTN and GST Registration
Title of Firm
Type of Business
Private Limited □ Sole Proprietor □ Joint Venture □ Partnership □ Manufacturer □
Authorized
Partner □
Authorized
Distributor □ Reseller □ Others □
If others (Please Specify)
Page 19 of 39
Registered Office Address State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
Branch Office/s Address (attach separate sheet for all branches detail) State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
Factory / Workshop Address (If any) State/Province
City/Town Postal Code
Phone Fax
Email Address Website Address
b) Financial Strength of the Firm
Company Net Worth (PKR) Company Turn Over (PKR) for the last three year
Page 20 of 39
c) Categories Detail
CATEGORY-I “DATA CENTER EQUIPMENT”
Sr.No ITEM DESCRIPTION
Please Tick
()
Category /
Items to be
participate
Brand
(Firms
Dealing in )
1.
Server, Power Series Server or Equivalent
Specification/Model No. of Storage will
be share later on, Specification shall be
share as per current technology
available in the market or requirement
of purchaser etc.
2.
Server
Accessories
HDDs, RAMs, NICs Power Supplies
Mother Boards
Specification/Model No. of Servers will
be share later etc.
3.
Storage
Accessories
HDDs, Tape Drives, Power Supplies,
etc. Specification/Model No. of Storage
will be share later etc.
4. Rack 6U,8U, 12U, 27U , 36U, 42U.etc
5. Patch Panel 12Port, 24Port, 48Portetc.
6.
Patch Cord Patch Cords: CAT 6 UTP 3 Meters, Patch
Cords: CAT 6 UTP 5 Meters, CAT 6 UTP
10 Meters etc.
7. PDU Power Distribution Unit for 42U Rack
8.
KVM Specification shall be share as per
current technology available in the
market or requirement of purchaser etc.
9.
Rail Kit Server/Network Switches Rail kit
compatible with 42Ucabnit.etc
10.
Fire
Suppression
and
All types of Automatic & Manual Fire Suppression/Detection System
Page 21 of 39
Detection
System
(Detailed scope of work and
Specifications will be shared as per
requirement of purchaser)
11.
Fire
Extinguisher
s
All Types (manual automatic) and capacity included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
12.
Fire Alarm
Control
Panel
All Types and capacity included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
13.
Smoke
Detectors
All Types included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
14.
Heat
Detectors
All Types included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
15.
Humidity,
Water, Light
sensors
All Types included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
16.
Piping/Ducti
ng/Sprinkles
etc.
All Types included. (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
17.
Surveillance
Cameras
All Types included. (Detailed scope of work and
Specifications will be shared as per
Page 22 of 39
current Technology available in the
market or requirement of purchaser)
18.
Civil &
Installation/r
epair Work
All type of Civil, Installation/repair Work (Detailed scope of work and
Specifications will be shared as per
current Technology available in the
market or requirement of purchaser)
CATEGORY-II “NETWORKING EQUIPMENT”
19. Network
Switches
12-Port ,24 Port, 48 Port Gigabit
Network Switches, Specification shall
be share as per current technology
available in the market or requirement
of purchaser
20.
Back boxes
& Face
plates
double insert
I/O, UTP CAT-6 Cable as per requirement, Duct as per requirement,
21.
Security ,
High
Availability ,
Publishing
Appliances
Firewall , Load Balancers , Traffic Accelerators , Net flow Analyzers , Data leakage Preventions , Web Publishing appliances etc.
22.
Installation
/Commission
ing
Network Installation, Configuration, UTP cable laying, termination and node testing.
23. Connectors RJ-45
24.
Labelling
Tool &
Accessories
Labelling Tool Full kit with Ribbon, Battery
25. LAN Tester UTP LAN Tester
26. Digital Fibre
/LAN Tester
UTP/Fibre Tester
Page 23 of 39
27.
