Top Banner
EVALUATION REPORT Purchase of 550 KVA Generator 1. Name of Procuring Agency: Sheikh Zayed Medical College/Hospital, R.Y. Khan 2. Method of Procurement: Single stage-Two envelop bidding procedure. 3. Title of Procurement: Procurement of 550 KVA Generator & IT Equipment 4. Tender Inquiry No.: IPB-1534 5. PPRA Ref. No. (TSE): 6. Date & Time of Bid Closing: 23-01-2016 7. Date & Time of Bid Opening: 23-01-2016 10:30 am 8. No of Bids Received: 08 9. Criteria for Bid Evaluation of: 550 KVA Generator Description Type & No. Enigne 1 Engine Make Type & No. Enigne 2 Alternator Make 3 Assambled Local or forgine 4 Design 4 Cycle in line, Turbo Charged after Cooled 5 Battery Charging Alternator 35 Amp 6 Starting Voltage 24 Volt, Negative Ground 7 Fuel System Direct Injection 8 Fuel Filter Spin on fuel filters with water separator 9 Air Cleaner Type Dry replaceable element with restriction indicator 10 Lube oil filter type Fleet guard dual venture spin on, combination full flow and bypass 11 Standard cooling system 122°F (50°C) ambient radiator Enigne Make 13 Design Brushless, 4 Pole, Revolving Field 14 Stator 2/3 Pitch 15 Rotor Single Bearing, Flexible Disc 16 Insulation System Class H 17 Standard Temp. Rise 125 CStandby 18 Exciter Type PMG (Permanent Magnet Generator) 19 Phase Rotation A(U), B(V), C(W) 20 Alternator Cooling Direct Drive Centrifugal Blower Fan 21 AC Waveform Total Harmonic Distortion No Load < 1.5% non-distorting balance linear load < 5% Display Control Graphical Anti-Freeze mixture Exciter/voltage Regulator Electronic Governor Engine Air Cleaner Normal Duty Industrial muffler (supplier loose) Exhaust Flexible (supplier loose) First Oil filled 22 Salient Features First coolant filled
29

EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Apr 21, 2020

Download

Documents

dariahiddleston
Welcome message from author
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.
Transcript
Page 1: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

EVALUATION REPORT Purchase of 550 KVA Generator

1. Name of Procuring Agency: Sheikh Zayed Medical College/Hospital, R.Y. Khan

2. Method of Procurement: Single stage-Two envelop bidding procedure.

3. Title of Procurement: Procurement of 550 KVA Generator & IT Equipment

4. Tender Inquiry No.: IPB-1534

5. PPRA Ref. No. (TSE):

6. Date & Time of Bid Closing: 23-01-2016

7. Date & Time of Bid Opening: 23-01-2016 10:30 am

8. No of Bids Received: 08

9. Criteria for Bid Evaluation of: 550 KVA Generator

Description

Type & No.

Enigne 1 Engine

Make

Type & No.

Enigne 2 Alternator

Make

3 Assambled Local or forgine

4 Design 4 Cycle in line, Turbo Charged after Cooled

5 Battery Charging Alternator 35 Amp

6 Starting Voltage 24 Volt, Negative Ground

7 Fuel System Direct Injection

8 Fuel Filter Spin on fuel filters with water separator

9 Air Cleaner Type Dry replaceable element with restriction indicator

10 Lube oil filter type Fleet guard dual venture spin on, combination full flow and bypass

11 Standard cooling system 122°F (50°C) ambient radiator

Enigne

Make

13 Design Brushless, 4 Pole, Revolving Field

14 Stator 2/3 Pitch

15 Rotor Single Bearing, Flexible Disc

16 Insulation System Class H

17 Standard Temp. Rise 125 C◦ Standby

18 Exciter Type PMG (Permanent Magnet Generator)

19 Phase Rotation A(U), B(V), C(W)

20 Alternator Cooling Direct Drive Centrifugal Blower Fan

21 AC Waveform Total Harmonic Distortion No Load < 1.5% non-distorting balance linear load < 5%

Display Control Graphical

Anti-Freeze mixture

Exciter/voltage Regulator

Electronic Governor

Engine Air Cleaner Normal Duty

Industrial muffler (supplier loose)

Exhaust Flexible (supplier loose)

First Oil filled

22 Salient Features

First coolant filled

Page 2: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Engine sump oil drain tap

Earth leads

Switch key, control operating mode

Set mounted lead acid imported batteries

Certified test record

Packaged Radiator 1500RPM, 400Volts, 0.8P.F, 50 HZ, Packaged radiator

23 Sound Proof Canopy

Comprehensive canopy for opening of doors from left to right and front to back. Noise Level up to 70db

Voltage Regulation No Load to full Load ± 5%

Random Voltage variation

Frequency regulation

24 Generator Set Specifications

Random Frequency variation

Off mode-the generator set is shut down and cannot be started.

Run mode the generator set will execute its sequence. 25 Control Switch- Run/Off/On

Auto mode the generator set can be started with a start signal from a remote

device.

Low oil pressure warning

High engine temperature warning

Low oil pressure shutdown

Over speed shutdown

26 LED indicating Lamps

Fail to start

27 Earthing 3 Nos of Earthing are required.

Earth leakage resistance must be less than 0.5. the firm will responsible for the checking and verification of earth resistance <0.5 through earth tester

28 Foundation Pad Capable of bearing load of generator & vibration as well

The firm will responsible for the construction of foundation pad with heavy concrete material.

29 Transportation loading/unloading (The project is on turnkey basis.)

Transportation loading/unloading is responsibility of firm. The firm will responsible for complete installation.

30 Tool Kit 2 Nos of 170 pieces tool kit must be provided separately

31 Consumeables The firm will provide 3 Nos. consumable sets of consumable parts

32 Load Test The Firm will responsible for load testing through load bank at his on expense at site

33 Warranty 3 year service warranty and 2 years comprehensive warranty

34 Fual Consumption 100% Load

I. Only Foreign (Not local) assembled generator in which it is manufactured will be purchased.

II. For the Generators the bidding firms should have Pakistan Engineering Council (PEC) Registration Certificate.

III. Offers of the Firms without necessary technical & managerial capabilities rejected.

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Iman

Group

N/A N/A Not evaluated

because Rejected Technically

1. Country in which Generator is assembled was not mentioned

2. Certificate of Registration with Pakistan Engineering Council was not attached or unavailable.

3. Battery Charging alternator is of 70 Amp against the requirement of 35 Amp.

4. Fuel Filters to spin on fuel with water separator are either not mentioned or unavailable.

5. Air Cleaner dry replaceable elements with restriction indicator were either not mentioned or unavailable.

6. Lube Oil Filter with fleet guard dual venture spin (Combination of full flow & bypass) are either not mentioned or unavailable.

