bid documents - eproc.punjab.gov.pk · 1. the required bid security must be attached with technical...
TRANSCRIPT
Page 1 of 10
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “Procurement Laboratory
Equipment (High Pressure Autoclave Reactor) for Institute of Chemical Engineering &
Technology”. Single Envelope Containing Two Separate Envelopes which must be marked as
“Financial Proposal” & “Technical Proposal”. (FOR Basis in Pak Rupees Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 10
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive
of taxes)
Total Price
(inclusive
of taxes)
1
High Pressure Autoclave Reactor
Specifications: Capacity:600 -1000 ml
Working temperature = 500oC
Consisting of: T or OV Flat Gasket –(which can withstand high
temperature)
An inlet gas valve at the top (head) of the reactor and sampling
valve
SS T316 Stainless Steel
M Magnetic Drive, T31655, 16 in-lb
220 V 50/60Hz Components
Variable Speed Motor, 1/8 hp, 0-600 rpm pulley
3000 psi (200bar) Pressure Gage & Rupture Disc
PID Controller with ramp and soak
Spare parts kit with four Inconel rupture discs
Temperature display module
Motor Speed Display and remote motor speed control module
Pressure display module with transducer (up to 200 bar)
Digital display of conditions and Interface for connecting with PC
Warranty: One Year or maximum for all reactor system and all
accessories parts including mechanical, electrical, and heating
elements.
Additional Details
The autoclave reactor will be used at very high pressures
(up to 200 bars with hydrogen gas inside) thus to avoid
risks vendors are requested to
Address the safety and risks involves properly.
(Hydrogen is very light gas and highly flammable gas
thus leakage may prone to high risks.)
Provide high pressure testing report (200 bar is
working pressure; high pressure testing report should
be at approximately at 250 bar) from authentic
national or international institute such as PCSIR etc.
Take responsibility of test run at specified conditions
of temperature, pressure and initial cold hydrogen gas
pressure after installation at ICET Lab.
01 No.
Total Amount / Bid Value
2% Bid Security (Original) Amounting to Rs.70,000/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(Within previous
3 years)
(a) Major Public / Government Institutions
Served (Form A1): (15 marks)
i No. of institutions served 0
ii 1 to 3 5
iii 4 to 6 10
iv 7 & Above 15
20
(15+5)
Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Page 3 of 10
(b) Major Private Institutions Served:
(Form A2) (05 marks)
i No. of institutions served 0
ii 1 to 3 2
iii 4 to 6 3
iv 7 & Above 5
Private Institutions referred to
other than above.
2 Market experience
in quoted items
i 1 year 2
ii 2 years 4
iii Above 2 years 5
Copy of Delivery Challan duly signed by the
concerned customer / bill of entry etc. must be
provided
5 Experience will be confirmed
from the date of supplies made
/ delivered against the purchase
order.
3 Length of
Dealership
i Above 4 years 5
ii 3 – 4years 4
iii 2 – 3 years 3
iv 1 – 2 years 2
v Below 1 year 0
5 Length of dealership with the
quoted principal will be
considered. Documentary
Evidence be attached.
4 Financial Status
i Tax Returns (Last 3
years)(2 marks each year)
6
ii Bank Certificate* 4 iii Bank Statement
(Previous 12 months) 10
(a) Balance 4.1 to 6 Million 10
(b) Balance 2.1 to 04 Million 05
(c) Balance below 02 Million 0
20 All provided documents can
be verified by the
Department. The marks of
audited balance sheet will be
given in proportion to their
net worth.
* In case of Bank Certificate,
the Bank will certify about
the Bidder’s financial worth,
liquidity status, reputation.
5 Technical Staff
(Overall)
(Form B1)
(Form-B)
i Less than 2 persons 0
ii 2 to 3 persons 05
iii 4 to 5 persons 08
iv More than 5 persons 10
Qualification: Minimum Graduation
Masters qualification
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Training: Foreign Training from principal relating to
the product: 5 marks
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2
years = 05 marks
More than 2 persons – 5 marks )
25 Qualification marks will be
awarded on the final
degree. Complete
supporting documents be
attached.
6 Good Reputation
Certificate from any (Form C1)
25 Public / Government
Page 4 of 10
Govt. Institution /
Private Sector in
Connection with
Services
i No certificate provided 0
ii 1 to 2 10
iii 3 to 5 15
iv 6 and above 25
Appreciation Certificates / Satisfactory
letters etc. must be attached.
