Home
SUPPLIES TENDER TITLE - Department of Contracts
Contents
1. ADVERT NUMBER CT174 2010 CT FILE NUMBER CT3086 2010 DEPT REF UM1523 SUPPLIES TENDER TITLE Tender for the supply delivery installation testin applicable of Information Technology Equipment fo Communications Technology ICT Building at the U Date Published 22 OCT L Closing Date 16 DEC 2010 at 10 00am CET commissioning as ty of Information alta Cost of the Te r Document 100 00 ole tH European Regional Development Fund ERDF x Co financing rate 85 EU funds 15 National Funds Investing in your future IMPORTANT Tenderers are to ensure that the mandatory and appropriate tender guarantee bid bond is to remain valid up to 16 MAY 2011 Clarifications shall be uploaded and will be available to view download from www contracts gov mt tenders Department of Contracts Notre Dame Ravelin Floriana FRN 1600 Malta Tel 356 21220212 Fax 356 21247681 Email info contracts gov mt eg HNN GUN O sexes ate cee teehee seperate fw vasa ses ca ose EE A Resoxaanenesdacceuslonlls s o 0 4 ansa eet mr emer erence Me rrr mnn eee er erent ame eee m nero ferret Seen re emer ter irene ny emer SS INC CENA asr a E E E a a a a Only One Tender Per Tenderer ects cicdctas a secesaeavactuastanccataies ctnnstinecatansbadtaaaeadecsumledecon ca xeatyalbasitacaie Meee gt Tender EXD CNIS GS ss mene eaae aae ea ENA E AEA a a aae a A
2. ccccesscsscccecececeeeeeeeeeeeeeeeeeeeeeeeeeeeeetetetedeneteseeeesneeees Name of tenderer hereinafter referred to as the Tenderer is submitting such a tender in tender before the expiry date or in the case the Tenderer fails to pro Performance Bond if called upon to do so in accordance wit Conditions of Contract The guarantee becomes payable on your first demar ot be incumbent upon us to verify whether such demand is justifi This guarantee is valid for a period of one hundred and fifty 150 days from the closing date of submission of we expires on the 16 May 2011 unless it is extended by us or returned to us for ation before that date any demand made by you for payment must be received atthis office in writing not later than the above mentioned expiry date Bank Manager 27 VOLUME 1 SECTION 4 TENDERER S STATEMENT 1 Statement on Conditions of Employment PUBLICATION REF CT 3086 2010 It is hereby declared that all employees engaged on this contract shall enjo ng conditions such as wages salaries vacation and sick leave materni leave as provided for in the relative Employment Legislation Further shall comply with Chapter 424 of the Laws of Malta Occupational nd Safety Authority Act as well as any other national legislation regulati ds and or codes of practice or any amendment thereto in effect duri n of the contract In the event that it is proved otherwise during thee i e contract
3. OMONONKRWN 10 Content of Tender DOCUMENt ccesceseesteeeesssesssssseesseesseseteseeessesesesee edenneen 11 Explanations Clarification Notes Concerning Tender Documents U2 IO NE AW perenna aeria ceil e ae eae es Mier 14 Language of Tenders 15 Presentation of Tenders ccccescssssssseesesssesssessesssessseneen 16 Content of Tender Single Envelope System i 17 Lender PrCES esiseinast gt 18 Currencies of Tender and Payments Vv a Wi iuriecnantivanminuwuwemenions 19 Period of Validity of Tenders cee i 20 Tender Guarantee Bid Bond 00 E A A E E 21 Variant Solutions 22 27 Opening of Tende 28 Secrecy of th 29 Clarification 35 Contract Signing and Performance Guarantee si widssscxsecsscdsscdsiebicatsiunaccotsercestaaseaccslacnicerhixxedenmce 19 30 Penod Of Dele simenn n E e AEE E E E Aa EE EEES 20 G MISCELLANEOUS sitstusituaacewecustenatianlanetinen lasddanacuuuceubeustwinladuDuenlussanasunseuebenatavaldaaGumesldaabaruews 20 OE EUS FASS menee E Seve wessuhlonddea E E E E E EE E EE 20 38 Data Protection and Freedom of Information ccccccccscesccsseseeseeseesscsecsecsseesecseesecsecseeseeeeseeees 21 39 Gender Equally erir ni saeedeebatesesialhGaain delta E EaR EEE 21 VOLUME 1 SECTION 2 TENDER FORM sissicsspascicncisascnscsteiansanessiauabavtuauceeastoccunstaceadsasasecaneinn 23 VOLUME 1 SECTION 3 TENDER GUARANTEE FORM
4. On behalf of tenderer s stamp and signature 119 Summary of Tendered Offer Publication Ref CT 3086 2010 Tender for the supply delivery installation testing and commissioning as applicable of Information Technology Equipment for the Faculty of Information Communications Technology ICT Building at the University of Malta NAME OF TENDERER Total Total Item Nett Price Applicable In Situ Duties amp Taxes uties amp taxes In if any amp VAT if any E Lot 1 Computers Monitors Printers amp Servers Lot 2 Network Equipment Lot 3 Graphics equipment Lot 4 Network Analysis Equipment Lot 5 Test amp Measure Equipment Lot 6 Spectrum Analysis Equip Lot 7 Eye tracking Equipme Lot 8 Robotics Equipme Lot 9 Audiovisual Lot 10 Other OTAL FOR THE TEN 10 LOTS Done at by name On behalf of tenderer s stamp and signature 120
5. ce cccccessccssccssscssccssscesscessscessssssecsssccsesssssssseceaseesesees The Financial Offer for Lot 8 oo cece cccccssccssccssscsssessssccssecssscsssecssessssesssseesessaes The Financial Offer for Lot 9 cc ccccsceccccccscccassensvceusetcesaassveasiosascccusiedasdvadelcecesesscasesvessacestie The Financial Offer for Lot 10 Summary Of Tendered Offer sccicsnecesscscsoiesteadecnsssaceecnnssecencdersocewavccedacdsncanns 1 1 1 2 VOLUME 1 SECTION 1 INSTRUCTIONS TO TENDERERS A GENERAL PART 1 General Instructions In submitting a tender the tenderer accepts in full and in its entirety the content of this tender document including subsequent Clarifications issued by the Central Government Authority whatever his own corresponding conditions may be which he hereby waives Tenderers are expected to examine carefully and comply with all instructions forms contr provisions and specifications contained in this tender document No account can be taken of any reservation in the tender as reg e tender document any disagreement contradiction alteration o Viati shall lead to the tender offer not being considered any further The Evaluation Committee shall after having obta by the General Contracts Committee request rectificat incomplete non submitted information pertinent to outlined in sub Clause 16 1 a 16 1 b and 16 Tenderers Such rectification s must be sub days from notification and will be subject
6. An economic operator may where appropriate and for a particular contract rely on the capacities of other entities regardless of the legal nature of the links which it has with them It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the execution of the contract for example by producing an undertaking by those entities to place the necessary resources at the disposal of the economic operator This information must follow the form in Volume 1 Section 4 of the tender documents and include a A list of principal deliveries effected during the years 2007 2008 and 2009 as per Volume 1 Section 4 7 1 7 2 7 3 7 4 8 1 8 2 The minimum value of deliveries of a similar nature completed shall be not less than 100 000 00 per annum The minimum number of deliveries of a similar scope nature completed in the years 2007 2008 and 2009 must be at least two 2 in number In so listing the end clients the tenderer is giving his consent to the Evaluation Committee so that the latter may if it deems necessary contact the relevant clients with a view to obtain from them an Opinion on the works provided to them by the tenderer The Evaluation Committee reserves the right to request additional documentation in respect of the deliveries listed 7 Only One Tender Per Tenderer Submission or participation by a tenderer in more than on contract will result in
7. s page e through www contracts gov mt contact us e fax number 356 21247681 up to 16 calendar days before the deadline for submission of tenders The Central Government Authority must reply to all tenderers questions and amend the tender documents by publishing clarification notes up to at least 6 calendar days before the deadline for submission of tenders 11 2 Questions and answers and alterations to the tender document will be published as a clarification note on the website of the Department of Contracts www contracts gov mt tenders within the respective tender s page under the subheading Preview amp Free Tender Documents and Clarifications Clarification notes will constitute an integral part of the tender documentation and it is the responsibility of tenderers to visit this website and be aware of the latest information published online prior to submitting their Tender 11 3 The Central Government Authority may at its own discretion as necessary and in accordance with Clause 24 extend the deadline for submission of tenders to give tenderers sufficient time to take clarification notes i account when preparing their tenders 12 Labour Law 12 1 Particular attention is drawn to the conditions concerning the e of labour in Malta and the obligation to comply with all regulat instructions concerning the conditions of employm employee s rules or class of 13 Law at this procedure is ow all relevant
8. shall bi de public at the Department of Contracts or at the office of the contracting authority prio t d the Director or the Head of the contracting authority shall publish a copy of the decision of the Review Board at his department or at the premises of the relevant contracting authority as the case may be Copies of the decision shall be forwarded by the Secretary of the Board to the complaining tenderer any persons who had registered or had an implied interest the Director of Contracts and to the contracting authority concerned 34 VOLUME 2 VOLUME 2 SECTION 1 DRAFT CONTRACT FORM Financed by European Regional Development Fund ERDF Program Project ERDF 017 ICT Faculty at the University of Malta Contract Number 3086 2010 This contract is concluded between Department of Contracts Notre Dame Ravelin Floriana FRN 1600 Malta hereinafter called The Central Government Authority on be of the University of Malta of Msida MSD 2080 Malta herein after called The Contracting A onthe one part and Name of Contractor Address hereinafter called The Contractor on the other Whereas the Central Government Authorit delivered installed and where applicable is desirous that certain supplies should be supplied missioned by the Contractor viz e supply delivery installati ing and commissioning as applicable of Information ulty of Information Communications Technology IC
9. 3 5 Internal multi type memory card reader SDHC compatible e 105 Key Windows standard keyboard Maltese layout PS 2 or USB with an anti glare matt surface amp tilt facility e USB laser mouse with scroll wheel including mouse pad e Case specify type external dimensions number and type of drive bays e Windows 7 Pro 64 bit Edition licence to be supplied as standard and install original media must also be supplied 1 1 3 Higher end Desktop Personal Computer no OS NX High end desktop workstations with the following minimum specifications e BIOS supports Boot Menu option and must e Installed memory 8GB DDR3 e Minimum 6 USB2 0 ports ready of which at least 2 ports must be on the front of the case e S M A R T 1TB SATA2 PM with 32MB buffer irectX 10 minimum 1GB RAM performance of at SUDA extensions Must have 1 x HDMI amp 1 X DVI CD DVD Writing software e State noise emissions level in compliance with ISO 9296 e 3 5 Internal multi type memory card reader SDHC compatible e 105 Key Windows standard keyboard Maltese layout PS 2 or USB with an anti glare matt surface amp tilt facility e USB laser mouse with scroll wheel including mouse pad 50 e Case specify type external dimensions number and type of drive bays e Power cord must be fitted with Standard 5 Amp plug MSA BS 1363 1 1 4 Nvidia GPU with Intel Desktop Personal Computer no OS e Processor Intel Core
10. 60 MHz nominal dwidth 70 IF output 1 dB bandwidth 3 dB bandwidth 20 to 30 MHz nominal 30 to 60 MHz nominal e Safety Complies with EN601010 1 e EMC Complies with EN61326 e Warranty 24 calendar month guarantee on site on all parts no exception and labour on site 85 Lot 7 Eye Tracking Equipment 7 1 Eye Tracker Eye tracker for use in usability research with the following minimum specifications Data rate 120Hz Accuracy typical 0 5 degrees Drift typical 0 1 degrees Spatial resolution typical 0 3 degrees Head movement error typical 0 2 degrees Head movement box 30 x 22 cm at 70 cm Tracking distance 50 80 cm Max gaze angles 35 degrees Top head motion speed 25 cm second Latency max 33 ms Blink tracking recovery max 8 ms Time to tracking recovery typical 300 m Eye tracking technique both bright and dark il tracking Eye tracking server included Screen size min 17 User camera included 640 x 48 30fps Adjustable mounting Calibration board fo er Data and Gaze Anal software included for third party applications imu ear warranty on hardware 86 Lot 8 Robotics Equipment 8 1 Mindstorm Robots e Mindstorm NXT2 Robotic Kits with proximity optical and colour sensors 8 2 Humanoid Robot yy e Humanoid 35 45cm robot controlled by servo step motors e USB connection to Windows PC e Compatible with Windows XP Vista and 7 e Including remote control and
11. Authority hereby agrees to pay the Contractor in consideration of the supply delivery installation testing and commissioning as applicable of the required equipment supplies and remedying of defects therein the amount of e Contract price Of s Delivery Duty Paid including VAT oth taxes e Contract price iN WOrdS ccccccccccceseceeeeeeeeeaseeeeeeseeesesceceeeeeeeeeeeeeeeeeeeenenes or such other sum as may become payable under the provisions of th times and in the manner prescribed by the contract VAT shall be pai with National Law in particular the VAT Act 1998 the Act No X of Legal Notices 6 The Contractor hereby agrees to submit a perform i SIA equivalent to 10 of the contract value toget Done in English in three 3 originals one for ral Government Authority one for the Contracting Authority and one for the Contractor Contractor Signed by Signed by Being fully authorized by and acting on behalf of Being fully authorized by and acting on behalf of BY seen eee e OT BY een eee e ae ee 36 VOLUME 2 SECTION 2 GENERAL CONDITIONS The full set of General Conditions for Supply Contracts Version 1 01 dated 15 March 2010 can be viewed downloaded from www contracts gov mt conditions It is hereby construed that the tenderers have availed themselves of these general conditions and have read and accepted in full and wit reservation the conditions outlined therein and ar
12. Obligations cccccceeceesseeteeseeeseeeseeees Article 10 OFigith cccesessesscsscssssseesssscsssssssssessessessessessesesesesssesseseg Meessccemt Article 11 Performance Guarantee ccceceseeseeeeteeeeeees Article 12 INSU AICS cdi sscss nate aeaa aa Article 13 Performance Programme Timetable Article 14 Contractors Drawings ccceseeceeseeteees a SERR Article 15 Tender Prices cccscsseesesseesseeseeesespatmmmece a nee A Article 16 Tax and customs arrangements g N Article 17 Patents and Licences 00 eee Mg Gteencceccecesessccescscssscescsccsessseeecsesesssessnessceesesseenases Article 18 Commencement ORGS sa setieccasccrecsniedenyancs Migasssdavosasdousaledeecasnenshessnndnessatesaaavntatieshornvalcesertueasts Article 19 Delays in Execution 7 Article 22 Variations ccccceeeeeee Article 24 Quality of Supplies Article 25 Inspection and Testi Article 26 Methods of Payment Artice 28 Delayed o iS Article 29 Delivery Article 31 isi Article 32 Article 33 Article 35 Lot 1 Computers Monitors Printers amp S rverS cccccccsssscccceceeeceseeeeesseeeeeeseeesseaseeseeseeeesaas 48 Lot 2 Network EquUIDMOGNiraacansaccirersatencanmnaaiene aidan udenmioueeecresanes 64 LOS Graphics EUPEN tses E E 78 Lot 4 Network Analysis Equipment cccccccccssess
13. and through VLANs e One female HDMI port for HDTV or computer display e One female 100Mbps RJ45 port for receiving high definition video audio signals over IP and DDC signal e Signal type HDMI1 3 HDCP compliant e To include AC adaptor unless powered directly by 230VAC mains supply 65 2 7 Standard Access Layer Switches The bidder shall quote for the quantity of switches of this type indicated in the bill of quantities These switches shall have the following minimum specifications e Ethernet Ports o 44 auto sensing 10Base T 100Base TX 1000Base T Ethernet ports o 4 dual personality ports each port can be used as either an RJ 45 10Base TX 100Base T 1000Base TX port or an SFP mini GBIC slot for use wi SFP transceivers e Console Port o 1 serial RS 232 console port for initial configuratio me of band management o RJ 45 form factor o Console cable RJ 45 to DBY must be include e Mounting o Mounts in a standard 19 inch rac o Rack mounting hardware must be included o 1U high e Performance o Forwardingra np ased on 64 byte packets Cisco like command line interface that supports full configuration of all the features of the switch s operating software and allows for dumping the entire configuration to a network server for backup purposes Web Browser Telnet amp SSH SNMPv1 v2c v3 amp RMON IEEE 802 1AB Link Layer Discovery Protocol LLDP O O O e Layer 2 Protocols 66 IEE