Video
conferencing
Video conferencing Terminals /codecs MCU’s Recoding Servers Gatekeeper Streaming Engine Streaming cards Video mixer and switcher software LED’s Audio Mixers Amplifiers Speakers Video conferencing room setup (wood paneling, carpet, ceiling, power cabling, paint, curtains and wallpapers) Multimedia Video Camera controller with LCD PTz Camera Training Mics (Ceiling, table, collar) Audio and video cables Racks Audio and Video connectors and converters
CATEGORY-III “IT EQUIPMENT”
28. Desktop
Computers
Specification shall be share as per current Technology available in the market or requirement of purchaser
29. Laptop Note
Book
Specification shall be share as per current Technology available in the market or requirement of purchaser
30. 2 in 1
Laptops
Specification shall be share as per current Technology available in the market or requirement of purchaser
31. Desktop
Laser Jet
Printer
Specification shall be share as per current Technology available in the market or requirement of purchaser
32. Colour Laser
Jet Printer
Specification shall be share as per current Technology available in the market or requirement of purchaser
33. RFID Card
Printer &
Accessories
Specification shall be share as per current Technology available in the market or requirement of purchaser
34. Printer
Accessories
Drum, Toners, Maintenance Kit
35. Multimedia
Projector
2200Lums, 3000Lums, Mini Multimedia Projectors
Page 24 of 39
36. Scanners Specification shall be share as per current Technology available in the market or requirement of purchaser.
37. Smart LED
TV
Specification shall be share as per current Technology available in the market or requirement of purchaser
38. Multimedia
Presenter
Standard
39. Keyboard Wired/Wireless
40. Mouse Wired/Wireless
41. PDA
(Personal
Data
Assistance)
Specification shall be share as per current Technology available in the market or requirement of purchaser
42. Power
Cables
Printer, LCD, Laptop Charger, PDU Loop Back Cables,
43. USB Data
Cable
Printer, Scanner,
44. HDMI & VGA
Cables
10Ft, 20ft, 40ft, 100ft
45. USB storage
Device
8GB, 16GB, 32GB, 64GB , 1TB
46. External
Drives
500GB, 750GB, 1TB
47. Laptop/Desk
top HDDs
500GB, 750Gb, 1TB
48. Laptops
Batteries &
Charges
Model will be share later on
49. Desktop
Accessories
Motherboard, HDDs, RAMs, Power Supply,
50. Rechargeabl
e battery
Cells +
Charger
All types
51. Sound
System
All in One Sound System, USB Input, Mic Input,
52. Laptop Bags Different Size of Bags
Page 25 of 39
53. External
Drive
DVD, Floppy Drive,
54. MFP Multi-Functional Printer,
55. Photocopiers
/Fax
Machines
Photocopiers/ Fax Machines.
56. Software’s Adobe Photoshop, Adobe Reader, Adobe writer, SPSS, CORAL Draw, Inpage Urdu, Antiviruses, AutoDesk, Winzip, WINRAR, AutoCAD, Adobe Designe, Adobe Creative Cloud. Solarwinds , Qradar , Metlab , Adventnet AD Manager Plus etc. , Academic Software , etc.
57. Telephone
Exchange
Equipment
(Telephone Set Analog, Digital), Telephone Cable, Connectors RJ11, Exchange Fuse, IP Phone,
CATEGORY-IV “ELECTRICAL EQUIPMENT”
Sr.No ITEM DESCRIPTION Please Tick
()
Category /
Items to be
participate
Brand
(Firms
Dealing in )
58. UPS 6.5 KVA, 1KVA, 3KVA, 6KV, 10KVA, 20 KVA, 30 KVA. Modular UPS’s 40, 50, 60, 80 and 100 KVA and upgradable All types and capacity/brand are included. (detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser)
59. Batteries All types and capacity included. (detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser)
60. UPS Parts All parts included. (detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser)
Page 26 of 39
61.
Stabilizer 30, 50, 80, 100, 150, 200, 250, 300,
350, 400 KVA
All types and capacity/brand are included. (detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser)
62.
Generator 10 KVA, 15 KVA, 20 KVA, 50 KVA, 100
KVA, 150 KVA, 200 KVA, 250 KVA, 300
KVA, 350 KVA, 400 KVA, 500 KVA, 600
KVA
All types and capacity/brand are included. (detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser)
63.
Generator
Sequencing/Parall
eling Panel
Different Capacity.
Detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser
64.
Generator Parts All parts included
(Detailed Specifications will be shared
as per current Technology available in
the market or requirement of purchaser)
65.
Generator Engine
Oil & Coolant
All types included
(Detailed Specifications will be shared
as per current Technology available in
the market or requirement of purchaser)
66.
Generator Canopy Different Capacity.
Detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser
67.
Earth Pit System Bore Type & Plate Type for Generator,
System, building etc.
All types and capacity are included. Detailed Specifications will be shared as
per requirement of purchaser
68. Power Cable All types and capacity/brand are
included.
Page 27 of 39
Detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser
69.
Control Cable All types and capacity/brand are included. Detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser
70.
Earth Cable All types and capacity/brand are included. Detailed Specifications will be shared as
per current Technology available in the
market or requirement of purchaser
71.
