20
GOVERNMENT OF BALOCHISTAN Science & Information Technology Department BIDDING DOCUMENT FOR THE PROVISION OF EQUIPMENTS FOR IT INSTITUTES AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan Phone #: 081-9203539 Email: [email protected] [email protected]

BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

GOVERNMENT OF BALOCHISTAN

Science & Information Technology Department

BIDDING DOCUMENT FOR THE PROVISION OF EQUIPMENTS FOR IT INSTITUTES

AT ZIARAT & DERA MURAD JAMALI

Directorate General IT, Balochistan

Phone #: 081-9203539 Email: [email protected] [email protected]

Page 2: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page ii

TABLE OF CONTENT

COMPANY PROFILE ....................................................................................................................... iii

SPECIAL INSTRUCTION ................................................................................................................ iv

CERTIFICATE ................................................................................................................................... v

1 Letter of Invitation for Bids: ......................................................................................................... 2

2 Eligibility Criteria: ........................................................................................................................ 3

3 DATA SHEET of the Assignment / Schedule of Requirements: ................................................ 3

Bill of Quantity ................................................................................................................................... 4

DATA SHEET of Assignment ........................................................................................................... 4

4 Delivery Schedule & Requirements: ............................................................................................. 5

Other Delivery requirements: ............................................................................................................. 5

4.1.1 Warranty Requirements: ............................................................................................................................................ 5

5 Instructions for Preparing Technical Bid: .................................................................................... 6

6 Evaluation Criteria: ....................................................................................................................... 7

Bidders Eligibility Assessment: .......................................................................................................... 7

Return of Financial Proposals from Ineligible Bidders: .................................................................... 8

Technical Evaluation (Item wise): ..................................................................................................... 8

6.3.1 Return of Non-Responsive Proposals& preparation of Technical Evaluation Report ................................... 9

Financial Evaluation .......................................................................................................................... 9

Recommendation of Procurement Committee &Uploading of Evaluation Report .......................... 9

Award of Contract ............................................................................................................................... 9

Commencement of Assignment ........................................................................................................ 10

7. Bidder’s Information: ................................................................................................................... 12

8. Instructions for Preparing Financial Proposal: ........................................................................... 13

9. Terms and Conditions: ................................................................................................................ 14

10. Currency & Bid Validity declaration by the bidder: ................................................................ 15

Page 3: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page iii

COMPANY PROFILE

1. Name: ____________________________________________________

2. Full Address: ____________________________________________________

__________________________________________________________________

3. Telephone No. ___________________ Fax No. ______________________

4. Email: _______________________ Mobile No. _______________________

5. Authorized Representative’s Name & Designation: ________________

6. Type of Company: □ Private Limited, □ Partnership,

□ Proprietorship, □ Public Limited

7. National Tax No (NTN): ________________________

8. Sales Tax Registration No: ________________________

9. BRA Registration No: ________________________

10. Bid Validity: ______ (Please specify in No. of Days).

11. Total Completion Time _______ (in Days / Months, Please specify)

SIGNATURE OF BIDDER / SUPPLIER / CONTRACTOR

SEAL OF BIDDER / SUPPLIER / CONTRACTOR

Page 4: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page iv

SPECIAL INSTRUCTION

1. Any conditional, partial, ambiguous or called incomplete offer in any respect shall

be ignored. No supplementary or revised offer after the opening of tenders shall be

entertained.

2. Any erasing cutting crossing etc., appearing in the offer must be properly signed

and stamped by the person signing the tender. Moreover all pages of the tender

must also be properly signed and stamped. Offers with any overwriting shall in no

circumstances be accepted.

3. This document has been prepared, based on the workings carried out for the

requirements and needs of the Procuring Agency, observing BPPRA Rules 2014. Any

grievance/accusation/suggestion (if so) refraining the responding agency from

bidding, without prior consultation with the Procuring Agency would be an

approach of misleading and/or misappropriation towards Procuring Agency.