14. autosensing network card e Wireless 802 11a b g n e Bluetooth V2 0 or higher e Installed SATA2 Hard Drive At least 500GB 7200rpm 52 Video Card HD Graphics with 512MB dedicated memory minimum Installed OS Windows 7 Pro 64 bit Installed Media All drivers Installed Optical Drive Blu Ray Reader with CD DVD writing capabilities including CD DVD Writing software Pointing Device Touch pad with scrolling function Built in card readers Secure Digital SDHC compatible Power Features Li lon Battery with up to 6 hours battery life minimum Must include Kensington travel lock Maximum Weight 2 7kg Compliant with ISO 13406 2 Other peripherals additional USB ergonomic keyboard USB Dae ed but station with power supply Docking station should not be USB b plug in a dedicated socket in the laptop Carry case Notebook computers with the following minimum 1 1 7 Laptop 2 Q uration Processor Intel Core i7 820XM 3 06GHz Cache or equivalent Display size 14 to 15 Installed Memory 4 GB DDR3 Expansion Slots 1xExpressyCard Slot Removable Graphics C B GDDR3 memory config I O Interfaces 3x GA 1x mic 1x headphonelline out LAN port 1xRJ 45 lt Ethernet port 10 100 1000 Mbps autosensing network card Wireless ard Drive At least 500GB 7200rpm indows 7 Pro 64 bit Installed Media All drivers Writing software Pointing Device Touch pad with scrolling function Built in ca
15. laws acts a y affect or govern the e Ender and the resulting contract 13 1 By submitting their tenders tenderers are regulated by Maltese Law and are deeme and regulations of Malta that may operations and activities covered by tl C TENDER PREPA N 14 Language of Tende 14 1 The tender and a spondence and documents related to the tender exchanged bysthe rerand the Central Government Authority must be written in En 14 2 j documents and printed literature furnished by the tenderer may her language provided they are accompanied by an accurate intovEnglish For the purposes of interpretation of the tender the hilanguage will prevail esentation of Tenders 15 1 Tenders must satisfy the following conditions a All tenders must be submitted in one original clearly marked original and one identical copy including all documentation as in the original signed in the same way as the original and clearly marked copy b Both documents are to be separately sealed and placed in another sealed envelope package so that the bid can be identified as one tender submission Following the tender opening session the copy shall be kept unopened at the Department of Contracts for verification purposes only should the need arise c All tenders must be received by date and time indicated in the timetable at Clause 2 and deposited in the tender box at the entrance of the Department of Contracts Notre Dame Ravelin Fl
16. obligations of the Central Government Authority and the tenderer regarding the original date specified in the contract notice will be subject to the new date 25 Late Tenders All tenders received after the deadline for submission specified notice or these instructions will be kept by the Central Gove The associated guarantees will be returned to the tenderers No liability can be accepted for late delivery of tenders Late tenders will be rejected and will not be evaluated 26 Alterations and Withdrawal of Ter Tenderers may alter or withdraw thei deadline for submission of tenders deadline for submission tenders by written notification prior to the No tender may be altered after the Any notification of i ithdrawal must be prepared sealed marked and submitted in ce with Clause 23 and the envelope must also be marked with alter tender in the period between the deadline for submission xpiry of the validity of the tender will result in forfeiture of the provided for in Clause 20 OPENING AND EVALUATION OF OFFERS 27 Opening of Tenders Tenders will be opened in public session on the date and time indicated in the timetable at Clause 2 or as otherwise specified in accordance with Clause 11 1 and or 24 1 at the Department of Contracts Notre Dame Ravelin Floriana FRN 1600 Malta by the General Contracts Committee They will draw up a Summary of Tenders Received which will be published on the notic
17. person responsible for administering the contract on behalf of the Contracting Authority Tender document s The dossier compiled by the Contracting Authority and containing all the documents needed to prepare and submit a tender Tender price The sum stated by the tenderer in his tender for carrying out the contract Works Works of a permanent or temporary nature executed under the contract Written communications Certificates notices orders and instructions issue writing under the contract Y Ss VOLUME 1 SECTION 6 EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS Part XIII Appeals The procedure for the submission of appeals is stipulated in Part XIII of the Public procurement Regulations Legal Notice 296 2010 reproduced hereunder for ease of reference 1 Any tenderer or candidate concerned or any person having or having had an interest or who award in obtaining a contract or a cancellation of a call for tender may file a notice Review Board has by fax or other electronic means sent its proposed award decision The communication to each tenderer of the proposed award shall be accom y th Director that an objection had been filed ror edure The Department of Contracts or 2 The procedure to be followed in submitti magetermining complaints as well as the conditions under a any decision by the General Gontracts Committee or a Special Contracts Committee and by a contracting authority
18. specifications Multi Core Server as further amplified in the tect Ch a specifications Sub Totals Carried forward 102 Unit Nett Price t e Applicable In Situ t i VAT In if any in In DESCRIPTION OF ARTICLE e A Modular Storage Array iSCSI based SAN as further 1 4 6 amplified in the technical specifications Total number of items for Lot 1 in these 6 pages 27 Done at by name On behalf of tenderer s stamp and signature 103 The Financial Offer for Lot 2 Tender for the supply delive commissioning as applicable of Inform tion hnology Equipment ications Technology ICT testing and PUBLICATION REF CT 3086 2010 for the Faculty of Information Co Building at the University of Mal NAME OF TENDERER DESCRIPTION OF ARTICLE Supply deliver install test and commission the following network equipment Wireless Router as further amplified in th technical specifications 2m patch leads as further a technical specifications technical specifications Total Nett Price Applicable In Situ Duties amp Taxes In if any In Sub Totals Carried forward Applicable VAT in 104 Unit Nett Price ce ica Applicable ITEM DESCRIPTION OF ARTICLE In Situ In Si i In i in 2 4 5m patch leads as further amplified in the technical specifications HDMI over IP Transmitter as further amplified in
19. the technical specifications HDMI over IP Receiver as further amplified in Standard access layer switches as fu amplified in the technical specifications 2 6 E the technical specifications Sub Totals Carried forward 105 Unit Nett Price DESCRIPTION OF ARTICLE In Situ In S Standard PoE switches as further amplified in the technical specifications Advanced PoE switches as further amplified in the technical specifications Data centre access layer modular switches as further amplified in the technical specifications Wi Fi Access point as further amplified in technical specifications Wi Fi Management System as fur in the technical specifications Sub Totals Carried forward Applicable in 106 Unit Nett Price ce ica Applicable ITEM DESCRIPTION OF ARTICLE In Situ In Si i i in Sub Totals brought forward 2 14 IP Phones as further amplified in the technical specifications 120 l FA 2 15 42U Rack as further amplified in the technical ee specifications 5 w 2 16 Power Distribution Unit as further amplified in the technical specifications s Power Distribution Extension Unit as further Total number of items for Lot 2 in these 4 pa Done at by name On behalf of tenderer s stamp and signature 107 The Financial Offer for Lot 3 Tender for the supply delive commissioning as applicable of Inform tion hnology Eq
20. toa penalty of 50 failure to comply sh considered any further No rectification shall be allowed in respect of the documentation as outlined in sub Clause 16 1 d 16 1 e and 16 1 f of these Instructions to Tenderers Only clarificatior 1 the submitted information in respect of the is for the supply delivery installation testing applicable by the Contractor of the various items of tions technology equipment for the Faculty of ications Technology ICT Building at the University of S hereunder The subject of the and commission ng puters Monitors Printers amp Servers Network Equipment Graphics Equipment Lot 4 Network Analysis Equipment Lot 5 Test amp Measure Equipment Lot 6 Spectrum Analysis Equipment Lot 7 Eye Tracking Equipment Lot 8 Robotics Equipment Lot 9 Audiovisual and other equipment Lot 10 Other General Equipment 1 3 1 4 1 5 1 6 3 1 4 1 4 2 The place of acceptance of the supplies shall be the Faculty of Information Communications Technology ICT Building at the University of Malta the time limits for delivery shall be within six 6 weeks from last signature of Contract and the INCOTERM applicable shall be on DDP Delivery Duty Paid Malta terms This is a unit price contract as further amplified in the Bills of Quantities The tenderer will bear all costs associated with the preparation and submission of the tender The Central Government Authority wi
21. 00BASE T Gigabit Wireless Built in 802 11n Wi Fi wireless networking Bluetooth 2 1 EDR Enhanced Data Rate FireWire One FireWire 800 port Backlit Keyboard British amp User s Guide English Multi Touch trackpad Audio Built in stereo speakers built in microphone optical digital audio output headphone out optical digital audio input audio line in Installed Hard Drive 320GB Serial ATA Drive 5400 rpm aye Il drive Installed OS Mac OS X v10 6 Snow Leopard Installed Media later Graphics Card NVIDIA GeForce 9400M with 256MB o R3 S shared with main memory or equivalent SD Card slot Built in battery 8 9 hour HD Graphics Installed Optical Drive SuperDrive 8x D DL DVD RW CD RW including CD DVD Writing software Video Built in iSight camera Mir splayPort output with support for DVI dual link DVI and VGA video Display Port to VGA Ada Compli ac B p Device Time Capsule with the following minimum specifications 2TB capacity USB connectivity Compatible with Mac Os X for automatic backups Warranty 1 year guarantee on site on all parts and labour 56 1 1 13 2 port KVM Switch High Video Resolution Support Up To 1920 x 1440 Support Windows XP VISTA 7 Unix Supports Hot Plug of PC s to KVM Switch No Software Required easy PC selection via Hot Keys Works with no power adapter Auto Scan Mode for monitoring PCs Keyboard status restored when switching PCs LED Display for eas
22. 3 of the General Conditions may be subject to change according to the particular needs of the Department up to a maximum of 60 days 40 26 5 26 9 28 1 28 2 29 1 29 2 29 5 29 6 The following payment schedule shall be applicable a 50 of the contract price after the signing of the contract against provision of the performance guarantee and a security guaranteeing repayment in full of this pre financing b 40 of the contract price following provisional acceptance of the delivered supplies c 10 of the contract price subsequent to installation as agreed As per General Conditions Artice 28 Delayed Payments The period quoted in Article 28 1 of the General Conditio b t subject to change according to the particular needs of the Depart up to a maximum of 60 days Once the deadline laid down in Article 28 1 has expired the Contractor may within two months of late payment claim late ent interest at the rediscount rate app uing institution of the country of the Ce overnment Authority on the first day onth in which the deadline expired plus seve ercentage points The late est shall ly to the time which elapses payment inte the date of the payment deadline exclusive and the date on which the Contracting Authority s t is debited inclusive bear all risks relating to the goods until provisional ination The supplies shall be packaged so as to shall be packed in sturdy
23. BID BOND sssseteeeeeees 27 VOLUME 1 SECTION 4 TENDERER S STATEMENT cccececseseeeeeeeseeeeeeeeeeaseeeeeeasseeeeeesseeesenneeeas 28 1 Statement on Conditions of Employment cccsccsccssessecsscsssessesssessseseeessesseeseesseessessessseesnees 28 2 List Of Principal Deliveries 0 0 0 eee cesccssscescesscessscesseessecessccesscesssessscesseesseceseecesecessecesecesseceseeeseees 29 3 List f Literat re isa cassexares Soveuicrtilaranetwhpmectinnsticadlasteauiddbinde wedioesedsaiiessas alte sainuaubsaniduas seiianenaniattucanibiadialiidbs 30 VOLUME 1 SECTION 5 GLOSSARY aan eee pee renee eo e ee en eee een ee eee ee eee 31 VOLUME 1 SECTION 6 EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS wsistacaenininnsiennsesieinatadnurstatsieninsnrpdncseacsenetiaunsicinsaenineaieesabincanedisncmeuaadoniiesnnen Part All Ap Gal S mcos T ai I ee ees yee VOLUME 2 SECTION 1 DRAFT CONTRACT FORM gt VOLUME 2 SECTION 2 GENERAL CONDITIONS 0 ccccceeeeeeeeseeeeeeeeeceeeeeeeeeeeeeeeeeeeeeeeeeeen ye VOLUME 2 SECTION 3 SPECIAL CONDITIONS ccccccceeeeeeeeeeeeeeeeeesseeeeeeaaaes Article 2 Law Applicable vicieaviuarancenncainceaeniiadeawine ne sakes tearoom Article 4 COMMUNICATIONS seserinis aniria eani Ri i e ia Article 7 Supply of DOCUMEM Swiss siusisicssiccssnsshinsenesidiaaaiveiaceraseceusbiadiestantnareghas Article 8 Assistance With Local Regulations Article 9 The Contractors
24. Control TACACS RADIUS Authentication amp Accounting SSHv1 SSHv2 Secure Shell Secure Sockets Layer SSL 73 2 11 Data centre access layer modular switches The bidder shall quote for the quantity of switches of this type indicated in the bill of quantities These switches shall have the following minimum specifications e Ethernet Ports Total of 24 x 10 Gigabit Ethernet ports Switch must support 10GBase T 10GBase CX4 10GBase LR 10GBase LRM 10GBase SR N 10GSFP Cu SFP Direct Attach 1000BASE T 1000BASE SX 1000BASE LX The switch must come configured with 1 LR ports and 2 x 10GBase CX4 ports O O O O O O O O O O O O e Console Port o 1 serial RS 232 con O r initial configuration and out of band management o RJ 45 form factor o Console ca 9 must be included e Mounting o Mounts in a standard 19 inch rack O mounting hardware must be included o e Performance Forwarding rate 250Mpps o Switching fabric 320 Gbps o MAC address table size 50 000 MAC addresses 74 e Management O Oo 0 0 0 9O Cisco like command line interface that supports full configuration of all the features of the switch s operating software and allows for dumping the entire configuration to a network server for backup purposes Web Browser Telnet SSHv1 SSHv2 and SSH over IPv6 SNMPv1 v2c v3 amp RMON IEEE 802 1AB Link Layer Discovery Protocol LLDP ANSI TIA 1057 LLDP Media Endpoint Discovery LLDP MED e Lay
25. E 802 1Q VLANs IEEE 802 1D Spanning Tree Protocol IEEE 802 1p Priority IEEE 802 1s Multiple Spanning Trees IEEE 802 1AX Link Aggregation Control Protocol LACP formerly IEEE 802 3ad o IEEE 802 3x Flow Control O O O O 9O e Layer 3 Protocols TFTP Protocol Simple Network Time Protocol SNTP v4 ICMP IGMPv3 O O O 9O e Automatic VLAN creation amp propagation o VTP or MVRP formerly GVRP e Security o IEEE 802 1X Port Based Not k Access Control o TACACS o RADIUS Authenticati Accounting o Secure Socketsika o SSHv1 S VY 2 8 Advanced Acces r Switches uote for the quantity of switches of this type indicated in the bill of ches shall have the following minimum specifications o 48 auto sensing 10Base TX 100Base T 1000Base TX ports o Support 4 x SFP mini GBIC slots for use with SFP transceivers possibly in a shared configuration with other ports o Support 2 x 10 Gigabit Ethernet slots using either X2 transceivers SFP transceivers or other form factor transceivers that provide standard interfaces for connection including but not limited to CX4 for 10G Ethernet over Copper medium and SC or LC for 10G Ethernet over optical fibre medium possibly in a shared configuration with other ports 67 o The switch must come configured with 1 x 10GBase CX4 port e Console Port o 1 serial RS 232 console port for initial configuration and out of band management o RJ 45 form factor o Console ca