Electric
Equipment Rack
All types and capacity/brand are included. Local/Branded. For UPS’s and Batteries,
Generators, Stabilizers or any other
equipment.
Detailed Specifications will be shared as
per requirement of purchaser
72.
Automatic
Transfer Switch
(ATS) Panel
Relays, Timers, Bus Bars, Neutral Bars,
MCB Circuit Breakers, Indication Lights,
Ammeter, Voltmeter, External Manual
Supply selection switch, Control Circuit,
Distribution Box, MCCB Breakers,
Magnetic Contactors etc. ATS panel for
any type of generator capacity.
Specification/Model No. of equipment
will be shared later on.
73.
Static Transfer
Switch (STS)
Panel
Relays, Timers, Bus Bars, Neutral Bars,
MCB Circuit Breakers, Indication Lights,
Ammeter, Voltmeter, External Manual
Supply selection switch, Distribution
Box, MCCB Breakers, Magnetic
Contactors etc. STS panel for any type
of input and output supply capacity.
Specification/Model No. of equipment
will be shared later on.
74.
Electric
Distribution Box
(HT/LT DB/Panel)
Relays, Timers, Bus Bars, Neutral Bars,
MCB Circuit Breakers, Indication Lights,
Ammeter, Voltmeter, External Manual
Page 28 of 39
Supply selection switch, Distribution
Box, MCCB Breakers, Magnetic
Contactors, Current Transformer,
Potential Transformer etc. DB/panel for
any type of input and output supply
capacity.
Specification/Model No. of equipment
will be shared later on.
75.
Breakers All types and capacity/brand are included. 10 Amp, 15 Amp, 20 Amp, 40 Amp, 60
Amp, 80 Amp, 100 Amp, 120 Amp, 150
Amp, 180 Amp, 200 Amp, 230 Amp, 250
Amp, 300 Amp, 350 Amp, 400 Amp, 450
Amp, 500 Amp, 550 Amp, 600 Amp
76.
Magnetic
Contactors
All types and capacity/brand are included. 10 Amp, 15 Amp, 20 Amp, 40 Amp, 60
Amp, 80 Amp, 100 Amp, 120 Amp, 150
Amp, 180 Amp, 200 Amp, 230 Amp, 250
Amp, 300 Amp, 350 Amp, 400 Amp, 450
Amp, 500 Amp, 550 Amp, 600 Amp
77.
Relay All types and capacity/brand are included. Specification will be shared as per
current Technology available in the
market or requirement of purchaser
78.
Timer All types and capacity/brand are included. Specification will be shared as per
current technology available in the
market or requirement of purchaser
79.
Bus Bars All types and capacity are included. Neutral, Phase, Earth bus bars.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
Page 29 of 39
80.
PVC/UPVC/GI
Pipes etc.
All Sizes and types included
Specification will be shared as per
current technology available in the
market or requirement of purchaser
81.
Lights Flood Light, Emergency Light, Tube
Light, Energy Saver, Ceiling/Wall lights
etc. All types included.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
82.
Fan Pedestal Fan, Ceiling Fan, Wall mounted
Fan, Exhaust Fan etc. All types included.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
83.
Cable Ducts All types included.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
84.
Cable Tray All types included.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
85.
PDU Rack PDU without Monitoring
Functionality, Rack PDU with Monitoring
Functionality. All types included.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
86. Industrial Sockets All types and capacity included.
87. Electricity Meter All types and capacity included.
Page 30 of 39
88.
Electric Meters All types included.
Digital Clamp Meter, Earth Resistance
Meter, Temperature Meters, Battery
Capacity Monitoring Meters, Heat Meters
etc.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
89.
Automatic Phase
Sequencing/Corre
ction Panel
Different capacity.
Specification will be shared as per
current technology available in the
market or requirement of purchaser
90.
Sensors Smoke Sensors, Thermal and Heat
Sensor, Light Sensors, Movement
Sensor, Sensor, Water Sensor, Electric
Current and Potential Sensors, Vibration
Sensors etc. All types Included
91.
Repeller Electronic Reptile, Insect Repeller
(All types and brands included. Exact
Specification will be shared as per
current technology available in the
market or requirement of purchaser)
92. Other Accessories Thimbles, Cable Sleeves, Connectors,
Voltmeters, Ammeters, etc.