4. Sign & seal each & every page of bidding document before submission.

5. The interested firm(s) shall inform the Procuring Agency in writing (through

mail/courier and electronic mail on the email detailed below) instantly on

acquiring/downloading bidding document, so that bidders be informed in case of

any change/amendment(s) made in the bidding document;

6. The Responding Organization has to respond as per Terms of Reference (TOR).

Page 5: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page v

CERTIFICATE

I/We hereby confirm to have read carefully the description and all the terms and

condition of your tender Receiving / enquiry No. ___________ due for Opening on

________________ regarding the

BIDDING DOCUMENT FOR THE PROVISION OF EQUIPMENTS FOR IT

INSTITUTES AT ZIARAT & DERA MURAD JAMALI

In addition to the conditions laid down and also all the special instructions attached

with the said tender enquiry. We agree to abide by all those instructions/Conditions.

1. I/We also hereby confirm that the Design, Procurement, installation and

Commissioning of Hardware(s), Software(s), Network and allied components by

me/us would be exactly to the particulars and specifications as laid down in the

TOR in all respects.

2. I/We hereby confirm to adhere to the delivery period required in the tender

enquiry which would be the essences of the contract that will be strictly adhered

to by me/us. In case of failure I/we agree unconditionally to accept the recovery

of liquated damages on belated job at 2% (of the total offered cost) per month on

part thereof.

Name of Bidder: __________________________________________________

Signature of Bidder: __________________________________________________

Designation: __________________________________________________

Seal: ______________________

WITNESS

(a) Name:____________________________________ Signature ______________________

(b) CNIC #:___________________________________________________________________

(c) Full address: _____________________________________________________________

__________________________________________________________________________

(d) Date: _____________________________

Page 6: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 1

GOVERNMENT OF BALOCHISTAN Science & Information Technology Department

(TECHNICAL PROPOSAL)

TSE No. TS168572E

NAME OF BIDDER: ____________________________

(To be filled-in by the Bidder)

Directorate General IT,

Balochistan

Page 7: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 2

1 Letter of Invitation for Bids:

The Directorate General IT, Science & Information Technology Department, Government of

Balochistan, invites sealed Proposals (Technical & Financial) under Balochistan Public Procurement

Rules (BPPR) – 2014, of Renowned Brands of Equipment, from “Eligible Bidders”, IT Firms

having vast knowledge for supply, installation and implementation of IT equipment, networking to be

installed at IT Institutes at Ziarat and Dera Murad Jamali as per details contained here under:

BIDDING INFORMATION PROCURING AGENCY DETAILS

DESIGNATION OF PROCUREMENT

OFFICER DIRECTOR (P&D), DIRECTORATE GENERAL IT

BALOCHISTAN.

POSTAL ADDRESS BALOCHISTAN CIVIL SECRETARIAT,

BLOCK NO. 14 ROOM. NO. 106, FIRST FLOOR.

PHONE & FAX NUMBER 081-9203539 / 081-9203538

E-MAIL ADDRESS &WEBSITE (IF AVAILABLE)

[email protected] [email protected]

METHOD OF PROCUREMENT SINGLE STAGE - TWO ENVELOPE BIDDING PROCEDURE

ISSUANCE OF BIDDING DOCUMENTS

Download from www.balochistan.gov.pk or BPPRA

Website www.bppra.gob.pk vide TSE No. _________

Note: Downloaded Bidding document DOES NOT

REQUIRE signature and stamp of the procurement officer

and can freely be downloaded and used from BPPRA

Website

DEADLINE FOR SUBMISSION OF BIDS Date 15.01.2020 & Time 12:00 Noon.

OPENING OF TECHNICAL BIDS Date. 15.01.2020 & Time 12:30 PM at the location of the

Procuring Agency.

OPENING OF FINANCIAL BIDS After Evaluation Eligibility & Technical of Bids.