26. Hot Swappable Hard Disks e 2x Redundant power supplies Adequate cables should be provided VG e Including rack mount kit e 4 year warranty minimum PN 1 4 4 Large Scale Multi Core Server e DVD ROM CD ROM for removable media e Including rack mount kit e 4 year warranty minimum including free replacement of failed drives 1 4 5 Large Scale Multi Core Research Server Server with the following minimum specifications e Rack mounted server to fit in standard full depth rack of not more than 4U height 62 e Xeon or equivalent 2GHz or better minimum 24 core e 64GB ECC RAM support for memory sparing and mirroring e Support for hot plug PCI Express e 4x 1TB SAS hot swap hard disk drives and Intel Integrated RAID support e Redundant hot swap variable speed fan modules e Dual Gigabit Ethernet ports e Redundant 1 1 230V power supply modules Adequate cables should be provided to power the server from C13 power receptacles e DVD ROM CD ROM for removable media e Including rack mount kit e 4 year warranty minimum including free replacement of failed AN 1 4 6 Modular Storage Array iSCSI based SAN e Dual storage controller with failover capability If controller should take over all its functions and normally albeit in a degraded mode e Connectivity with host through iSCSI 2 x e Drive type support SAS and SATA e Minimum of 24 drive bays ontrollerfails the other S keep operating orts per con
27. Lithium battery pack K 9 AN Lot 9 Audiovisual and other equipment 9 1 Ceiling Mountable Projectors Ceiling mountable projectors complete with lens cover AC power cord VGA cable wireless remote control user manual having the following minimum specifications e Native Resolution XGA 1024 X 768 e Brightness 2500 ANSI Lumens e Contrast 2000 1 e Aspect Ratio 4 3 Native 16 9 Compatible e O connections VGA In VGA out S video Composit e Computer Compatibility VGA Mac e Projection Screen Size 2 5m diagonal e feed o dismantle the projector e On screen menu supporting English language e Projection Distance up to 4m e Ceiling Mount Kit e Easy lamp replacement without th e Installation of projector including appropriate mounting of ceiling bracket to intended installation site and optimal alignment and connection to electrical system 9 2 Portable Projec complete with lens cover AC power cord VGA cable user manual having the following minimum pect Ratio 4 3 Native 16 9 Compatible e O connections VGA In VGA out S video Composite e Computer Compatibility VGA Mac e Projection Screen Size 2m diagonal e Projection Distance up to 4m e Easy lamp replacement without the need to dismantle the projector e On screen menu supporting English language 88 9 3 Large Venue Ceiling Mounted Projector Ceiling mountable projector for auditorium complete w
28. Motion Capture as further amplified in the technical specifications Digital Camcorder as further amplified in the technical specifications Digital Camera as further amplified in the technical specifications the technical specifications Total number of items for Lot 9 17 Done at by name On behalf of tenderer s stamp and signature 117 Tender for the supply _ delive commissioning as applicable of for the Faculty of Information Co tion testing and The Financial Offer for Lot 10 hnology Equipment Building at the University of Mal PUBLICATION REF CT 3086 2010 NAME OF TENDERER L Nett Price Applicable Applicable In Situ Duties amp Taxes VAT if any in DESCRIPTION OF ARTICLE Supply and deliver the following General other Equipment Desk Lamp as further amplified in the te E specifications 20 Microwave oven as further amplified in th 10 2 1 oe specifications 10 2 2 Ps Refrigerator as further amplified specifications 2 Sub Totals Carried forward 118 Unit Nett Price ce ica Applicable ITEM DESCRIPTION OF ARTICLE In Situ i i es Toaster as further amplified in the technical specifications Sandwich maker as further amplified in the technical 10 2 5 specifications 10 2 6 Electrical Stove as further amplified in the technical specifications Total number of items for Lot 10 7 Done at by name
29. Price Applicable Applicable In Situ Duties amp Taxes VAT In if any in by name tenderer s stamp and signature 112 n testing and logy Equipment chnology ICT Tender for the supply delivery in The Financial Offer for Lot 7 commissioning as applicable of Informatio for the Faculty of Information Com ti Building at the University of Malta z lt gt t Pi Total Nett Price Applicable Applicable DESCRIPTION OF ARTICLE QTY gt Situ Duties amp Taxes VAT In if any i In Supply deliver install test and commission the following Eye Tracking Equipment PUBLICATION REF CT 3086 2010 NAME OF TENDERER 7 1 Eye Tracker as further amplified in the technical specifications ww a rand Total for Lot 7 Total number of items for Lot 7 1 V Done at K by name tenderer s stamp and signature On behalf of 113 n testing and logy Equipment chnology ICT Tender for the supply delivery in The Financial Offer for Lot g commissioning as applicable of Informatio for the Faculty of Information Com Building at the University of Malta PUBLICATION REF CT 3086 2010 NAME OF TENDERER Applicable Applicable Duties amp Taxes VAT if any i DESCRIPTION OF ARTICLE Supply deliver install test and commission the following Robotic Graphics Equipment specifications Total number of
30. T and has accepted a ontractor for the provision of such supplies and the remedying of any defec ds and expressions shall have the meanings assigned to them in the onditions set out below of acceptance of the supplies shall be at the Faculty of Information ications Technology ICT Building at the University of Malta Msida 2080 Malta the time limits for delivery shall be within six 6 weeks from the last signature on the Contract and the INCOTERM applicable shall be delivery duty paid DDP at the aid Faculty of Information Communications Technology ICT Building 3 The following documents shall be deemed to form and be read and construed as part of this contract in the following order of precedence a this Contract b the Special Conditions c the General Conditions d the technical specifications and design documentation e the Contractors technical offer including any clarifications made during adjudication f the financial offer after arithmetical corrections breakdown g the tender form h any other documents forming part of the contract Addenda shall have the order of precedence of the document they are modifying 4 In consideration of the payments to be made by the Contracting Authority to the Contractor as hereinafter mentioned the Contractor undertakes to deliver all supplies and remedy defects therein in full compliance with the provisions of the contract 5 The Contracting
31. X v10 6 Snow Leopard Installed Media All drivers e Graphics Card NVIDIA GeForce 9400M with 256MB or equivalent e Wireless Keyboard British and wireless mouse e User s Guide English e Installed Optical Drive Slot loading 8x SuperDrive with 4x double layer burning including CD DVD Writing software e Display 21 5 inch LED backlit TFT active matrix display e Warranty 2 year guarantee on site on all parts and labour e Compliant with ISO 13406 2 1 1 10 Higher end Mac Mac 27 Inch including wireless keyboard and mouse ready to be used having following minimum specifications e Processor Intel Core i7 2 8GHz or equivalent N e Installed Memory 8 GB DDR3 SDRAM 1066MHz e 4x USB v2 0 ports e LAN port Built in 10 100 1000BASE T Gigabit e Wireless Built in 802 11n Wi Fi wireless network e FireWire One FireWire 800 port 7 watt e Audio Built in stereo speakers built in mic output headphone out optical digi i e Graphics Card NVidia e Installed Optical D e Video Built in i DVI and i nty 2 year guarantee on site on all parts and labour e Compliant with ISO 13406 2 e Including Country kit 1 1 11 Mac Laptop Mac Laptop 15 inch including external keyboard and optical mouse having the following minimum specifications e Processor Intel Core i5 2 4GHz or equivalent 55 1 1 1 Installed Memory 4GB 1066MHz DDR3 SDRAM 2x2GB 2x USB v2 0 ports LAN port Built in 10 100 10
32. a sufficiently high sound level should not exceed 6 dB intelligibility it is obvious Level differences in t 9 10 Digit ference Recording System Conf ce Re ing System for use in Board Rooms comprised of 4 noise ca ion microphones and a Digital Voice Recorder with below specs Su s 4 conference microphones each allowing 360 degree pick up e Power supplies and rechargeable batteries operated e PC Interface USB Connector e 4GB Data Storage or more e Recording Formats o MP3 MPEG 1 Audio Layer 3 o Digital Speech Standard Quality Play DSS QP o Digital Speech Standard Standard Play DSS SP o PCM Pulse Code Modulation 9 11 Blu Ray Player e Composite HDMI USB Port Multi Region Card Reader SD MMC MS e Compatible with DVD DIVX MPEG Music Files JPEG 9 12 Socket Power Extension with Surge Protection e 8 Socket Power Extension with Surge Protection N e CE Certified 9 13 Wii Ul Research Console Nintendo Wii Console with the following mini e Nintendo Wii Console with Wii Moti e Additional 5 Wiimotes for research e Wii Balance Board 9 14 XBox Console wit fh the following minimum specifications x360 Gonsole ture technology Microsoft XBox Co e Microsoft nt kit and license Digital Camcorder e Minimum recording HD 1080p resolution quality e Must be able to store at least 1 5 hours of video e Internal Hard disk or DV tape based e Minimum 1 year warranty
33. ar days from the signing of the contract The tender guarantee of the successful tenderer shall be released on the signing of the contract and on submission of a valid performance guarantee The performance guarantee referred to in the General Conditions is set at 10 of the amount of the contract and must be presented in the form specified in Volume 2 Section 4 to the tender document the performance guarantee s be released within 30 days of the signing of the Final Statement of Account Final Bill unless the Special Conditions provide otherwise 36 Period of Delivery Following the signing of the contract by both parties written notice of commencement of the contr General Conditions as specified by the Special Con Supe will issue a cordance with the The Contractor must inform the Central Gov ent Authority s representative by return that he has received the noti G MISCELLANEOUS 37 Ethics Clauses Any attempt by a candidate derer to obtain confidential information enter into unlawful agree ments with competitors or influence the committee or the Central Governme Authorit n paring tenders will lead to the rejection of his candidacy or tin administrative penalties AC and his staff or any other company with which the Contractor is iated or linked may not even on an ancillary or subcontracting basis Contractor When putting forward a candidacy or tender the candidate or tenderer must declare that he i
34. auto ranging o Input Sensitivity better than equal to 50mV rms sine wave K fixed 5 V Voltage Range 0 30V e Met esolution Voltage 0 01V current 0 001A e Output Impedance lt 5mOQ 1kHz e Current Limit Variable control e Safety Constructed to IEC 348 e Outputs continually displayed by digital meters e Remote voltage amp current sensing capability e Full short circuit reverse voltage amp overload protection Current limit may be set prior to connecting load Safety Complies with EN601010 1 EMC Complies with EN61326 Warranty 24 calendar month guarantee on site on all parts no exception and labour on site 5 3 Digital Multimeter Instrument must comply to these minimum specifications DC Voltage 5 ranges 1000 V max Accuracy lt 0 5 AC Voltage 4 ranges 1000 V max Accuracy lt 0 8 N DC Current 6 ranges 10A max Accuracy lt 0 8 AC Current 6 ranges 10A max Accuracy lt 1 5 Resistance 6 ranges 50 MQ max Accuracy lt 0 8 Frequency 5 ranges 100 Hz 1 MHz Acc Other features diode test continuity tes with dible signal HFE test low battery indication auto power off Temperature 10C 200 degrees pAccuracy 0 75 optional Case type hand held battery Safety Complies with EN601010 EMC Complies with EN Warranty 24 cale o arantee on site on all parts no exception and labour on site 83 Lot 6 Spectrum Analysis Equipment 6 1 S
35. ble RJ 45 to DBY must be included e Mounting o Mounts ina standard 19 inch rack o Rack mounting hardware must be included o 1U high e Performance o Forwarding rate 100mpps based on 64 t o Switching fabric 176 Gbps o MAC address table size 8 000 M resses e Management o Cisco like comm features of the swi configuratio Web Brow Telnet S nd SSH over IPv6 N 2c v3 amp RMON 802 1AB Link Layer Discovery Protocol LLDP A IA 1057 LLDP Media Endpoint Discovery LLDP MED interface that supports full configuration of all the S operating software and allows for dumping the entire erver for backup purposes O OBO O O 90 e Layer 2 Protocols IEEE 802 1D Spanning Tree Protocol IEEE 802 1p Priority IEEE 802 1Q VLANs IEEE 802 1s Multiple Spanning Trees IEEE 802 1w Rapid Reconfiguration of Spanning Tree O O O O 68 o IEEE 802 1AX Link Aggregation Control Protocol LACP formerly IEEE 802 3ad o IEEE 802 3x Flow Control e Layer 3 Protocols TFTP Protocol ICMP amp ICMPv6 Time Protocol Simple Network Time Protocol SNTP v4 DHCP amp DHCPv6 IGMPv3 IPv6 IPv6 Path MTU Discovery Multicast Listener Discovery MLD version 2 f Vi Remote Operations MIB MLD MIB MIB for IP MIB for TCP MIB for UD O O O O O O O O O O O O e Automatic VLAN creation amp propagation o VTP or MVRP formerly G e Security O O O 2 9 Standard Power over Ethernet PoE capable access laye
36. cludes hand written software recognition Hide and reveal questions Spotlight or magnify a specific area Record Audio Visual live sessions The sessions should be abl to be saved in AVI amongst other formats o Software must be compatible with Windows XP Vista 7 10 4 11 and above o Connectivity to pc through RS232 and or USB and specify sho o 2 slim stereo amplified speakers one on each sid incorporated with the board e Projector L o Native Resolution WXGA 128 Ansi lumens 2000 or better o I O connections VGA In ut ideo Composite RS232 HDMI and or DVI o On screen menu porting lish language Stance from board to cover entire board ets power and signal cables remote control rojector to intended installation site Installation of whit ite nust be aligned Projector and e Di active area not less than 2 5 meters e Auto locking mechanism controls height adjustment ual wall and ceiling installation design e Matte white surface e 4 3 Aspect Ratio e 4 side black masking borders e Durable and easy to clean surface e Screen s pull down handle to be reached from high areas 90 9 7 200cm Portable Pull Down Projector Screen e Diagonal active area not less than 2 meters e Auto locking mechanism controls height adjustment e Matte white surface e 4 3 Aspect Ratio e 4 side black masking borders e Durable and easy to clean surface e Fabric carrying case 9 8 450cm Mot
37. cluding 1 pair of 3D vision active shutter glasses wi O pouch 3D vision USB controller IR emitter 2 5mm stereo audio plug cable DVI to HDMI cable USB 2 0 type A to 5 pin mini B cable Quick start guide Installation CD O oO O 3D Vision Ready Dis AN 79 Lot 4 Network Analysis Equipment 4 1 Network Protocol Analyzer Hardware Network Protocol Analyzer for Voice and Video over IP analysis testing end to end latency and jitter measuring network performance and solving VoIP problems using high level protocol analysis The below features need to be included e Capture of traffic over 10 100 1000 Mbps with 10 Gbps module optional e Monitoring and decoding of high level IP protocols specify protocols e Analysis and troubleshooting of IP voice and video networks e Multi layer network analysis up to OSI Layer 7 N e Traffic generation for load stress testing emulating at least 50 calls per second and emulating network faults such as jitter e Verification of streaming service including IP Multicasts and traffic impairment emulator e Pv6 support e QoS Performance Testing audio and video l e Offline analysis of previously captured data nt of the hardware through a 10 100 Mb e Realtime measurement of in service traf traffic monitoring e Support of remote access ma Ethernet IP connection e Interoperability with third iffer technologies specify which Lot 5 Test amp Meas
38. ctor shall warrant as well that spare parts for the equipment ot less than five 5 years after University of Malta prior to the discontinuation of production of the spare parts Article 35 Breach of C g UC established for delay in delivery any such render the contractor in each case liable to a f damages of 5 per cent of the value of the contract rment elects with regard to each particular not necessarily with regard to all infringements to spute between the Parties that may arise during the performance of this contract and that has not been possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta Arbitration Centre in accordance with the Arbitration Act Chapter 387 of the Laws of Malta This law is based on Model Law which is the Model Law on International Commercial Arbitration adopted on June 21 1985 by the United Nations Commission on International Trade Law reproduced in the First Schedule of the Arbitration Act 42 VOLUME 2 SECTION 4 SPECIMEN PERFORMANCE GUARANTEE LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE Director of Contracts Department of Contracts Notre Dame Ravelin Floriana FRN1600 Malta Date Dear Sir Our Guarantee Number 00 cceeeseee0 for a Account Account Holder s Name In connection with the contract entered into between yourself on b tor of Contracts and Name and Ad