93. Civil and
Installation Work
All type of related Civil and Installation
work
CATEGORY-V “HVAC”
Sr.No ITEM DESCRIPTION
Please Tick
()
Category /
Items to be
participate
Brand
(Firms
Dealing in )
Page 31 of 39
94. Comfort Cooling
Units
All Types and capacity included. Standard and DC Inverter types. 1 Ton to capacity as per requirements Floor Standing and Wall mounted etc. (detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser)
95. Precision Cooling
Units
All Types and capacity included. 4 Ton, 8 Ton, 15 Ton (detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser)
96. VRF Cooling Units All Types (standard DC Inverter) and capacity included. Detailed Specifications will be shared as per current Technology available in the market or requirement of purchaser.
97. Comfort/Precision
Cooling/VRF etc.
Parts
Piping, ducting, wiring, capacitors, motors, indoor/outdoor units, remotes etc. All parts included (detailed Specifications will be shared as per requirement of purchaser)
98. Refrigerant All types included. (detailed Specifications will be shared as per requirement of purchaser)
99. Sensors All related Types i.e. Heat, Temperature, Smoke, Humidity Sensors etc.
100. Other Accessories Drain Pipes, Ducting, Thimbles, Cable Sleeves, Connectors, Voltmeters, Ammeters, etc.
101. Civil & Installation
Work
All type of Civil and related installation work for installation and commissioning of units.
CATEGORY-VI “CIVIL Work”
Sr.No ITEM DESCRIPTION
Please Tick
()
Category /
Items to be
participate
Brand
(Firms
Dealing in )
102. Civil Work All types of civil work included. Construction, demolition, glass windows, glass partitioning, Digging, Dismantling, Excavation, Concrete PAD Fabrication, false ceiling, raise flooring, trench and
Page 32 of 39
main hole fabrication, renovation work, paint, window shades, fiber shades, leakage seepage rectification, paneling, wallpapers, wall tiles, tiles installation, dampa false ceiling, flooring, pipes laying, cable laying etc. (All types of Civil Work included. Detailed scope of work and Specifications will be shared as per requirement of purchaser)
103. Furniture All Types included. (Detailed scope of work and Specifications will be shared as per current Technology available in the market or requirement of purchaser)
CATEGORY-VII “SOFTWARES/TRAININGS”
Sr.No
104. Technical
Standards and
Best Practices
PMP, Prince2, ISO 9000,ISO 27001, ISO 22301, CISA, CISSP , ITIL etc.
105.
Routing &
Switching
CCNA, CCNP,CCIE, HCNA, HCNP, HCIE, JNCIA, JNCIP, etc
106. DATA Center
Design /Build
CCNA , CCNP , CCIE, CDCP , CDCS etc.
107. Governance
/Operation
Certified Datacenter Facilities Operation Manager (CDFOM), Certified DataCenter Risk Professional (CDRP), Certified DataCenter Safety Manager (CDSM), Certified DataCenter Migration Specialist (CDMS) etc.
108. Security CCNA, CCNP, CCIE, HCNP etc.
109. Wireless CCNA Wireless, CCNP Wireless, CCIE Wireless, Aruba HP Wireless. etc.
110. Firewall CISCO, Huawei, Juniper, Palo Alto
111. Load Balancer Barracuda, Cisco Citrix, etc.
112. Video
Conferencing
Audio/Video Conferencing etc.
113. Virtualization VMware, Hper-V etc.
114. IT Certified CITP, CITS, etc.
115. Software/
Application
Coral Draw, AutoDesk, AutoCAD, Adobe Photoshop, Adobe Illuster ,
Page 33 of 39
Adobe Design Adobe In Design, Adobe Premier Pro, Oracle Financial , Oracle Hyperion , IBM Lombardi , Share Point etc.
