request for proposal (rfp) for provision of security...
TRANSCRIPT
GOVERNMENT OF BALOCHISTAN
Science & Information Technology Department
REQUEST FOR PROPOSAL (RFP) FOR PROVISION OF SECURITY EQUIPMENT FOR CM
SECRETARIAT, QUETTA
Directorate General IT, Balochistan
Phone #: 081-9203539 Email: [email protected]
Provision of Security equipment for CM Secretariat, Quetta Page ii
TABLE OF CONTENT
COMPANY PROFILE .......................................................................................................................... iii
SPECIAL INSTRUCTION ................................................................................................................... iv
CERTIFICATE ......................................................................................................................................... v
1 Project Overview .....................................................................................................................1
Background ................................................................................................................................. 1
2 Scope of Work .........................................................................................................................1
Standards ..................................................................................................................................... 2
3 Bill of Quantities ....................................................................................................................2
DATASHEET of Assignment ..................................................................................................... 3
4 RFP Document – its availability ............................................................................................5
Validity of the Proposal / Bid ..................................................................................................... 5
Brief description of the Selection Process ................................................................................. 6
Bid Security. ................................................................................................................................ 6
Schedule of Selection Process .................................................................................................... 6
5 Instructions to the Prospective Bidders ................................................................................6
6 Method of Procurement ........................................................................................................ 10
Terms & Conditions of Contract ...............................................................................................10
7 Bid Proposals ......................................................................................................................... 12
Technical Proposal .....................................................................................................................12
Financial Proposal / Bid .............................................................................................................13
8 Evaluation Process ................................................................................................................ 14
Eligibility Criteria ......................................................................................................................14
Bidders Eligibility Form ............................................................................................................15
Technical Bid Evaluation:..........................................................................................................17
Evaluation of Financial Proposals / Bids ..................................................................................19
Recommendation of Procurement Committee & Uploading of Evaluation Report ..............19
Commencement of Assignment ................................................................................................19
9 Terms and Conditions of the Procurement Process and Contract Agreement ................. 19
10 Performance Security: ....................................................................................................... 20
Technical Forms .............................................................................................................................. 21
Form 1: ....................................................................................................................................................21
Form 2: ....................................................................................................................................................22
Form 3: ....................................................................................................................................................25
Form 4: ....................................................................................................................................................26
Financial Forms ............................................................................................................................... 29
Form 1 .....................................................................................................................................................29
Form 2 .....................................................................................................................................................30
Form 3 .....................................................................................................................................................31
Provision of Security equipment for CM Secretariat, Quetta Page iii
COMPANY PROFILE
1. Name: ____________________________________________________
2. Full Address: ____________________________________________________
__________________________________________________________________
3. Telephone No. ___________________ Fax No. ______________________
4. Status: _________________________________________ (Please specify)
___________________________________________
5. Type of Company: Private Limited, Partnership, Proprietorship, Public Limited
6. National Tax No (NTN): ________________________
7. Sales Tax Registration No: ________________________
8. BRA Registration No: ________________________
SIGNATURE OF BIDDER / SUPPLIER / CONTRACTOR
SEAL OF BIDDER / SUPPLIER / CONTRACTOR
Provision of Security equipment for CM Secretariat, Quetta Page iv
SPECIAL INSTRUCTION
1. Any conditional, 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 RFP, so that bidders be informed in case of Clause 5 (e);
6. The Responding Organization has to respond as per Terms of Reference (TOR).
Provision of Security equipment for CM Secretariat, Quetta 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
PROVISION OF SECURITY EQUIPMENT FOR CM SECRETARIAT, QUETTA
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: _____________________________
Provision of Security equipment for CM Secretariat, Quetta Page 1
1 Project Overview
Background
The Directorate General IT, Science & Information Technology Department,
Government of Balochistan, invites seal Proposals (Technical & Financial) of World top
10 Renowned Brands of CCTV/Surveillance System, from IT Firms having vast
knowledge for Implementation and Integration of the same, required to be installed in
Chief Minister Balochistan Secretariat.
2 Scope of Work (As per approved CSR- 2018 of Government of Balochistan)
The scope of works shall include the design, supply, installation, testing and
commissioning of CCTV Cameras Surveillance System, complete with associated
electrical and communication wiring works, control consoles, digital video recorders,
fiber to copper signal converter, mounting brackets and accessories.
The Contractor shall be responsible for providing complete CCTV system solution
including auxiliary equipment for best quality of service e.g. signal repeaters etc. and all
such equipment shall be deemed to be included in the scope of Contractor. The system
shall include NVRs, PTZ cameras, Dome Cameras, PTZ controller, LCD screens, wiring,
termination, electrical boxes, and all other necessary material for a complete operating
system. All bidders shall have to visit the site to take physical dimensions of hoist way,
pits overhead and machine room to verify their horizontal / vertical lengths etc. before
submission of proposals. The bidders may raise queries for any clarification, missing
information or ambiguity if any, within one week after issuance of tender documents.