Page 3: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

7. Standard Temp. in standby position was not mentioned.

8. Phase rotation is either not mentioned or unavailable.

9. Anti freezing mixture for anti freezing facility was not offered.

10. Engine air cleaner facility is not available. 11. Industrial muffler to be supplied loose

wasn’t offered. 12. Exhaust flexible to be supplied loose wasn’t

offered. 13. First Oil & Coolant filling wasn’t offered. 14. Engine Sump Oil drain tap is not available. 15. Earth Lead is not mentioned 16. Switch key & Control operating System and

Set mounted lead acid aren’t mentioned 17. Random Voltage variation was not

mentioned 18. Frequency regulation was not mentioned 19. Random Frequency variation was not

mentioned 20. Control Switch: Run/Off/On was not

mentioned 21. Tool kit quantity was 01 instead of 02 and

less number of pieces. 22. Consumables were not offered.

M/s Orient Energy Systems

N/A N/A

US$ 65,000 .00 + {PKR1,133,000.00+17% Tax if applicable) for local items (Canopy,

ATS, Earth pit & Foundation Pad) (Customs 15% &

Excise 2%) Duties will be paid by SZMC if

applicable (US$ 11,050.00).

Customs clearance charges,

transportation, loading, unloading will be paid by M/s

Orient Energy

Accepted Technically

M/s S. M. Jaffer

& Co.

N/A N/A Not evaluated

because Rejected Technically

1. PMG Exciter type is not available instead Shunt is offered.

2. Since exciter type is shunt therefore, phase detection is not possible in case of less voltage.

3. Phase rotation is not as per requirement. 4. Exciter/ Voltage Regulator is not offered. 5. Battery Charging alternator is of 70 Amp

against the requirement of 35 Amp.

M/s MIA Energy (Pvt) Limited

N/A N/A

Disqualified under PPRA Rules-2014,

Rule-19

Disqualified from the Tender under PPRA Rules-2014, Rule-19 “the procuring agency shall disqualify a contractor on the ground that he had provided false, fabricated or materially incorrect information”.

M/s Gresham’s Eastern (Pvt) Limited

N/A N/A Not evaluated

because Rejected Technically

1. Country in which Generator is assembled is Pakistan (Local assembling is not acceptable as per decision of the Technical Committee.

2. Design: The offered model is not as per requirement of 4 Cycle inline.

3. Battery Charging alternator is of 45 Amp against the requirement of 35 Amp.

4. Fuel System: The offered model has Bosech inline type instead of direct injection type.

5. Lube Oil Filter is cartridge type against the

Page 4: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

requirement with fleet guard dual venture spin (Combination of full flow & bypass) are either not mentioned or unavailable. The committee discussed that the cartridge type will have heavy Maintenance Cost and monopoly item.

6. Insulation System class H: is not mentioned (in reply of firm no reference was found in Annexure-D)

7. Display Control Graphical is absent (in reply of firm no reference was found in Annexure-D)

8. Anti freezing mixture for anti freezing facility is not mentioned, in reply firm not offered with generator set.

9. Exciter/ Voltage Regulator is neither mentioned nor unavailable, the reply of firm was not accepted by the Committee (No reference was found in Annex-D).

10. Engine air cleaner facility is not available the reply of firm was not accepted by the Committee.

11. Industrial muffler to be supplied loose isn’t offered the reply of firm was not accepted by the Committee (No reference was found in Annex-D).

12. Exhaust flexible to be supplied loose isn’t offered the reply of firm was not accepted by the Committee because not as per required specifications.

13. Voltage regulation (No Load to full load 0.5%) is not mentioned (No reference was found in Annex-D).

14. Random Frequency variation is not mentioned (No reference was found in Annexure-D).

15. Warranty is not offered (18 months warranty is not accepted by the committee against the minimum requirement of 24 months).

M/s KAN

Engineering &

Services

N/A N/A Not evaluated

because Rejected Technically

1. Documents necessary for Technical, Managerial & Financial Capabilities are not provided in the technical offer. Therefore, Bid was rejected as incomplete offer. Moreover, following technical shortcomings were found in the offered Generator set.

2. Country in which Generator is assembled is not mentioned.

3. Fuel System: The offered model has Bosech inline type instead of direct injection type.

4. Fuel Filters to spin on fuel with water separator are either not mentioned or unavailable

5. Air Cleaner dry replaceable element with restriction indicator is either not mentioned or unavailable.

6. Lube Oil Filter with fleet guard dual venture spin (Combination of full flow & bypass) are either not mentioned or unavailable.

7. Standard Temp. in standby position is not mentioned.

8. Design: Brushless, 4 pole, revolving field in not mentioned.

9. Starter (2/3 pitch): is not mentioned. 10. Rotor (Single Bearing, Flexible Disc): is not

mentioned 11. Insulation System class H: is not mentioned.

Page 5: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

12. Standard Temp. rise is not mentioned. 13. Exciter (PMG Kit): is not available. 14. Phase rotation is neither mentioned nor

available. 15. In Alternator Cooling direct drive

centrifugal blower fan is not mentioned. 16. AC Waveform in total harmonic distortion is

not mentioned. 17. Display Control Graphical is absent. 18. Anti freezing mixture for anti freezing facility

is not mentioned. 19. Exciter/ Voltage Regulator is neither

mentioned nor unavailable. 20. Engine air cleaner facility is not available. 21. Industrial muffler to be supplied loose isn’t

offered. 22. Exhaust flexible to be supplied loose isn’t

offered. 23. First Oil & Coolant filling isn’t offered. 24. Engine Sump Oil drain tap isn’t available. 25. Earth Lead is not mentioned 26. Switch key & Control operating System and

Set mounted lead acid aren’t mentioned 27. Certified test record is not mentioned. 28. Noise level of sound proof canopy is not

mentioned. 29. Voltage regulation (No Load to full load

0.5%) is not mentioned. 30. Random Frequency variation is not

mentioned 31. Control Switch: Run/Off/On is not

mentioned 32. Numbers of pieces are not mentioned in

the Tool kit. 33. Fuel consumption at full load is high (108

Liter/ hour).

M/s Jaffer

Brothers (Pvt)

Limited

N/A N/A Not evaluated

because Rejected Technically

1. Country in which Generator is assembled is not mentioned (In reply its not mentioned that where it is assembled)

2. Battery Charging alternator is of 70 Amp against the requirement of 35 Amp, the committee rejected their reply.

3. Exciter (PMG Kit): is not available, in reply firm mentioned that PMG Kit is offered in technical offer but in technical offer PMG Kit is not available, therefore, observation withstands.

4. Phase rotation is neither mentioned nor available, No reference was found and the observation withstands.

5. Exciter/ Voltage Regulator is neither mentioned nor unavailable, No reference was provided by the firm on technical leaflet therefore, observation withstands.