39. dress of Contractor hereinai red to as the Contractor as per the latter s tender and your acceptance under 086 2010 whereby the contractor undertook the title of contract in accordanc le 13 of the ated or referred to tract documents we Special Conditions the works services supplies as mentio in the Specification and or Bills of Quantities forming numbers in case the obligations of the above tr t are not duly performed by the Contractor This guarantee will become payable on for all intents and purposes that this guarantee does not exempt the above mentioned Contractor froma acts of performance or undertaking assumed ne the contract he expiry date and unless it is extended by us or returned to before that date any demand made by you for payment must be After the expiry date and in the absence of a written demand being received by us before such expiry date this guarantee shall be null and void whether returned to us or not and our liability hereunder shall terminate This guarantee is personal to you and is not transferable or assignable Yours Faithfully Signatory on behalf of Guarantor 43 VOLUME 2 SECTION 5 SPECIMEN PREFINANCING PAYMENT GUARANTEE LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE Director of Contracts Department of Contracts Notre Dame Ravelin Floriana FRN1600 Malta Dear Sir We the undersigned name company name address hereby de at
40. e 6 hour battery life minimum 93 Spare battery Tripod attachment USB or USB2 connectivity Time lapse recording functionality 9 16 Digital Camera Minimum 6 megapixel Compatible with a standard storage format such as SD card Stick Spare battery Tripod attachment USB or USB2 connectivity 9 17 Android Research Smartp Secu Lab Android smartphone O O O lowing minimum specifications 480x800 4 3 i FT LCD display WiFi icro SD card Minimum 1 year warranty A 6 hour battery life minimum 94 Lot 10 Other General Equipment 10 1 Desk Lamp Ergonomic design Must be adjustable along a minimum of 2 axes of movement and provide adequate working light Ideally power saving using LED lights CE certified N 10 2 Kitchen Equipment 10 2 1 Microwave oven Minimum capacity 20litres Including grill defrost functions Electronic timer Minimum power 800Watt 10 2 2 Fridge Freezer Class A Separate d for fridg d freezer Net capacity Fridge 200 Litres Fridge with adjustable shelves Net capacity freezer 65 Litres Kettles Minimum capacity 1 5 litres transparent water level indicator 2000W minimum cordless on power base unit boil dry cut out auto switch off thermal safety cut out hinged lid with safety lock 95 heat insulated handle 10 2 4 Toaster 10 2 5 Sandwich Maker 10 2 6 Electrical Stove Minimum Power 1200 W heat ins
41. e Processor type and speed e Laptop average battery runtime e Laptop security features e Weight of laptop unit e Internal amp external communication ports and c e Maximum upgradability of memory within s e Power rating of system during operation e Minimum warranty on laptop PC battery Following conditions must apply we tem configuration e Warranty deemed to be 36 cale month guarantee on site on all parts excluding laptop battery rand labo Peripherals including Keyboe d mouse and display should have the same workstation external case rranty must be clearly specified Windows Vista inux list distribution 1 1 1 Lower end Desktop Personal Computer no OS Desktop workstations with the following minimum specifications e Processor Intel Core i5 750 2 66GHz 8MB Cache or equivalent e Mainboard should at least support 4 SATA II o specify make model link to manufacturer site and drivers o specify form ATX Micro ATX other e BIOS supports Boot Menu option and must allow this option to be disabled 48 e 4GB DDR3 or better e Minimum 6 USB2 0 ports ready to use of which at least 2 ports must be on the front of the case e M A R T 500GB SATA2 HDD 7200 RPM with 16MB Buffer minimum e 256MB 3D video card DirectX 9 fully compliant on board allowed must have at least 1xVGA and 1xDVI port Should support Windows 7 AERO interface e HD Audio Codec or better audio with
42. e board at the Department of Contracts and shall also be available to view on the Department s website www contracts gov mt tenders At the tender opening the tenderers names the tender prices variants 15 written notification of alterations and withdrawals the presence of the requisite tender guarantee and any other information the Central Government Authority may consider appropriate will be published 27 3 Envelopes marked withdrawal will be read out first and returned to the tenderer 27 4 Reductions or alterations to tender prices made by tenderers after submission will not be taken into consideration during the analysis and evaluation of tenders 28 Secrecy of the Procedure 28 1 After the opening of the tenders no information about the e clarification evaluation or comparison of tenders or decisions contract award may be disclosed before the notification of award 28 2 Information concerning checking explanation opinions and comparison of tenders and recommendations concerning the award may not be disclosed to tenderers or any other person not offici involve he process unless otherwise permitted or required by law 28 3 Any attempt by a tenderer to approach ar f the Evaluation Committee Central Government Authority directly duri e evaluation period will be considered legitimate grounds f Ming his tender 29 Clarification of Tenders enders evaluation committee may after neral Contrac
43. e therefore waivin any standard terms and conditions which they may have These general conditions will form an integral part of sAN will be signed with the successful tenderer s 9 AN 2 1 2 2 VOLUME 2 SECTION 3 SPECIAL CONDITIONS These conditions amplify and supplement if necessary the General Conditions governing the contract Unless the Special Conditions provide otherwise those General Conditions remain fully applicable The numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the Articles of the General Conditions Other Special Conditions should be indicated afterwards Article 2 Law Applicable The laws of Malta shall apply in all matters not covered by the provisions of the contract The language used shall be English Article 4 Communications If the Contracting Authority either on its own initiative a request from a prospective tenderer provides a on the tender dossier it must send such infor other prospective tenderers at the same time Tenderers may submit questions in writing to f address up to 16 calendar days before the deadline submi specifying the publication reference Address Fax E mail 8 e tender dossier will be communicated ly riting to all the tenderers at the latest 6 days before submission of tenders No further clarification will be date Any Clarifi Contracting Authority during the tender pe
44. election Compliance Tenders which have been considered administratively compliant shall be evaluated for admissibility as outlined below i Eligibility Criteria e Tender Form Volume 1 Section 2 ii Selection Criteria e Evidence of technical capacity sub Clause 6 1 2 Part 3 Technical Compliance technical specifications Volume 3 and e do mentation requested by the Contracting Authority as per sub Clat 16 e classifying them technically evaluation of their technica offer especially the specifications shall be requested to submit technical literatur ender procedure contains several lots financial offers are compared for each lot The financial evaluation will have to identify the best financial offer for each lot 31 Correction of Arithmetical Errors Admissible tenders will be checked for arithmetical errors by the Evaluation Committee Errors will be corrected as follows a where there is a discrepancy between amounts in figures and in words the amount in words will prevail b where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity the unit price as quoted will prevail 17 31 2 31 3 32 1 33 1 33 2 33 3 34 1 The amount stated in the tender will be adjusted by the Evaluation Committee in the event of error and the tenderer will be bound by that adjusted amount In this regard the Evaluation Co
45. er 2 Protocols O O O O O IEEE 802 1D Spanning Tree Protocol IEEE 802 1p Priority IEEE 802 1Q VLANs IEEE 802 1s Multiple Spanning Trees IEEE 802 1w Rapid Reconfiguratio g g Tree IEEE 802 1AX Link Aggregation Control Protocol LACP formerly IEEE 802 3ad IEEE 802 3x Flow Contr e Layer 3 Protocols O O O O O O O O O TFTP Protoco ICMP amp Time Proto e Time Protocol SNTP v4 amp CPv6 Pv6 Path MTU Discovery Multicast Listener Discovery MLD version 2 for IPv6 Remote Operations MIB MLD MIB MIB for IP MIB for TCP MIB for UDP 75 e Automatic VLAN creation amp propagation o VTP or MVRP formerly GVRP e Security IEEE 802 1X Port Based Network Access Control TACACS RADIUS Authentication amp Accounting SSHv1 SSHv2 Secure Shell Secure Sockets Layer SSL O O O O 2 12 Wi Fi Access Points e Cisco Aironet 1142 AIR LAP1142N E K9 2 13 Wi Fi Management System e Cisco 5508 Series Wireless Controller for o 50 Aps 2 14 IP Phones e Alcatel Lucent 4008 P ne without power supply including all the required licenses for the Uni l OmniPCX Enterprise R8 0 PABX 2 15 42U Serv in i ist of the following m static loading capacity of not less than 900kg evenly distributed within the rack 1 vented top panel with cable access e 19 universal uprights e 1 full height inset mesh front door 75 perforated or more complete with a key lockable lever latch ha
46. eseeceeesecseeeeeeeeeeeeeeeeesseeeeaeeeesseeeeeaeasseseeeeeees 80 Lots Test amp Measure EQUIP MiG is siantasuriessSiarvensesirideenseteaastiaasCimnatitdedmaeimdadubeeecieueenseans 81 Lot 6 Spectrum Analysis Equipment sass xecascscnscrcckccesaceniverauena nein sndiaiksedeacnetnddackamislan antics 84 Lot 7 Eye tracking Equipments tenses celal deed eve a a a a lew lee EEA teeter scenes 86 Lot 8 R botics EQUIDIMG Nt sssi ertene e EES ETE etuaeeatedatnates Lot 9 Audiovisual and other equipment Lot 10 Other General Equipment ccccccccceceeeeceneeeeeeeeeeeeeeeeeeeeeeeeeeeeecaauaaaaaeeeeeeeeeeeeeeeeeegs VOLUME 4 FINANCIAL BID ciissicnsssnssttusuctanscsndaasdecarsensonncsvvasivanestesndaaddcdarsedeennssvvastuauesteandennbecars The Financial Offer for Lot 1 vse teks recite aecctasiactnacaslasnw aie dotuarivcuseiecadsabiincestagsnebeeteaneidbmesdbeddgebaeapabcewotuautiendes The Financial Offer for LL cask cis accel a alec asc apace tad ce vassal Sonat a ia The Financial Offer for Lot 3 sciccsciccccescssecsunenderwsersatesuvd snasevie ivteusanankwsuyens sase sassusaysttseansddasaandendadarsadariens The Financial Offer for Lot 4 oo ccccccssccssccssscsssccssscessscssscessecssscessscessssssecesscesscesesssesesseeeses Th Financial Offer for Lot Bessies E REENE REEE E R The Financial Offer for Lot 6 essseeseesseesissresresrissresresressresressissresresressresresrisstesissresresereeresresess The Financial Offer for Lot 7 oo
47. gh Performance O O Management OaO0O O O O Po O O O Forwarding rate 65Mpps based on 64 by ke Switching fabric 128 Gbps MAC address table size 8 000 MA J es Cisco like command li features of the swi configuration to a ace that supports full configuration of all the ing software and allows for dumping the entire er for backup purposes Web Brows Telnet SSHv1 SSHv SH over IPv6 S amp RMON EE 802 1AB Link Layer Discovery Protocol LLDP I TIA 1057 LLDP Media Endpoint Discovery LLDP MED over Ethernet IEEE 802 3af Power over Ethernet Must support 24 ports at 15 4W in 802 3af IEEE 802 3at Power Over Ethernet Plus Must support 12 ports at 30W in 802 3at 72 e Layer 2 Protocols O O O O O 9O IEEE 802 1D Spanning Tree Protocol IEEE 802 1p Priority IEEE 802 1Q VLANs IEEE 802 1s Multiple Spanning Trees IEEE 802 1w Rapid Reconfiguration of Spanning Tree IEEE 802 1AX Link Aggregation Control Protocol LACP formerly 802 3ad IEEE 802 3x Flow Control e Layer 3 Protocols N O O O O O O O O O O O O O TFTP Protocol ICMP amp ICMPv6 Time Protocol Simple Network Time Protocol SNTP DHCP amp DHCPv6 IGMPv3 IPv6 IPv6 Path MTU Discove Multicast Listener Disco ersion 2 for IPv6 Remote Operations MIB MLD MIB MIB for IP B for UDP e Automatic VLA a propagation TP or MVRP formerly GVRP urity O O O O EEE 802 1X Port Based Network Access
48. handwritten Any pages on which entries or corrections to his submis must be initialled by the person or persons signing be numbered consecutively by hand machine or4 her way acceptable to the Central Government Authority The tender must contain no changes or alte e than those made in accordance with instructions issued by Government Authority issued as Clarification notes or nec by errors on the part of the tenderer In the latter case corrections must be initialled by the person signing the tender The tender will be rejectag d use 2 or as otherwise specified in accordance with Clause 11 1 1 They must be submitted IT by recorded delivery official postal courier service or hand delivered t Department of Contracts Notre Dame Ravelin Floriana FRN 1600 Malta Tenders submitted by any other means will not be considered Tenderers must seal the original and the copy of their tender as outlined in Clause 15 If the outer envelope is not sealed and marked as required in Sub clause 15 1 14 24 1 25 1 25 2 26 1 26 2 26 3 27 1 27 2 the Central Government Authority will assume no responsibility for the misplacement or premature opening of the tender 24 Extension of Deadline for Submission of Tenders The Central Government Authority may at its own discretion extend the deadline for submission of tenders by issuing a clarification note in accordance with Clause 11 In such cases all rights and
49. he tectfnical SP 1 1 9 specifications Sub Totals Carried forward 99 Unit Nett Price t e Applicable ITEM DESCRIPTION OF ARTICLE In Situ D ties amp Taxes VAT In if any in in Higher End Mac as further amplified in the technical 1 1 10 specifications Mac Laptop as further amplified in the technical 1 1 11 specifications 1 1 12 1 1 13 specifications 19 TFT LCD Monitor as further amplifi 1 2 1 specifications Sub Totals Carried forward 100 D Unit Nett Price gt t e Applicable ESCRIPTION OF ARTICLE In Situ Duties amp Taxes VAT In if any in In 24 TFT LCD Monitor as further amplified in the technical TON 1 2 2 specifications 1 2 3 32 TFT LCD Monitor as further amplified in the technical E specifications 1 2 4 52 TFT LCD Monitor as further amplified in the egf A i specifications Monochrome Laser Office Printer as further amp technical specifications 1 3 2 Monochrome Laser Network Printer as fu the technical specifications Sub Totals Carried forward 101 Unit Nett Price gt t e Applicable In Situ t D ties amp Taxes VAT In if any in In DESCRIPTION OF ARTICLE Sub Totals nee fol 7 a 1 3 4 Colour Laser Printer as further amplified in the technical specifications Virtualization Server as further amplified in the technical specifications Storage Server as further amplified in the Pa 1 4 2
50. his is indicated by the symbol o 2 Tenderers will be requested to either clarify rectify any incorrect and or incomplete documentation and or submit any missing documents withi working days from notification This is indicated by the symbol o 3 No rectification shall be allowed Only clarifications on the submitted inform may be requested This is indicated by the symbol e 12 acknowledge that the Central Government Authority and a Authority shall request rectifications in respect of incomplete non submitted information pertinent to the documentation listed in Clause 1 b and 11 c of this Tender Form We understand that suc must be submitted within two 2 working days and will be s a non refundable administrative penalty of 50 and that failure to not being considered any further 13 We note that the Central Government A this invitation to tender and that it reserv part of the contract It will incur no liabilit und to proceed with t to cancel or award only ards us should it do so Name and Surname I D Passport Numb Si erer uly authorised to sign this er on behalf of Company Lead Partner VAT No if applicable Stamp of the firm company Place and date 26 VOLUME 1 SECTION 3 TENDER GUARANTEE FORM BID BOND On the headed notepaper of the financial institutions providing the guarantee Whereas the Director of Contracts has invited tenders for and whereas Messrs