Any work to be carried out by the owner / main contractor, should be mentioned clearly
along with the bid, otherwise no claim against extra work shall be acceptable.
Specification, Drawings and BOQ etc. should be read carefully to comply specified loads,
serving landings and other general and special safety features. Any deviation from
specification / BOQ should be mentioned well in time before submission of bid.
Provision of Security equipment for CM Secretariat, Quetta Page 2
Standards
Except where otherwise stated in the specification, materials shall be designed,
manufactured, tested and installed according to relevant IEC/ISO/ITU
Recommendations. Where no such recommendations have been issued to cover a
particular subject then a recognized regional or national standard shall be applied. The
latest edition and amendments shall apply in all cases. In case of conflict between the
specification and any of the IEC/ISO/ITU Recommendations, regional or national
standards, then the specification shall take precedence.
The Bidder shall state in his bid the standards and codes of practice which he proposes
for any item(s) of system or equipment(s) not covered by IEC/ISO/ITU
Recommendations. If required by the Engineer-in-Charge, the Contractor shall submit
two English language copies of any standard or code of practice.
All equipment(s) shall be of imported origin and amongst world top 10 ranking. CCTV
equipment and design shall comply with international standards.
3 Bill of Quantities
S. No Description Quantity
1 Indoor/Outdoor IP based Static Camera 56
2 PTZ Camera 08
3 Network Video Recorder (NVR) [Channel 64x2 OR 128x1] 02/01
4 IP Based ANPR (Automatic Number Plate Recognition)
Camera with Software 02
5 Long Range PTZ Camera/ Laser Camera 01
6 24 ports POE L2 switch 03
7 8 Port POE L2 Switch with SFP Port 12
8 Joystick 03
9 24 u Rack with allied accessories 01
10 SFP Module Single Mode (1G) with patch cord 30
11 Cat-6 Cable Roll APA
12 9U Rack with power distribution for external switches 15
Provision of Security equipment for CM Secretariat, Quetta Page 3
13 ODF boxes 15
14 ODF main distribution box 36 port 02
15 2x2 Video Wall 01
16 Intel Core i7 Computer 08
17 Optical Fibre Cable (OFC) Single Mode 12 Core RFT
18 Under Vehicle Car Scanner 01
19 UPS 5KVA with Dry Batteries 200Ah 01
20 Pole 30 feet with allied accessories As per Survey
21 Iron Bracket for Static Camera As per Survey
22
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.
APA
Note:
a. The firm will provide entire services/support of Supply/installation/ maintenance for One
(01) year after implementation;
b. The firm will provide LLD, HLD, Maps, Drawing, Network Architecture/Diagram,
Handouts, Manual(s) of completed assignment and equipment(s);
c. The firm will provide Hands on Training to Science & IT & CM Secretariat Staff.
DATASHEET of Assignment
S # Item Name Item Details / Specification Quantity
1 Indoor/Outdoor IP
based Static Camera
IP based static Camera with >=2MP, 30-60 fps,
6 (or above) viewing profile, inbuilt IR, SD
card supported, PoE, built in analysis etc.
(equivalent or higher).
56
2 PTZ Camera Speed dome PTZ Camera 30x zooming,
>=2MP, 45- 60 fps, 6 (or above) viewing
profiles, >=150m IR Built in, SD card
supported, built in analysis, (equivalent or
higher).
08
3 Network Video
Recorder (NVR)
Network Video Recorder (NVR) 400 Mbps or
improved throughput over advanced HEVC
compatible (preferable H.265/ H.265+), 64
Channel x 2 OR 128Channel x 1, 12x4TB
storage (support up to 96TB), RAID 5
support, complete with all accessories,
(equivalent or higher).
02
Provision of Security equipment for CM Secretariat, Quetta Page 4
4 IP Based ANPR
(Automatic Number
Plate Recognition)
Camera with Software
IP based weather proof camera with ANPR
standard and fancy number plates with
complete solution with in-built LPR software
for IN & OUT gate (equivalent or higher).
02
5 Long Range PTZ
Camera/ Laser Camera
Long range PTZ Camera >2MP, 48X zoom,
50-60 fps, starlight, 1200m IR (equivalent or
higher).
01
6 2x2 Video Wall 2x2 video wall full HD 1920*1080P, 55”, 3.5
mm bezel max, I ports of HDMI and analogue
digital ports (equivalent or higher).
01
7 Intel Core i7 Computer Desktop Systems Core i7 (8th Gen), >=1.9GHz
(8MB >= smart cache), 8GB RAM, 2TB HDD,
& 2GB Graphic card, 18.5” LED with all
accessories (equivalent or higher).