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Total Marks: 100
Qualifying Marks: 65%
Note: Marks will be awarded only if the comprehensive and complete concerned supporting
documents are enclosed.
The financial bids of technically accepted bidders will be opened publicly at a time to be announced
by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Form A1
Past Performance – Major Public / Government Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Form A2
Past Performance – Major Private Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address & Contact
No. of the Client
01
02
03
04
05
06
Page 5 of 10
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Form B1
List of Technical Staff
Sr.
No.
Name of Employee Certificate/ Diploma/
Higher Technical
Qualification
Experience Name, Address &
Contact No. of the
Employee
01
02
03
04
05
06
07
Name and Signature of Bidder
With official Stamp
Dated:
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by
the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
Special Note:
1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected.
2. Only one brand / model / option is allowed to quote against each option. In case, more than one
option with different brands / models with different prices have been quoted against one option, the
bid will be rejected as a whole.
3. The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms
and conditions of the bid documents) will be opened publicly at a time to be announced by the
Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
4. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of
the required item to the technical committee in accordance with the specifications mentioned in the
bid document. In case of non-compliance, the bidder will be rejected in the concerned item / items.
Page 6 of 10
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall
be disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of the
technical evaluation process. Financial Details (Rates of the quoted item) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
Page 7 of 10
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order. In
case, the firm fails to supply the stores within stipulated period, University of the Punjab reserves
the right not to accept the supply, in part or in full and to claim liquidated damages @ 2% per
Month (0.06% per day) subject to a maximum of 10% of the total value of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at
the time of payment or the vendor can himself submit 10% performance security in the form of
CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the
warranty period of the items etc. In case of warranty, the amount of Security will be held by
the University till warranty period and the said amount will be released upon the satisfactory
report of end user.
11. The supply will be checked by the Technical Committee / representative of the department, if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the Contract
satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require
the Suppliers to provide information concerning their professional, technical, financial, legal or
managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any
time, that the information submitted by him concerning his qualification as Supplier was false
inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
Page 8 of 10
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on
to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.
Where prices are to be quoted in package, all items mentioned in the package shall be quoted
in the offered prices. Non-mentioning of price of each item of the package being non-
responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case
of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the
required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and
registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules.
28. No advance payment will be made in favor of tender awarded firm.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
Page 9 of 10
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met. Any
bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and scoring
the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through telephone
immediately of any defect that occurs during the warranty period. On receipt of such
intimation/notification within the warranty period, the supplier shall attend the emergency /
breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so required
shall be borne by the supplier. In case the fault has occurred as direct consequence of undesirable
condition i.e. electricity or temperature, the supplier shall inform the buyer for taking corrective
measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical evaluation
according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including transportation,
delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be written
against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each according to
the nature of the quotations / bids.
Page 10 of 10
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal approval
/ rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final and
unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of
each bid to the bidding documents. A substantially responsive bid is one, which conforms to all the
terms and conditions & specifications of the bidding documents without material deviations.
Deviations from, or objections or reservations to critical provisions shall be deemed to be a
material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained for
detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 7
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “SSD Hard Drive for Server
Machine For I.T. Centre”. Single Envelope Containing Two Separate Envelopes which must be
marked as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis in Pak Rupees
only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 7
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive
of taxes)
Total
Price
(inclusive
of taxes)
1
SSD Hard Drive for Server Machine
Capacity 6.4TB NVMe HDD Included Card,
Configuration & Installation
Compatibility Supported Dell Power Edge R440
Server machine, NVMe “Mixed Use”
PCIe SSD & PCIe SSC
Interface PCIe Gen3 x4 (2.5”) &PCIe Gen3 x8
(Add-In-Card) included
Sequential read/write Add In Card - Up to
6.0/3.0 GB/s22.5” – Up to 3.2/2.8 GB/s
Random read/write 650,000+/60,000+IOPs -
800GB 2.5” 700,000+/160,000+ IOPs3
1.6TB/3.2TB/6.4TB - 2.5” 950,000 + /
160,000+IOPs3–1.6TB/3.2TB/6.4TB–A
Latency Read 90us4 – Write 20us4
Active power consumption 25W maximum
Supported operating systems Canonical® Ubuntu®
LTSCitrix® Xen Server® Microsoft
Windows Server® with Hyper-VRed
Hat® Enterprise Linux SUSE ® Linux
Enterprise Server VMware® ESXiFor
Form factor 12.5 inch –6400GBHHHL (Half Height,
Half Length) add-in card –6400GB
Dimensions 2.5 inch
Warranty: 1 Years Warranty on site
1 No.
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.20,740/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Special Note:
The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one option with different
brands / models with different prices have been quoted against one option, the bid will be rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation
criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according
to the minimum required specifications and who will comply with the terms and conditions of the bid
documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of the
bidders found technically non-responsive shall be returned un-opened to the respective Bidders.