6. Random Frequency variation is not mentioned, No reference found on the technical leaflet.

1. Documents necessary for Technical, Managerial & Financial Capabilities are not provided in the technical offer. Therefore, Bid was rejected as incomplete offer. Moreover, following technical shortcomings were found in the offered Generator set.

2. Country in which Generator is assembled is

Page 6: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible
Page 7: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

EVALUATION REPORT IT Equipment

1. Name of Procuring Agency: Sheikh Zayed Medical College/Hospital, R.Y. Khan

2. Method of Procurement: Single stage-Two envelop bidding procedure.

3. Title of Procurement: Procurement of 550 KVA Generator & IT Equipment

4. Tender Inquiry No.: IPB-1534

5. PPRA Ref. No. (TSE):

6. Date & Time of Bid Closing: 23-01-2016

7. Date & Time of Bid Opening: 23-01-2016 10:30 am

8. No of Bids Received: 07

9. Criteria for Bid Evaluation of: Item No. 01 (Network Server)

Sr.# Specifications/Technical parameters

01 Processor:

Dual Intel® Xeon E5-2630 V3 (8 Core, 2.4 GHz, 20MB, 85W, Turbo, HT) or higher

02

Motherboard:

Intel Original Server Board Server Chipset with dual processor scalability

compatible with the quoted processor, TPM supported

03 Memory: 4 x 8GB RDIMM, 2133MT/s, Single Rank

04 Hard Drive: 2 x 600GB 15K RPM SAS 12Gbps Hot-plug

05 RAID Controller: 1GB NV Cache

06 Optical Drive: Super Drive (DVD+/-RW)

07 Display Card & Sound Card: Built in as per quoted Motherboard

08 Network Adapter: 2 x 1Gb LAN Card with Wake on LAN (WOL) support

09 I/O Ports & Expansion Slots: 2.0 USB 2 or more ports, Min 2 PCI slots, etc.

10 Mouse & Keyboard: Standard Keyboard and 2.0 USB 2-buttons Optical Mouse

with Scroll

11 Chassis: Rack Server with 2x750W Redundant Power Supply and with upto 8

Hard Drives

12 ReadyRails™ Sliding Rails With Cable Management Arm

13 LCD: Colour LED 18.5"

14 Other specifications and brands as approved by the Government

15 Warranty: 3 Years parts and labour warranty for all components on site

16 OS: MS Windows Server 2012 R2 Datacenter Edition 64 bit (Licensed)

17 Original DVD of motherboard drivers & Registered OS for each Server

18 Installation of Server OS & Configuration Management Software and provide

on site training for the efficient configuration and management of the Server

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

Offer-I

1. RAID Controller isn’t mentioned.

2. Mouse & Key Board are not offered.

3. Chassis: Tower type against the

requirement of Rack type.

4. Ready Rails with cable management

arm are not mentioned/ available.

5. Color LED isn’t offered.

6. 02 years warranty is offered instead of

03 years.

7. Original DVD of Motherboard drivers

and registered operating system is not

offered.

Offer-II

Page 8: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Not evaluated

because

Rejected

Technically

1. The offered system has single processor

(Processor Model: E5-2630 V3 2.4 GHz)

against the requirement of dual processor.

2. 8 GB RAM is Offered instead of 4x8 GB.

3. 1 TB of 7.2K RPM Hard Drive is offered

instead of 2 x 600 GB of 15K RPM.

4. RAID Controller isn’t mentioned.

5. Optical drive isn’t offered.

6. Key Board isn’t offered.

7. Color LED isn’t offered.

8. 02 years warranty is offered instead of 03

years.

9. Original DVD of Motherboard drivers and

registered operating system is not offered.

10. Installation & Training at SZMC is not

offered.

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. Mouse & Key Board are not offered from

the same manufacturer.

2. Color LED isn’t offered from the same

manufacturer.

3. Certificate of approval of brand

“Supermicro” from Government is not

attached.

4. Original DVD of Motherboard drivers and

registered operating system is not offered.

M/s Data

Distinct Solution N/A N/A Rs. 816,097.00 Accepted Technically

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. The offered system has single processor

(Processor Model: E5-2630 V3 2.4 GHz)

against the requirement of dual processor.

2. Original DVD of Motherboard drivers and

registered operating system is not offered.

M/s Hi-Teq

Automation N/A N/A

Not evaluated

because

Rejected

Technically

1. Original DVD of drivers for each system &

registered operating system are not

offered.

2. Installation & Training at SZMC is not

offered. M/s Computer

Marketing

Company

N/A N/A Rs. 1,753,622.00 Accepted Technically

M/s Ora-Tech

Systems N/A N/A

Not evaluated

because

Rejected

Technically

1. The offered system has single processor

(Processor Model: E5-2630 V3 2.4 GHz)

against the requirement of dual

processor.

2. Dual Power supply isn’t offered.

3. Ready Rails with cable management arm

are not mentioned/ available.

4. Original DVD of Motherboard drivers and

registered operating system is not offered.

5. Installation & Training at SZMC is not

offered.

Lowest Evaluated Bidder

M/s Data Distinct Solutions

________________________________________________________________________________

8. No of Bids Received: 07

9. Criteria for Bid Evaluation of: Item No. 02 (Desktop Computer)

Sr.# Specifications/Technical parameters

01 Processor: 4th Generation or higher Intel® CoreTM i3 Processor 3.4 GHz or higher

Page 9: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

02 Motherboard:

Intel Original Desktop Board compatible with the quoted processor

03 Memory: 4 GB DDR3 RAM at 1600 MHz or higher

04 Hard Drive: 500 GB Sata Hard Drive 7200 RPM or higher

05 Optical Drive: Super Drive (DVD Super Multi)

06 Communication: Gigabit LAN Card (Built in) Wake on LAN (WOL) support

07 Graphic Card: Intel HD Graphics

08 Sound Card: HD on Board

09 Mouse & Keyboard: Standard keyboard and 2.0 USB 2-button optical mouse with scroll

10 LCD: Colour LED 18.5"

11 Casing: Mini Tower with 200 Watt or higher Power Supply

12 Operating System: Microsoft Windows 8.1 Professional 64 bit (Licensed) or newer

13 Warranty: 03 Years Parts and Labor warranty for all components on site

14 Other specifications and brands as approved by the Government

15 One original DVD each of Registered Operating System & Motherboard Drivers will be

provided with each system

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Paradise

Computers

N/A N/A

Offer-I

Rs. 70,860.00

Offer-II

Rs. 70,860.00

Offer-I accepted Technically

&

Offer-II accepted Technically

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Model of Motherboard isn’t mentioned.

2. Sound card not mentioned.

3. Casing type and power supply isn’t

mentioned.

4. 02 years warranty is offered instead of 03

years.

5. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

M/s Skif Ent. N/A N/A Rs. 61,425.00

Accepted Technically

M/s Data

Distinct N/A N/A Rs. 61,760.00 Accepted Technically

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. Original DVD each of Registered

Operating System drivers are not offered

with each system which was demanded

for each system.

M/s Hi-Teq

Automation N/A N/A

Not evaluated

because

Rejected

Technically

1. Original DVD each of Registered

Operating System drivers are not offered

with each system which was demanded

for each system.

M/s U & M Tech N/A N/A

Not evaluated

because

Rejected

Technically

Offer-I

1. HP offered this model in 2nd & 3rd

Generation only, while company

mentioned it as 4th Generation.

2. Desktop casing is offered instead of Mini

Tower and power supply not mentioned.

3. Windows 8 offered instead of Windows 8.1

Page 10: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Professional.

4. Warranty period not mentioned.

5. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

Offer-II

1. HP offered this model in 2nd & 3rd

Generation only, while company

mentioned it as 4th Generation.

2. Country of Manufacturing & Origin isn’t

mentioned. China manufactured & Origin

would not be accepted.

3. Tower casing is offered instead of Mini

Tower and power supply not mentioned.

4. Windows 8 offered instead of Windows 8.1

Professional.

5. Warranty period not mentioned.

6. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system. Offer-III

1. HP offered this model in Pentium-D only,

while company mentioned it as 4th

Generation.

2. Desktop casing is offered instead of Mini

Tower and power supply not mentioned.

3. Windows 8 offered instead of Windows 8.1

Professional.

4. Warranty period not mentioned.

5. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

M/s Computer

Marketing

Company

(CMC)

N/A N/A Rs. 79,607.00 Accepted Technically

M/s Ora-Tech

Systems N/A N/A

Not evaluated

because

Rejected

Technically

1. Original DVD each of Registered

Operating System drivers is not offered

with each system which was demanded.

Lowest Evaluated Bidder

M/s Skif Ent.

________________________________________________________________________________

08. No of Bids Received: 08

09. Criteria for Bid Evaluation of: Item No. 03 (Laptop)

Sr.# Specifications/Technical parameters

01 Processor: Intel® CoreTM

i5-5200U 2.2 GHz or higher

02 Motherboard: Intel Original Laptop Board compatible with the quoted Processor

03 Memory: 8 GB DDR3 at 1600 MHz or higher

04 Hard Drive: 1 TB Hard Drive (7200 RPM) or higher

05 Optical Drive: Super Drive (DVD+/-RW)

06 Communication: Gigabit LAN Card

07 Video Card: Intel® HD Graphics

08 Sound Card: Built in as per quoted Motherboard model

09 Input: Standard Keyboard, Multi-touch Touchpad

Page 11: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

10 LCD Display: 15.6" HD

11 Operating System: Microsoft Windows 8.1 Professional 64 bit (Licensed) or newer

12 Others: Wireless LAN

13 Blue Tooth

14 Card Reader

15 Carrying Case

16 High quality speakers

17 Standard Battery

18 Warranty: 03 Years with parts on site

19 Other specifications and brands as approved by the Government

20 1 original DVD each of Reg. Operating System & Motherboard Drivers will be provided with each Laptop

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Paradise

Computers

N/A N/A

Rs. 69,900.00

Accepted Technically

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Video card not mentioned.

2. Speakers are not offered/ mentioned.

3. Battery is not mentioned (No. of Cells are

also not mentioned)

4. 02 Years warranty is offered instead of 03

years.

5. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

M/s Skif Ent. N/A N/A

Rs. 105,300.00

Accepted Technically

M/s Data

Distinct Solution N/A N/A

Rs. 100,831.00

Accepted Technically

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. External Optical drive is offered instead of

internal.

2. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

M/s HI-Teq

Automation N/A N/A

Not evaluated

because

Rejected

Technically

1. 01 Years warranty is offered instead of 03

years

2. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

M/s Ora-Tech

Systems N/A N/A

Not evaluated

because

Rejected

Technically

1. Original DVD each of Registered

Operating System and Motherboard

drivers is not offered with each system.

Lowest Evaluated Bidder

M/s Paradise Technologies

_______________________________________________________________________________

Page 12: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 04 (4-A, Light Duty Printer)

Sr.# Specifications/Technical parameters

01 Speed: 20 PPM or higher

02 RAM: 8 MB

03 Low ink indicator, Print cancel button

04 DPI: 1200 x 1200 dpi or higher

05 Paper Size: Legal / A4

06 Other standard features of the manufacturer

07 Government approved brands

08 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Paradise

Computers

N/A N/A

Not evaluated

because

Rejected

Technically

1. RAM isn’t mentioned.

2. 02 Years warranty is offered instead of 03

years.

M/s Life Line

Solutions N/A N/A

Not evaluated

because

Rejected

Technically

1. RAM is not mentioned.

2. Low ink Indicator is not mentioned.

3. The offered model can use only A4 size

paper instead of Legal/A4.

4. 1 Years warranty is offered instead of 2.

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. DPI of offered model is 600 x 600 against

the requirement of 1200 x 1200 DPI.

M/S HI-TEQ

Automation N/A N/A

Not evaluated

because

Rejected

Technically

1. DPI of offered model is 600 x 600 against

the requirement of 1200 x 1200 DPI.

2. 01 Years warranty is offered instead of 03

years.

M/s Computer

Marketing

Company

N/A N/A Rs. 32,982.00 Accepted Technically

M/s Ora- Tech

Systems N/A N/A Rs. 34,983.00 Accepted Technically

Lowest Evaluated Bidder

M/s Computer Marketing Company _______________________________________________________________________________________

08. No of Bids Received: 03

09. Criteria for Bid Evaluation of: Item No. 04 (4-B, Dot Matrix Printer)

Sr. No. Specifications

01 24 pins and 80 Columns or higher

02 Must handle upto Four Part Forms or more

03 Print 200 Characters per second or higher

04 Bottom or Rear Paper Feed

05 Printing Resulotion: 360x180 dpi or higher

06 Connectivity: USB Type

07 Compatible Operating System: Windows XP, 7, 8 & 10

Page 13: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08 Paper Size: A6 / A4 / Legal

09 Can print on low quality paper

10 Other standard features of the manufacturer

11 Government approved brands

12 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s ABM N/A N/A Rs. 24,400.00 Accepted Technically

M/s Life Line

Solutions N/A N/A

Not evaluated

because

Rejected

Technically

1. It is not mentioned that offered model

can handle four part form or more.

2. It is not mentioned that offered model

can print 200 characters per sec or more.

3. Bottom or rear paper feed facility is not

mentioned.

4. Printing resolution is not mentioned.

5. Paper sizes of use aren’t mentioned.

6. Low quality paper printing not

mentioned.