08
8 24U Rack with allied
accessories
24U Rack with patch panel & PDU
(Renowned Brands: APC, HP, Liebert Toten
or equivalent).
01
9 SFP Module Single
Mode (1G) with patch
cord
SFP single mode Module, Gigabit Interface
Converter with hot-swappable input/output
device plugging & patch cord.
30
10 Under Vehicle Car
Scanner (UVSS)
Network based UVSS, Complete 02 Cam + 01
Housing, based on line scan Technology,
with all allied accessories (Renowned Brand).
01
11 UPS 5KVA with 200Ah
Dry Batteries
UPS 05 KVA, Pure Sinewave, hybrid based
system with 04 Dry Batteries 200Ah.
01
12 Optical Fibre Cable with
all allied accessories
Single mode 12 core with splicing, pigtail,
connectors (Renowned Brands: Baynet, LTE,
Molex, Micro-Link or equivalent).
APA
13 Cat-6 Cable Roll Renowned Brands: Schneider, 3M, or
equivalent.
APA
14 9U Rack with power
distribution for external
switches
Renowned Brands: APC, HP, Liebert Toten
or equivalent.
15
15 ODF boxes. Branded 15
Provision of Security equipment for CM Secretariat, Quetta Page 5
16 ODF main distribution
box 36 port.
Branded 02
17 30 Feet Pole with allied
accessories.
Local As per
Survey
Report
18 Iron Bracket For Static
Camera.
Local As per
Survey
report
19 Electrification/
Networking work.
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.
APA
20 Joystick Renowned Brands: Hanwha, Wisenet,
Samsung or equivalent
03
21 24 ports POE L2 switch Rack mounted L2 Manageable Switch (24port
PoE Ethernet & 2 SFP Gigabit port)
10/100/1000 Mbps.
03
22 8 Port Switch Rack mounted L2 Manageable Switch (08
port PoE Ethernet & 2 SFP of Gigabit port)
10/100/1000 Mbps.
15
4 RFP Document – its availability RFP document can be downloaded from the Website of the Balochistan Public
Procurement Regulatory Authority (B-PPRA) www.bppra.gob.pk and also from
Balochistan web portal www.balochistan.gov.pk
The Tender/bidding document fee of Rs.2000/- 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 tender documents at the time of submission of bids
Validity of the Proposal / Bid
The Proposal shall be valid up to 90 days as per BPPRA rule -30
Provision of Security equipment for CM Secretariat, Quetta Page 6
Brief description of the Selection Process
The Bidders will send their Proposals in Single Stage – Two Envelope Procedure as per
B-PPRA Rule 41 (3). The bid found lowest evaluated bid shall be accepted, as per B-
PPRA Rule 41 (3) (i). The selection process in evaluating the Proposals comprising of
Technical and Financial Bids to be submitted in two separate sealed envelopes. In the
first stage, a Technical Evaluation will be carried out as specified in Clause 8.3. Based
on this technical evaluation, a list of short-listed responsive bidders shall be prepared.
In the second stage, a Financial Evaluation will be carried out as specified in Clause 8.4.
Bid Security.
All bidders are required to submit 2% earnest money in the form of a bank guarantee
or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank
in favor of Secretary Science & IT Department and shall be valid for a period of three
(3) months. The bank guarantee / pay order for earnest money will be returned to the
responsive bidders on signing of the contract with the successful bidder and the earnest
money of technically non-responsive bidder will be returned within 30 days. Bidders
submitting a proposal without acceptable earnest money shall be disqualified.
Schedule of Selection Process
S.NO ACTIVITIES SCHEDULE
01. Date of issue 7th November, 2019
02. Proposal Due Date for submission 25th November, 2019
03. Opening of Technical Bids 25th November, 2019
04. Opening of Financial Bid After Tech. Evaluation of
bids.
(Above dates may be changed, if circumstances warrant so)
5 Instructions to the Prospective Bidders a. Detailed description of the objectives, scope of services, deliverables and other
requirements relating to this project are specified in this RFP. The term Bidder (the
Provision of Security equipment for CM Secretariat, Quetta Page 7
“Bidder”) means the Firm, as the case may be. The manner in which the Proposal /
Bid is required to be submitted, evaluated and accepted is explained in this RFP.
b. The Bidder shall submit its Proposal in the form and manner specified in the RFP.
