Access Control System for UNU-WIDER



Similar documents
REQUEST FOR EXPRESSION OF INTEREST (EOI)

REQUEST FOR EXPRESSION OF INTEREST (EOI)

REQUEST FOR EXPRESSION OF INTEREST (EOI)

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

REQUEST FOR EXPRESSION OF INTEREST (EOI)

Supplier prequalification Document

UNITED NATIONS UNIVERSITY

REQUEST FOR EXPRESSION OF INTEREST (EOI)

Published Call for Quotations QMFA 043/2015

REQUEST FOR QUOTATIONS

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

RFP DOCUMENT FOR SUPPLY AND INSTALLATION OF BIOMETRIC FACIAL RECOGNITION TIME ATTENDANCE & ACCESS CONTROL SYSTEM FOR

Request for Quotation (RFQ) for Goods

REQUEST FOR PROPOSAL RFP

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

Provide Maintenance and Supporting Service ( ) for Networking Equipment and Software in HKSTP

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

REQUEST FOR INFORMATION (RFI)

Contract for Capital Purchase N [reference of the COMPANY]

REQUEST FOR INFORMATION (RFI)

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

INVITATION TO BID: ITB

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

Canterbury Park Pool Chamber Replacement

CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System

REQUEST FOR QUOTES (RFQ)

Prequalification Document for Procurement of Works

SPECIFICATIONS AND CONDITIONS FOR THE PROVISION OF GRIT BLASTING SERVICES

REQUEST FOR PROPOSALS FOR BANKING SERVICES

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

Robla School District

Request for Proposal Environmental Management Software

Tender Dossier. Vehicles, Tracking and Equipment

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

REQUEST FOR QUOTATION (RFQ)

Purchases Commercial Procurement & Logistics.

Transcription services for committee minutes

Request for Proposal. Contract Management Software

Published Call for Quotations QMFA 080/2015

REQUEST FOR QUOTATION (RFQ) 29 th September, 2010 REFERENCE:

REQUEST FOR PROPOSAL FOR CLIENT MANAGEMENT SYSTEM

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

DotNetNuke (DNN) Hosting Environment

Center Unified School District

Proposal to Support ESP SAP CRM 7 Solution

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Access CONTROL. MANAGEMENT Software

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

The Tender Process & Vendor Registration. Soomi Ro, Chief Logistics and Transportation Section UN Secretariat Procurement Division

NOTICE INVITING QUOTATION

Request For Quotation (RFQ) for the purchase of GPS. RFQ No: RFQ/HTOC/95800/15-002(FP)

The Pennsylvania State University Physical Security Office. Intrusion Alarm. Performance Specification

Functional Specification Document

SYMMETRY. DATASHEET ACCESS CONTROL Product Overview

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Request for Proposal Hewlett Packard Network Switches and Peripherals

Terms and Conditions Website Development

Atrium Skylight Repair Carleton Lodge

OSWEGO COUNTY PURCHASING DEPARTMENT

Service Conditions. Service Conditions

BANKA SOCIETE GENERALE ALBANIA

1. Proposals must be received by mail or by Jan 11th 2015 at 12PM.

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE

SYMMETRY PRODUCT OVERVIEW

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

Adlib Hosting - Service Level Agreement

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

Malta Resources Authority. Call for Quotations

General Terms and Conditions of Sale and Delivery of Federatie Aandrijven en Automatiseren (Trading Companies)

Invitation to Tender

ANNEX III. Special Instructions & Evaluation Criteria

A&E Specifications RoadRunner Video Surveillance Systems for School Transportation Applications

How To Get A Job Done

INVITATION TO BID SECURITY CAMERA & INTRUSION DETECTION SYSTEM

BANKA SOCIETE GENERALE ALBANIA

City of Johannesburg Supply Chain Management Unit

SECTION 6: RFQ Process, Terms and Conditions

QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR... The following information must be submitted with the quotation:

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F


Supply, deliver and installation of air conditioners

Supplier IT Security Guide

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

Video Production Services for the Ontario College of Trades (the College)

Conditions for the Provision and Maintenance of Software

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

BANKA SOCIETE GENERALE ALBANIA

UNICORN 7.0. Administration and Technical Manual

Transcription:

Tuuli Levit Sr. Administrative Assistant UNU-WIDER Katajanokanlaituri 6 B FI-00160 Helsinki 26 May 2015 Request for Quotation Access Control System for UNU-WIDER RFQ-UNU-WIDER-04-2015 REVISED REQUEST Dear Supplier, 1. UNU-WIDER (United Nations University World Institute for Development Economics Research) hereby requests your price quotation for the item(s) specified in this Request for Quotation (RFQ), which consists of this document and the following annexes: Annex A: Annex B: Annex C: Annex D: Appendix 1: Instructions for Bidders Specifications/Terms of Reference Price Quotation form/template Form of contract UN General Conditions of Contract for Goods and Services Intent to offer form (to be completed and returned) 2. Quotations are required to be submitted to UNU-WIDER in English language by e-mail: bids@wider.unu.edu or by hand in a sealed envelope to Tuuli Levit/ Procurement, Katajanokanlaituri 6 B, 00160 Helsinki, Finland, no later than 22 June 2015, 13:00 hrs (Helsinki time). The Envelope or Email Subject line must be clearly marked with the following: RFQ-UNU-WIDER-04-2015-[Name of your Company] It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are receive after the deadline, for whatever reason, shall not be considered for evaluation.

3. Please inform us to email: procurement@wider.unu.edu if your company is interested to submit an offer FOR THIS REVISED REQUEST by completing the Intent to offer form in Appendix 1. This information will enable us to keep in touch with you throughout the process and update you on any changes or clarifications. Kindly inform us your company contact person, and contact details. 4. For inquiries on this RFQ, please contact the Procurement Officer in writing by e-mail to procurement@wider.unu.edu latest no later than 10 June 2015. A comprehensive reply to all questions will be posted on our website for procurement opportunities (RFQ-UNU-WIDER-04-2015) soonest possible thereafter. No additional site visits will be arranged at this stage. 19. UNU-WIDER Procurement Manual and UNU-WIDER Financial Rules and Regulations applicable to this RFQ are available from http://www.un.org/depts/ptd/pdf/pmrev6.pdf. 20. Bidders must register with UNU-WIDER or start the vendor registration process in United Nations Global Market (UNGM) located at http://www.ungm.org, before the closing time of this RFQ. The selected supplier must be fully registered before any Contract is signed. Bidders who have already registered in UNGM shall keep their information updated at http://www.ungm.org. 21. By submitting a Quotation, the Bidder confirms that he/she has accessed, read, understood and agrees to comply with UNU-WIDER Supplier Code of Conduct, which, amongst others, prohibits collusive bidding, anti-competitive conduct, improper assistance and corrupt practices. Bidders should refer to UNU-WIDER Supplier Code of Conduct here. 22. The procurement of goods and/or services by the United Nations shall be in compliance with Security Council resolutions, and the rules, regulations and policies promulgated by United Nations' principal organs. 23. We look forward to your Quotation and thank you in advance for your interest in UNU procurement opportunities. With best regards, Paul Silfvenius Chief, Admin. And Programme Services 2 P age