BIDDING DOCUMENT FEE

AMOUNT: PKR. 2,000/- IN THE FORM OF: CHALLAN FORM

To be submitted in Government Account C-38 others, C-3870 others, on the name of Secretary Science & IT Department, the bank slip is mandatory to attach with Bidding/Tender documents at the time of submission of bids. It will be checked during the eligibility evaluation.

BID SECURITY

AMOUNT: 2% OF THE BID VALUE In the form of a Call Deposit / Bank Guarantee or Bank

draft/Pay Order IN FAVOUR OF: DIRECTOR GENERAL IT, BALOCHISTAN.

Page 8: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 3

2 Eligibility Criteria:

S. No.

Bidders Eligibility Factor Mandatory Requirement Document Required

1 Registration with Income Tax NTN Certificate AND being Active

Tax payer

Copy of NTN duly verifiable Active Tax Payer Certificate from FBR

website.

2 Registration with Sales-Tax GST Certificate Copy of GST Registration Certificate

3 Relevant Experience

For Experienced (Old Firms):

05 successfully completed similar assignments for the last 3 year.

Copy/ies of Supply Order(s) with relevant Completion certificate(s)

or Inspection Report(s)

For In-experienced (New Firms):

MoU / JV or Agreement with a Firm fulfilling the above-mentioned criteria

Signed & stamped copy of Agreement in addition to Supply orders, Completion certificate(s)

or Inspection Report of the experienced Firm

4 Financial Capacity PKR. 10 Million for the last 3 years

Audited Final Accounts OR Bank Certificate of Company’s Bank Account certifying the required

financial worthiness of the Bidder

5 Non-Blacklisting Must not be presently black-listed by

any Government Organization

Declaration of Non-blacklisting on Stamp paper (Rs. 100/-) by the

Bidder

6 Local presence The Bidder must have functional

corporate office in Quetta.

Copy of Tenancy agreement or ownership documents of the office premises AND Copy of recently paid utility Bill (maximum 3 months old)

7 Warranty As required by the procuring agency under Clause 4, sub-Clause 4.1 (1)

Certificates of Warranty.

8 Delivery time compliance Must agree to serve the Contract

within 60 days after the issuance of supply order.

Completion time must be clearly specified in the Technical Bid

9 Agreement with all the terms & conditions

Must unconditionally agree with all the instructions, terms & conditions

specified in the bidding documents & contract agreement

Signature & company seal on every page of the bidding document.

10 Submission of Bidding Document Fee

As required by the procuring agency in the Tender Notice

Receipt of in-time payment of Bidding document fee

NOTE: It is MANDATORY for the bidders to meet all the above-mentioned requirements of Eligibility. In case of NOT meeting any single requirement, the Bid shall be declared NON-RESPONSIVE.

3 DATA SHEET of the Assignment / Schedule of Requirements:

It is mandatory for the bidders to meet following quantity & specifications. All offers meeting or

exceeding the following minimum required specification shall be considered as equally responsive.

Page 9: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 4

Bill of Quantity

S. No Description Quantity

1 Personal Computer / Desktop Computer 84

2 Network Printer 02

3 External Drives 04

4 UPS 84

5 Scanner 02

6 Photocopier 02

7 Multimedia 04

8 Other Misc. Items (Split) 08

9 Generator 02

10 Power & Data Networking 02 Job

DATA SHEET of Assignment

S. No DESCRIPTION QTY

1 DESKTOP SYSTEM

Core-i5 6th Generation

8GB DDR, 500 GB HDD, In built LAN Graphics & Sound,

Keyboard, Mouse

17” Wide Screen LED; Equivalent or Higher.