7. 1 Years warranty is offered instead of 2

M/s Hi-Tech N/A N/A

Not evaluated

because

Rejected

Technically

1 Years warranty is offered instead of 03 years.

M/s Computer

Marketing

Company

N/A N/A Rs. 25,219.00 Accepted Technically

Lowest Evaluated Bidder

M/s Allied Business Machine (ABM)

________________________________________________________________________________

08. No of Bids Received: 05

09. Criteria for Bid Evaluation of: Item No. 05 (Heavy Duty Printer Black & White)

Sr.# Specifications/Technical parameters

01 Print Speed: 55 PPM or higher

02 RAM: 64 MB

03 Low ink indicator, Print cancel button

04 DPI: 1200 x 1200 dpi minimum

05 Paper Trays: Three

06 Network ready

07 Paper Size: Legal / A4 / A3

08 Automatic two-sided printing (Duplexer Card)

09 LCD Display of the print status

10 Other standard features of the manufacturer

11 Government approved brands

12 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Print speed is 52/50 PPM instead of 55 PPM.

2. Offered model has less number of paper trays.

3. Offered model doesn’t support A3 paper size

which was required.

4. 02 Years warranty is offered instead of 03 years.

Page 14: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. Offered model has less number of paper trays.

2. Offered model doesn’t support A3 paper size

which was required.

3. Automatic two sided printing facility is not

available.

M/s Hi- Teq

Automations N/A N/A

Not evaluated

because

Rejected

Technically

1. one year warranty is offered instead of 03 years

M/s Computer

Marketing

Company

N/A N/A Rs. 482,858.00 Accepted Technically

M/s Ora- Tech N/A N/A Rs. 479,700.00 Accepted Technically

The offer of Lowest Evaluated Bidder M/s Ora-Tech Systems was rejected because

of higher rate than the PC-I approved rate.

________________________________________________________________________________

08. No of Bids Received: 05

09. Criteria for Bid Evaluation of: Item No. 06 (Color Laser Printer)

Sr.# Specifications/Technical parameters

01 Print Speed: 16 PPM Color or higher

02 RAM: 64 MB RAM

03 Low ink indicator, Print cancel button

04 DPI: 600 x 600 dpi or higher

05 Network ready

06 Paper Size: Legal / A4

07 Automatic two-sided printing (Duplexer Card)

08 LCD Display of the print status

09 Other standard features of the manufacturer

10 Government approved brands

11 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Paper Speed is 14 PPM instead of 16 PPM.

2. Automatic two sided printing facility is not

available.

3. 2 Years warranty is offered instead of 3 years.

M/s DWP

Technologies N/A N/A Rs. 81,647.00 Accepted Technically

M/s Hi-Teq

Automation N/A N/A

Not evaluated

because

Rejected

Technically

1. Warranty is not offered as per requirement

M/s Computer

Marketing

Company

N/A N/A Rs. 68,718.00 Accepted Technically

M/s Ora- Tech N/A N/A Rs. 69,966.00 Accepted Technically

Lowest Evaluated Bidder: M/s Computer Marketing Company

_______________________________________________________________________________________

Page 15: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08. No of Bids Received: 04

09. Criteria for Bid Evaluation of: Item No. 07 (Legal Size Scanner)

Sr.# Specifications/Technical parameters

01 Interface: 2.0 USB compliant

02 Scan Resolution: Minimum 2400 x 2400 dpi or higher

03 Flat Bed

04 Scan Size: A4 / Legal Size

05 Minimum 12 ppm automatic document feeder (ADF)

06 Other standard features of the manufacturer

07 Government approved brands

08 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Interface: 2.0 USB Compliant is not mentioned.

2. Scan Resolution is 1200 x 1200 dpi instead of

2400 x 2400 dpi.

3. ADF with paper scanning speed is not

mentioned.

4. 02 Years warranty is offered instead of 03 years.

M/s DWP

Technologies N/A N/A Rs. 65,161.00 Accepted Technically

M/s Computer

Marketing

Company

N/A N/A

Not evaluated

because

Rejected

Technically

1. Speed of automatic document feeder is 8 ppm

instead of 12 ppm requirement.

2. Warranty is not offered.

M/s Ora-Tech N/A N/A Rs. 79,911.00 Accepted Technically

Lowest Evaluated Bidder

M/s DWP Technologies

________________________________________________________________________________

08. No of Bids Received: 07

09. Criteria for Bid Evaluation of: Item No. 08 (Central UPS for Server/Network)

Sr.# Specifications/Technical parameters

01 Capacity: 5 KVA with dry batteries

02 High Performance Single Phase in / Single Phase out

03 Surge protection

04 Processor control

05 Online Double Conversion Technology

06 Wide input voltage range due to Built-in AVR

07 Pure Sine Wave Output with no distortion in waveform

08 UPS monitoring software with Serial/USB port

09 Plug and Play with other standard features

10 Backup tiime: At least 30 minutes or higher

11 Recharge Time: 2-4 hours

12 Complete accessories including power cables

13 Government approved brands

14 Warranty

10. Details of Bid(s) Evaluation:

Name of Bidder Marks Evaluated Cost Basis of Rejection

Page 16: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Technical Financial

M/s Paradise

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. Capacity of Offered UPS is 3KVA/2100 Watt

against the requirement of 5 KVA.

2. 1 Years warranty is offered instead of 02 years.

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Wide output voltage range isn’t mentioned

2. Pure sine wave is not mentioned.

3. UPS monitoring software with USB port is not

mentioned.

4. Back up time is not mentioned.

5. Recharge time is not mentioned.

6. 2 Years warranty is offered instead of 03 years.

M/s MAKKAYS N/A N/A Rs. 311,435.00 Accepted Technically

M/s Life Line

Solutions N/A N/A

Not evaluated

because

Rejected

Technically

1. Model is not mentioned.

2. Surge protection is not available/ mentioned.

3. Process Control is not available/ mentioned.

4. Back up time is not as per requirement of 30

min on full load.

5. Recharge time is not mentioned.

6. Accessories are not offered.

7. 1 Years warranty is offered instead of 02 years.

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. Wide output voltage range isn’t mentioned.

2. Back time is 20.5 min at full load.

3. Recharge time is not mentioned.

4. No documentary proof was provided in the

grievance meeting.

M/s Hi-Teq N/A N/A

Not evaluated

because

Rejected

Technically

1. Back up time is 30 min on 80% load.

2. 1 Years warranty is offered instead of 02 years.

3. No documentary proof of backup time was

provided in the Grievance meeting.

M/s Computer

Marketing

Company

N/A N/A

Not evaluated

because

Rejected

Technically

1. Back up time is 30 min on 3200 watts load

against the requirement of 30 min on full load

of 4200 watts.