If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required
item to the technical committee in accordance with the specifications mentioned in the bid document. In case of
non-compliance, the bidder will be rejected in the concerned item / items.
Page 3 of 7
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by
the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation is
underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization, detail
concerning the period of such disqualification/ blacklistment, cause of such embargo
and eventual result/ latest status shall be mentioned by the bidder. On account of
submission of false statement or concealment of fact, the Bidder shall be disqualified
forthwith, if contract has not been executed and blacklisted, if the contract has been
executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of the
technical evaluation process. Financial Details (Rates of the quoted item) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2 The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Page 4 of 7
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at
the time of payment or the vendor can himself submit 10% performance security in the form of
CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the
warranty period of the items etc. In case of warranty, the amount of Security will be held by
the University till warranty period and the said amount will be released upon the satisfactory
report of end user.
11. The supply will be checked by the Technical Committee / representative of the department, if
so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the Contract
satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require
the Suppliers to provide information concerning their professional, technical, financial, legal or
managerial competence.
Page 5 of 7
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any
time, that the information submitted by him concerning his qualification as Supplier was false
inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on
to the University.
18 Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.
Where prices are to be quoted in package, all items mentioned in the package shall be quoted
in the offered prices. Non-mentioning of price of each item of the package being non-
responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case
of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the
required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and
registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules.
28. No advance payment will be made in favor of tender awarded firm.
Page 6 of 7
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met. Any
bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and scoring
the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating the
bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through telephone
immediately of any defect that occurs during the warranty period. On receipt of such
intimation/notification within the warranty period, the supplier shall attend the emergency /
breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so required
shall be borne by the supplier. In case the fault has occurred as direct consequence of undesirable
condition i.e. electricity or temperature, the supplier shall inform the buyer for taking corrective
measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical evaluation
according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including transportation,
delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
Page 7 of 7
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be written
against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each according to
the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal approval
/ rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final and
unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of
each bid to the bidding documents. A substantially responsive bid is one, which conforms to all the
terms and conditions & specifications of the bidding documents without material deviations.
Deviations from, or objections or reservations to critical provisions shall be deemed to be a
material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained for
detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
________________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 7
BID DOCUMENTS
Sealed bids are invited on Single Stage Two Envelopes (Technical & Financial) basis for the
Procurement of Heavy Duty Printers for Department of Examinations from
manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and PRA (if
applicable). Single Envelope containing two separate Envelopes which must be marked
as “Financial Proposal” & “Technical Proposal”. (Only FOR (in Pak Rupees Only)
Basis).
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-35953113, Fax: 042-35863230 Email: [email protected]
No. /PW Dated: /2013
Page 2 of 7
Sr.
No.
ITEMS DESCRIPTIONS TO BE FILLED BY BIDDERS
Qty.
Brands,
Make &
Model
Unit Price
(inclusive of
taxes
Total Price
(inclusive
of taxes) Minimum Required Specifications or equivalent
1
Technical Specification Laser jet printer
Control Panel 10.92 cm (4.3 in) Color
Graphics Display (CGD) with touchscreen; Rotating
display (adjustable angle); Home button
Print technology Laser
Print technology Black (A4, normal):
Up to 61 ppm;
Black (A4, duplex):
Up to 50 ipm;
First Page Out Black (A4, ready): As fast as 5.1 sec;
Black (A4, sleep):
As fast as 7.9 sec in mm;
Monthly duty cycle Up to 275,000 pages A4;
Recommended monthly page volume: 5,000 to
25,000
Processor speed 1.2 GHz
Standard 1Hi-Speed USB 2.0 Device; 2 Hi-Speed
USB 2.0 Host; 1 Gigabit Ethernet 10/100/1000T network;
1 Hardware Integration Pocket Wireless Optional, enabled with purchase of a
wireless hardware accessory. Single band Wireless
Station and Wi-Fi Direct functionality available with
HP Jet direct 3000w NFC/Wireless Accessory
J8030A, Dual band Wireless Station and Wi-Fi Direct
functionality available with HP Jet direct 3100w
BLE/NFC/Wireless Accessory 3JN69A, Dual band
Wireless Station functionality available with HP Jet
direct 2900nw Print Server J8031A
Memory Standard: 512 MB ; Maximum: 1.5 GB
MAX memory, when 1 GB Accessory DIMM is installed Number of paper trays Standard:2; Maximum: Up to 6 Warranty: Standard One Year
10 Nos.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.52,650/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Special Note: The proof of required Bid Security must be attached with Technical Bid in otherwise, bid will be
rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one
option with different brands / models with different prices have been quoted against one option,
the bid will be rejected as a whole
The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model
/ brand will be according to the minimum required specifications and who will comply with the
terms and conditions of the bid documents or in case of sample requirement, whose sample will
be passed by the technical committee) will be opened publicly at a time to be announced by the
Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Page 3 of 7
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any
Government (Federal, Provincial), a local body or a public sector organization
and no litigation is underway on account of blacklisting process. In case the
bidder has been disqualified or blacklisted earlier in the past by any public
sector organization, detail concerning the period of such disqualification/
blacklistment, cause of such embargo and eventual result/ latest status shall be
mentioned by the bidder. On account of submission of false statement or
concealment of the fact, the Bidder shall be disqualified forthwith.