84

2 NETWORK PRINTER

Print Speed up to 20 PPM

Print resolution 600x600 dpi up to 4800x600 enhance dpi

Duplex with Memory 64 MB;

Processor Speed 1200 MHz Equivalent or Higher

02

3 EXTERNAL DRIVES

1 TB with USB 3.0 (or higher support) 04

4 UPS

Line Interactive, Sine Wave output, Audible alarm, Adjustable voltage sensitivity, Automatic Shutdown;

Support: USB and serial support;

Backup Time: Support 750-800 watts for at least 10-15 minutes;

Battery type: Maintenance-free sealed Lead-Acid battery with suspended electrolyte, leak proof.

84

5 SCANNER

A4, ADF scanner with 20 ppm;

Resolution 600x600 dpi up to 4800x600 enhance dpi Equivalent or Higher

02

Page 10: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 5

6 PHOTOCOPIER

All-in-one (printer/scanner/copier), paper size: A3,

Print Speed: 20 ppm (or higher),

Memory: 256MB (or higher), Max.: 512 MB,

Standard Duplexing, 600x600 dpi read and 1200x1200 dpi writing resolution. Dual tray with bypass tray;

Network active with TCP/IP, IPX/SPX etc. compatibility with PC & Mac OS with all relevant handbooks; Equivalent or Higher

02

7 MULTIMEDIA

LCD Projector minimum 3000 lumens or higher, 30-300 inch

image size, 1024 x 768 pixel resolution, 10000+ hours lamps life

mounting along with all accessories.

04

8 SPLIT UNITS

1.5 Ton Reversible (Inverter). Three years compressor, one-year

parts & service guarantee.

08

9 GENERATOR

5.5 KVA Generator: Max. AC Output: 5.0-5.2 KW, DC Output:

12V. Soundproof.

3

10 POWER & DATA NETWORKING

Channel Patti, electrification, Rose let, I/O boxes, connectors,

Racks, patch panels and all other accessories etc. for internal and

external network for all above assignments Renowned Brands:

Schneider, 3M, Microlink or equivalent.

02 Jobs

* Brand names & model numbers (if any) referred-to in this tender document are only for reference

purpose in the light of BPPA Rules - 2014 # 13(1), however ALL offers in conformity with the generic

specification shall be evaluated as equal.

** Ordered quantity shall not vary beyond 15% of the quantities specified in the “Data-Sheet of the

Assignment” as per requirement of the Procuring Agency.

4 Delivery Schedule & Requirements:

Place(s) for Delivery of Goods: At IT Institutes (Ziarat, Dera Murad Jamali)

Last Date & Time of Delivery: Within Two Months, max. after supply order

Partial delivery is NOT ALLOWED

Other Delivery requirements:

4.1.1 Warranty Requirements:

i. All items must be supplied under at-least one year Warranty or as per manufacturers policy

(whichever is longer) from the date of inspection for replacement of malfunctioned items without

any additional cost within 15 days from the date of reporting of problem in writing and handing

Page 11: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 6

over of the item by the Procuring agency during Warranty period. In case of default on part of

supplier, disciplinary action under Rule 23 of the BPPR – 2014 shall be initiated;

ii. Pickup and delivery (transportation including loading and unloading) shall be the responsibility of

the contractor from the delivery location;

iii. Onsite support for the delivered equipment during warranty period;

iv. Finishing including installation, commissioning Completion time MUST be clearly specified by the

Bidder in the Technical Bid. Where completion time shall mean; time consumed in delivery of the

ordered items to the designated location of Procuring Agency as mentioned above, including time

required for performing the required tasks / services as detailed in the schedule of requirements;

v. Authorized representative (technical) of the bidder shall be present at the time of delivery of

consignment at procuring agency’s designated location;

vi. Supplier shall deliver the Goods against the Delivery Challan and take receiving of Goods from

duty staff;

vii. Supplier shall submit Completion Report along-with Delivery Challan for Inspection as per the

Supply Order prior to submission of Invoice;

viii. GST Invoice supported with stamp duty @ 0.25% of the value of Supply Order must be submitted

within 10 Days from successful Inspection.

