t.1
PUNJAB PUBLIC SERVICE COMMISSION' I.AHORE'
MINUTESoFTHEMEETINGHELDoNII.o5.2oISATNoonAND17.05-2018 AT O2:OO P.r,r.}ON PROCUREMENT OF I'T' HARDWARE AND SOFTWARE
IiEMIiHROIGH TEN;;{dNDLi iPRA RULES-2014 FORTHE YEAR 2017'18'
This case relates to Procurement of I.T. Hardware and software Items as
per details given below:-
Sr.No
LotNo.
Name of Hardware Items Brand Quantity tobe purchased
1 1 Interviews on Video Lin( Point-Point VC Equipment for HuddleRooms
Polycom, Cisco,Huawei or equivalent
6
2 2 Bandwidth Infrastructure (VPN
Connectivity for LHR, MUL, RWP)
3
3 3 55" LED Smart W TCL, Orient, Samsungor equivalent
6
4 4 PC(17) Dell, Lenovo, HP orequivalent
t2
5 5Medium Duty Printer
HP, Canon, orequivalent
5
6 6 CCTV HDD 8 TB Western Digital,Seagate or equivalent
10
7 7 Label Printer Zebra, Toshiba,Brother or equivalent
16
B IBar Code Reader
Zebra, DataLogigMotorola or equivalent 16
9 9Bio Metric Attendance Devices
ZKS, ZKTeco, Dlgitusor equivalent 15
10 10Production Printer (with Finisher) HP, Cannon, or
equivalent1
11 11 UPS 5 KVAAPC, Crown, Santak orequivalent 2
t2 L2 Heavy Duty ScannerHP, Canon, orequivalent 2
1313 rcR/oMvocR/
Barcode Reading Software
ABBAY, Remark,Office or equivalent 01
t4 L4 MalwareBytes Endpoint Security03
15 AVG Internet Security File Server 03
16AVG Internet Security BusinessEdition 02
Contd...P/2
From Pre-page:
PROCUREMENT OF I.T. HARDWARE AND SOFTWARE ITEMS THROUGH ''\-,rEr{D=* UNDER rr*^ Rr.Er-201*,roR rr= yrAi 2;1t_ir.-2. Keeping in view, before procuring, a bid proposar frender was preparedfor the above mentioned items. The bid proposaflrender was ascertained thoroughlywith the Co-operation assistance/guidance of Punjab Information Technology Board(PITB) Department for procurement. The method of adveftisement/tender was adoptedunder Rule-12 of the Punjab procurement Regulatory Authority (Rules zot4)reproduced below:-
L2. Method of Advertisement.
(1). Subject to rule 59, a procuring agency shall advertiseprocurement of more than one hundred thousand rupees and up tothe limit of two million rupees on the website of the Authority inthe manner and format specified by regulations but if deemed inpublic interest, the procuring agency may also advertise theprocurement in at least one national daily newspaper.(2) Subject to rule 13, any procurement exceeding two millionrupees shall be advertised on the website of the Authority, thewebsite of the procuring agency, if any, and in at least two nationaldaily newspapers of wide circulation, one in English and one inUrdu.(3) A procuring agency shall ensure that the information posted
on the website is complete for purposes for which it has beenposted, and such information shall remain available on that websiteuntil the closing date for the submission of bids.
3. Accordingly, the Tender Notice for Procurement of I.T. Hardware and
Software Items was published in the two national daily newspapers and uploaded at
websites of PPRA & PPSC on 24-A4-2018 with the closing date i.e, 11-05-2018 at 12.00
Noon.
4. A Meeting was held on 11-05-2018 at 12:00 Noon for opening of the
Tender for Procurement of I.T. Hardware and Softrrrrare Items for Technical Evaluation
of all the venders. All venders were re-called on 17-05-2018 for opening of Financial
Bids.
The following pafticipated:-
1. Rao Afzal Mohsin, ConvenerDirector. I.T.
2. Mr. Muhammad Farooq Raja MemberDirector Rectt.-I
3. Mr. Muhammad Sultan MemberDirector PPSC
4. Mr. Muhammad Naeem Memberflechnical OfflcerSystem Analyst, PPSC
5. Mr. Rashid Mahmood MemberAccounts Officer
5. Mr. Rizwan Siddiue Technical OfficerNetwork System Engineer, PPSC
7. Co-opted Member, PITB Technical OfficerContd...P/3
-2- I
-3-
From Pre-page:
PROCUREMENT OF I.T. HARDWARE AND SOFTWARE ITEMS THROUGHTENDER UNDER, A NIILES.2O14 FOR THE YEAR 7-7n_
5. The Director I.T., PPSC (Convener) briefed the participants. The bids in
single stage two envelop system (Technical and Financial Bids separately) were
received against each lot. The Procurement flechnical & Evaluation Committee
examined all the bids as per the eligibility criteria provided in the bidding documents,
arithmetical checked and verified the documents and bid security submitted by the
bidders. The Technical & Financial Evaluation Statements prepared in each lot as
under:-
LOT NO.1(Interview on Video Link. Point'Point VC Eouipment for Huddle Rooms)
(06 No.)