2. Recharge time is not mentioned.

3. Warranty is not offered.

Lowest Evaluated Bidder: M/s MAKKAYS __________________________________________________________________________________________________________

08. No of Bids Received: 07

09. Criteria for Bid Evaluation of: Item No. 09 (UPS)

Sr.# Specifications/Technical parameters

01 Capacity: 800VA with dry batteries

(For single PCs/Switches)

02 High Performance Single Phase in / Single Phase out

03 Surge protection

04 Processor control

05 Line Interactive/Online Double Conversion Technology

06 Built-in AVR for Wide Input Voltage Range

07 Backup Time: At least 10 minutes or higher

08 Recharge Time: 2-4 hours

09 Pure Sine Wave

10 Serial/USB port

11 Plug and Play

12 UPS monitoring software

13 Other standard features

14 Complete accessories including cables

15 Government approved brands

16 Warranty

Page 17: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Paradise

Technologies N/A N/A

Rs. 9,800.00

Not evaluated

because

Rejected

Technically

Offer-I Accepted Technically

Offer-II

1. Capacity of Offered UPS is 650VA against the

requirement of 800VA.

2. 01 Years warranty is offered instead of 02 years.

M/s Allied

Business

Machince

N/A N/A

Not evaluated

because

Rejected

Technically

1. Model is not mentioned.

2. Recharge time is not mentioned.

3. It is not mentioned that the offered model is

pure sine wave UPS.

4. 01 Years warranty is offered instead of 03 years.

M/S MAKKAYS N/A N/A

Not evaluated

because

Rejected

Technically

1. Surge Protection is not available.

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. 750VA UPS is offered instead of 800VA

M/s Hi-Teq N/A N/A

Not evaluated

because

Rejected

Technically

Offer-I

1. Backup time is not as per requirement.

2. It is not mentioned that the offered model is

pure sine wave UPS.

3. USB port is not mentioned.

4. UPS Monitoring software is not mentioned.

5. 1 Years warranty is offered instead of 02 years. Offer-II

1. The offered model is refurbished therefore

rejected.

2. 650VA UPS is offered instead of 800VA.

3. Processor Control is not available/ mentioned.

4. Line interactive/online double conversion

technology is not mentioned.

5. Recharge time is not mentioned.

6. Serial/USB port is not mentioned.

7. UPS Monitoring software is not mentioned.

8. 1 Years warranty is offered instead of 03 years.

M/s U& M Tech N/A N/A

Not evaluated

because

Rejected

Technically

1. Backup time is not as per requirement.

2. Pure sine wave is not mentioned.

3. Warranty is not offered.

M/s CMC N/A N/A

Not evaluated

because

Rejected

Technically

1. Backup time is not as per requirement.

2. Pure sine wave is not mentioned.

3. Warranty is not offered.

Lowest Evaluated Bidder: M/s Paradise Technologies

________________________________________________________________________________

08. No of Bids Received: 0

09. Criteria for Bid Evaluation of: Item No. 10 (Flash Memory)

Sr.# Specifications/Technical parameters

01 Capacity: 32 GB or higher Flash Card with PCMCIA or USB Holder card

02 Data Transfer Rate: 10MB per second or higher

03 USB 3.0 compliant & backwards compatible with USB 2.0

04 Warranty

Page 18: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A Rs. 2,900.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 708.00 Accepted Technically

Lowest Evaluated Bidder

M/s DWP Technologies __________________________________________________________________________________________________________

08. No of Bids Received: 04

09. Criteria for Bid Evaluation of: Item No. 11 (Multimedia Projector with Screen)

Sr.# Specifications/Technical parameters

01 Lens: 3100 Lumens or higher

02 Colors: 16.7M

03 Resolution: 1024x768 or higher

04 Lamp: 150 W 5000 hours or higher

05 Dual RGB

06 S-Video

07 LAN Port

08 PC Audio ports

09 Aspect Ratio: 4:3 native, 16:9 capable

10 Contrast Ratio: upto 3000:1 or higher

11 Roof mount with larger VGA cable to connect with PC alongwith its installation

12 Government approved brands

13 Other standard features

Multimedia Projection Screen

14 Screen Color: White

15 Screen Size: 10 x 8 feet or more as per site requirement

16 Wall mount

17 Automatic adjustable leveling screen (electrical motor) with remote control alongwith its installation

18 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machines

N/A N/A

Not evaluated

because

Rejected

Technically

1. Colors are not mentioned.

2. Aspect ratio is not mentioned.

3. It is not mentioned that it is roof mounted.

4. Multimedia screen is not quoted

M/s Data

Distinct Solution N/A N/A Rs. 168,556.00 Accepted Technically

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. LAN Port is not available

M/s Hi-Tech N/A N/A

Not evaluated

because

Rejected

Technically

1. The Offered brand has not installations

reference in Health Institution.

2. 1 Years warranty is offered instead of 02

years

Lowest Evaluated Bidder: M/s Data Distinct Solutions

Page 19: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Item No. 12, Item No. 13, Item No. 14, & Item No. 15

Committee decided not to purchase these items

08. No of Bids Received: 03

09. Criteria for Bid Evaluation of: Item No. 16 (Photocopier Machine)

Sr.# Specifications/Technical parameters

01 Copy Speed: 30 CPM or higher

02 Resolution: 600x600 dpi (scanning) & 2400x600 dpi (printing)

03 Zoom: 25 to 400%

04 Paper Capacity: 500 sheets or more

05 Bypass Capacity: 100 sheets

06 Paper Size Drawers & Bypass: A3 - A5R

07 First Copy Time: 4.7 seconds or less

08 Main Memory: 2 GB

09 Hard Disk: 160 GB or higher

10 Auto Document Feeder (ADF)

11 Automatic Duplex Builtin

12 Interface: Ethernet (10/100/1000 Base-T)

13 USB2.0/High Speed USB

14 Drivers: Windows 7/8/10, Windows Server 2008/2012 R2

15 Other Standard features of the manufacture

16 Government approved brands

17 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. Bypass capacity is not mentioned.

2. Automatic Duplex built-in facility is not

mentioned.

M/s U&M Tech N/A N/A

Not evaluated

because

Rejected

Technically

1. The offered model is refurbished therefore

rejected technically by the committee

unanimously.

2. No technical literature is found.

M/s Hi-Teq N/A N/A Rs. 387,500.00 Accepted Technically

The offer of Lowest Evaluated Bidder M/s Hi-Teq Automation was rejected because

the offered rate is higher than PC-I approved rate. Item No. 17 & Item No. 18

Committee decided not to purchase these items

PASSIVE EQUIPMENT FOR LAN

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 01 (UTP Cable)

Sr.# Specifications/Technical parameters

01 Category: Cat-6

02 23 AWG

03 4Pair Cable Roll

04 Pure Copper

05 Quality: Best

Page 20: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business Machine N/A N/A

Not evaluated

because

Rejected

Technically

Company didn’t provide test certificate for the

purity of copper in percentage

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. Company didn’t provide test certificate for the

purity of copper in percentage

M/s Data Distinct N/A N/A Rs. 13,303.00 Accepted Technically

M/s Life Line N/A N/A Rs. 25,400.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 19,949.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 12,500.00 Accepted Technically

Lowest Evaluated Bidder

M/s Hi-Teq Automation _______________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 02 (STP Cable)

Sr.# Specifications/Technical parameters

01 Category: Cat-6

02 Pure Copper

03 Quality: Best

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

FTP is offered instead of STP.