2. The brand / model / item being quoted by the bidder is not obsolete at the time of
submission of bid.
3. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
4. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at
the time of bid opening. However, the envelope marked as “FINANCIAL
PROPOSAL” shall remain unopened and shall be retained in safe custody of the
University till completion of the technical evaluation process. Financial Details (Rates
of the Quoted Items) must not be mentioned in the technical bid otherwise the bid will
be rejected.
5. The Financial Bids of only those firms will be opened which would have been declared
as technically compliant / responsive bids. The Financial Bids of technically non-
complaint bidders will be returned to the concerned bidders un-opened.
6. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
7. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
8. Brand details, Country of Origin and port of shipment etc. be mentioned in the
bidding documents, if applicable.
9. Technical Specifications Equivalent or Higher. Soft copy must be provided in form of
(MS-Word) CD along with bid.
10. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
11. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
12. Prices quoted should be on FOR basis clearly mentioning with all charges.
Page 4 of 7
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in
the presence of bidders, who wish to attend. In case of bid submission / opening date falls
on the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. The purchase order will be placed with only registered / reputed manufacturers / authorized
distributors/dealers for supplying the stores, so wherever applicable, fresh registration/
authorization certificate is required along with bid subject to the reasonability of rates,
company profile, past experience, professional skills, credibility of the firm.
7. Since the time is the essence of the RC. Therefore, the supply should be executed promptly
within delivery period mentioned in Purchase Order. In case, the firm fails to supply the
stores within stipulated period, University of the Punjab reserves the right not to accept the
supply, in part or in full and to claim liquidated damages @ 2% per Month (0.06% per day)
subject to a maximum of 10% of the total value of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days without any additional cost.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. The said security will be released after
the expiry of warranty period upon the satisfactory report of end user.
11. The supply will be checked / accepted by the Technical Committee / representative of the
department, if so desired.
12. The technical committee or the end user shall determine to its satisfaction whether the
selected bidder having submitted the lowest evaluated responsive bid is qualified to perform
the Contract satisfactorily.
Page 5 of 7
13. During selection of bidder due consideration will be given on account of financial,
technical, and production capabilities of the bidder. It shall be based upon an examination of
the documentary evidence submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false, inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the bidding documents, shall straightway be rejected.
17. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be rejected.
(ii) Evaluate the proposed bid that is equal to or above the minimum requirements.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids where applicable.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
18. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the original bid shall permitted.
19. Prior to the detailed evaluation, the Punjab University shall determine the substantial
responsiveness of each bid to the bidding documents. For this purpose, a substantially
responsive bid is one, which conforms to all the terms and conditions of the bidding
documents without material deviations. The Procuring Agency’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
20. If a bid is not substantially responsive, it shall be rejected and will not be accepted /
entertained for detail evaluation.
21. The Punjab University requires that all Bidders/ Suppliers/ Contractors observe the highest
standard of ethics during the procurement and execution of such Contracts.
22. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid.
Where prices are to be quoted in package, all items mentioned in the package shall be
Page 6 of 7
quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
23. In case of manufacturer, the documentary proof to the effect that the bidder is the original
manufacturer of the required goods shall be provided.
24. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder along with bid.
25. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected and earnest money will be forfeited. If there
is a discrepancy between words and figures, the amount in words shall prevail.
26. In case of any default / violation of rules, the blacklisting procedure will be adopted as per
PPRA rules.