Annex A Instructions for Bidders 1. Requirements of the Vendor Registering as a Vendor with the United Nations Vendors interested in fulfilling the requirement described above must be registered at the UN Global Marketplace (www.ungm.org) with the UN Secretariat in order to be eligible to participate in any solicitation. Information on the registration process can be found at http://www.un.org/depts/ptd. For Registered Vendors: Vendors already registered at the UN Global Marketplace with the UN Secretariat must ensure that the information and documentation (e.g. financial statements, address, contact name, etc.) provided in connection with their registration are up to date in UNGM. Please verify and ensure that your company is registered under its full legal name. For Vendors Interested in Registration: Vendors not yet registered should apply for registration on the United Nations Global Marketplace (http://www.ungm.org); information on the registration process can be found at http://www.un.org/depts/ptd. Vendors must complete the registration process prior before submitting their offer. Vendors who have not completed the UNGM registration process with the UN Secretariat before the closing date of the RFQ are not considered eligible to participate in solicitations of the UN Secretariat. We strongly recommend all companies to register at least at Level 1 under the UN Secretariat prior to participating in any solicitations. IMPORTANT NOTICE: Any false, incomplete or defective vendor registration may result in the rejection of the application or cancellation of an already existing registration. 2. Prerequisites for Eligibility In order to be eligible for UN registration, you must declare that: A. Your company (as well as any parent, subsidiary or affiliate companies) is not listed in, or associated with a company or individual listed in: I. the Compendium of United Nations Security Council Sanctions Lists (http://www.un.org/sc/committees/list_compend.shtml), or II. the IIC Oil for Food List website or, if listed on either, this has been disclosed to the United Nations Procurement Division in writing. B. Your company (as well as any parent, subsidiary or affiliate companies) is not currently removed or suspended by the United Nations or any other UN organisation (including the World Bank); C. Your company (as well as any parent, subsidiary of affiliate companies) is not under formal investigation, nor have been sanctioned within the preceding three (3) years, by any national authority of a United Nations Member State for engaging or having engaged in proscribed practices, including but not limited to: corruption, fraud, coercion, collusion, obstruction, or any other unethical practice; D. Your company has not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and there is no judgment or pending legal action against your company that could impair your company's operations in the foreseeable future; E. Your company does not employ, or anticipate employing, any person(s) who is, or has been a UN staff member within the last year, if said UN staff member has or had prior professional dealings with the Vendor in his/her capacity as UN staff member within the last three years of service with the UN (in accordance with UN post-employment restrictions published in ST/SGB/2006/15. 3 P age

F. Your company undertakes not to engage in proscribed practices (including but not limited to: corruption, fraud, coercion, collusion, obstruction, or any other unethical practice), with the UN or any other party, and to conduct business in a manner that averts any financial, operational, reputational or other undue risk to the UN. This declaration must be included in your offer and confirmed by the signature of an authorized person of your company. Validity of Quotations 3. Quotation shall be irrevocable and remain valid for acceptance for at least a 45 - day period, commencing on the Closing Time. Evaluation Criteria and Contract Award 4. All Quotations will be evaluated, and the Quotation which meets the minimum technical requirements and offers the lowest price will be selected. 5. UNU-WIDER reserves the right, at its sole discretion, to: 5.1. Award separate or multiple Contracts for same or different elements covered by this RFQ in any combination it may deem appropriate, or only a portion of the requirements. If a Quotation is submitted on an all or none basis, it should be clearly stated as such 5.2. Reject any or all Quotations received in response to this RFQ and negotiate with any of the Bidders in any manner deemed to be in the best interest of UNU-WIDER 5.3. Add new considerations, information or requirements at any stage of the process 6. In exceptional situations, UNU-WIDER may cancel this RFQ through written notification to all Bidders. Notification of Award 7. The selected Bidder(s) will be notified in writing that UNU-WIDER considers an award of the Contract. No legal obligation exists until the issuance of a Contract or Purchase Order (PO) by UNU-WIDER. 8. Unsuccessful Bidders will be notified in writing. UNU-WIDER has the right to retain unsuccessful Quotations. 9. This RFQ is subject to UN General Conditions of Contract (UNGCC), and shall become an integral part of any Contract or PO resulting from this RFQ. You may find the UNGCC and other information related to the business policies of UNU-WIDER on our website: here. By submitting a Quotation, the Bidder confirms that it has accessed, read, understood, agreed and accepted the UNGCC. Commercial Instructions Bidders shall provide all the required information as detailed in Annex A, in accordance to the following terms: 4 P age