The Technical Bid shall be submitted in line with the respective form at
TECHNICAL FORM-I and the Financial Bid shall be submitted in the form at
FINANCIAL FORM-I.
c. Upon selection, the Bidder shall be required to enter into contract with the Client in
the form specified as sample contract in the document. However, some clauses may
be modified on mutually agree-able terms but decision of Chairman of Procurement
Committee will be final in any suggested amendments.
d. Bidder may request a clarification on the RFP documents up to the number of days
before the proposal submission date. Any request for clarification must be sent in
writing, or by standard electronic means to the Client’s address indicated in the Data
Sheet. The Client will respond in writing, or by standard electronic means, and will
send written copies of the response (including an explanation of the query but
without identifying the source of inquiry) to all Bidders.
e. At any time before the submission of Proposals, the Client may amend the RFP by
issuing an addendum in writing, or by standard electronic means. The addendum
shall be sent to all bidders and will be binding on them. The Bidders shall
acknowledge receipt of all amendments. To give Bidder reasonable time in which to
take an amendment into account in their Proposals the Client may, if the
amendment is substantial, extend the deadline for the submission of Proposals.
f. The original proposals (Technical and Financial) shall contain no interlineations or
overwriting, except as necessary to correct errors made by the Bidder themselves.
The person who signed the proposal must initial such corrections.
g. An authorized representative of the Bidder shall initial all pages of the original
Technical and Financial Proposals. The authorization shall be in the form of a
written power of attorney accompanying the Proposal or in any other form
Provision of Security equipment for CM Secretariat, Quetta Page 8
demonstrating that the representative has been dully authorized to sign. The signed
Technical and Financial Proposals shall be marked “ORIGINAL”.
h. The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate.
The Technical Proposals shall be sent to the addresses referred to in the datasheet
and in the number of copies indicated in the Data Sheet. All required copies of the
Technical Proposal are to be made from the original. If there are discrepancies
between the original and the copies of the Technical Proposal, the original governs.
i. The original and all copies of the Technical Proposal shall be placed in a sealed
envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original
Financial Proposal shall be placed in a sealed envelope clearly marked
“FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment,
and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The
envelopes containing the Technical and Financial Proposals shall be placed into an
outer envelope and sealed. This outer envelope shall bear the submission address
and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE
APPOINTED OFFICIAL”. The Client shall not be responsible for misplacement,
losing or premature opening if the outer envelope is not sealed and/or marked as
stipulated. Such an occurrence may be the case for Proposal rejection. If the Financial
Proposal is not submitted in a separate sealed envelope duly marked as indicated
above, this will constitute grounds for declaring the Proposal non-responsive.
j. The Proposals must be sent to the address/addresses indicated in the RFP and
received by the Client not later than the time and the date indicated in the Clause
6.1 (V), or any extension to this date in accordance with rules. Any proposal received
by the Client after the deadline for submission shall be returned unopened.
k. From time the Proposals are opened to the time the Contract is awarded, the Bidder
should not contact the Client on any matter related to its Technical and/or Financial
Proposal. Any effort by Bidder to influence the Client in the examination,
evaluation, ranking of Proposals, and recommendation for award of Contract may
Provision of Security equipment for CM Secretariat, Quetta Page 9
result in the rejection of the Bidder Proposal.
l. The evaluation committee shall evaluate the Technical Proposals on the basis of their
responsiveness to the Terms of Reference, applying the evaluation criteria & sub
criteria specified in the RFP. A Proposal shall be rejected at this stage if it does not
respond to important aspects of the RFP, and particularly the Terms of Reference or
if it fails to achieve the minimum technical compliance, indicated in the Data Sheet.
m. On completion of the Technical Evaluation, the Client would inform the
RESPONSIVE and Non-RESPONSIVE bidders about assessment of their Technical
proposals submitted, notifying those Bidder who’s Proposals meet the minimum
qualifying mark or otherwise to the RFP and TOR, and the Financial Proposals of
Non-RESPONSIVE bidder shall be return unopened after completing the selection
process.
n. Financial Proposals of the RESPONSIVE Bidders shall be opened publicly in the
presence of the qualified bidders or their representatives who choose to attend. The
Financial Proposal of the Bidder declared RESPONSIVE will then be inspected to
confirm that they have remained sealed and unopened. These Financial Proposals
shall then be opened, and the total prices read aloud and recorded.
o. All documents, reports, designs, and all deliverables prepared by the Firm shall
become and remain the property of the procuring Client; any restrictions on the
future use of these documents by the Firm shall be specified in the conditions of the
contract.
p. Bidders should note the Proposal Due Date (PDD), as specified in Clause 4.4, for
submission of proposals. Except as specifically provided in this RFP, no
supplementary material will be entertained by the Client and that evaluation will be
carried out only on the basis of documents received by the closing time of Proposal
Due Date as specified in Clause 4.4. Bidders will ordinarily not be asked to provide
additional material information or documents subsequent to the date of submission,
and unsolicited material, if submitted, will be summarily rejected. For avoidance of
Provision of Security equipment for CM Secretariat, Quetta Page 10
any doubt, the Client reserves the right to seek clarifications. Bidder shall not submit
any document after PDD except in response to any clarification sought by Director
General IT and in response to clarifications no change shall be made.