51. i7 930 2 8GHz 8MB Cache e Mainboard should at least support 4 SATA II 2 PCI Ex x16 slots 1 PCI o specify make model link to manufacturer site and drivers o specify form ATX Micro ATX other e BIOS supports Boot Menu option and must allow this option to be e Installed memory 8GB DDR3 e Minimum 6 USB2 0 ports ready to use of which at least front of the case t be on the e O o xe O n Q o 5 a 3 c 3 T N x lt Z S Q w D TI O 5 ie D S fwhich running at x16 2 PCI expansion slots e HD Audio Codec or better audio with ready to use front connections for headphones amp mic e NIC Card 100 1000 Bas tosensing with RJ45 socket on board allowed e 3 5 In memory card reader SDHC compatible standard keyboard Maltese layout PS 2 or USB with an anti ce amp tilt facility e USB laser mouse with scroll wheel including mouse pad e Case specify type external dimensions number and type of drive bays e Power cord must be fitted with Standard 5 Amp plug MSA BS 1363 1 1 5 ATI GPU with AMD Desktop Personal Computer no OS e Processor AMD Phenom II Processor with at least 4 cores e Mainboard should at least support 4 SATA II 2 PCI Ex x16 slots 1 PCI o specify make model link to manufacturer site and drivers 51 o specify form ATX Micro ATX other e BIOS supports Boot Menu option and must allow this option to be disabled e Installed memor
52. it is hereby being consented that the contract is terminate mediate effect and that no claim for damages or compensation be rais S Signature oes the person or persons authorised to Date 28 2 List of Principal Deliveries PUBLICATION REF CT 3086 2010 List of principal deliveries effected during the years 2007 2008 and 2009 hN Description of Supplies Total Value Date of Delivery Client Contracting Authority of Supplies w In so listing the end clients am giving my consent to the ion Committee so that the latter may if it deems necessary contact the relevant clients with a view to obtain from them an opinion on the supp o them Signature oe eeeeeeeeeeeeeeees ay errr the person or persons authorised to sign on be Date nn ee ee eee 3 List of Literature PUBLICATION REF CT 3086 2010 List of literature to be submitted with the tender Item Description Reference in Technical Specifications 1 Full Technical Literature for the required items Technical Specifications for Lot 1 2 Full Technical Literature for the required items Technical Specifications for Lot 2 3 Full Technical Literature for the required items Technical Specifications for Lo 4 Full Technical Literature for the required items Technical Specifications for 4 5 Full Technical Literature for the required items 6 Full Technical Literature for the required items 7 Full Technical Lite
53. items for Lot 8 2 Done at by name On behalf of tenderer s stamp and signature 114 Tender for the supply delivery _ installatic testing and The Financial Offer for Lot 9 commissioning as applicable of Informatio Tec hn ology Equipment for the Faculty of Information Com icatio Technology ICT Building at the University of Malta PUBLICATION REF CT 3086 2010 NAME OF TENDERER D i i Nett Pri Applicable Applicable ESCRIPTION OF ARTICLE jaiai i Duties amp Taxes if any in Supply deliver install test and commission the following Audiovisual equipment Mini LED Projector as further amplified in th specifications specifications Sub Totals Carried forward 115 Unit Nett Price Total Nett Price licabl Applicable ITEM DESCRIPTION OF ARTICLE In Situ inshu ticc In In fan in lt l Sub Totals brought forward WY 250cm wide Pull down Projector screens as further amplified in the technical specifications 200cm wide Portable Pull Down Projector Screen as further amplified in the technical specifications 450cm wide Motorised Pull Down Projection Screen as further amplified in the technical specifications Public Address System as further amplified in the E technical specifications Sub Totals Carried forward 116 Unit Nett Price Total Nett Price i Applicable DESCRIPTION OF ARTICLE In Situ In Situ in S Xbox Console with Natal
54. ith lens cover AC power cord VGA cable wireless remote control user manual having the following minimum specifications 9 4 Mini LED Projector 9 5 Native Resolution Full HD 1920 x 1080 Brightness 5000 ANSI Lumens Contrast 2000 1 Aspect Ratio 16 9 Native I O connections VGA In VGA out S video Composite HDMIhwi C support Projection Screen Size 4 5m Diagonal Projection Distance up to 8m Easy lamp replacement without the need to dis tlethe projector Ceiling Mount Kit On screen menu supporting English lang Installation of projector including ap intended installation site and optimale system Long Lamp life 100 Lumens b 2000 1 contrast SVG po projector mount tripod both 4 3 displays and widescreens able Interactive Whiteboard System Interactive Whiteboard System including interactive whiteboard floor stand on wheels wall mount kit board cover and short throw projector with the following specifications Interactive Whiteboard o Diagonal active area not less than 2m o Robust and scratch proof hard coated screen surface 89 o Touch sensitive surface Pens must be wireless non mechanical and battery free operated o Amongst other features the software should be able to Add notes highlight or add emphasis to images and text Move and resize objects Create a working space easily by means of flip charts and scrolling Convert hand drawn shapes into geometrical objects In
55. ity lock slot for Kensingto tible cable Internal power supply wi C 60320 C6 or C14 connector Integrated Speakers 9 widescreen ur de minimum 16 million colours Full HD 1080p resolution Input signal 15 pin D sub RGB SCART Composite DVI and HDMI with HDCP support All necessary cables must be supplied Internal power supply Integrated Speakers Wall hung adjustable bracket o Tilt 15 degrees o Pan 45 degrees left and right 58 o Horizontal correction 5 degrees o Rotate 90 degrees e Installation of LCD monitor including mounting of wall bracket to intended installation site 1 2 4 52 TFT LCD Monitor e 52 viewable area e Aspect ratio 16 9 widescreen e Colour depth minimum 16 million colours e Full HD 1080p resolution e Input signal 15 pin D sub RGB SCART Composite DVI a ANS support All necessary cables must be supplied e Internal power supply Integrated Speakers e Wall hung adjustable bracket o Tilt 15 degrees o Pan 45 degrees left and right o Horizontal correction 5 degrees o Rotate 90 degrees e Installation of LCD monitor incl ounting of wall bracket to intended installation site 1 3 Printers The following details m d for each model e Print spee er minute for mono printouts e Print ages per minute for colour printouts e Pri lution capacity e type model number and average duty cycle e Scanner colour depth e Scanner maximum
56. l Conditions Article 16 Tax and customs arrangements 16 1 As per General Conditions 16 2 As per General Conditions 39 17 1 18 1 19 1 22 1 25 2 26 1 26 3 Article 17 Patents and Licences As per General Conditions Article 18 Commencement Order The commencement date of this tender shall be the last date of signature on the contract Article 19 Delays in Execution Without prejudice to the contents of Article 19 1 of the General Conditions delivery to the University of Malta of the goods thi contract is to be done within six 6 weeks from the last date of si on the Contract whilst the installation is to be carried out final confirmation by the University of Malta If this six 6 week p includes any of the following dates e 15th August e 25th December or e 1st January the period will be extended by a further two s the avoidance of doubt if this period includes both 2 ember and 1st January there will only be one 1 two week exte Article 22 Variations egulation 78 of the Public Procurement ntr overnment Authority reserves the right ied for all items in all Lots The total value neral Conditions icle 25 Inspection and Testing As per General Conditions Article 26 Methods of Payment Payments will be made in Euro Payments shall be authorized by the Contracting Authority namely the University of Malta and paid by the Treasury Department The period quoted in Article 26
57. l tender The an it to the Central Government Authority tee and the Financial Identification Form if ral Government Authority signs the contract with the successful gt successful tenderer may be requested to provide the ary Proof f or statements required to show that it does not fall into any The above mentioned documents must be submitted by every f a Joint Venture Consortium if applicable If the selected tenderer fails to sign and return the contract other required documentation and any guarantees required within the prescribed 15 calendar days the Central Government Authority may consider the acceptance of the tender to be cancelled without prejudice to the Central Government Authority s right to seize the guarantee claim compensation or pursue any other remedy in respect of such failure and the successful tenderer will have no claim whatsoever on the Central Government Authority The tenderer whose tender has been evaluated as second cheapest may be recommended for award and so on and so forth Only the signed contract will constitute an official commitment on the part of the Central Government Authority and activities may not begin until the 19 35 6 35 7 36 1 36 2 37 1 37 2 37 3 37 4 37 5 contract has been signed by the Central Government Authority and the successful tenderer Tender guarantees bid bonds provided by tenderers who have not been selected shall be released within 30 calend
58. ll in no case be responsible or liable for such costs whatever the conduct or outcome of the procedure The Central Government Authority retains ownership of all tenders receive under this tender procedure Consequently tenderers have no righ e their tenders returned to them 2 Timetable DATE E Clarification Meeting Site Visit i f Deadline for request for any additional po af information from the Contracting Authority L N Last date on which additional informati issued by the Contracting Authority LY OTe Deadline for submission of tenders Tender Opening Session 16 12 2010 10 00am d into lots Tenderers may submit a tender for one lot ll of the lots n a separate contract and the quantities indicated for be indivisible The tenderer must offer the whole of the r quantities indicated for each lot Under no circumstances will part of the quantities required be taken into consideration Contracts will be awarded lot by lot but the Contracting Authority must hoose the most favorable overall solution 4 Financing The project is co financed by the European Union Government of Malta in accordance with the rules of European Regional Development Fund ERDF programme with a co financing rate of 85 EU funds and 15 National Funds The beneficiary of the financing is The University of Malta 5 Eligibility 5 1 Participation in tendering is open on equal terms to all natural and legal persons of the Member State
59. mmittee shall seek the prior approval of the General Contracts Committee to communicate the revised price to the tenderer If the tenderer does not accept the adjustment his tender will be rejected and his tender guarantee forfeited When analysing the tender the evaluation committee will determine the final tender price after adjusting it on the basis of Clause 31 1 F CONTRACT AWARD 32 Criteria for Award The sole award criterion will be the price The contract will be aw d to the cheapest priced tender satisfying the administrative and technical criteri 33 Right Of The Central Government Authority To Accept Reject Any Tender The Central Government Authority reserves the rig t to peep or reject any tender and or to cancel the whole tender proce and tender In the event of a tender procedure s c the Central Government Authority If has been unsuccessful namely where no techr ically compliant tenders exceed the financial resources available e there have been irregularities in the procedure in particular where ese have prevented fair competition In no circumstances will the Central Government Authority be liable for amages whatever their nature in particular damages for loss of profits or relationship to the cancellation of a tender even if the Central Government Authority has been advised of the possibility of damages The publication of a contract notice does not commit the Central Government Authori
60. n the form provided in Volume 4 Notes to Clause 16 1 1 Tenderers will be requested to clarify rectify within two working days from notification the tender guarantee only in the following two circumstances either incorrect validity date and or incorrect value 4 Tenderers will be requested to either clarify rectify any incorrect or incomplete documentation and or submit any missing documents wit i working days from notification No rectification shall be allowed Only clarifications on th information may be requested bound filed Tenderers are NOT required NOR expected to s components of the tender document exce se in Clause 16 17 Tender Prices 17 1 Tenderers will be deemed their tender to its correctnes that is required for the full a o have satisfied themselves before submitting ind completeness to have taken account of all 17 2 17 3 17 4 options are to be clearly identifiable in the technical and financial a separate Tender Form as per Volume 1 Section 2 marked 1 Option 2 etc for each individual option clearly outlining the of the relative option is to be submitted 17 5 If the tenderer offers a discount the discount must be absorbed in the rates of the Bill of Quantities Financial Statement 17 6 For contracts over 500 000 where VAT is not an eligible cost and whose output VAT is liable to be paid in Malta such VAT will be paid directly to the VAT Department in Malta by
61. ndards 802 g e Security WEP 12 it WPA PSK WPA2 PSK 2 2 Two 2 c 2m Whit AT lug to Plug LSZH Patch Lead Cable 2 3 Three 3 m Patch Lead 3m White RJ45 CAT5e Plug to Plug LSZH Patch Lead Cable 2 4 Five 5 m Patch Lead 5m White RJ45 CAT5e Plug to Plug LSZH Patch Lead Cable 64 2 5 HDMI over IP Transmitter e This unit should connect to an HDMI source e Transmits an HDMI signal over one x 100Base T that is 100Mbps Ethernet over Cat5e e The signal should be transmitted over IP so that it can be routed via Ethernet switches and through VLANs e Supports HDTV resolutions to 1080p and computer resolutions to 1920x1200 e Broadcast real time HDMI video audio One transmitter must be able to fe multiple receivers e HDCP compliant e Compliant with HDMI 1 3 standard e Built in scaler function allows different input and output resolutions without having to lower the quality of the HDMI source e One female HDMI port for source connection e One female 100Mbps RJ45 for sending high definiti and DDC signal e To include AC adaptor unless powered directl audio signals over IP mains supply 2 6 HDMI over IP Receiver e This unit should connect to the i y e Supports HDTV resolutio and computer resolutions to 1920x1200 e Broadcast real time HD i io e Receives an HDMIisi O e x 100Base T that is 100Mbps Ethernet over Cat5e e The signal shou eceived over IP routed via Ethernet switches
62. ndle e 1 full height inset mesh vertically divided rear door 75 perforated or more complete with a key lockable lever latch handle 76 full height key lockable solid sheet steel side panels 1 large cable access in the base Cabinets shall be black in colour and must have an ingress protection IP rating of IP20 or better Cabinet keys which shall not be compatible with the locks of the other cabinets procured by this tender In addition 3 master keys that open all the locks of all the cabinets shall be supplied 2 16 Power Distribution Unit Power Distribution Unit PDU having the following minimum requirements Input 1 x IEC60309 3 Phase 400VAC 50Hz 4 pole 5 wire 32A ith separate Output 6 x IEC60320 C19 16A 230V receptacles each cuit breaker Load Capacity 230V 22kVA 1U rack mountable including rack mount kit and c 2 17 Power Distribution Extension Units PDU extension units having the following inimum uirements eptacle t into a single phase 230VAC 50Hz 2P E 16A recepticle Output minimum of C13 10A 230V receptacles ey uration Mountable in a 0 77 Lot 3 Graphics Equipment 3 1 Rack Mountable GPU Computing Server Rack mounted GPU computing device based on similar specs as the NVidia Tesla S870 GPU computing system e 19 Standard Rack mounted design for use in full depth 42U racks of not more than 3U height e Four GPUs with minimum 128 thread process
63. ntrol Protocol LACP formerly IEEE 802 3ad o IEEE 802 3x Flow Control e Layer 3 Protocols TFTP Protocol ICMP Simple Network Time Protocol SNTP v4 IGMPv3 N e Automatic VLAN creation amp propagation O O O o VTP or MVRP formerly GVRP e Security IEEE 802 1X Port Based Network s Control TACACS Oo Oo O A gt z G op gt S D 5 2 10 Advanced Powerov ernet PoE capable access layer switches The biddersShall quote for the quantity of switches of this type indicated in the bill of quantities switches shall have the following minimum specifications e Ethernet Ports o 24 auto sensing 10Base TX 100Base T 1000Base TX ports Support 4 SFP mini GBIC slots for use with SFP transceivers possibly in a shared configuration with other ports o Support 2 10 Gigabit Ethernet slots using either X2 transceivers SFP transceivers or other form factor transceivers that provide standard interfaces for connection including but not limited to CX4 for 10G Ethernet over Copper medium and SC or LC for 10G Ethernet over optical fibre medium possibly in a shared configuration with other ports 71 Console Port oO O O 1 serial RS 232 console port for initial configuration and out of band management RJ 45 form factor Console cable RJ 45 to DB9 must be included Mounting O oO O Mounts in a standard 19 inch rack Rack mounting hardware must be included 1U hi