5 Instructions for Preparing Technical Bid:

The Bidders are giving these Instructions for strict compliance. Failure to fulfil any instruction given

here-under may result in disqualification of the Bid(s). Proposals shall be prepared on following lines: -

1. Sealed Envelope containing the Technical Proposal should clearly state: a. “Name of Bidder _________”

b. “Name of Tender_________”

c. “TECHNICAL PROPOSAL”

2. The portion of Technical Proposal of this bidding document duly filled, supported with Bidder’s

covering Letter and the technical Bid on Bidders Letter Head be attached as the Technical Proposal;

3. Technical Proposal shall be prepared keeping in view the specifications provided in the Data Sheet

and the schedule of requirements;

4. Following information should be attached/contained in the Technical Proposal:-

a. Receipt of payment of Bidding Document Fee;

b. Completion time, which means; time consumed in delivery to the designated location of the

Procuring Agency, time required for demonstration, fixation, installation, commissioning &

training (as the case may be) of the delivered Items;

c. Documentary evidence of fulfilment of Eligibility Criteria for Bidders as required by the

Procuring Agency;

d. Documentary evidence of fulfilment of complete schedule of requirements as per

Evaluation Criteria including technical, administrative and service requirements of the

Procuring Agency;

e. Brochure / technical literature of the quoted items;

f. Description of status as Dealership / authorization from the manufacturer / authorized

importer / distributor / manufacturer / retailer etc.(as the case may be) as required by the

Procuring agency in the schedule of requirements;

g. Description of post-sales services / service contract stating the terms of sales and after-sales

support (as the case may be) as required by the Procuring agency in the schedule of

requirements;

Page 12: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 7

h. Guaranty/Warranty details. (As applicable) as required by the Procuring agency in the

schedule of requirements;

i. Format of Product genuineness/ method of Product verification from the Manufacturer,

such as unique Product code etc. (Where applicable) as required by the Procuring agency in

the schedule of requirements;

j. Every page of the Bid must be numbered, signed & stamped by the authorized

representative.

5. Attachment of any document NOT DEMANDED by the Procuring Agency at instruction 4 of

“Instruction for preparation of Technical Bid” is strictly prohibited and may result in disqualification

of bid.

6 Evaluation Criteria:

Selection of the successful bidder shall be based on the Least-Cost Selection Method, which means,

“Eligible Bidder quoting Technically Responsive items at the lowest Financial cost.” The

procedure shall apply on knockdown basis as follows: -

Bidders Eligibility Assessment:

Initial evaluation of the Technical proposals shall be carried-out by the Procurement

Committee, as per the requirements of the Eligibility Criteria laid down under the heading of

Clause 2 “ELIGIBILITY CRITERIA” in the following manner:

Bidders Eligibility Factor Requirement Bidder 1 Bidder 2 Bidder 3

YES / NO YES / NO YES / NO

Registration with Income Tax Copy of NTN attached.

Registration with Sales-Tax Copy of GSTRN attached.

Relevant Experience

For Self-experienced / Old Firms: 05 No. of Supply Orders with relevant

completion certificate or Inspection Report

of successfully completed similar

assignments attached.

For in-experienced / New Firms: Signed & stamped copy of MoU / JV or

Agreement of support, with a Firm fulfilling

the above mentioned criteria duly attested

by Notary Public attached.

Financial Capacity

Bank Certificate of Company’s Bank

Account certifying turn-over of PKR.

05 Million For last 03 years attached?

Non-Blacklisting Declaration of Non-blacklisting on

Stamp paper (Rs. 100/-) by the Bidder

Local presence

Tenancy agreement or ownership

documents of the office premises and

Copy of recently paid Utility bill

(maximum 3 months old)

Warranty Certificates of Warranty.

Delivery time Is the quoted completion time within

the stipulated time period?

Page 13: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 8

Agreement with all the terms

& conditions

Signature & company seal at every page

of bidding document affixed?