27. In In case the vendor fails to complete the job or provide substandard services, or withdraw
his offer for any reason, the bidder will be blacklisted or the EMD will be forfeited as per
decision of the authority which will not be challengeable.
28. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in case of bulk supply order, partial
supply / partial payment will be allowed.
29. Force majeure clause is acceptable as defined under sales of goods & contract Act.
30. No advance payment will be made in favor of tender awarded firm.
31. The procurement process will be accomplished in accordance with the PPRA Rules.
32. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
33. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
34. All the disputes, if any, will be settled by the Main Purchase & Indent Committee /
Grievance Redressal Committee, University of the Punjab and will be binding on vendor.
35. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds as per rules.
36. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during supply. On receipt of such
intimation/notification, the supplier shall attend the call within a maximum of 06 working
Page 7 of 7
hours. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
37. All the expenses including the replacement if so required shall be borne by the supplier. In
case the fault has occurred as direct consequence of undesirable condition i.e. electricity or
temperature, the supplier shall inform the buyer for taking corrective measures prior to the
commencement of the remedial activity.
38. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
39. The Bidder is required to offer competitive price. All prices must include applicable taxes
and duties. If there is no mention of taxes, the offered / quoted price shall be considered as
inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the
GST or other taxes, if granted at any stage of procurement, shall be passed on to the
University.
40. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at
the destination.
42. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in applicable Unit; / Per Kg. / Per
Litter / Pack Each according to the nature of the quotations / bids / items.
43. Competent authority / University of the Punjab, has full unchallengeable rights for approval
/ rejection of bids or overall the purchase proposal.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 7
BID DOCUMENTS
Sealed bids are invited on Single Stage Two Envelopes (Technical & Financial) basis for the
Procurement of Laptops for Institute of Business Administration from manufacturers,
authorized distributors, dealers, firms, registered with GST & NTN and PRA (if applicable).
Single Envelope containing two separate Envelopes which must be marked as
“Financial Proposal” & “Technical Proposal”. (Only FOR (in Pak Rupees Only) Basis).
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 7
Sr.
No.
ITEMS DESCRIPTIONS TO BE FILLED BY BIDDERS
Qty.
Brands,
Make &
Model
Unit Price
(inclusive of
taxes
Total Price
(inclusive of
taxes) Minimum Required Specifications or equivalent
1
Laptop Specification:
Intel Core i7-10510U processor, 10th Gen
1.8 GHz base frequency, up to 4.9 GHz with
Intel Turbo
Boost Technology
8 MB L3 cache and 4 cores
39.62 cm (15.6 in) diagonal FHD IPS eDP anti-
glare slim,
250 nits, 45% NTSC (1920 x 1080)
Intel UHD Graphics 620
1 TB 5400 RPM
8 GB DDR4-2666 SDRAM
Intel Dual Band 802.11a/b/g/n/ac (2x2) WLAN
and Bluetooth 5 Combo, non-vPro/ Realtek
802.11ac (2x2)
WLAN and Bluetooth 5 Combo
Intel XMM 7360 LTE-Advanced (Cat9)
Realtek 10/100/1000 GbE NIC
Integrated microphone (mono or dual-array)
(2) Integrated stereo speakers
720p HD camera
Keyboard: Spill-resistant with optional backlit
function Pointing device: Clickpad with multi-
touch gesture support
USB 3.1 Type-C Gen 1,USB 3.1 Gen 1,USB
2.0,RJ-45, AC power port,HDMI 1.4b,Standard
security lock,SD Card reader
Life 3-cell, 45 Wh Li-ion
Case: Carrying case
Warranty: Three years warranty
14 Nos.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.44,800/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Special Note: The proof of required Bid Security must be attached with Technical Bid in otherwise, bid will be
rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one
option with different brands / models with different prices have been quoted against one option,
the bid will be rejected as a whole
The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model
/ brand will be according to the minimum required specifications and who will comply with the
terms and conditions of the bid documents or in case of sample requirement, whose sample will
be passed by the technical committee) will be opened publicly at a time to be announced by the
Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Page 3 of 7
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any
Government (Federal, Provincial), a local body or a public sector organization
and no litigation is underway on account of blacklisting process. In case the
bidder has been disqualified or blacklisted earlier in the past by any public
sector organization, detail concerning the period of such disqualification/
blacklistment, cause of such embargo and eventual result/ latest status shall be
mentioned by the bidder. On account of submission of false statement or
concealment of the fact, the Bidder shall be disqualified forthwith.