64. of inju contract without further notice and without the Contractor havi The tender s concerned will be rejected or the tract terminated if it emerges that the award or execution of a contract has given rise to unusual ercia enses are commissions not mentioned in the main contract or not ste ng from a properly concluded contract referring to the main contract commissi 1ot paid in return for any actual and legitimate service com emitted to a tax haven and or subsequently i the Data Protection Act the performancean pa and follow up of the procurement procedure st by the Central Government Authority Contracting ernment Authority in terms of the Freedom of Information Act Cap ff the Laws of Malta The Central Government Authority prior to Sclosure of any information to a third party in relations to any provisions of this contract which have not yet been made public shall consult the contractor in accordance with the provisions of the said Act pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act Such consultation shall in no way prejudice the obligations of the Central Government Authority in terms of the Act 39 Gender Equality In carrying out his her obligations in pursuance of this contract the tenderer shall ensure the application of the principle of gender equality and shall thus inter alia refrain from discriminating on the grounds of gender marital status or family responsibili
65. on testing and commissioning of office research labs and lecture room equipment for the new Faculty of ICT Building University of Malta e Tenderers shall submit technical specifications and catalogues of all equipme being proposed e For every item the brand model number and manufacturer name must be speci e Equipment offered must conform to the minimum technical specifications in the tender Specifications which are better may be accepted IS are advised to seek clarifications e Powered hardware must be fitted with an MSA BS 3 plu less specified otherwise and configured for a 230V 50Hz supply e Equipment offered must comply with the amp Star or TCO Certifications Standards where applicable e Bidders are encouraged to seek any academic discounts which may be applicable equipment manufacturer s prior to submitting ications for each type of equipment required e Warranty for all items is deemed to be 36 calendar month guarantee on site on all parts and labour unless otherwise stated e It is of utmost importance that original catalogues and any other literature tendered in support of the equipment offered is submitted separately filed for each Lot as identified in the technical specifications 47 TECHNICAL SPECIFICATIONS EQUIPMENT Lot 1 Computers Monitors Printers amp Servers 1 1 Computers The following details must be listed for each model e Chipset and socket type
66. onditions Day Calendar day Dayworks Varied guts subject to payment on an hourly basis for the r drat Wt igen by the Contractor and approved by the Engineer for the carr out of the works Engineer s representative Any natural or legal person designated by the Engineer as such under the contract and empowered to represent the Engineer in the performance of his functions and in exercising such rights and or powers as have been delegated to him In this case references to the Engineer will include his representative Equipment Machinery apparatus components and any other articles intended for use in the works Evaluation Committee a committee made up of an odd number of voting members at least three appointed by the Central Government Authority and 31 possessing the technical linguistic and administrative capacities necessary to give an informed opinion on tenders Final acceptance certificate Certificate s issued by the Engineer to the Contractor at the end of the defects notification period stating that the Contractor has completed his obligations to construct complete and maintain the works concerned Final Beneficiary The Department Entity or other government body on whose behalf the Department of Contracts has issued this tender Foreign currency Any currency permissible under the applicable provisions and regulations other than the Euro which has been indicated in the tender General condition
67. ons em must be made in writing A tenderer may refuse to comply wit Bid Bond Howe tenderer deci 19 3 20 Tender Guarantee Bid Bond 20 1 The tender guarantee bid bond is set at the following amounts per individual lot Lot no Description of Goods Individual Bid Bond Amount in Lot 1 Computers Monitors Printers amp Servers 2200 Lot 2 Network Equipment 1800 Lot 3 Graphics equipment 500 Lot 4 Network Analysis Equipment 700 Lot 5 Test amp Measure Equipment 300 Lot 6 Spectrum Analysis Equipment 800 Lot 7 Eye Tracking Equipment 500 Lot 8 Robotics Equipment 100 Lot 9 Audiovisual and other equipment 300 Lot 10 Other General Equipment 1 It is to be noted that the said tender guarantee bid bond a n re nominal so that prospective tenderers can be in a position to tender even for even one 1 Lot If a prospetcive tenderer tenders for more that ot he 2 may present an single tender guarantee bid bond for all the Lots h The tender guarantee bid bond must be presented in the form specified in Section 3 The the company is located and who d payments to the amount as stated luding the 16 May 2011 The tender Financial Regulator in the country wt assumes responsibility for claims a above It must remain valid apto and incl guarantee must be drawn i Department of Contracts tee shall be forfeited if the tenderer withdraws his tender mentioned validity date or if the
68. oriana FRN 1600 Malta d All tenders as per b above must bear only i the above address ii the reference of the invitation to tender concerned iii if applicable the number of the lot s to which the tender refers iv the name of the tenderer 16 Content of Tender Single Envelope System 16 1 The tender must comprise the following duly completed ments inserted in a single sealed envelope unless their volum separate submission a An original bid bond for the applicable of lots tendered for in the form pro ring the number 1 Section 3 b General Administrative Infor i Statement on Conditi of Employment Volume 1 Section 4 c Financial onomic Standing nce of economic and financial standing is required Note 3 d ical Capacit i List of principal deliveries effected during the years 2007 2008 and 2009 Volume 1 Section 4 e Evaluation Criteria Technical Specifications i Tenderers Technical Offer in response to specifications Volume 3 ii Literature List of Samples Volume 1 Section 4 f Financial Offer Bill of Quantities i The Tender Form in accordance with the form provided in Volume 1 Section 2 a separate Tender Form is to be 10 submitted for each option tendered each form clearly marked Option 1 Option 2 etc ii A financial bid calculated on a basis of Delivered Duty Paid DDP for the supplies tendered i
69. orised Pull Down Projection Screen N e Diagonal active area not less than 4 5 meters e Dual wall and ceiling installation design e Matte white surface e 4 3 Aspect Ratio e 4 side black masking borders e Screen should be controlled though control panel featuring 3 buttons up down and stop Screen should stop automatically in the up and down positions The screen will be ceili hen in the up position the screen o Preamplifier with a minimum of 4 Mic line inputs and 2 Aux stereo inputs o Line output for connecting to a booster amplifier o Minimum power of 300 watts o Minimum of 8 analog electronically balanced outputs 91 e 4x handheld Wireless Microphones including adequate receivers Frequency response 60 to 15 000 Hz No interference with 2 4GHz and 5GHz channels Clean sound without distortion Noise cancellation LED indicator for power mute and low battery Approximate 100m operating range O O O O O O 90 Including table stands e 6x wall mountable Slimline Array Speakers o High efficiency N o Including wall mount kit o 6x high quality cables 2 x 10m length cable 2 x 20m length cable and 2 x 30m length cables o Please specify colour available e Mains supply 230V AC System Installation to intended installation site The system must be installed according to the hall aesthetics The system must have a unif rage from 60 to 75dB throughout the hall achieve the minimum values of speech to provide
70. ors per GPU e 6Gb system memory minimum with 1 5Gb dedicated memory per GPUsminim e PCI Express x8 or x16 connection for host e Windows and Linux support e CUDA compatible and include support for C based programming e Standard numerical libraries for FFT Fast Fourier Trans S Basic pe Linear Algebra Subroutines e Scalar thread processor with full integer and floati oi rations e Parallel Data Cache e Minimum 50 GB sec peak bandwidth per e IEEE 754 single precision floating point e Including rack mount kit e Minimum 2 year warranty on hard e 2x Redundant power supplies Adeq Cables should be provided to power the e Mini inimu ntel 4 core processors e Support for 9GB minimum GPU dedicated memory e Support for 64GB system memory e Minimum 12GB installed system memory e Windows and Linux Support e Integrated Video with minimum 1600x1200 60Hz resolution e 2x Gigabit Ethernet Connection e Minimum 1TB SATA 7200rpm storage 78 3 3 Hand held 3D Laser Scanner A 3D laser scanner which is able to sample surface points and create an accurate point cloud representation with the following minimum specifications Sampling Speed 8 000 measurements per minute Class II Laser eye safe XY Accuracy minimum of 0 1mm Resolution in the Z Direction 0 2mm Exported file formats to include TXT OBJ X3D STL 3 4 3D Vision Equipment 3D vision set up with the following minimum specifications NX Nvidia 3D Vision Kit in
71. packages to eliminate damages istical operations up to arrival at destination and accordingly rked and labelled with regard to handling procedures during transit packaging shall become the property of the recipient subject to respect for the environment Each delivery is to be accompanied by a packing list and other delivery documents which are to clearly indicate both the Contract Number and the Lot number if applicable All relevant packages are to be marked as follows University of Malta Msida MSD 2080 MALTA Contract Number CT 3086 2010 Lot no 41 31 1 32 1 33 1 35 3 Article 31 Provisional Acceptance A provisional acceptance certificate by the beneficiary will be delivered to the Contractor if the supply and delivery has been effected with the agreed periods of execution Article 32 Warranty The Contractor shall warrant that the supplies are new unused of the most recent models and incorporate all recent improvements in design and materials The Contractor shall further warrant that none of the supplies have defect arising from design materials and workmanship This war covering but not limited to defects in material or workmanship remain valid for three 3 years after provisional acceptance o installed equipment Article 33 After Sales Service The contractor shall provide and secure the provision of reliable and regular after sales for a period of three 3 years The Contra
72. pecifications e Rack mounted server to fit in standard full depth rack of not more than 4U height e Windows Server 2008 OS or better 64 bit e Quad Core Xeon or equivalent 2GHz or better e Dual Processor e 64 GB ECC RAM e RAID 5 Controller N e 4 x 450GB SAS Hot Swappable Hard Disks 10000 rpm minimum e 2 x Redundant power supplies Adequate cables shoul pro to power the server from C13 power receptacles e 2 x Redundant 1Gbps minimum Ethernet connecti e Network boot compatible e Server management tools e Including rack mount kit e 4 year warranty minimum including free rep ment of failed drives 1 4 2 Storage Server 8x 2TB SATA Hot Swappable Hard Disks e 2 x Redundant power supplies Adequate cables should be provided to power the server from C13 power receptacles e 2 x Redundant 1Gbps minimum Ethernet connections e Network boot compatible e Server management tools e Including rack mount kit e 4 year warranty minimum including free replacement of failed drives 1 4 3 Multi Core Server Server with the following minimum specifications e Rack mounted server to fit in standard full depth rack of not more than 4U height e Windows Server 2008 OS or better 64 bit e Quad Core Xeon or equivalent 2GHz or better server from C13 power receptacles e 2x Redundant 1Gbps minimum Ethernet connections N e Network boot compatible e Server management tools e 16 GB ECC RAM e RAID 5 Controller e 4x 2TB PATA
73. pectrum Analyzer The frequency analyzer must comply to the following mimimum specifications e Frequency range 3 Hz to 50 GHz e Frequency reference N o Aging rate 1 x 10 7 year o Temperature stability 0 C to 55 C 5 x 10 o Calibration accuracy 7 x 10 8 e Frequency span FFT and swept mode o Range 0 Hz zero span 10 Hz to Z o Resolution 2 Hz o Accuracy 0 2 percent pan sweep points 1 e Sweep time and triggeri 1 us to 6000 s 1 ms to 2000 s 0 01 nominal 40 nominal 0 01 nominal Free run line video RF burst external front external Span 0 Hz or FFT 150 ms to 500 ms pan 2 10 Hz swept 1 us to 500 ms Resolution 0 1 us e Sweep trace point range o Span 0 Hz 2 to 8192 o Span2 10 Hz 101 to 8192 84 Gated FFT Maximum span Delay range Delay resolution Gate duration O O O e Resolution bandwidth RBW o Range 3 01 dB BW e Bandwidth accuracy power RBW range 1 Hz to 51 kHz 56 kHz to 75 kHz 82 kHz to 330 kHz 10 MHz 150 to 500 ms 100 ns or 4 digits whichever is more 1 83 RBW 2 nominal 1 Hz to 3 MHz 10 steps 4 5 6 H 360 kHz to 1 2 MHz lt 3 GHz CF 1 3 MHz to 2 0 MHz lt 3 GHz CF 2 2 MHz to 6 0 MHz lt 3 GHz CF e Bandwidth accuracy 3 01 dB RBW range 8 MHz lt 3 GHz CF 15 nominal Selectivity 60 dB 3 d 4 1 1 nominal e Information bandwi 10 MHz 10 MHz 20 to 30 MHz nominal 30 to
74. r s name and address the payment of indicate the amount corresponding to the guarantee menti icle 45 of the Special Conditions without dispute on receipt of a firs req from the beneficiary We further agree that no change or addition to or other modification of the terms der or of any of the the Contractor shall in antee We hereby waive of the contract or of the works to be performed i contract documents which may be made between We note that you will release the intee and notify us of the fact at the latest within thirty days of the date of issue ofthis certificate SIQNAUINC sosser iirst ee stamp of the body providing the guarantee 45 VOLUME 3 TECHNICAL SPECIFICATIONS Note Where in this tender document a standard is quoted it is to be understood that the Contracting Authority will accept equivalent standards However it will be the responsibility of the respective bidders to prove that the standards they quoted are equivalent to the standards requested by the Contracting Authority Contents Lot 1 Computers Monitors Printers amp Servers Lot 2 Network Equipment Lot 3 Graphics Equipment Lot 4 Network Analysis Equipment Lot 5 Test amp Measure Equipment Lot6 Spectrum Analysis Equipment Lot 7 Eye Tracking Equi Lot 8 Robotics Equi nt en Lot 9 Audiovisual er equipment Lot10 OtherG t gt 46 General Notes The Tender comprises the supply installati
75. r switches The bidder shall quote for the quantity of switches of this type indicated in the bill of quantities These switches shall have the following minimum specifications e Ethernet Ports o 24 auto sensing 10Base TX 100Base T 1000Base TX ports o Support 4 x SFP mini GBIC slots for use with SFP transceivers possibly in a shared configuration with other ports 69 Console Port oO O O 1 serial RS 232 console port for initial configuration and out of band management RJ 45 form factor Console cable RJ 45 to DB9 must be included Mounting O oO O Mounts in a standard 19 inch rack Rack mounting hardware must be included 1U high Performance O O Management O O O Powe O oO O oO Forwarding rate 35mpps based on 64 by ke Switching fabric 48 Gbps MAC address table size 8 000 MA es Cisco like command li features of the swi configuration to a ace that supports full configuration of all the ing software and allows for dumping the entire er for backup purposes Web Brows Telnet SNMPv1 ON l ink Layer Discovery Protocol LLDP r Ethernet IEEE 802 3af Power over Ethernet Must support 24 ports at 7 7W in 802 3af e Layer 2 Protocols IEEE 802 1D Spanning Tree Protocol IEEE 802 1p Priority IEEE 802 1Q VLANs 70 o IEEE 802 1s Multiple Spanning Trees o IEEE 802 1w Rapid Reconfiguration of Spanning Tree o IEEE 802 1AX Link Aggregation Co