Payment Terms and Delivery 10. The standard UN terms of payment are net 30 days following satisfactory delivery of goods, performance of services and the submission of an invoice, whichever is later. The provisions of Incoterms 2010 shall apply to any delivery terms specified in this RFQ. The Incoterm requested for this items is DAP. 11. UNU-WIDER policy is to preclude advance payments or payment by Letters of Credit. Such provisions in a Quotation will be prejudicial to its evaluation by UNU-WIDER. 12. Curency. Prices for this RFQ are requested in euro (EUR). 13. Unless otherwise agreed by the parties, the PO, Bidder's invoices and UNU-WIDER payments will be made in the currency as originally quoted by the Bidder in their Quotation. 14. Price. The offered price should be all inclusive. If the price excludes certain fees and/or charges, the Bidder must provide a detailed list of excluded fees, with a complete explanation of the nature of those fees. Unless otherwise provided in this RFQ, the Contract or the PO shall be concluded on a Firm Fixed Price basis, and shall not be subject to any adjustment, including the actual cost incurred by the Bidder in performing the Contract or any market price changes. 15. GSA Clause (for USA vendors only, not applicable to Finland). UNU-WIDER is officially eligible, under United States Foreign Assistance Act of 1961, to receive full benefits under General Services Administration (GSA) Contracts. Accordingly, Quotation must specify whether or not items quoted by the Bidder are currently subject to GSA Federal Supply pricing and indicate the GSA Contract Number and Expiration Date, wherever applicable. Liquidated Damages 16. If the Bidder fails to supply specified goods/services within the lead time to be stipulated in the Contract or in the PO, for any reason other than UNU-WIDER act or omission, UNU-WIDER shall deduct as a liquidated damages, a sum equivalent to 30% of the total Contract/PO value for each calendar day of delay until actual delivery, up to a maximum deduction of 40% of the total Contract/PO value; all without prejudices to any other remedies available to UNU-WIDER. A maximum grace period of 7 (seven) calendar days may be permitted. However, if the delivery is not completed within the grace-period, liquidated damages will apply from the day immediately following the required delivery date. Said amount is agreed to be a reasonable estimation of the damages which UNU-WIDER will sustain, without having required proving the actual damage. Miscellaneous 17. This RFQ does not commit UNU-WIDER to award a Contract or to issue a PO. Any Quotation submitted will be regarded as a proposal by the Bidder and not as an acceptance by the Bidder of any proposal by UNU-WIDER. 18. Bidders shall bear any and all costs and expenses related to the preparation and/or submission of a Quotation, regardless of whether the Bidder's Quotation is selected or not. 5 P age

19. Checklist for Conditions for bidding Please take note of the following requirements and conditions pertaining to the supply of this request: Project site Preferred Currency of Quotation Value Added Tax on Price Quotation UNU-WIDER Katajanokanlaituri 6 B, 00160 Helsinki Finland Euro (EUR) Exclusive of VAT (i.e. VAT 0%) and other applicable indirect taxes Bidding schedule Inquiries and clarifications by bidders: Inquiries accepted until: 10 June 2015 A question & answer sheet will be sent to all companies who have RETURNED THE INTENT TO OFFER FORM to procurement@wider.unu.edu before the above date. Deadline for the Submission of the Quotation Latest expected delivery date and time Language of all documentations, including catalogues, instructions, and operating manuals Period of the Validity of quotes Partial quotes Payment terms Evaluation Criteria 22 June 2015 at 13:00 local time Helsinki 2 weeks after receipt of Purchase Order (PO), preferably no later than 30 June 2015. English language 45 days Not Permitted for compulsory requirements 100 % will be paid within 30 days after satisfactory supply of goods and installation approved by UNU- WIDER Evaluation will be based on the following evaluation criteria: 1. Full acceptance of the PO/Contract General Terms and Conditions as per Annex D. 2. Technical responsiveness/full compliance to the requirements and lowest price. UNU-WIDER will award the contract to Works offered shall be reviewed based on completeness and compliance of the quotation with the minimum requirements described above and any other annexes herewith. One supplier only 6 P age

