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/-)
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
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
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.
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.
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]
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).
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
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
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
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.
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.
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
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
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.
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
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.
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
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.
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
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
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.
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
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)
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)”.
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
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,
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.
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 __________________
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:
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
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:
Top Related