Submission of Bidding

Document Fee

Receipt of in-time payment of Bidding

document fee

Any other relevant factor (To be specified by the Procuring

Agency if required)

i. Firm must score “YES” in all requirements of the eligibility criteria to be categorize as ELIGIBLE. “NO” to any requirement of the eligibility criteria, by any bidder shall render the Firm as INELIGIBLE.

ii. Subsequent upon said assessment, Bidders shall be categorized as: 1. Eligible Bidders 2. Ineligible Bidders

Return of Financial Proposals from Ineligible Bidders:

Proposals from Ineligible Bidders shall be declared “NON-RESPONSIVE”, consequently shall NOT

be accepted for any further evaluation:

i. Their Financial Proposals shall be return without being open;

ii. Their Bid Security shall be released upon their written request.

Technical Evaluation (Item wise):

The TECHNICAL MEMBER / COMMITTEE OR THE PROCUREMENT COMMITTEE ITSELF

shall then evaluate the Bids received from ELIGIBLE Bidders (If the required items are not technically

complex) for conformance with the required technical qualification (which includes specification,

schedule of requirements and all other administrative and legal requirements as stated in the Data-Sheet)

on basis, in the following manner:

S. No Product Technical

Requirement

Eligible Bidder 01 Eligible Bidder 02 Eligible Bidder 03

Fulfil

YES/ NO Reasons

Fulfil

YES/ NO Reason

Fulfil

YES/ NO Reason

1 Desktop System As per Datasheet

2 Network printer As per Datasheet

3 External drives As per Datasheet

4 UPS As per Datasheet

5 Scanner As per Datasheet

6 Photocopier As per Datasheet

7 Multimedia As per Datasheet

8 Split invertor (reversible) units

As per Datasheet

9 Generator As per Datasheet

10 Power & data Networking

As per Datasheet

* List all requirements stated in the Data-sheet of the assignment & schedule of requirements, to

evaluate the bid on all the required & mentioned technical characteristics.

i. Bids conforming to the required technical qualification shall stand Responsive, hence will qualify for

Financial Bid opening. All proposals shall be categorized as:

Page 14: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 9

1. Responsive Proposals

2. Non-Responsive Proposals

6.3.1 Return of Non-Responsive Proposals& preparation of Technical Evaluation Report

Technical Proposals not conforming to the required technical, administrative or legal requirements

shall be declared as “Non-Responsive” and consequently shall NOT be accepted for any further

evaluation:

i. Their financial proposals shall be returned without being opened.

ii. Their Bid security shall be released upon their written request.

iii. Technical Evaluation Report shall be prepared duly signed by all the members of the

Procurement Committee, giving REASONS for:

1. Acceptance of the Eligible & Responsive Bid/sand;

2. Rejection of the Ineligible &/OR Non-Responsive Bid/s

iv. Technical Evaluation concludes at this stage.

Financial Evaluation

Financial Proposals of the RESPONSIVE Technical Proposals shall publicly be open in the meeting as

specified in this document under the heading of “Letter of Invitation for Bid”. The PROCUREMENT

COMMITTEE shall prepare financial Comparative Statement / Evaluation Report of the

“RESPONSIVE Proposals” in the following manner:

FINANCIAL EVALUATION OF BIDS

Item/s Name / Model &

description Quantity

Responsive

Bidder 1

Responsive

Bidder 2

Responsive

Bidder 3

Unit

Price

Total

Price

Unit

Price

Total

Price

Unit

Price

Total

Price

i. Subsequently, all the members of Procurement Committee shall duly sign the prepared Financial

Evaluation Report.

Recommendation of Procurement Committee &Uploading of Evaluation Report

After TECHNICAL and FINANCIAL EVALUATION of the Bids, both the Technical & the Financial

Evaluation Reports shall be combined; this Report shall be called the “Evaluation Report”. The

Evaluation Report must clearly state justification for acceptance of lowest evaluated Bid(s), and reason(s)

for non-acceptance of all other Bids. Consequently, lowest financial Bidder among the “Eligible and

Responsive Bidders” shall be recommended for the Award of Contract by the Procurement Committee.