Documents to be submitted: 1. Duly accomplished form as provided in Annex B, and in accordance with the list of material in Annex A. 2. Latest business certificate/s. Conditions for Release of Payment Satisfactory acceptance of goods and installation by UNU-WIDER Annexes to this RFQ: Instructions to bidders (Annex A) Specification (Annex B) Form of submission of Quotations (Annex C) UN General Terms and Conditions (Annex D) Contact Person for Inquiries Procurement Team: procurement@wider.unu.edu Ms. Tuuli Levit, Sr. Administrative Assistant All communication must be in writing. Any delay in UNU-WIDER response shall not be used as a reason for extending the deadline for submission, unless UNU-WIDER determines that such an extension is necessary and communicates a new deadline to the bidders. 7 P age

ANNEX B: TERMS OF REFERENCE/SPECIFICATIONS Ref. RFP-UNU-WIDER-2015-04 Access Control and Door Intercom System for UNU-WIDER 1. Overview UNU-WIDER requests offers for an Access Control System from qualified suppliers. The current door access control system (Bewator) contains old equipment and is managed using obsolete software that is no longer supported. Over the last few years it has become increasingly hard to maintain the integrity of the security system. We are requesting suppliers to provide hardware and software solutions for an Access Control System, including card readers, intercoms, IP-cameras and DVR (digital video recorder), installation work, warranty and supported consumables and software as per specifications listed below. As an optional request you are requested to suggest and offer one (1) badging station for printing ID- and Visitor cards. 2. Background UNU-WIDER (www.wider.unu.edu), World Institute for Development Economics Research of the United Nations University was established in Helsinki, Finland in 1984 as a research and training centre of the United Nations University (UNU) headquartered in Tokyo, Japan. UNU-WIDER undertakes applied research and policy analysis on global development and poverty issues. UNU is part of the United Nations, and as such, maintains a diplomatic status in Finland, under a host-country agreement (Finlex 36/1984). UNU-WIDER is located at Katajanokanlaituri 6, on two floor levels (1 st floor on street level and 3 rd floor accessible via elevator). UNU-WIDER currently has a staff comprising some 50 members. 3. Expected Delivery Time UNU-WIDER will need this installation no later than 30 June 2015. The selected supplier will need to confirm installation within 2 weeks after receipt of order. 8 P age

SPECIFICATIONS: Please provide exact information of the offered product, either by attachment of a spec sheet or a summary of item description with your offer submission. The Access Control System should have the following: The technology should support HID MIFARE 4K smart cards and related products and services, inclusive of consumables with the following technical qualities. The system shall be based on an independent stand-alone network controller, capable of controlling 1-5 readers and 500 cardholders. The Network Controllers shall be equipped with a 10/100-network card and be fully compatible with standard LAN or WAN networks. Real Time Central Control programming must be subject to instantaneous data control and monitoring via a LAN or WAN network. The entry point card reader shall be controlled by a Remote Command Module, which shall be connected to a two pair wiring network terminating at a Network Controller. Uploading or downloading from remote panels is not acceptable unless it is from a remote location accessible only by dial-up. High security shall not be compromised by a PC failure, or a complete shutdown of any LAN or WAN network. Encryption - Proprietary encryption key and a unique format for exclusive use of UNU-WIDER o The safeguard of the encryption key is dealt with directly by the systems administrator/s in collaboration with the provider of the encrypted cards. Recognized certification: CE, UL, CSA, ELT, Energy Star, FCC, PSB. The head end software shall be capable of the following mandatory requirements: Non-hosted solution *) Management and control the number of Network Controller based subsystems Configurable user base authority level control Configurable schedule and expiration control Data storage engine SQL compatible Password Management and log on report generation Full report generation Keypad programming, which shall determine when access shall be granted, based on card only, card and Keypad code, or keypad code only Interface to IP camera Real time people tracking capability CPU Redundancy: *) As a non-hosted solution it should be possible to constantly monitor the access control system from other PC's so that if for any reason the main PC fails, a backup will automatically take over full system functionality. The backup PC shall not be required to be dedicated to this use, and shall be fully 9 P age