2. The brand / model / item being quoted by the bidder is not obsolete at the time of
submission of bid.
3. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
4. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at
the time of bid opening. However, the envelope marked as “FINANCIAL
PROPOSAL” shall remain unopened and shall be retained in safe custody of the
University till completion of the technical evaluation process. Financial Details (Rates
of the Quoted Items) must not be mentioned in the technical bid otherwise the bid will
be rejected.
5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
6. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
7. Technical Specifications Equivalent or Higher. Soft copy must be provided in form of
(MS-Word) CD along with bid.
8. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
9. Prices quoted should be on FOR basis clearly mentioning with all charges.
10. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in
the presence of bidders, who wish to attend. In case of bid submission / opening date falls
on the public holiday, the submission / opening date will be next working date.
Page 4 of 7
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. The purchase order will be placed with only registered / reputed manufacturers / authorized
distributors/dealers for supplying the stores, so wherever applicable, fresh registration/
authorization certificate is required along with bid subject to the reasonability of rates,
company profile, past experience, professional skills, credibility of the firm.
7. Since the time is the essence of the RC. Therefore, the supply should be executed promptly
within delivery period mentioned in Purchase Order. In case, the firm fails to supply the
stores within stipulated period, University of the Punjab reserves the right not to accept the
supply, in part or in full and to claim liquidated damages @ 2% per Month (0.06% per day)
subject to a maximum of 10% of the total value of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days without any additional cost.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. The said security will be released after
the expiry of warranty period upon the satisfactory report of end user.
11. The supply will be checked / accepted by the Technical Committee / representative of the
department, if so desired.
12. The technical committee or the end user shall determine to its satisfaction whether the
selected bidder having submitted the lowest evaluated responsive bid is qualified to perform
the Contract satisfactorily.
13. During selection of bidder due consideration will be given on account of financial,
technical, and production capabilities of the bidder. It shall be based upon an examination of
the documentary evidence submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
Page 5 of 7
was false, inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the bidding documents, shall straightway be rejected.
17. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be rejected.
(ii) Evaluate the proposed bid that is equal to or above the minimum requirements.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids where applicable.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
18. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the original bid shall permitted.
19. Prior to the detailed evaluation, the Punjab University shall determine the substantial
responsiveness of each bid to the bidding documents. For this purpose, a substantially
responsive bid is one, which conforms to all the terms and conditions of the bidding
documents without material deviations. The Procuring Agency’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
20. If a bid is not substantially responsive, it shall be rejected and will not be accepted /
entertained for detail evaluation.
21. The Punjab University requires that all Bidders/ Suppliers/ Contractors observe the highest
standard of ethics during the procurement and execution of such Contracts.
22. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid.
Where prices are to be quoted in package, all items mentioned in the package shall be
quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
23. In case of manufacturer, the documentary proof to the effect that the bidder is the original
manufacturer of the required goods shall be provided.
24. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder along with bid.
25. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected and earnest money will be forfeited. If there
is a discrepancy between words and figures, the amount in words shall prevail.
Page 6 of 7
26. In case of any default / violation of rules, the blacklisting procedure will be adopted as per
PPRA rules.
27. In In case the vendor fails to complete the job or provide substandard services, or withdraw
his offer for any reason, the bidder will be blacklisted or the EMD will be forfeited as per
decision of the authority which will not be challengeable.
28. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in case of bulk supply order, partial
supply / partial payment will be allowed.
29. Force majeure clause is acceptable as defined under sales of goods & contract Act.
30. No advance payment will be made in favor of tender awarded firm.
31. The procurement process will be accomplished in accordance with the PPRA Rules.
32. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
33. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
34. All the disputes, if any, will be settled by the Main Purchase & Indent Committee /
Grievance Redressal Committee, University of the Punjab and will be binding on vendor.
35. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds as per rules.
36. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during supply. On receipt of such
intimation/notification, the supplier shall attend the call within a maximum of 06 working
hours. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
37. All the expenses including the replacement if so required shall be borne by the supplier. In
case the fault has occurred as direct consequence of undesirable condition i.e. electricity or
temperature, the supplier shall inform the buyer for taking corrective measures prior to the
commencement of the remedial activity.
38. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
39. The Bidder is required to offer competitive price. All prices must include applicable taxes
and duties. If there is no mention of taxes, the offered / quoted price shall be considered as
inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the
GST or other taxes, if granted at any stage of procurement, shall be passed on to the
University.
Page 7 of 7
40. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at
the destination.
42. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in applicable Unit; / Per Kg. / Per
Litter / Pack Each according to the nature of the quotations / bids / items.
43. Competent authority / University of the Punjab, has full unchallengeable rights for approval
/ rejection of bids or overall the purchase proposal.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 9
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “Laboratory
Equipment Thermogravimetric Analyser for Institute of Chemistry”. Single Envelope
Containing Two Separate Envelopes which must be marked as “Financial Proposal” &
“Technical Proposal”. (Only FOR (in Pak Rupees Only) Basis)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 9
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit
Price
Total
Price
1
Thermogravimetric Analyzer
PURPOSE & SCOPE
PC Controlled System is required to Simultaneously analyze, observe
and determine ionic liquid activities/characteristics in TG with DTA
mode & DSC (mW) mode for fast enhanced result interpretation and
activities like;
Sample Volatility
Moisture Content
Oxidation
Stability, Decomposition
Temperature and Flammability Studies.
System must measure;
Changes in weight in relation to change in temperature extremely
precisely and accurately.
The level of inorganic and organic components in materials
Absorbed moisture content of materials
Determine degradation temperatures
Design
High sensitivity balance and quick response furnace operation with
software and gases management Power backup with additional Servo
Stabilizer.
Balance
Sensitivity: 1 µg or better
Capacity: 1500 mg or better
Balance Accuracy: Better than 0.02 Percentage
Balance Precision: ±0.01 Percent or better
Scanning Rate: 0.1 to 200 °C better will be preferred.
Temperature Range
Cooling Time:
1000 to 100oC in under 8 mins and 1000 to 30
oC in under 15 mins
(Chiller set at 15oC with forced air)
Upper Temperature 1000 oC
Lower Temperature: Ambient
Atmosphere
Sample environment: Static or dynamic, including nitrogen, argon,
helium, carbon dioxide, air, oxygen, or other inert or reactive gases.
Analyses done at normal or reduced pressures
Mass Flow Controller
Monitoring and changing purge gas flow rates and pressures and
switches sample gases with program. Sample Purge From 0-200 ml/min
Sample Pans
Reusable Ceramic pans (preferably 10 or more) *Pan material should
withstand the upper temperature of furnace
Aluminium Pans with lids (preferably 50 or Above)
Accessories Set of standard samples for calibration measurements with purity certificates
1 No.
Page 3 of 9
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit
Price
Total
Price
Power backup with additional Servo Stabilizer
Compatible Online pure Sinewave UPS
Built in online pure sinewave UPS
Built in AVR capable of regulating ± 30 volts
Power factor ≥ 0.95
Power backup in case of power failure for at least 30 mins
Lead acid free dry battery (1 year warranty)
OR A better alternative as recommended by OEM for optimum
operations
Warranty: 12 Months from the date of installation & commissioning
with vendor having good local reputation with running machines and
well trained Engineers
Computer With power backup
Computer compatible with system with complete specifications Brand,
Laser Printer with Model and LED with best view brands or
recommended by OEM with genuine windows.
Software
Instrument control: Windows PC with Software; (options for Local
control via iPhone® and iPad® software) and should allow
autosampler control and automatic data analysis.
Unlimited licenses and free lifetime software upgrades.
Enhanced Security: Optional advanced software package for technical
compliance to 21 CFR Part 11
Hyphenation Optional Temperature controlled transfer lines; FTIR, MS, GC-MS detection
systems; software and support
Power Requirements
100 to 240 Volt, 50/60 Hz
Training Manuals
On site one Weeks Training, CD and Copies of Manual
Auto Sampler Optional
For multiple sample analysis Sample Position > 36
Accessories Optional
Please quote optional Accessories required at lateral stages
GASES Management
Relevant Gases with N5 standard along with cylinders, multistage
regulators and Moisture trapping kits will be the responsibility of vender.
Gases quoted should be sufficient for installation & commissioning, if
during installation gases end up, it will be the responsibility of vender to
arrange the gases and resume installation & commissioning.
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.70,420/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
NOTE:
1. The vendor must provide fresh authorization certificate on behalf of the manufacturer.
2. The manufacturer of all the items listed must have more than ten years of experience in their
field and be of European, US, Japanese origin or equivalent.
Page 4 of 9
3. The vendor must supply prices on FOR basis only
4. The vendor must have provided the quoted item to at least 3 public institutions in the past 5 years.
5. The vendor must have at least 2 years or above of market experience in the quoted item.
6. The vendor must have at least 4 years or above length of dealership in the quoted item.
7. The vendor must have at least 5 or above good reputation certificates.
8. The vendor must have good financial status with annual closing balance more than the cost of quoted item.
9. The vendor must have sufficient technical staff and good after sale services with foreign
trained engineers and necessary tools.