ANNEXURE-E
“REQUEST FOR QUOTATION FORMAT & SUPPLIER RESPONSE”
A) Purchaser Request
Goods and/or Services and/or Repair/Maintenance requirement
Customer Name Higher Education Commission
RFQ Number
Date of RFQ
Description of Goods
and/or Services required
Subject of this RFQ
Specifications and/or
scope of works
Sr. No
Item/Description of Required Work
Qty Unite Rate (Inclusive all taxes)
Total Rate (Inclusive all taxes)
Exact address/es for
Goods and/or Services
Delivery or
Repair/Maintenance
Works
Delivery period (If
delivery time exceed
this, quote may be
rejected by HEC and the
Page 34 of 39
work will be awarded to
the next lowest firm)
Delivery Schedule
Warranty/ After Sale
Services Required
Quote Validity Period
Documents to be
Submitted
Deadline for Submission
of Quote
Evaluation criteria
Preferred Currency for
Quote
How to lodge a quote
Payment Terms
Liquidated Damages
Contact Person for
Inquiries
All enquiries regarding this RFQ should be directed to:
Name: <insert>
Position: <insert>
Phone: <insert> Email <insert>
Complaints If at any time during the Invitation Process a Supplier considers that it has
been unreasonably or unfairly treated and it has not been able to resolve the
issue with the Customer contact person, the Supplier may request for the
issue to be dealt with in accordance with the Customer’s complaint
management process and directed to:
Page 35 of 39
Name: <insert>
Position: <insert>
Email: <insert>
Page 36 of 39
B) Supplier Response
Supplier response to Request for Quote For “Insert RFQ Subject”
Supplier name <insert>
GST/NTN No’s. <insert>
Address <insert>
Postal Address
(if different from above)
<insert>
Contact Person Name:
Position:
Phone number: Email:
Quote details and
specifications
Add additional rows if applicable
Sr. No
Item/Description of Required Work
Qty Unit Rate (Inclusive all taxes)
Total Rate (Inclusive all taxes)
1
2
3
Deviation from the
Specifications
(if applicable)
<insert>
Additional information The Supplier must include this information as part of its response (if
customer ask for the same):
<If the customer requires any additional information from the Supplier,
then insert details here (e.g. provide CV’s, safety/risk management
plan)>.
Page 37 of 39
<Supplier to insert/attach additional information requested above>
Warranty details
(if applicable)
If a warranty period applies to the goods/services then the Supplier
must insert details of the warranty offered here (e.g. warranty period
and warranty conditions)
<Supplier to insert warranty details if applicable>
Declarations
Conflict of Interest
Suppliers must give details of any possible Conflict of Interest that exists
or may arise in relation to the making and/or acceptance of their quote.
If there is nothing to declare, please insert “None”.
<insert>
Authorization and
execution by Supplier
As the authorized officer named below, I certify that:
(a) I am authorized to submit the Supplier’s response as the Supplier’s representative.
(b) The Supplier understands and has complied with the Requirements of the Request for Quote.
(c) The Supplier’s response is complete, accurate and not misleading in any way.
Name:
Position:
Signature:
Date:
Page 38 of 39
ANNEXURE-F
“OPERATIONAL REGIONS”
a) Hec Established Pop Sites
S.No Region(s)
POP SITES Coordinates
1. North A
Air University, ISB 33°42'48.42"N 73° 1'28.66"E
Quaid-e-Azam University, ISB 33°44'50.28"N 73° 8'11.34"E
HEC, ISB 33°40'24.08"N 73° 3'15.23"E
Fatima Jinnah Women University, RWP 33°35'10.59"N 73° 3'52.24"E
2. North B HEC, Peshawar 33°59'18.30"N 71°26'31.46"E
3. North C TBA TBA TBA
4. Central
HEC, LHR 31°30'38.41"N 74°21'10.40"E
GCU, LHR 31°34'29.33"N 74°18'27.03"E
AUF, Faisalabad 31°26'0.37"N 73° 4'8.97"E
BZU, Multan 30°16'16.12"N 71°30'20.05"E
GPGC DG. Khan
BZU Sahiwal
PU, Gujranwala
Islamia University Bahawalpur
University of Sargodha
5. South
HEC, KHI 24°53'17.19"N 67° 3'57.22"E
CPSP. KHI 24°50'13.54"N 67° 3'30.72"E
KU, KHI 24°55'59.49"N 67° 7'16.10"E
BUITEMS 30°16'8.34"N 66°56'28.38"E
SU, Hyderabad 25°25'9.62"N 68°16'18.91"E
IBA Sukkur
SMBBMU Larkana
Quest Nawabshah
Page 39 of 39
b) HEC Long Haul Extended PoP Sites
S.No Region(s) Extended POP Sites Coordinates
1 North
Wah Engineering College,
Wah Latitude = 33.747876 Longitude = 72.784935
Military College of
Engineering, Risalpur
2 Central
Superior University, 17
KM Raiwand Road, Lahore Latitude = 31°20'3.17"N Longitude = 74°14'10.91"E
Superior University, 31
Tipu Block New Garden,
Town, Lahore
Latitude = 31°30'5.01"N Longitude = 74°19'35.65"E
Bahria University, Lahore Latitude =
31.458635746398933
Longitude=
74.2888480424881
3
South Habib University, Karachi Latitude:
24.905267200000000000
Longitude:
67.137686900000060000