6. In response to the Tender/Advertisement, 02 bids were received from the
Firms. As per budget provision, the Procurement Committee decided to enhance the
quantity of items from 0.6-NgrlggZNgs, as per lowest in price given by vender. After
thorough evaluation of the Technical / Financial bids/rates quoted by venders, the
Financial Evaluation Committee prepared the comparison statement as under:'
Comparison Statement
LOT NO.2Bandwidth Infrastructu re
(VPN Connectivitu for LHR, MUL, RWP. (03 No.)
7. In response to the Tender/Advertisement,0l bid was received from the
following Firm. After thorough evaluation of the Technical / Financial bids/rates quoted
by venders, the Financial Evaluation Committee prepared the comparison statement is
as under:-
Comoarison Statement
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FINANCIAT EVALUATIONREMARKS
1 Meqa Plus No2. Mansha Brothers Yes Rs.2,L3$541- Bid accepted being lowest
in orice
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Price without GST. FINANCIALEVALUATION
REMARKSMRC OTC (withalternate
backup link)1 Wateen (h^) Ltd. Yes Rs.90,000/- Rs.4r501000/- Bid accepted
being lowestin price
Contd..,P/4
A
4-'LOT NO.3 (s5" LED Smart Tv) (06 Nos.) y
8. In response to the Tender/Advertisement, 03 bids were received from the
Firms. As per budget provision, the Procurement Committee decided to enhance thequantity of items from 06 No. to 07 Nos. as per lowest in price given by vender. Afterthorough evaluation of the Technical / Financial bids/rates quoted by venders, theFinancial Evaluation committee prepared the comparison statement as under:-
Comparison S-tatement
LoT NO.4 (PC 17) (12 Nos.)
9' In response to the Tender/Advertisement, 04 bids were received from the
Firms. As per budget provision, the Procurement Committee decided to enhance the
quantity of items from 12 No. to 14 Nos. as per lowest in price given by vender. After
thorough evaluation of the Technical / Financial bids/rates quoted by venders, the
Financial Evaluation Committee prepared the comparison statement as under:-
Comoarison Statement
LOT NO.5 (Medium Dutv Printer) (O5 Nos.)
10. In response to the Tender/Advertisement, 03 bids were received from the
following Firms. After thorough evaluation of the Technical / Financial bids/rates quoted
by venders, the Financial Evaluation Committee prepared the comparison statement is
as under:-
Comparison Statement
sR,NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FII{AI{CIAL EVALUATIONREMARKS
1 Mansha Brothers Yes Rs.80,500/- Bid Rejected beingHighest in price
2 Marjan International Yes Rs.89,000/- Bid Rejected beingHighest in price
3. Fatmilmpex Yes Rs.71,800/- Bid accepted being lowestin price
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST
FINANCIAT EVALUATIONREMARKS
1 Global Enterprises Yes Rs.11041689/- Bid Rejected beingHiohest ln orice
2. Octo-3, TechnologiesPakistan
Yes Rs.1,03r915/- Bid Rejected beingHighest in price
3 Fatmilmpex Yes Rs.91,353/- Bid Rejected beingHiohest in orice
4 Generation System Yes Rs.90,850/- Bid accepted being lowestin price
sR.NO.
VENDER,S TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FINANCIAL EVALUATIONREMARKS
1, Global Enterprises No Both Bids rcjected onTechnical Grcund2. Octo-3, Technologies
Pakistan
No
3 Generation Systems Yes Rs.29,908/- Bid accepted being lowestin orice
Contd...P/5
\ /ar-5-
LOT ilO.6 (CCTV HDD 8 TB (10 Nos.)
11. In response to the Tender/Advertisement, 03 bids were received from the
Firms. As per budget provision, the Procurement Committee decided to enhance the
quantity of items from 1O No. to 12 Nos. as per lowest in price given by vender. After
thorough evaluation of the Technical / Financial bids/rates quoted by venders, the
Financial Evaluation Committee prepared the comparison statement as under:-
Comparison Statement
LOT NO.7 (Label Printer (16 Nos')
12. In response to the Tender/Adveftisement, 03 bids were received from the
following Firms. After thorough evaluation of the Technical / Financial bids/rates quoted
by venders, the Financial Evaluation committee prepared the comparison statement is
as under:-
ComParison Statement
LOT NO'8 (Bar Code Rader) (15 Nos'r
13.InresponsetotheTender/Advertisement,03bidswerereceivedfromthe
following Firm. After thorough evaluation of the Technical / Financial bids/rates quoted
by vender, the Financial Evaluation committee prepared the comparison statement is as
under:-
Comoarison Statement
sR.NO.
TECHNICAL/ TENDER
EUGIBILTY
Unit Pricewithout GST.