76. r than this meeting site visit for all prospective tenderers cannot be permitted B TENDER DOCUMENTS 10 Content of Tender Document 10 1 The set of tender documents comprises the following documents and should be read in conjunction with any clarification notes issued in accordance with Clause 24 Volume 1 x Instructions to Tenderers Volume 2 Draft Contract e Special Conditions e General Conditions available online fro www contracts gov mt conditions Volume 3 Technical Specifications Volume 4 Model Financial Bid Bill of Qua 10 2 Tenderers bear sole liability for aking with appropriate care the tender documents including those design documents available for inspection and any Clarification notes to the tender documents issued during the tendering liable information with respect to conditions and affect the amount or nature of the tender or the execution of the In the event that the tenderer is successful no r amount will be entertained on the grounds Volume 5 Drawings 10 3 The tendere provide all documents required by the provisions of the tender A stri conditions and provisions and contain no alterations derer Explanations Clarification Notes Concerning Tender ents 11 1 Tenderers may submit questions in writing to the Central Government Authority through e sending an email to info contracts gov mt e online from the Registered Users Questions and Answers facility within the tender
77. ractor must have the ability to carry out at least 50 of the contract works by his own means 23 B CONTACT PERSON for this tender Address Cc TENDERER S DECLARATION S To be completed and signed by the tenderer including each partner in a consortium In response to your letter of invitation to tender V ntract we the undersigned hereby declare that 1 We have examined and accept in full tender document including subseq Central Government Authority for invita of ER one esas l We hereby ntirety the content of this ifications Notes issued by the o tender No ontents thereto in their entirety contradiction alteration or de on shall lead to our tender offer not being considered any further 2 We offer to execute dance with the terms of the tender document and the COnaltOns andati imits laid down without reserve or restriction the al price of our tender including duties VAT other taxes and any iscounts is ELAN o a E Lot No2 Perritt aee eae goods Lot No 3 keniana aa a etc 4 This tender is valid for a period of 150 days from the final date for submission of tenders 24 10 11 If our tender is accepted we undertake to provide a performance guarantee of 10 of the contract value as required by the General Conditions We are making this application in our own right and as partner in the consortium led by lt name of the leader ourselves gt for thi
78. rature for the required items 8 Full Technical Literature for the required items 9 Full Technical Literature for the required items 10 Full Technical Literature for the required i Technical Specifications for Lot 10 Note It is of utmost impo tendered in support of the Lot as identified in the techn uthorised to sign on behalf of the tenderer BEE A E EEEE AE A ET 30 VOLUME 1 SECTION 5 GLOSSARY Definitions Note the present definitions are given here for convenience only in the context of the tender procedure The definitions set out in the contract as concluded are determining for the relations between the parties to the contract Administrative order Any instruction or order issued by the Project Manager to the Contractor in writing regarding the execution of the contract Breakdown of the overall price A heading by heading list of the rates and costs making up the price for a lump sum contract Central Government Authority means the Department of Contra Contracting Authority means the final beneficiary supplier to give an eae and impartial professional opinion 7 yenting him at any moment from giving priority to the interests of the Cen Government Authority and the Contracting Authority Any consideration rela to possib e contracts in the future or conflict with other commitments past o sent candidate tenderer or fat act to be paid by the Contracting Authority in terms of the agreed terms and c
79. rd readers Secure Digital SDHC compatible Power Features Li lon Battery with up to 4 hours battery life minimum Must include Kensington travel lock Maximum Weight 2 7kg Compliant with ISO 13406 2 53 e Other peripherals additional USB ergonomic keyboard USB mouse and docking station with power supply Docking station should not be USB based but should plug in a dedicated socket in the laptop e Carry case 1 1 8 Laptop 3 Notebook computers with the following minimum configuration e Processor Dual Core e Display size 11 to 12 L e Installed Memory 4 GB e O Interfaces 2x USB v2 0 ports minimum VGA IA e Integrated mic and speakers e Network interface wireless 802 11 a g n e Bluetooth V2 0 or higher e Installed SATA2 Hard Drive At least 160GB e Pointing Device Touch pad with scrolling funct i e Built in card readers Secure Digital SDHG ipat e keyboard English UK layout e Operating system Windows 7 64 bit Installed Media All drivers e Video Card 256MB dedicated memory minimum e Power Features Li lon B houp to 4 hours battery life minimum e Must include Kensington e Power Adapters 1 1 9 Mac 21 5 Inch including wireless keyboard and mouse ready to be used with the following minimum specifications e Processor 3 06GHz Intel Core 2 Duo e Installed Memory 8GB 1066MHz DDR3 SDRAM 4x2GB e Installed Hard Drive 500GB Serial ATA Drive e Installed OS Mac OS
80. ready to use front connections for headphones amp mic e NIC Card 100 1000 Base T Autosensing with RJ45 socket on board allowe e Internal DVD Super Multi Dual Layer including DVD Writing software e State noise emissions level in compliance with ISO 9296 e 3 5 Internal multi type memory card reader SDHC compatible e 105 Key Windows standard keyboard Maltese layout PS 2 or U ith an anti glare matt surface amp tilt facility e USB laser mouse with scroll wheel including mou e Case specify type external dimensions n pe of drive bays 1 1 2 Lower end Desktop Personal Computer including Windows7 Desktop workstations with the followi specifications 8MB Cache or equivalent link to manufacturer site and drivers Micro ATX other enu option and must allow this option to be disabled e 4G 2 0 ports ready to use of which at least 2 ports must be on the f e S M A R T 500GB SATA2 HDD 7200 RPM with 16MB Buffer minimum e 256MB 3D video card DirectX 9 fully compliant on board allowed must have at least 1xVGA and 1xHDMI port with HDCP support Should support Windows 7 AERO interface e HD Audio Codec or better audio with ready to use front connections for headphones amp mic e NIC Card 100 1000 Base T Autosensing with RJ45 socket on board allowed 49 e Internal DVD Super Multi Dual Layer including DVD Writing software e State noise emissions level in compliance with ISO 9296 e
81. resolution Applicable consumables toners must be included Following conditions must apply e Compatibility with o Windows 7 XP Vista o Linux list distribution o Mac OSX 59 1 3 1 Monochrome Laser Office Printer 15 pages per minute rated output mono A4 Output print resolution 600 x 600 dpi 150 sheet input tray monthly duty cycle 5 000 sheets Connection interface USB2 0 Supported page size Up to A4 PCL and Postscript languages support 1 3 2 Monochrome Laser Network Printer 25 pages per minute rated output mono A4 N Output print resolution 600 x 600 dpi 250 sheet input tray monthly duty cycle 8 000 sheets Connection interface USB2 0 100 Base T Ethernet Supported page size Up to A4 Duplexer for automated 2 sided printing PCL and Postscript languages support 1 3 3 All In One Inkjet Colour Printe nner Copier Colour graphics printing 4 es minute Max print resolution 4800x 1200 d 100 sheet Input Tray USB Connection USB Cable includ 1 3 4 Colour LaSer gt Q fe ser p r with the following minimum specifications Colour Print Black Text Plain Paper 12ppm Mixed Text and Graphics Plain Paper 8ppm Resolution 600 x 600 dpi Duty Cycle per month Minimum 25 000 pages Connectivity Network Supported page size Up to A4 Minimum Memory installed 128MB PCL and Postscript languages support 60 1 4 Servers 1 4 1 Virtualisation Server Server with the following minimum s
82. riod will be excluded from e tender procedure Article 7 Supply of Documents As per General Conditions Article 8 Assistance With Local Regulations As per General Conditions Article 9 The Contractor s Obligations 38 9 6 As per General Conditions Article 10 Origin 10 1 Supplies may originate in a Member State of the European Union or any other country as stipulated in Article 69 of the Public Procurement Regulations 2010 The origin of the goods shall be determined according to the Community Customs Code or the international agreements to which the country concerned is a signatory Article 11 Performance Guarantee 11 1 The Contractor shall within 15 days of receipt of the contract signature furnish the Central Government Authority with a guarant the full and proper performance of the contract The amount guarantee shall be 10 of the amount of the contract price any amounts stipulated in addenda to the contract In the case value of the contract does not exceed 10 000 no performance guarantee is required 11 3 The performance guarantee shall be in the for given in Volume 2 Section 4 and shall be provided in the form of a ba arantee 11 7 As per General Conditions Article 12 Insurance 12 1 Insurance costs are born e Supplier until provisional acceptance of the supplies Article 13 Perf e gramme Timetable 14 1 1 er General Conditions Article 15 Tender Prices 15 1 As per Genera
83. s The general contractual provisions setting out the administrative financial legal and technical clauses governing the execution of contracts awarded by a court or an arbitration tribunal or agreed betwee compensation payable to an injured party for a breach of th party In writing This includes any hand written typed or including fax transmissions and electronic mail e mail National currency The curt Period A period begja s th d other machinery and where applicable under the law and or state of the Contracting Authority the temporary structures on the site yout the works but excluding equipment or other items required to Provisional sum A sum included in the contract and so designated for the execution of works or the supply of goods materials plant or services or for contingencies which sum may be used in whole or in part or not at all as instructed by the Engineer Site The places provided by the Contracting Authority where the works are to be carried out and other places stated in the contract as forming part of the site Special conditions The special conditions laid down by the Contracting Authority as an integral part of the tender document amplifying and supplementing the general 32 conditions clauses specific to the contract and the terms of reference for a service contract or technical specifications for a supply or works contract Supervisor Engineer The legal or natural
84. s affected by no potential conflict of interest and that he has no particular link with other tenderers or parties involved in the project The Contractor must at all times act impartially and as a faithful adviser in accordance with the code of conduct of his profession He must refrain from making public statements about the project or services without the Contracting Authority s prior approval He may not commit the Contracting Authority in any way without its prior written consent For the duration of the contract the Contractor and his staff must respect 20 37 6 37 7 37 8 37 9 37 10 38 1 38 2 39 1 human rights and undertake not to offend the political cultural and religious morals of Malta The Contractor may accept no payment connected with the contract other than that provided for therein The Contractor and his staff must not exercise any activity or receive any advantage inconsistent with their obligations to the Contracting Authority The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of the contract and after its completion All reports and documents drawn up or received by the Contractor are confidential The contract governs the Parties use of all reports and documents dra p received or presented by them during the execution of the contract independence or that of his staff If the Contractor ceases to the Central Government Authority may regardless
85. s of the European Union the beneficiary country any other country in accordance with Regulation 69 of the Public Procurement Regulations 5 2 Natural persons companies or undertakings who fall under any of the conditions set out in Regulation 50 of the Public Procurement Regulations 2010 Legal Notice 296 of 2010 may be excluded from participation in and the award of contracts Tenderers or candidates who have been guilty of making false declarations will also incur financial penalties representing 10 of the total value of the contract being awarded 5 3 Tenders submitted by companies forming a joint venture consortium mu also fulfil the following requirements e One partner must be appointed lead partner and that ap Biure winning this contract must he whole performance period of the procedure The consortium joir include the same partners for contract other than assma 5 4 and ices to be supplied under the contract gt country For these purposes origin means als and or equipment are mined grown lor from which services are provided 6 1 t be considered eligible for the award of the contract tenderers ide evidence that they meet or exceed certain minimum riteria described hereunder e case of a joint venture the joint venture as a whole must satisfy imum qualifications required below 6 1 No evidence of financial and economic standing is required 6 1 2 Information about the tenderer s technical capacity
86. s tender Lot No We confirm that we are not tendering for the same contract in any other form We confirm as a partner in the consortium that all partners are jointly and severally liable by law for the performance of the contract that the lead partner is authorised to bind and receive instructions for and on behalf of each member and that all partners in the joint venture consortium are bound to remain in the joint venture consortium for the entire period of the contract s performance We are fully aware that in the case of a consortium the composition of the consortium cannot be modified in the course of the te procedure candidates or other parties in the ter submission of this application We have We will inform the Ce change in the above circ the contract Wg also ender Guarantee Bid Bond covering the number of Lots tendered for b General Information o Statement on Conditions of Employment Selection Criteria Note 3 c Technical Capacity e List of Principal Deliveries 25 d Evaluation Criteria Technical Specifications e Tenderer s Technical Offer e Literature List of Samples f Tender Form and Financial Offer Bill of Quantities Notes 1 Tenderers will be requested to clarify rectify within two working days from notification the tender guarantee only in the following two circumstances either incorrect validity date and or incorrect value T
87. st and commission the following Network Analysis Equipment A 4 1 Network Protocol Analyzer as further amplified i J technical specifications L Grand Total for Lot 4 Total number of items for Lot 4 1 Done at by name On behalf of tenderer s stamp and signature 110 The Financial Offer for Lot 5 Tender for the supply delivery for the Faculty of Information Com Building at the University of Malta PUBLICATION REF CT 3086 2010 NAME OF TENDERER DESCRIPTION OF ARTICLE Applicable Applicable Duties amp Taxes VAT if any in Supply deliver install test and commission the following Test and Measurement Equipment 5 1 Signal generator and counter as further amplified in the technical specifications specifications Total number of items for Lot 5 3 Done at On behalf of by name tenderer s stamp and signature 111 The Financial Offer for Lot 6 Tender for the supply delive commissioning as applicable of n for the Faculty of Information Building at the University of Mal tion testing and hnology Equipment ications Technology ICT PUBLICATION REF CT 3086 2010 NAME OF iai DESCRIPTION OF ARTICLE Spectrum Analyzer n Supply deliver install test and commission the following X A specifications Total number of items for Lot 6 1 Done at On behalf of Nett
88. tenderer fails to provide the of the contract and on submission of a valid performance guarantee Offers that are not accompanied with the mandatory Tender Guarantee Bid Bond by the Closing Date and Time of the tender will be automatically disqualified Tenderers will be requested to clarify rectify within two working days from notification the tender guarantee submitted only in the following two circumstances either incorrect validity date and or incorrect value Such rectification s must be submitted within two 2 working days and will be subject to a non refundable administrative penalty of 50 Failure 13 21 1 22 1 22 2 22 3 22 4 23 1 23 2 23 3 to comply shall result in the tender offer not being considered any further 21 Variant Solutions No variant solutions will be accepted Tenderers must submit a tender in accordance with the requirements of the tender document 22 Preparation and Signing of Tenders All tenders must be submitted in one original clearly marked original one identical copy including all documentation as in the original signed in th same way as the original and clearly marked copy Tenders must co the documents specified in Clause 16 above It is the responsibility of the tenderers to ensure that both the orig the copy are an identical representation of one another ind le ink been made The tenderer s submission must be typed in or