available for use with other software programs while monitoring the access control system at the same time. When the main PC is back on line, the system shall switch back automatically. The system shall provide for access level programming which shall consist of the following parameters: One or more reader locations. A start and end time Holiday exceptions. Start date and stop date option At least 10 security levels shall be provided for cardholders. Command levels shall be provided for reader shunt and unlock commands, and programmable output relays. User-defined holidays shall be programmable for security and command levels. The system shall automatically adjust the system clock for daylight savings time changes. The system shall provide a keyboard command open any door instantly. The system shall provide a printable transaction log showing day, date, time, location, access status, card number, and customer assignable text. The system shall provide a choice of printing all transactions, or just exceptions. The system shall store all transactions to hard disk IN ACTIVE FILE OR ARCHIVE, and shall be capable of recalling past transactions according to any criteria. The system shall provide an instant listing of cardholder programming assignments. The Card Readers should have the following reader capabilities and formats: The reader should be capable of reading MIFARE 4K encrypted cards and be pin-code/keypad compliant high-speed, reliable communications with high data integrity Communication formats shall be clock/data Outdoor applications shall have the optional weather hood installed Reader shall be equipped with visual indicators (LEDs) and an audible tone. Housing shall be die cast metal and the mounting hardware shall be stainless steel. Reader shall be capable of normal operation indoor, outdoors, and between the temperatures of 40C and +75C. The Intercom system technology should support the following functions: Call point unit with Door-bell buttons for at least 2 separate receiving locations (UNU-WIDER Reception and 1 st floor Library) and handset units. Door opening/lock release functions by lock release feature built into the handset and remote opening feature by portable terminal, such as a mobile phone two-way speech communication between call point and handset unit IP camera units should have the following capabilities: 10 P age

Indoor IP-based cameras with the following features: Triggered by movement Field of view: at least 240-degrees Zoom: up 30 meters Should work in low lighting conditions Minimum resolution: HD H.264 compression format No concealment required For 2 Locations: Main Entrance, 1 st Floor and Side Entrance, 1 st floor Power Over Ethernet (POE) preferred Mountable to wall The DVR (Digital Video Recorder) should have the following capabilities: Hard-disk based digital dual-channel video recorder with capacity to record one month of video transactions without rotation taken by motion triggered IP based camera outside of working hours, holidays and on weekends. The DVR should be configurable to schedule recording for given time and duration. The decoder of the DVR should support compression rate and framerate that would enable us to record relatively high quality video to distinguish human face from 20 meter and also at the same time save disk space. LOCATIONS AND UNITS: Location a: Main Entrance, 1 st Floor 1 x Outdoor application with Intercom Intercom should have 2 call buttons directed to 1st and 3 rd floor reception desks, place for label/name tag on button would be useful 1-way controlled access, no key/card required to exit the building 1 x IP camera connected to computer via LAN Installation requirements: The existing door is equipped with electricity wiring. Required wiring and cables connecting the readers to the network controller (located on 3 rd floor). Estimated distance from 1 st floor to 3 rd floor is max. 100 m. Location b: Side Entrance, 1 st Floor 1 X Outdoor application with Intercom Intercom should have 2 call buttons directed to 1st and 3 rd floor reception desks, place for label/name tag on button would be useful 1-way controlled access, no key/card required to exit the building 1 x indoor IP camera connected to computer via LAN Installation requirements: The existing door is equipped with electricity wiring. 11 P age