RNANCIAL EVALUATIONREMARKS
1 Octo-3 Technologies
Pakistan
Yes Rs.311293/' Bid Rejected beingHighest in Price
2. Global Enterprises Yes Rs.44,350/' Bid Rejected beingHiohest in Price
3. Fatmilmpex Yes Rs.301453/ Bid accepted being lowestin prce-
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILEI
Unit Priccwithout GST.
FITTANCIAL EVALUATIONREtIARKS
1 MMB SoluUons No All three bids wererejected on Technical
Ground2. Global No
3. Fatmilmpex No
SR,NO.
VENDERS TECHNICAT/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FIt{ANCIAL EVALUATIONREMARKS
1, Fatmi ImPex Yes Rs.11,353/' eia neSeCeO Ueing!n
2. MMB Solutions Yes Rs.9150O/- Bid beingtn
3, Global EnterPrises Yes Rs.A,479l' Bid accepted being lowest
Contd...P/6
I
VENDERS
in orice
v
-6-
LOT NO.9 (Bio Metric Attendance Devices) (1S Nos.t
L4. In response to the Tender/Advertisement, 02 bids were received from thefollowing Firm. After thorough evaluation of the Technical / Financial bids/rates quoted
by vender, the Financial Evaluation Committee prepared the comparison statement is as
under:-
Comoarison Statement
15' In response to the Tender/Advertisement, 02 bids were received from thefollowing Firm. After thorough evaluation of the Technical / Financial bids/rates quotedby vender, the Financial Evaluation commiftee prepared the comparison statement is asunder:-
Comoarison Statement
LoT NO.l1(UpS 5 KVA) (02 Nos.)
16' In response to the Tender/Advertisement, 03 bids were received from thefollowing Firms. After thorough evaluation of the Technical / Financial bids/rates quotedby venders, the Financial Evaluation Committee prepared the comparison statement isas under:-
Comparison Statement
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FINANCIAL EVALUATIONREMARKS
1. MMB SoluUons Yes Rs.35,000/- Bid Rejected beingH tn
2. Global Enterprises Yes Rs.24,819/- Bid accepted beiffiwestin price
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBITTYNo
FINANCIAL EVALUATIONREMARKS
2. Shirazi Trading Yes Rs.15r591830/- Bid accepted beingin price
lowest
sR.NO.
VENDERS TECHNICAL/ TENDER
ELIGIBILTY
Unit Pricewithout GST.
FINANCIAL EVALUATIONREMARKS
1. Global Enterprises Yes Rs.11481884/- Bid Rejected being2. Octo-3 Technologies Yes Rs.11551163/ Bid Rejected being
3. Generation Systems Yes Ps,,1,42,8821- Bid accepted being Iowestin price
Contd...P17
Unit Pricewithout GST.
AT
{_-7-
LOT ilO.12 (Heaqt Duhr Scanner) (O2 ilo.l
L7. In response to the Tender/AdverUsement, 01 bH was reelved from trefdlowing Firm. Afur thorurgh enaluauon of the Technlcal / Finandal bHgrats qr.roted
by venders, the Finarrclal Evaluauon committee prepared the comparison statement is
as under:-
Cemplrlson StatFmcnt
LOT NO. 13 ICR /Ol,lR/(rcR.,Barcode Rqadlno Soltwrrc (Ol l{os.)
18. ln response to Bte Tender/Advertisement, 01 bid was recelved from the
following Firm. After thorough evaluation of the Technical / Financlal bids/rates quoted
by venders, the Financial Evaluation C.ommlttee prepared the comparison statement is
as under:-
Comparlson Saatement
18, In response to the Tender/Adverfisement, No bld recelved agalnst Lot No. 14.
DECISION:
19. The Procurement C.ommittee declared the bid of the aforementioned
bidders who are responsive being lowest & recommended them for award of supply
order for the said procurement under Rules 2014.&u*Mr. Mu@mqg[Jarooq RajaDlrector/PSC,' PPSC
\.ryMr. MuhanimaU NaeemSystem Analyst\PeSC,Memberfl-echnical 0fficerMember
MrDirettor,Member
1trAccounts fficer. PPSC
Member
Mr. Rlaryan gddQrcNetwork Sysbm Englneer
Technhal Officer
M^RaoDlrector I.T. PPSC
(@nvener)
sR"ilo.
VENDEN.S TECHI{ICAL/ TEIIDER
EUGIBILTY
Unit Prlccwlttout GsT.
FII{AIICIAL EVALUATIO]In$lAru(s
1. Shirazl Trading Yes 8.6,92,309/- Bld rcoped Ddng bweetlnsie
SR.NO.
VET{DER!; TECHT{ICAL/ TEI{OER
EUGIBILTY
Unlt PrhcwithoutGST.
Fl,TfiCIAL EYALIJATIOT{RElil Rl(S
1. Shlnd Tradlng Yes R3.1+3+8e8/. Bld eccop0ed belng lorrestln orie
i
)
l
iI
I
i
I
{
ljI
I
I
I