GOVERNMENT OF BALOCHISTAN Science & Information Technology Department BIDDING DOCUMENT FOR INSTALLATION OF CCTV CAMERAS AT BALOCHISTAN HOUSE ISLAMABAD AND OFFICERS CLUB & GOVERNOR’S AIRCRAFT HANGAR AT QUETTA Directorate General IT, Balochistan Phone #: 081-9203539 Email: [email protected][email protected]
23
Embed
BIDDING DOCUMENT FOR INSTALLATION OF CCTV CAMERAS AT …balochistan.gov.pk/.../Installation-of-CCTV-Camera-at-BHI-OC-GAH-Qt… · P rovision of CCTV Camera BHI -OC & GAH, Quetta Page
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
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 29.01.2020 & Time 11:00 AM.
OPENING OF TECHNICAL BIDS Date. 29.01.2020 & Time 11:30 AM 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.
4 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
Provision of CCTV Camera BHI-OC & GAH, Quetta Page 4
3 Relevant Experience
For Experienced (Old Firms):
03 successfully completed similar assignments, each of 15 Million or
above, for the last 05 year.
Copy/ies of Work 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 Work
orders, Completion certificate(s) or Inspection Report of the
experienced Firm
4
Authorization Letter on the name of Secretary S&IT Department Balochistan, specifically for this NIT through manufacturer/Principal/ distributor/seller/reseller, attach and email on official email address: [email protected]
Mandatory from:
Manufacturer for Item(s) at S. No. 1, 2, 3, 8, 9 17 & 18 of Data Sheet below (Clause 5.2).
Distributor/seller/reseller for remaining item(s) of Data Sheet below (Clause 5.2).
Authorization letter from manufacturer for items at S. No. 1, 2, 3, 8, 9, 17 & 18 only of Data Sheet below (Clause 5.2). Authorization letter from distributor/ seller/ reseller for remaining item(s) of Data Sheet below (Clause 5.2).
5 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 worth of Bidder
6 Non-Blacklisting Must not be presently black-listed by
any Government Organization
Declaration of Non-blacklisting on stamp paper (Rs. 100/-) by the
Bidder
7 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)
8 Warranty As required by the procuring agency in the bid document (Clause 6.1.1)
Certificates of Warranty.
9 Delivery time compliance Must agree to serve the Contract
within 60 days after the issuance of work order.
Completion time must be clearly specified in the Technical Bid
10 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.
11 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.
5 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.
Provision of CCTV Camera BHI-OC & GAH, Quetta Page 5
Bill of Quantity
S. No Description Quantity
A. BALOCHISTAN HOUSE, ISLAMABAD
1 Indoor / Outdoor IP based Static Camera 24
2 PTZ Camera 04
3 NVR 32 Channel with Hard disk 01
4 Intel Core i7 desktop Computer with 18.5” LED 03
5 UPS 5 KVA with 04 batteries 200Ah 01
6 LED 55” 03
7 Fibre Optic Cable (12 Core) APA
8 24 Prots SFP, L2 switch Manageable 01
9 8 Port POE L2 switch with dual SFP Ports 06
10 Patch cord APA
11 9U Rack with power distribution for external switches 06
12 ODF Boxes 06
13 ODF main distribution box (36 port) 01
14 SFP module Single Mode (1G) 14
15 24U Rack with allied accessories 01
16 Cat 6 Cable Roll APA
B. OFFICERS CLUB, QUETTA
1 Indoor / Outdoor IP based Static Camera 20
2 PTZ Camera 02
3 NVR 32 Channel with Hard disk 01
4 Under Vehicle Car Scanner (Complete with housing) 01
5 Intel Core i7 desktop Computer with 18.5” LED 03
6 UPS 5 KVA with 04 batteries 200Ah 01
7 LED 55” 03
8 Fibre Optic Cable (Single mode 12 Core) APA
9 24 Prots SFP, L2 switch Manageable 01
10 8 Port POE L2 switch with dual SFP Ports 04
11 9U Rack with power distribution for external switches 03
12 ODF Boxes 03
13 ODF main distribution box (36 port) 01
14 SFP module Single Mode (1G) 10
15 24U Rack with allied accessories 01
16 Cat 6 Cable Roll APA
Provision of CCTV Camera BHI-OC & GAH, Quetta Page 6
C. GOVERNORS AIRCRAFT HANGER, QUETTA
1 Indoor / Outdoor IP based Static Camera 16
2 PTZ Camera 02
3 NVR 32 Channel with Hard disk 01
4 Intel Core i7 desktop Computer with 18.5” LED 03
5 UPS 5 KVA with 04 batteries 200Ah 01
6 LED 55” 03
7 Fibre Optic Cable (Single mode 12 Core) APA
8 24 Prots SFP, L2 switch Manageable 01
9 8 Port POE L2 switch with dual SFP Ports 06
10 9U Rack with power distribution for external switches 06
11 ODF Boxes 06
12 ODF main distribution box (36 port) 01
13 SFP module Single Mode (1G) 14
14 24U Rack with allied accessories 01
15 Cat 6 Cable Roll APA
16 X-Ray Baggage Scanning Machine 01
17 Walkthrough Gate 18 Multi-zone 01
18 Handheld Metal Detector 04
19 30 Feet Pole with allied accessories 04
20 Iron Bracket for static Camera APA
21 Joy Stick (Branded) 08
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
23 Linking officers club Control Room with C4i Civil Secretariat via fiber for provision of view. Includes digging and laying of optic fiber.
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 relevant Staff.
Provision of CCTV Camera BHI-OC & GAH, Quetta Page 7
DATA SHEET of Assignment
S. No
ITEMS DESCRIPTION QTY
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).
60
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) 320 Mbps or improved throughput over advanced HEVC compatible (preferable H.265/ H.265+), 32 Channel, 6x4TB storage (support up to 48TB), RAID 5, 10 support, complete with all accessories, (equivalent or higher).
03
4 Intel Core i7 desktop Computer with 18.5” LED
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).
5
5 UPS 5 KVA with 04 batteries 200Ah
UPS 05 KVA, Pure Sinewave, hybrid based system with 04 Dry Batteries 200Ah.
5
6 LED 55” LED full HD 1920*1080P, 55”, 2 ports of HDMI,
analogue digital ports and with mounting stands
(equivalent or higher).
10
7 Fibre Optic Cable (12 Core)
Single mode 12 core with splicing, pigtail, connectors
Authorization letter from manufacturer for items at S. No. 1, 2, 3, 8, 9, 17 & 18 only of Data Sheet below (Clause 5.2).
Authorization letter from distributor/ seller/ reseller for remaining item(s) of Data Sheet below (Clause 5.2).
Provision of CCTV Camera BHI-OC & GAH, Quetta Page 11
Financial Capacity
Audited Final Accounts OR Bank
Certificate of Company’s Bank Account
certifying the required financial worthiness
of the Bidder
Non-Blacklisting Declaration of Non-blacklisting on Stamp
paper (Rs. 100/-) by the Bidder
Local presence
Copy of 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 compliance Completion time must be clearly
specified in the Technical Bid
Agreement with all the terms
& conditions
Signature & company seal on every
page of the bidding document.
Submission of Bidding
Document Fee
Receipt of in-time payment of Bidding
document fee
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)