The Procuring Agency shall upload this Bid Evaluation Report at the website of Balochistan Public

Procurement Regulatory Authority under the relevant TSE number, at-least 3 days prior to the award of

Contract. Copy of the same shall be provided to bidders upon their request.

Award of Contract

Contract for Supply of Item(s) to the recommended Bidder(s) i.e. the lowest evaluated bidder(s)

(“Eligible Bidder(s) quoting Technically Responsive items at lowest Financial cost, for

Complete Package”) shall be placed after 3 days of uploading of the Evaluation Report at BPPRA

Website.

Page 15: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 10

Commencement of Assignment

The Selected Bidders shall commence the Services within 7 (seven) days of the date of the Agreement or

such other date as may be mutually agreed.

Page 16: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 11

GOVERNMENT OF BALOCHISTAN Science & Information Technology Department

(FINANCIAL PROPOSAL)

TSE No. TS168572E

NAME OF BIDDER: ____________________________

(To be filled-in by the Bidder)

Designation of the Procurement Officer: ______________________________________

Procuring Agency’s Address: ________________________________________________

Procuring Agency’s Phone: _____________________ Fax No: ____________________

Procuring Agency’s Website: (If any) _________________________________________

Directorate General IT, Balochistan

Page 17: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 12

7. Bidder’s Information: (To be filled-in by the Bidder)

1. Name of company : __________ ____________

2. Complete Postal Address : ______

___ ______

_____ ___

__________________________________________

3. Tel No: ____ 4. Email address: ______

5. Fax No: ____ 6. Mobile No: _______________________

7. Authorized Representative’s name & designation: _________________________________

8. Type of Business:

(1) Sole Proprietorship □ (2) Partnership □

(3) Corporation (Private Ltd.) □ (4) Corporation (Public Ltd) □

9. National Tax Number& Date of issuance: _ _____________________________

10. Sales Tax Registration No. .____________________________

11. Bid Validity: __________ (Please specify in No. of Days)

12. Total Bid Value: _________________ (In Pakistani Rupees)

Page 18: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 13

8. Instructions for Preparing Financial Proposal:

Bidders are giving these Instructions for strict compliance. Failure to fulfil any instruction given

here-under may result in dis-qualification of the Bid(s). Financial Proposals shall be prepared on

following lines: -

1. Sealed Envelope containing the FINANCIAL PROPOSAL should clearly state:

a. “Name of Bidder _________”

b. “Name of Tender_________”

c. “FINANCIAL PROPOSAL”

2. The portion of FINANCIAL PROPOSAL of this bidding document duly filled, supported

with Bidder’s covering Letter be attached as the FINANCIAL PROPOSAL of the bidder;

3. Following information should be attached/contained in the FINANCIAL PROPOSAL:-

a. Original Bid Security;

b. Taxes must be included along-with the price of each item;

c. Financial Bid shall be prepared on the Bidders Letter Head in the following format:

A B C D E F

S. No. Item Name Quantity Unit Price Income Tax

+ GST

Total Price(Including

Taxes) A B C C x D E (C x D) + E = F

1

2

3

4. Serial Numbers of items must be quoted as mentioned in the “Bidding Document” (in-case

of difference in serial numbers between “Bidding Documents” and “Financial Bid” the bid

may qualify for rejection.