6 Method of Procurement
Single Stage – Two Envelop Procedure
Terms & Conditions of Contract
i. The Director General Information Technology invites sealed bids containing One
Original Technical and Financial Proposal and two copies of technical & financial
proposals from all interested Bidders for this RFP of hiring of the Firm;
ii. The Bidder must quote for the complete scope of work as per TORs. The bid offering
partial scope of work shall be rejected as non-responsive;
iii. The Technical Proposal should contain all the bid items/solutions without
quoting the price and must list firm’s clientele, details of past project, items
specification etc.;
iv. The RFP can be downloaded from the Website of the Balochistan Public
Procurement Regulatory Authority (B-PPRA) www.bppra.gob.pk and also from
Balochistan web portal www.balochistan.gov.pk. The Tender/ bidding document
fee of Rs.2000/- 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 tender
documents at the time of submission of bids;
v. All bids must be submitted to the office of the Director General of IT, Balochistan
on or before 11:30 AM on 25th November, 2019. The bids will be publicly opened in
the office of Director General of IT at 12:00 Noon on the same day in presence of
bidders who wish to attend bid opening for official confirmation of the
participating bidders;
vi. The client will not be responsible for any costs or expenses incurred by bidders in
Provision of Security equipment for CM Secretariat, Quetta Page 11
connection with the preparation or delivery of bids;
vii. Bidders shall submit bids, which comply with the bidding documents, Alternative
bids will not be considered;
viii. Conditional tenders/bids will not be acceptable;
ix. Every page of the original proposal documents should be signed and stamped by the
bidder and proposal to be submitted in bind form;
x. Any firm, which furnishes wrong information, will be liable for legal proceeding.
Any contract awarded in such case when find out, will be cancelled;
xi. The bidder should not be blacklisted by any of its clients. An affidavit to this affect
must be submitted by the bidder;
xii. Payment Schedule shall be based on the deliverables and will be detailed at the time
of the contract;
xiii. Acceptance Criteria: Bidding is allowed to all Bidders that meet the eligibility criteria
and minimum qualification criteria relating to previous experience, delivery
capability, firms standing, etc., as stated in the RFP;
xiv. Financial Proposal to be submitted together with Technical Proposal;
xv. The Firm has to submit documentary evidence (sufficient & acceptable) to the client
and subject to approval of the client which will deem to have the final say on this
subject;
xvi. Proposals shall be submitted in English language;
xvii. Amounts payable by the Client to the Firm hired under the contract would be subject
to local taxation;
xviii. Income Tax shall be deducted from each payment made to the Firm as per Income
Tax Rules and Regulations prescribed by Government of Pakistan;
xix. Each party shall be liable for its own taxes. The prices quoted by the Firm in
its financial proposal will be considered inclusive of all applicable taxes;
xx. The Firm is to state local cost in the national currency;
xxi. The Firm must submit the original and three copies of the Proposals.
Provision of Security equipment for CM Secretariat, Quetta Page 12
7 Bid Proposals
Technical Proposal
Bidders shall submit the technical proposal in the formats at FORM-I (The “Technical
Proposal”). While submitting the Technical Proposal, the Bidder shall in particular,
ensure that:
i. All forms are submitted in the prescribed formats and signed by the prescribed
signatories.
ii. Power of Attorney, if applicable, is executed as per Applicable Laws;
iii. The proposal is RESPONSIVE in terms of Clause 8.3.
iv. The Technical Proposal shall not include any financial information relating to the
Financial Proposal.
v. The proposed team shall be composed of experts and specialists (the “Professional
Personnel”) in their respective areas of expertise and managerial/support staff (the
“Support Personnel”) such that the Firm should be able to complete the Project
within the specified time schedule. The Key Personnel specified in TOR’s shall be
included in the proposed team of Professional Personnel. Other competent and
experienced Professional Personnel in the relevant areas of expertise must be added
as required for successful completion of these services. The CV of each such
Professional Personnel, if any, should also be submitted format of Form 4.
vi. The Client reserves the right to verify all statements, information and documents,
submitted by the Bidder in response to the RFP. Any such verification or the lack of
such verification by the Client shall not relieve the Bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Client there-under.
vii. In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof, that
one or more of the eligibility conditions have not been met by the Bidder or the
Bidder has made material misrepresentation or has given any materially incorrect
or false information, the Bidder shall be disqualified forthwith if not yet appointed
Provision of Security equipment for CM Secretariat, Quetta Page 13
as the Vendor either by issue of the LOI or entering into of the Agreement, and if
the Selected Bidder has already been issued the LOI or has entered into the
Agreement, as the case may be, the same shall, notwithstanding anything to the
contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Client and the Client shall not be liable in any
manner whatsoever to the Bidder or Vendor, as the case may be. In such an event,
the Client shall forfeit and appropriate the Earnest Money as mutually agreed pre-
estimated compensation and damages payable to the department for, inter alia, time,
cost and effort of the department, without prejudice to any other right or remedy
that may be available to the department.