Required wiring and cables connecting the readers to the network controller (located on 3 rd floor). Estimated distance from 1 st floor to 3 rd floor is max. 100 m. Location c: Interior Entrance to Library, 1 st Floor (new door will be installed in May 2015) 1 x Indoor application, no intercom 1-way control (card and pin-code) on one side + exit button required on the other side Installation requirements: o o Electrical hardware and cables for the new door do not exist. Required wiring and cables connecting the readers to the network controller (located on 3 rd floor). Estimated distance from 1 st floor to 3 rd floor is max. 100 m. Location d: Entrance to UNU-WIDER office, 3 rd Floor (near reception) 2 x Indoor applications, doorbell and two-way speech intercom required with opening button. 2-way control (card and pin-code), entry and exit reader units Time and Attendance feature for entry and exit readers: o It shall be possible to generate reports based on the amount of time cardholders are in a facility, and it shall be possible to create the reports based on any time period such as daily, weekly, or monthly. It shall be possible to create reports by individuals, or individuals within groups with totals based on individuals or groups. existing locking hardware and wiring Required wiring and cables connecting the readers to the network controller (located on 3 rd floor). Cards Initial order: 100 pc HID MIFARE 4K smart cards ISO 7810 Format for identification card (ID-1) or ISO 7810 (thickness 0.76 mm) compatibility Number of reads Unlimited Number of writes 100 000 Contactless interface Embedded antenna Mifare 13.56MHz ISO14443A Range of Operation: about 2.5" to 3.9" (6.35 9.90 cm) Material: PVC Accepts a slot punch on one end to allow it to be hung from a clip in a vertical orientation. In addition only UNU-WIDER is interested in the following item (optional): 5. Badging/ID printing station UNU-WIDER is interested in receiving an offer for one (1) badging station with the possibility to print IDcards. The solution should be provided with details of the software and hardware options in adequate detail, and should support the following functions: 12 P age

The Access Central Software should support the creation of digital photo I.D. cards. It shall be possible to utilize an ordinary off-the-shelf digital camera. Photos that are downloaded onto the PC's hard drive may then be linked to the cardholder's record. The linked photo may then be used for photo badge creation, and/or for instant pop-up display (if option is enabled) when the card is used to gain entry. Can be used for RFID/MIFARE smart cards or Magnetic cards print professional badges quickly with just one click customize template layout and categories to the needs register and verify visitors or screen against historical directories pre-register visitors and groups store visitor data sort and search by any field preview or export standard or custom report quickly print a list of visitors in the building in case of emergency can be used as an interactive kiosk allowing visitors to register and print their own badges 6. Inspection and installation: Successful vendor will provide all electric hardware, door contacts, power supplies, cabling and all components necessary to implement a complete Access Control System. Each door must be inspected and checked if they require card readers, door contacts, and an electronically controlled locking mechanism. After the successful vendor has inspected the premises, a specified final offer for the installation work must be confirmed and approved by the client before the work can be started. Building security shall remain functional during installation. Doors and door locking shall remain operational. UNU-WIDER must be notified if it is not possible to lock the doors at the end of the workday and provide a solution with no extra cost to UNU-WIDER. The system to be installed shall be stock and off-the-shelf. It shall be produced by a manufacturer with a minimum of 10 year experience in computer based access control systems, and the specific system proposed as well as each required feature shall have been in full production for not less than one year. Power Supplies and Locations: Matti Lahtinen, Maintenance Manager for Scandic Marina Congress Center (representative for landlord) will be consulted for additional information of the building infrastructure. All inquiries should be sent in writing to procurement@wider.unu.edu. Mr. Lahtinen will provide ONLY information regarding technical building related queries, and should in no way be asked questions about the bidding processes. Any such action will disqualify the company from bidding. 7. Warranty (Mandatory): All components, parts, and assemblies supplied by the Manufacturers and installed by the Contractor shall be warranted against defects in material and workmanship for a period of at least twelve (12) months (parts and labour), commencing upon date of acceptance by Owner. A qualified factory-trained service representative shall provide warranty service. 13 P age