5. No technical detail / specification may be mentioned in the financial bid;

6. Offer must be quoted on TCA (Total Cost of Acquisition) basis at the risk & cost of the

bidder. This means:

i. ALL costs (including duties, taxes & other Govt. payables) incurred up-to delivery at the

designated location of the Procuring Agency;

ii. Loading, unloading and other labour charges;

iii. Complete services as required in the schedule of requirements of this bidding document

iv. Cost including fixation, assembling, dismantling etc. (As & where applicable)

7. Taxes must be included along-with the price of each item;

8. In-case of any Tax exemptions, exemption certificate from the concerned Tax Office /

Regional Tax Office pertaining particularly to this case may be provided; otherwise taxes shall

be deducted as per Government Policy / Rules;

9. Every page of the Bid must be numbered, signed & stamped by the authorized representative.

Page 19: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 14

9. Terms and Conditions:

1. Completion time may be clearly specified. Where completion time shall mean; time consumed

in delivery of the ordered items to the designated location of Procuring Agency, including but

not limited to time required for installation, commissioning & training. (Complete delivery

as per the schedule of requirements services detailed in the Data Sheet);

2. Maximum completion time for the order is 60 Days from the date of Supply Order;

3. Tenders must be quoted in Pakistani Rupees (PKR).

4. Tax Liability:

i. Complete Tax liability is to be borne by the Vendor

ii. Quoted prices shall be inclusive of all applicable Taxes, be filled item-wise as per the afore-

mentioned format above and may not be applied to the sub-total of the package.

iii. In case of any Tax exemptions, exemption certificate from the concerned Tax Office /

Regional Tax Office pertaining particularly to this case may be provided; otherwise taxes

shall be deducted as per Government Policy / Rules.

5. Validity of the bid would be at-least 90 days (to be specified by the procuring agency/ office)

from the date of Tender opening;

6. Financial Bids must be accompanied with Bid Security in the form of Bank Guarantee or

Deposit at Call from a scheduled bank @ 2% of total bid value in favour of Director General

IT, Balochistan;

7. Performance Security @ 10% of the Supply Order value in the form of Pay Order, Demand

Draft, Bank Guarantee, or Insurance Bond (by AA ranking Insurance Company) in favour of

Director General IT, Balochistan, shall be required to be provided by the successful bidder at

the time of acceptance of Supply Order/ award of contract;

8. In case of late delivery, the supplier may be BLACKLISTED and LATE DELIVERY

PENALTY (Liquidated Damages) shall be imposed at the rate of 1% (of the value of items

delivered late) per day, upto a maximum of 10% of the Contract Value;

9. The authorized representative (technical) must accompany the Consignment, as per the Supply

Order, at the time of delivery at designated location/office;

10. Partial delivery is Not-allowed;

11. Quantity may vary up-to an extent of 10% of quantities specified in the “Data Sheet of the

assignment “as per requirement of Procuring Agency;

12. Bid Security of successful bidder(s) shall be release upon submission of Performance Security;

13. Bid Security of unsuccessful bidder(s) shall be release within thirty days from the date of award

of contract to the successful bidder(s);

14. Payment release is subject to satisfactory inspection by the joint team comprising of:

i. The Purchase Committee of Procuring Agency; ii. Authorized representative of Vendor (To be clearly specified in the Tender Document).

15. Performance Security of the successful bidder(s) shall be release within two months from the

date of successful inspection. In case of unsatisfactory performance on part of the supplier,

the “Performance Security” shall be forfeited or retained until satisfactory completion of task.

Page 20: BIDDING DOCUMENT FOR THE PROVISION OF ...balochistan.gov.pk/wp-content/uploads/2020/03/Provision...AT ZIARAT & DERA MURAD JAMALI Directorate General IT, Balochistan P hone # : 081

Provision of Equipment for IT Institute Ziarat & Dera Murad Jamali Page 15

10. Currency & Bid Validity declaration by the bidder:

I solemnly undertake that:

a. Having read, understood & made myself aware of all the Terms & Conditions mentioned in

this Bidding Document & the Rules, Regulations & Policies of the Government of

Balochistan, governing the procurement & financial matters, AGREE, ACCEPT &

UNDER TAKE TO ABIDE BY THE SAME.

b. The information provided in this form is correct to the best of my knowledge & in the event

of change; details will be provided as soon as possible

Name & Designation __________________

Signature Date

Company Stamp.