Financial Proposal / Bid
Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial
Proposal”) clearly indicating the total cost of the services in both figures and words, in
PKR, and signed by the Bidder’s Authorized Representative. In the event of any
difference between figures and words, the amount indicated in words shall prevail. In
the event of a difference between the arithmetic total and the total shown in the
Financial Proposal, the lower of the two shall prevail. While submitting the Financial
Proposal, the Bidder shall ensure the following:
i. At the public opening of Financial Proposals, Firms representatives who choose to
attend will sign an Attendance Sheet.
ii. Each Financial Proposal will be inspected to confirm that it has remained sealed and
unopened;
iii. The Science & IT department’s representative will open each Financial Proposal. The
representative will read out aloud the name of the Firm and total price shown in the
Firm's Financial Proposal. This information will be recorded in writing by the
Science & IT Department representative;
Provision of Security equipment for CM Secretariat, Quetta Page 14
iv. Serial Numbers of items must be quoted as mentioned in the “Bidding Document”
(in-case of difference in serial numbers in “Bidding Documents” viz-a-viz “Financial
Bid” the bid may qualify for rejection;
v. No technical detail / specification may be mentioned in the financial bid;
vi. Taxes must be included along-with the price of each item;
vii. 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;
viii. Financial Proposals will be reviewed to ensure that the figures provided therein are
consistent with the details of the corresponding Technical Proposal.
ix. The total price for each Financial Proposal will be determined;
x. Bid Security of successful bidder/s shall be released upon submission of
Performance Security;
xi. Bid Security of unsuccessful bidder/s shall be released within thirty days from the
date of award of contract to the successful bidder/s;
xii. Performance security of the successful bidder/s shall be released within two months
from the date of inspection after successful deployment and commissioning. In case
of unsatisfactory performance on part of the supplier, the “Performance Security”
shall be forfeited or retained till satisfactory completion of task.
8 Evaluation Process
Eligibility Criteria
S. # Description Requirements Documents Required
1 Registration with Income
Tax (Active Tax payer)
Mandatory Attach valid Copy of NTN
Certificate
2 Registration with Sales-
Tax (Active Tax payer)
Mandatory Attach valid Copy of GST
registration Certificate
3 Registration with BRA
(Active Tax payer)
Mandatory Attach valid Copy of BRA
certificate/ number
Provision of Security equipment for CM Secretariat, Quetta Page 15
4 Turn-over of last/previous
three years
PKR 50 Million for the past
3 Years
Attach last three years
audited report/ Bank
Statement of Firm.
5 Blacklisting Mandatory Submission of legal valid
undertaking that the Firm is
not blacklisted by any
Government organization
or anywhere in the world.
6 Relevant Experience Working with Public/ Semi
Govt./Autonomous/
Multinational organization
on project of deployment
and installation of IP based
CCTV cameras.
Bidder must have
successfully completed 03
projects each of Rs 10
million, in last 05 years.
Attach copies of work
Orders and completion
certificates or relevant
documents.
7 Authorization Letter on the
name of Secretary S&IT
Department Balochistan
through manufacturer/
Principal/distributor/seller
/reseller, attach and email
on official email address
Mandatory from:
Manufacturer for Item(s)
at S. No. 1, 2, 3, 4 & 5 of
BOQ above.
Distributor/seller/re-
seller for remaining
item(s) of BOQ above.
Authorization letter from
manufacturer for items at S.
No. 1, 2, 3, 4 & 5 only of BOQ
above.
Authorization letter from
distributor/ seller/ reseller
for remaining item(s) of
BOQ above.
8 Survey Report of the
proposed projects
Mandatory Attach copy
Bidders Eligibility Form
S.# Bidders Eligibility Factor Requirement
Bidder
01
Bidder
02
Bidder
03
Y N Y N Y N
1 Registration with Income
Tax (Active Tax payer)
Attach valid Copy of NTN
Certificate
2 Registration with Sales-
Tax (Active Tax payer)
Attach valid Copy of GST
registration Certificate
Provision of Security equipment for CM Secretariat, Quetta Page 16
3 Registration with BRA
(Active Tax payer)
Attach valid Copy of BRA
certificate/ number
4 Turn-over of last/previous
three years
Attach last three years
audited report/ bank
statement of Firm
5 Blacklisting Attach Copy of certificate
6 Relevant Experience Attach Copy of certificate
7 Authorization Letter on
the name of Secretary
S&IT Department
Balochistan through
manufacturer/ Principal
email/domain address on
official email address
.pk and
Attach Copy of certificate
8 Survey Report of the
Proposed Projects
Mandatory
Firm must score “YES” in all requirements of the eligibility criteria to be categorized as
Eligible. “NO” to any requirement of the eligibility criteria, by any bidder shall render
the Firm as INELIGIBLE. Subsequent upon said assessment, Bidders shall be categorized
as:
i. Eligible Bidders
ii. Ineligible Bidders
Return of Financial Proposals of 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 returned without being opened;
ii. Their Bid security shall be released upon their written request.