89. the Final Beneficiary 17 7 The prices for the contract must include all of the works to be provided The prices quoted are fixed and not subject to revision or escalation in costs unless otherwise provided for in the Special Conditions 11 17 8 The estimated budget available for this tender is 509 322 03 five hundred and nine thousand three hundred and twenty two Euros and 03 cents excluding VAT VAT and all other taxes are to be quoted separately 18 Currencies of Tender and Payments 18 1 The currency of the tender is the Euro All sums in the breakdown of the overall price in the questionnaire and in other documents must be expresse in Euro with the possible exception of originals of bank and annu financial statements 18 2 Payments will be made upon certification of supplies by the ntractin Authority based on the invoice issued by the Contractor in rdance wi the timeframes terms and conditions of the contract 18 3 All correspondence relating to payments including inv interim and final statements must be submitted as outlined in t ontract 19 Period of Validity of Tenders 19 1 Tenders must remain valid for a period o submission of tenders indicated in the cont tice the tender document or as modified in accordance with Cla i 19 2 In exceptional circumst ntral Government Authority may request that tenderers extend lidity of tenders for a specific period Such requests and the resp
90. the disqualification of all those ten contract in which the party is involved A company may not tender for a given contract b partner in a joint venture consortium a joint venture consortium and at the sa subcontractor by any another tenderer orjoi A company may act as a subcontractor joint ventures consortia provided that it does not participate individually or as part of a joint venture consortium and that the nominations do not lead The tenderer wil osts associated with the preparation and submission of thest clarification meeting site visit will be held on the date and time indicated i use 2 at the Faculty of Information Communication Technology Computer Building University of Malta to answer any questions on the tender document which have been forwarded in writing or are raised during the same meeting Meeting place near the entry to Parking Area no 2 between 1315 hrs and 13 25 hrs from whence we will proceed to the actual venue of the meeting Minutes will be taken during the meeting and these together with any clarifications in response to written requests which are not addressed during the meeting shall be posted online as a clarification note as per Clause 11 2 Prospective Tenderers are advised to request a Temporary Parking Permit from the Security Gate at the new entrance to the University of Malta Mater Dei Side Meetings visits by individual prospective tenderers during the tender period othe
91. ties Tenderers are to ensure that these principles are mainfest in the organigram of the company where the principles 21 aforementioned including the selection criteria for access to all jobs or posts at all levels of the occupation hierarchy are amply proven In this document words importing one gender shall also include the other gender N A 22 VOLUME 1 SECTION 2 TENDER FORM A separate distinct Tender Form must be submitted for EACH OPTION if applicable submitted Publication reference CT 3086 2010 Director General Contracts Department of Contracts Notre Dame Ravelin Floriana VLT2000 MALTA Title of Tender for the supply delivery installation contract commissioning as applicable of Infor i chnology Equipment for the Faculty of Informati Technology ICT Building at the Unive gt A TENDER SUBMITTED BY Ca ATA of tenderer s Nationality Proportion aaa ere Zr oc T 2 t If this tender is being submitted by an individual tenderer the name of the tenderer sho e ef das leader and all other lines should be deleted 2 Proposed proportion performed by each pa Supply intended to be Name and details of Value of sub Experience in similar sub contracted sub contractors contracting as supplies details to be percentage of the specified total cost 3 The maximum amount of sub contracting must not exceed 50 of the total contract value The main cont
92. troller e Including a minimum of 24 x 2 pable SATA drives 7200 rpm e Supported Operating Syst o Microsoft Windo Datacenter IA32 x64 IA64 Standard Enterprise indows Server 2008 Hyper V O OAO O O O Enterprise Linux Virtualization Fibre Channel Connectivity e Rack mountable chassis of not more than 6U height e Dual power supply Adequate cables should be provided to power the server from C13 power receptacles e Hard disk drives can be located on 1 or 2 cascaded chassis e Must support at least a further cascaded chassis for a total capacity of 72TB e Including rack mount kit Lot 2 Network Equipment 2 0 Server Room Equipment Special notes to the technical specifications of Server Room Equipment The bidder shall be bound to supply at no extra cost upgrades to the sof e supplied with the system including upgrades or patches to the systems int operating system external management utilities and firmware as th available during the system warranty period e ed spolicy a es bug of five 5 years The manufacturer of the equipment being offered must have a for supporting the said equipment including but not limited to so fixes and replacement hardware components for a minimum peri after the date that the manufacturer ceases to sell the e m 2 1 Wireless Router Switch Number of WAN connections 1 Number of LAN Connections 4 Wired Ports 10 100 1000 Mb Wireless Speed 300Mbp e Wireless sta
93. ts Committee ask a tenderer to 29 1 When checking and comparjag 29 2 Such requests and the responses to them must be made by e mail or fax They may in no circumstance tender except to arithmetical errors discovered by the evaluation 19 tenders in accordance with Clause 31 30 de aluation Process 30 1 e following should be read in conjunction with Clause 27 3 rt 1 Administrative Compliance The Evaluation Committee will check the compliance of tenders with the instructions given in the tender document and in particular the documentation submitted in respect of Clause 16 The Evaluation Committee shall after having obtained approval by the General Contracts Committee request rectifications in respect of incomplete non submitted information pertinent to the documentation as outlined in sub Clause 16 1 a 16 1 b and 16 1 c of these Instructions to Tenderers Such rectification s must be submitted within two 2 working days from notification and will be subject to a non refundable administrative penalty of 50 Failure to comply shall result in the tender offer not being considered any further 16 30 3 30 4 30 5 31 1 No rectification shall be allowed in respect of the documentation as outlined in sub Clause 16 1 d 16 1 e and 16 1 f of these Instructions to Tenderers Only clarifications on the submitted information in respect of the latter may be eventually requested Part 2 Eligibility and S
94. ty to implement the programme or project announced 34 Notification of Award Contract Clarifications Prior to the expiration of the period of validity of tenders the Central Government Authority will notify the successful tenderer in writing that his tender has been recommended for award by the General Contracts 18 34 2 34 3 35 1 35 2 35 3 35 5 Committee pending any appeal being lodged in terms of Part XIII of the Public Procurement Regulations being reproduced in Volume 1 Section 6 Unsuccessful bidders shall be notified with the outcome of the evaluation process and will be provided the following information i the criteria for award ii the name of the successful tenderer iii the recommended price of the successful bidder iv the reasons why the tenderer did not meet the technical specification notification that the offer was not the cheapest if applicable v the deadline for filing a notice of objection appeal vi the deposit required if lodging an appeal The recommendations of the General Contracts Committee shall u d on the Notice Board of the Department of Contracts and published online on the Department s website www contracts gov mt gcc 35 Contract Signing and Performance Guara After the lapse of the appeals period and pending that no objections have been received and or upheld the successful srer mai rification will be confined eof the successfu
95. uipment ications Technology ICT testing and PUBLICATION REF CT 3086 2010 for the Faculty of Information Co Building at the University of Mal NAME OF TENDERER DESCRIPTION OF ARTICLE Graphics Equipment 1 Rack mountable GPU Computing Server a 7 amplified in the technical specifications 3 3 2 Desktop GPU Computing Server as furt the technical specifications 3 3 Hand held 3D Laser Scanne furti the technical specification Total Nett Price In Situ Applicable Duties amp Taxes if any Sub Totals Carried forward Applicable VAT in 108 Unit Nett Price ze ica Applicable DESCRIPTION OF ARTICLE In Situ A In i in 3 4 3D Vision Equipment as further amplified in the 74 technical specifications O y ON bg Gra I fa 1 and Tota ot 3 Total number of items for Lot 3 in these 2 pages 4 Done at by name On behalf of tenderer s stamp and signature 109 tion testing and hnology Equipment ications Technology ICT Tender for the supply delive The Financial Offer for Lot 4 commissioning as applicable of n for the Faculty of Information Building at the University of Mal PUBLICATION REF CT 3086 2010 NAME OF iai it Ne Nett Price Applicable Applicable DESCRIPTION OF ARTICLE K In Situ Duties amp Taxes VAT In if any in In i ata or AT Supply deliver install te
96. ulated housing 2 long slots for up to 4 slices of toast electronic browning control with temperature sensor mid cycle cancel button automatic pop up K crumb tray Non Stick Plates Plates for 2 sandwiches Minimum power 1200W Heat insulated handle Power On amp Ready Indicators Qs Maximum surface area 40 Minimum surface are Plastic Base Minimum Pow Timer Func Auto shut off fu The Financial Offer for Lot 1 Tender for the supply delive commissioning as applicable of for the Faculty of Information Building at the University of Mal testing and hnology Equipment nications Technology ICT PUBLICATION REF CT 3086 2010 DESCRIPTION OF ARTICLE Personal amplified Lower end Desktop Windows7 as further specifications Higher end Desktop Persona amplified in the technical speci NAME OF wey Total Nett Price In Situ Sub Totals Carried forward Applicable Duties amp Taxes if any Applicable 98 Unit Nett Price gt t e Applicable ITEM DESCRIPTION OF ARTICLE In Situ D ties amp Taxes VAT In if any in in 4 Nvidia GPU with Intel Desktop Personal Computer as further amplified in the technical specifications 1 1 1 1 5 ATI GPU with AMD Desktop Personal Computer as further amplified in the technical specifications IN Laptop 1 as further amplified in the technical specific Q NI Laptop 3 as further amplified in t
97. ure Equipment 5 1 Signal Generator and Counter e Frequency and Display Specs o Frequency Range 0 005Hz to 5MHz min in discrete ranges wi e adjustment o Fine tuning Range 1000 1 min on each range o Accuracy of output frequency amplitude and DC offset displayed value o Display type LCD 4 digits min for frequency dis amplitude DC offset display than 0 01 of digits min for e Output Specs o Main 50Q or 6000 Amplitude 2mV to 20V peak pea 500 o Attenuator Ranges OdB 40dB o d c Offset Range 10V from o Aux Out 0 to 5V TT ogic levels capable of driving 2 standard TTL loads Frequencyysymmetry and phase as main outputs o Wave Rise and Fall Times lt 45ns Symmetry Symmetry Range Variable type 1 9 to 9 1 on top decade of each ange e Sweep Modes Sweep Range gt 1000 1 within each range Sweep Rate Adjustable type 20ms to 20s min Sweep Mode Linear or logarithmic O O O O Sweep Output ramp waveform signal 81 e Amplitude Modulation o Depth Variable to 100 o Frequency internal modulation frequency to be specified external modulation frequency DC to 100kHz min o Resolution 6 digits in 0 5s 7 digits in 5s min e Safety Complies with EN601010 1 N e EMC Complies with EN61326 4 e Warranty 24 calendar month guarantee on sit all pa no exception and labour on site 5 2 Power Supply e External Frequency Counter o Frequency Range 5Hz to 20MHz min full
98. we will guarantee as principal debtor to Central Government Authority s name and address on behalf of Contractor s name and address the payment of di moe indicate the amount corresponding to the guarantee menti rticle 44 of fa ty J request from the Special Conditions without dispute on receipt_ot the beneficiary other modification of the terms of the contract or of the works to be performed thereunder or of any of the contract documents which may be made betweenjyou and the Contractor shall in The guarantee will enter into force and take effect from the indicate the date of payment of the pre financing and shall be valid until full repayment of the same amount by the Contractor We note that you the guarantee and notify us of the fact at the latest within thirty days Don On Dealt Off cies Zea rece Ekaia sek hence cant ENANA T Signat rei sussiste iiae ie stamp of the body providing the guarantee Date PUBLICATION REF CT 3086 2010 NX 44 VOLUME 2 SECTION 6 SPECIMEN RETENTION GUARANTEE LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE Director of Contracts Department of Contracts Notre Dame Ravelin Floriana FRN1600 Malta Date PUBLICATION REF CT 3086 2010 Dear Sir We the undersigned name company name address hereby declar pat will guarantee as principal debtor to Central Government Authority s nam and address on behalf of Contracto
99. y 8GB DDR3 e Minimum 6 USB2 0 ports ready to use of which at least 2 ports must be on the front of the case e S M A R T 1TB SATA2 HDD 7200 RPM with 32MB buffer e Graphics Card Minimum 2 ATI Radeon 5000 Series GPUs in Crossfire configuration Fully compliant with DirectX 10 minimum 1GB RAM performanc at least 500 Gigaflops support for CUDA extensions Must have 1 x HD DVI sockets supporting HDCP e Expansion Slots 2 PCI Express 1 of which running at x16 2 PC e HD Audio Codec or better audio with ready to use front connecti headphones amp mic e NIC Card 100 1000 Base T Autosensing with RJ45 socket e BluRay ROM burner multi drive with DVD writing CD DVD Writing software e State noise emissions level in compliance with n board allowed abilities including e 3 5 Internal multi type memory card reac SDHC compatible e 105 Key Windows standard keyboard Maltese layout PS 2 or USB with an anti glare matt surface amp tilt facility e USB laser mouse with scrollwh cluding mouse pad e Case specify type external ensions number and type of drive bays e Power cord must besi dard 5 Amp plug MSA BS 1363 1 1 6 Laptop ith the following minimum configuration Core i7 720QM 1 6GHz 6MB Cache or equivalent e Inst e Expansion Slots 1xExpress Card Slot e 1 O Interfaces 3x USB v2 0 ports VGA 1x mic 1x headphone line out e LAN port 1xRJ 45 Gigabit Ethernet port 10 100 1000 Mbps
100. y status monitoring N All cables included 1 2 Monitors The following details must be listed for each model Following conditions mus Panel type Viewing angle Brightness Contrast ratio Pixel pitch Image refresh rate User controls Weight Physical dimensions VGA DVI HD to be incl Warran 1340 s r Cables and AC power adaptor where required need ply on dead pixels or pixel defects must conform to ISO tion on all TFT LCD screens 1 2 1 19 TFT LCD Monitor This monitor is intended to be used with item 1 1 19 viewable area Aspect ratio 16 10 widescreen Colour depth minimum 16 million colours Minimum contrast ratio 1000 1 Maximum response time 5ms 57 Optimal resolution 1440 x 900 pixels Display Screen Coating Anti Glare Input signal 15 pin D sub RGB and DVI including necessary cable s to connect to PC Security lock slot for Kensington or compatible cable Internal power supply with IEC 60320 C6 or C14 connector Integrated Speakers 1 2 2 24 TFT LCD Monitor This monitor is intended to be used with items 1 2 and 1 3 24 viewable area Aspect ratio 16 9 widescreen Colour depth minimum 16 7 million colours Minimum contrast ratio 1000 1 Maximum response time 5ms Optimal resolution 1920 x 1080 pixels 6 Display Screen Coating Anti Glare Input signal 15 pin D sub RGB DVI and H with HDCP support All necessary cables must be supplied Secur
Download Pdf Manuals
Related Search
Related Contents
Beewi BBS010-A0 Istruzioni per l`uso Genius Mic-02A 納入仕様書 Copyright © All rights reserved.
Failed to retrieve file