Pure Copper is not mentioned.

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. Pure Copper is not mentioned.

2. The company will provide test certificate for

the purity of copper in percentage.

M/s Data

Distinct N/A N/A Rs. 19,872.00 Accepted Technically

M/s Life Line N/A N/A Rs. 33,075.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 25,740.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 30,000.00 Accepted Technically

Lowest Evaluated Bidder: M/s Data Distinct Solutions

________________________________________________________________________________

Page 21: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 03 (Face Plate with dual insert)

Sr.# Specifications/Technical parameters

01 Dual Insert

02 Single I/O

03 Back Box

04 Category: Cat-6

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. Brand name is not mentioned

M/s Skif Ent. N/A N/A Rs. 618.00 Accepted technically

M/s Data

Distinct N/A N/A Rs. 466.00 Accepted Technically

M/s Life Line N/A N/A Rs. 945.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 772.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 795.00 Accepted Technically

Lowest Evaluated Bidder

M/s Data Distinct Solutions

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 04 (Face Plate with dual insert)

Sr.# Specifications/Technical parameters

01 Category: Cat-6

02 Ports: 24 ports With Cat 6 Loaded I/O

03 Quality: Best

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A Rs. 12,000.00 Accepted technically

M/s Skif Ent. N/A N/A Rs. 14,157.00 Accepted technically

M/s Data

Distinct N/A N/A Rs. 10,909.00 Accepted Technically

Page 22: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

M/s Life Line N/A N/A Rs. 15,930.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 13,127.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 6,500.00 Accepted Technically

Lowest Evaluated Bidder

M/s Hi-Teq Automation

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 05 (Parch Cord 3 mtr)

Sr.# Specifications/Technical parameters

01 Length: 3 meter

02 Category: Cat-6

03 Quality: Best

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A Rs. 410.00 Accepted technically

M/s Skif Ent. N/A N/A Rs. 445.00 Accepted technically

M/s Data

Distinct N/A N/A Rs. 296.00 Accepted Technically

M/s Life Line N/A N/A Rs. 567.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 412.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 350.00 Accepted Technically

Lowest Evaluated Bidder: M/s Data Distinct Solutions

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 06 (Parch Cord) 1 mtr

Sr.# Specifications/Technical parameters

01 Length: 1 meter

02 Category: Cat-6

03 Quality: Best

10. Details of Bid(s) Evaluation:

Page 23: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s ABM N/A N/A Rs. 325.00 Accepted technically

M/s Skif Ent. N/A N/A Rs. 322.00 Accepted technically

M/s Data

Distinct N/A N/A Rs. 163.00 Accepted Technically

M/s Life Line N/A N/A Rs. 445.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 283.00 Accepted Technically

M/s Hi-Teq N/A N/A Rs. 275.00 Accepted Technically

Lowest Evaluated Bidder

M/s Data Distinct Solutions

________________________________________________________________________________

08. No of Bids Received: 05

09. Criteria for Bid Evaluation of: Item No. 07 (Labor work/ Channel + Ducting)

Sr.# Specifications/Technical parameters

01 UTP/STP Cable laying, testing and termination alongwith providing & installation of

Channels/Ducts of different sizes as per requirement at site

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s ABM N/A N/A Rs. 575.00 Accepted technically

M/s Data

Distinct N/A N/A Rs. 28.00 Accepted Technically

M/s Life Line N/A N/A Rs. 68.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 70.00 Accepted Technically

M/s Hi-Teq

Automation N/A N/A

Rs. 24.00, Rs.

37.00 Rs. 65.00

Rs. 100.00 &

140.00

Accepted Technically

for different sizes of work

Lowest Evaluated Bidder:

The Company, to which work of Cables will be awarded, will also be responsible

for the labor work, Channel & ducting.

________________________________________________________________________________

Page 24: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 08 (Data Cabinet/Rack)

Sr.# Specifications/Technical parameters

01 Size: 2U & 4U

02 Self Supported with Power supply and cooling fan

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Rs. 5,200.00 2U

Rs. 6,000.00 4U

Accepted technically

M/s Skif Ent. N/A N/A

Rs. 2,200.00 2U

Rs. 2,775.00 4U

Accepted technically

M/s Data

Distinct N/A N/A

Rs. 3,398.00 2U

-

Accepted Technically

M/s Life Line N/A N/A Rs. 2,970.00 2U

Rs. 3,510.00 4U

Accepted Technically

M/s DWP

Technologies N/A N/A

-

Rs. 3,190.00 4U

Accepted Technically

M/s Hi-Teq

Automation N/A N/A

Rs. 3,000.00 2U

Rs. 4,000.00 4U

Accepted Technically

Lowest Evaluated Bidder

M/s Skif Ent.

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 09 (Wireless Access Point)

Sr.# Specifications/Technical parameters

01 Data Link Protocol: IEEE 802.11a/b/g/n/ac or latest

02 PoE support

03 Data Transfer Rate: 300 Mbps or higher

04 Wi-fi protected security (WPA, WPA2)

05 Government approved brands

06 Good signal strength at maximum distance

07 Easily manageable through computer access

08 Optional: Gigabit LAN ports

09 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. Data Link Protocol: IEEE 802.11a/b/g/n/ac or

latest is not mentioned

2. PoE support is not mentioned.

3. Data Transfer Rate is not mentioned.

4. Wi-fi protected security (WPA,WPA2) is not

mentioned.

5. Easily manageable through computer access

is not mentioned.

Page 25: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. PoE support is not mentioned.

2. 1 year warranty is offered instead of 2 years.

3. Documentary proof of PoE support was not

produced.

M/s Data

Distinct N/A N/A Rs. 21,200.00 Accepted Technically

M/s Life Line N/A N/A Rs. 49,275.00 Accepted Technically

M/s DWP

Technologies N/A N/A Rs. 36,576.00 Accepted Technically

M/s Hi-Teq

Automation N/A N/A Rs. 18,450.00 Accepted Technically

Lowest Evaluated Bidder: M/s Hi-Teq Automation

________________________________________________________________________________

ACTIVE EQUIPMENT FOR NETWORK

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 01(Network Switch 24-Ports)

Sr.# Specifications/Technical parameters

01 24 ports (unmanaged)

02 All Gigabit ports

03 PoE Supported

04 Desktop/Rackmount

05 Government approved brands

06 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. All gigabit ports not offered.