Item wise Evaluation: The Bids received from Eligible Bidders shall then be evaluated
by the TECHNICAL COMMITTEE 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 item wise basis in
the following manner:
Provision of Security equipment for CM Secretariat, Quetta Page 17
Technical Bid Evaluation:
Product Technical
Requirement
Eligible Bidder
01
Eligible Bidder
02
Eligible Bidder
03 Fulfil
YES/ NO Reasons
Fulfil
YES/ NO Reason
Fulfil
YES/ NO Reason
Indoor/Outdoor IP
based Static Camera As per Datasheet
PTZ Camera As per Datasheet
Network Video
Recorder (NVR) As per Datasheet
IP Based ANPR
(Automatic Number
Plate Recognition)
Camera with Software
As per Datasheet
Long Range PTZ
Camera/ Laser Camera As per Datasheet
2x2 Video Wall As per Datasheet
Intel Core i7 Computer As per Datasheet
24U Rack with allied
accessories As per Datasheet
SFP Module Single
Mode (1G) with patch
cord
As per Datasheet
Under Vehicle Car
Scanner (UVSS) As per Datasheet
UPS 5KVA with 200Ah
Dry Batteries As per Datasheet
Optical Fibre Cable
with all allied
accessories
As per Datasheet
Cat-6 Cable Roll As per Datasheet
9U Rack with power
distribution for
external switches
As per Datasheet
ODF boxes. As per Datasheet
Provision of Security equipment for CM Secretariat, Quetta Page 18
ODF main distribution
box 36 port. As per Datasheet
30 Feet Pole with allied
accessories. As per Datasheet
Iron Bracket For Static
Camera. As per Datasheet
Electrification/
Networking work. As per Datasheet
Joystick As per Datasheet
24 ports POE L2 switch As per Datasheet
8 Port Switch As per Datasheet
Bids conforming to the required technical qualification shall stand Responsive, hence will
qualify for Financial Bid opening. All proposals shall be categorized as:
1. RESPONSIVE Proposals
2. Non-RESPONSIVE Proposals
Return of Non-Responsive Proposals and preparation of Technical Evaluation Report.
Technical Proposals not conforming to the required technical requirements shall be
declared as Non-Responsive” and consequently shall NOT be accepted for any further
evaluation:
a. Their financial proposals shall be returned without being opened.
b. Their Bid security shall be released upon their written request.
c. Technical Evaluation Report shall be prepared duly signed by all members of the
Procurement Committee, giving REASONS for;
i. Acceptance of the Eligible and Responsive Bid/s and;
ii. Rejection of the Ineligible and/ OR Non-Responsive Bid/s.
Provision of Security equipment for CM Secretariat, Quetta Page 19
Evaluation of Financial Proposals / Bids
i. Financial Proposals of the technically Responsive Proposals shall be publicly
opened in the next meeting and Financial Comparative Statement/ Evaluation
Report of the “Responsive Proposals” will be prepared and uploaded on BPPRA
website.
S. No
Responsive Bidder
01
Responsive Bidder
02
Responsive Bidder
03
Total Price Total Price Total Price
Recommendation of Procurement Committee & Uploading of
Evaluation Report
After Technical and Financial Evaluation of the Bids, both the technical and Financial
Evaluation Reports shall be combined, this report shall be called the “Evaluation
Report”. The Department shall upload the Bid Evaluation Report at the website of
BPPRA.
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.
9 Terms and Conditions of the Procurement Process and
Contract Agreement The procurement process is strictly followed as per Balochistan Public Procurement Rules
2014. The Standard form of Contract for Consultancy Services as designed by the Pakistan
Engineering Council will be adopted at the time of Contract by mutual consensus and
agreement of all the parties. The draft is available on PEC website (www.pec.org.pk).
Provision of Security equipment for CM Secretariat, Quetta Page 20
10 Performance Security: The successful bidder will have to furnish a performance security, equivalent to ten (10%)
percent of the contract amount in the form of pay order or demand draft or bank
guarantee or performance bond issued by insurance company of at least AA rating,
before the award of the contract. The validity of performance security shall extend at least
ninety (90) days beyond the date of completion of contract (Two years completion time
after the contract award) or subject to final acceptance by the Procuring Agency.