8. Service/Maintenance (Mandatory): The Contractor shall be responsible for maintenance and repair of the system during the warranty period, free of charge (parts and labour), including the repair of workmanship defects. The installer shall correct any system defect within six (6) hours of receipt of call from Owner. The Contractor shall offer extended service/maintenance agreements up to three (3) years after the warranty expires on a next-business-day basis. The agreement can be renewable monthly, quarterly, or yearly. 9. Software maintenance and upgrades UNU-WIDER requires the software to be serviceable for upgrades and maintenance for up to four (4) years in total. 14 P age

ANNEX C: Price Quotation Template (please complete. Prices should be stated in EUR, VAT 0%) We, the undersigned, hereby accept in full the UN General terms and Conditions, and offer the quote for the supply of a Door Access Control and Intercom System for UNU-WIDER as follows: Ref: RFQ-UNU-WIDER-04-2015 Item Requirement: Unit Cost (EUR excl. VAT) Units Total Cost (EUR excl. VAT) 1 Access control system according to specifications of this RFQ, including: Central software Management system, Card Readers, Intercom System, IP Cameras 1 2 Cards 100 3 Badging/ID printing station (optional) 1 4 Installation work - For pricing at hourly rates, bidder must include the estimated number our hours and the total cost. [ ] hours 5 Warranty : 12 months Free of charge 6 Service/Maintenance support (yearly rate for next-businessday service) 7 Software license/s, if applicable 8 Discount offered: (if applicable) Grand total: Grand Total: Add: Misc. Charge, if any, Please specify: Payment Terms: 30 Days from invoice Discount offered: (if applicable) VAT %: 24 Currency EUR 15 P age

In compliance with this RFQ, and subject to all the conditions thereof, we the undersigned, offer to furnish any or all items in accordance with the above quoted price, for the period stated in this RFQ, to be delivered to the point as specified, if the Contract is awarded to us. By submission of our offer we agree to the UN General Terms and Conditions of Contract (Annex D) and declare that our company is eligible in accordance with the requirements on page 3 of this RFQ. Please confirm by signature below: Company Name: Signature (by authorized representative of company) Full Name: Tel: Email: Date: Note: Financial offers without a signature will not be considered valid. acceptable if email offer is provided. Scanned PDF will be 16 P age

ANNEX D: UN General Terms and Conditions of Contract for Goods and Services Can be found in Finnish and English at: http://www.wider.unu.edu/opportunities/procurement/en_gb/procurement-regulations-conditions/ 17 P age

Appendix 1 INTENT TO OFFER FORM Complete and sign this form. ACKNOWLEDGEMENT/INTENT TO OFFER FORM Ref. RFQ UNU WIDER 04 2015 Request for Proposal: Reference Number: Access Control System for UNU-WIDER RFQ-UNU-WIDER-04-2015-REVISION Subject: Intention to bid Intention to submit a bid We hereby acknowledge receipt of your RFQ. We have carefully read the document and advise that we intend to submit an offer by the deadline set out in this RFQ. Intention to attend the site visit We intend to send the following representative to the site visit: (Insert here name, title and contact details of person attending) Non-Intention to submit a bid We hereby acknowledge receipt of the RFQ. We have carefully read the document and advise that we do not intend to submit a proposal for the following reasons: (Please insert reason here) Bidder's contact information: Company name: Contact person: Mailing address: Telephone no: Fax no: Email address: Name and title of authorizing officer: Signature: Date: Email your acknowledgement form to: procurement@wider.unu.edu Subject heading: Intent to offer RFQ UNU WIDER RFQ 04 2015 18 P age