2. PoE support is not offered.

3. Desktop/ Rack mount is not offered.

4. TP-Link is a Chinese Brand.

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. TP link is a Chinese Brand. China Origin would

not be accepted.

2. 1 year warranty is offered.

M/s Data

Distinct N/A N/A Rs. 35,587.00 Accepted Technically

M/s Life Line N/A N/A

Not evaluated

because

Rejected

Technically

1. 12 ports are PoE supported instead of support

for 24 ports.

2. Warranty is not offered.

M/s DWP

Technologies N/A N/A Rs. 24,475.00 Accepted Technically

M/s Hi-Teq

Automation N/A N/A Rs. 64,450.00 Accepted Technically

Lowest Evaluated Bidder

M/s DWP Technologies

________________________________________________________________________________

Page 26: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

08. No of Bids Received: 05

09. Criteria for Bid Evaluation of: Item No. 02 (Network Switch 16-Ports)

Sr.# Specifications/Technical parameters

01 16 ports (unmanaged)

02 All Gigabit ports

03 PoE Supported

04 Desktop/Rackmount

05 Government approved brands

06 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. All gigabit ports not offered.

2. PoE support is not offered.

3. Desktop/ Rack mount is not offered.

4. TP-Link is a Chinese Brand.

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1. 24 ports instead of 16

2. 1 year warranty is offered.

M/s Data

Distinct N/A N/A

Not evaluated

because

Rejected

Technically

1. PoE Support is not offered and no

document was provided as a proof

M/s Life Line N/A N/A

Not evaluated

because

Rejected

Technically

1. 12 ports are PoE supported instead of

support for 24 ports.

2. Warranty is not offered.

M/s DWP

Technologies N/A N/A Rs. 20,901.00 Accepted Technically

Lowest Evaluated Bidder

M/s DWP Technologies

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 03 (Network Switch 08-Ports)

Sr.# Specifications/Technical parameters

01 8 ports (unmanaged)

02 All Gigabit ports

03 PoE Supported

04 Desktop/Rackmount

05 Government approved brands

06 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

5. All gigabit ports not offered.

6. PoE support is not offered.

7. Desktop/ Rack mount is not offered.

M/s Skif Ent. N/A N/A

Not evaluated

because

Rejected

Technically

1 year warranty is offered.

Page 27: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

M/s Data

Distinct N/A N/A Rs. 17,415.00 Accepted Technically

M/s Life Line N/A N/A

Not evaluated

because

Rejected

Technically

4 ports are PoE supported instead of support for

8 ports.

Warranty is not offered.

M/s DWP

Technologies N/A N/A Rs. 7,566.00 Accepted Technically

M/s Hi-Teq

Automation N/A N/A Rs. 29,750.00 Accepted Technically

Lowest Evaluated Bidder: M/s DWP Technologies

________________________________________________________________________________

08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 04 (Wireless LAN Cord)

Sr.# Specifications/Technical parameters

01 PCI Wireless Network Adapter Card

02 Supports WPA & WPA2 encryption

03 300 Mbps or higher speed

04 802.11g/n or latest

05 Good signal range

06 Government approved brands

07 Warranty

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s ABM N/A N/A Not evaluated because

Rejected Technically

1. 802.11g/n or latest is not mentioned

2. TP-Link is Chinese Brand.

M/s Skif Ent. N/A N/A Not evaluated because

Rejected Technically

1. 1 year warranty is offered.

2. TP-Link is Chinese Brand.

M/s Data Distinct N/A N/A Rs. 1,996.00 Accepted Technically

M/s Life Line N/A N/A Not evaluated because

Rejected Technically

1. Speed: 300 mbps or higher is not

offered

2. Warranty is not offered.

M/s DWP Tech. N/A N/A Not evaluated because

Rejected Technically

1. Warranty is not offered.

2. TP-Link is a Chinese Brand.

M/s Hi-Teq

Automation N/A N/A Rs. 2,250.00 Accepted Technically

Lowest Evaluated Bidder: M/s Data Distinct Solutions

________________________________________________________________________________

SOFTWARES 08. No of Bids Received: 06

09. Criteria for Bid Evaluation of: Item No. 01 (Antivirus)

Sr.# Specifications/Technical parameters

01 Latest Registered Antivirus Software both for Servers (running Microsoft Windows Server 2008 &

2012) and Workstations (running Windows XP, 7, 8 & 10)

02 Definitions upgradeable through Internet for one year or above

03 Original Disk of each Antivirus license

Page 28: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible

10. Details of Bid(s) Evaluation:

Marks

Name of Bidder Technic

al Financial

Evaluated Cost Basis of Rejection

M/s Paradise

Technologies N/A N/A Rs. 1,890.00 Accepted Technically

M/s Allied

Business Machine N/A N/A

Not evaluated because

Rejected Technically

1. Brand and Version of offered

Antivirus Software not

mentioned

M/s Data Distinct N/A N/A Rs. 2,244.00 Accepted Technically

M/s Life Line N/A N/A Rs. 3,510.00 Accepted Technically

M/s DWP

Technologies N/A N/A Not evaluated because

Rejected Technically

1. Original disk of each antivirus

License is not offered.

M/s Hi-Teq

Automation N/A N/A Not evaluated because

Rejected Technically

1. Original disk of each antivirus

License is not offered.

Lowest Evaluated Bidder

M/s Paradise Technologies

________________________________________________________________________________

08. No of Bids Received: 05

09. Criteria for Bid Evaluation of: Item No. 02 (Microsoft Office)

Sr.# Specifications/Technical parameters

01 Office 2013 or Latest Version

02 Licensed/Registered

03 Separate Original Disk of each MS Office

10. Details of Bid(s) Evaluation:

Marks Name of Bidder

Technical Financial Evaluated Cost Basis of Rejection

M/s Allied

Business

Machine

N/A N/A

Not evaluated

because

Rejected

Technically

1. Licensed/registered is not mentioned

2. Separate Original disk of each MS Office

License is not mentioned.

M/s Data

Distinct N/A N/A Rs. 5,932.00 Accepted Technically

M/s Life Line N/A N/A Rs. 41,750.00 Accepted Technically

M/s DWP

Technologies N/A N/A

Not evaluated

because

Rejected

Technically

1. Original disk of each MS Office is not offered.

M/s Hi-Teq

Automation N/A N/A

Not evaluated

because

Rejected

Technically

2. Original disk of MS Office is not offered.

Lowest Evaluated Bidder

M/s Data Distinct Solutions

________________________________________________________________________________

Page 29: EVALUATION REPORT Report 03052016.pdf · 20 Alternator Cooling Direct Drive Centrifugal Blower Fan ... Transportation loading/unloading is responsibility of firm. The firm will responsible