Provision of Security equipment for CM Secretariat, Quetta Page 21
Technical Forms
Form 1:
Technical Proposal Submission Form
[Location, Date]
To: [Name and address of Client]
Dear Sir:
We, the undersigned, offer to provide the services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date]
and our Proposal. We are hereby submitting our Proposal, which includes this
Technical Proposal, and a Financial Proposal sealed under a separate envelope.
We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it may lead
to our disqualification.
We undertake, if our Proposal is accepted, to initiate the services
related to the assignment not later than the date indicated in the schedule.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Provision of Security equipment for CM Secretariat, Quetta Page 22
Form 2:
Firm Experience
A - PROCUREMENT AND INSTALLATION OF CCTV CAMERAS FOR CM
SECRETARIAT, QUETTA
[Provide here a brief (two pages) description of the background and organization
of your firm/entity and each associate for this assignment.]
Provision of Security equipment for CM Secretariat, Quetta Page 23
B - FIRM EXPERIENCE
[Using the format below, provide information on each assignment for which your
firm, and each associate for this assignment, was legally contracted either
individually as a corporate entity or as one of the major companies within an
association, for carrying out consulting services similar to the ones requested
under this assignment.]
Assignment name:
Approx. value of the contract (in
current US$ or PKR):
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No of staff-months of the
assignment:
Address:
Approx. value of the services provided
by your firm under the contract (in
current US$ or PKR):
Start date (month/year):
Completion date (month/year):
No of professional staff-months
provided by Firm:
Name of Firm services, if any:
Name of senior professional staff of
your firm involved and functions
performed (indicate most significant
profiles such as Project
Director/Coordinator, Team Leader):
Provision of Security equipment for CM Secretariat, Quetta Page 24
Narrative description of Project:
Description of actual services provided by your staff within the assignment:
Firm’s Name:
Provision of Security equipment for CM Secretariat, Quetta Page 25
Form 3:
Comments and Suggestions on the Terms of Reference
A - On the Terms of Reference
[Present and justify here any modifications or improvement to the Terms of Reference
you are proposing to improve performance in carrying out the assignment (such as
deleting some activity you consider unnecessary, or adding another, or proposing a
different phasing of the activities). Such suggestions should be concise and to the point,
and incorporated in your Proposal.]
Form 4: Curriculum Vitae (CV) for Proposed Professional Staff (if required)
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth: Nationality:
5. Education [Indicate college/university and other specialized education of staff
member, giving names of institutions, degrees obtained, and dates of
obtainment]:
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees under 5 - Education
were obtained]:
8. Countries of Work Experience: [List countries where staff has worked in the
last ten years]:
9. Languages [For each language indicate proficiency: good, fair, or poor in
speaking, reading, and writing]:
10.Employment Record [Starting with present position, list in reverse order every
employment held by staff member since graduation, giving for each employment
Provision of Security equipment for CM Secretariat, Quetta Page 27
(see format here below): dates of employment, name of employing organization,
positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
11. Detailed Tasks Assigned
[List all tasks to be performed
under this assignment]
12.Work Undertaken that Best
Illustrates Capability to Handle the
Tasks Assigned
[Among the assignments in which the
staff has been involved, indicate the
following information for those
assignments that best illustrate staff
capability to handle the tasks listed
under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Provision of Security equipment for CM Secretariat, Quetta Page 28
Positions held:
Activities performed:
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes myself, my qualifications, and my experience. I understand
that any wilful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff]
Day/Month/Year
Full name of authorized representative:
Provision of Security equipment for CM Secretariat, Quetta Page 29
Financial Forms
Form 1 Financial Proposal Submission Form
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the services for [Insert title of assignment] in
accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.
Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1].
This amount is exclusive of the local taxes, which shall be identified during negotiations
and shall be added to the above amount.
Our Financial Proposal shall be binding upon us subject to the modifications
resulting from Contract negotiations, up to expiration of the validity period of the Proposal.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Provision of Security equipment for CM Secretariat, Quetta Page 30
Form 2 Financial Capacity of the Bidder/Firm
Note:
i. In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual
accounts of the Bidder. ii. Please do not attach any printed Annual Financial Statement.
S. No. Financial Year
Annual Revenue (PKR)
1.
2.
3.
Certificate from the Statutory Auditor:
This is to certify that .................... (Name of the Bidder) has received the payments
shown above against the respective years on account of Professional Services/ Consultancy Fees.
(Signature, name and designation of the authorized signatory)
Provision of Security equipment for CM Secretariat, Quetta Page 31
Form 3 Summary of Costs
Item Costs
(In Pak Rupees.)
Total Costs of Financial Proposal
Note: - Indicate the total costs, inclusive of all taxes, to be paid by the Procuring Agency.