10. The vendor must provide latest manufacturing certificate upon delivery of the quoted item.
11. The vendor must provide certificate of conformity regarding country of manufacturing and
country of origin.
12. The Supplier shall ensure 1-year comprehensive warranty from the date of commissioning
including all parts.
13. Installation and commissioning will be the responsibility of the manufacturer or his
representative free of cost. However, provision of electrical switches and water supply will
be the responsibility of the University.
14. Supplier will also provide training to at least three faculty members free of cost at site with
subject to provision of training certificate.
Special Note:
1. The proof of required Bid Security must be attached with Technical Bid in otherwise, bid will be
rejected.
2. Only one brand / model / option is allowed to quote against each option. In case, more than one option
with different brands / models with different prices have been quoted against one option, the bid will
be rejected as a whole.
3. The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms
and conditions of the bid documents) will be opened publicly at a time to be announced by the
Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
4. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the
required item to the technical committee in accordance with the specifications mentioned in the bid
document. In case of non-compliance, the bidder will be rejected in the concerned item / items.
5. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the
offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of
exemption from or reduction in the GST or other taxes, if granted at any stage of procurement, shall
be passed on to the University.
Page 5 of 9
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at
the time of bid opening. However, the envelope marked as “FINANCIAL
PROPOSAL” shall remain unopened and shall be retained in safe custody of the
University till completion of the technical evaluation process. Financial Details (Rates
of the quoted item) must not be mentioned in the technical bid otherwise the bid will
be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on
the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
Page 6 of 9
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
Page 7 of 9
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
Page 8 of 9
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during the warranty period. On receipt of
such intimation/notification within the warranty period, the supplier shall attend the
emergency / breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence
of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer
for taking corrective measures prior to the commencement of the remedial activity.
Page 9 of 9
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack
Each according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at
the destination.
42. Prior to the detailed evaluation, the University shall determine the substantial
responsiveness of each bid to the bidding documents. A substantially responsive bid is one,
which conforms to all the terms and conditions & specifications of the bidding documents
without material deviations. Deviations from, or objections or reservations to critical
provisions shall be deemed to be a material deviation for technical proposals. The
University’s determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/
entertained for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 11
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered
with GST & NTN and PRA (if applicable), for the procurement of below mentioned “Laptops,
for Hailey College of Commerce”. Single Envelope Containing Two Separate Envelopes
which must be marked as “Financial Proposal” & “Technical Proposal”. (C&F Basis
Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-35953113, Fax: 042-35863230 Email: [email protected]
No. /PW Dated: /2013
Page 2 of 11
Sr.
No.
ITEMS DESCRIPTIONS Qty.
TO BE FILLED BY BIDDERS
Brand,
Make &
Model
Unit Price Total Price Minimum Required Specifications or equivalent
1
Laptops Specifications: Series Apple Macbook Air (2020) or equivalent
Model Z0YJ0LL- Z0YL0002B or equivalent
OS Version macOS
Processor Intel Core i5
Generation 10th Generation
Speed 1.1 Ghz
Detail 1.1GHz quad-core 10th Generation
Intel Core i5 processor, Turbo Boost
up to 3.5GHz
Screen Size 13.3"
Max Res 2560 x 1600 :WQXGA
Detail 13.3-inch (diagonal) LED-backlit
display with IPS technology; 2560-by-1600 native
resolution at 227 pixels per inch with support for
millions of colors
RAM 8 GB
Detail 8GB 3733MHz LPDDR4X memory
Hard Drive 256 GB
Type SSD
Graphics Card Intel Integrated Graphics
Memory System Shared
Features Wifi, Bluetooth, Fingerprint
Reader, Backlit Keyboard
External Ports Headphone, USB-C
Dimensions 1.61 x 30.41 x 21.24 cm
Weight 2.8 lbs Warranty International / Manufacturer
20 Nos.
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.93,960/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(Within previous
3 years)
(a) Major Public / Government Institutions
Served (Form A1): (15 marks)
i No. of institutions served 0
ii 1 to 3 5
iii 4 to 6 10
iv 7 & Above 15
(b) Major Private Institutions Served:
(Form A2) (05 marks)
i No. of institutions served 0
ii 1 to 3 2
iii 4 to 6 3
iv 7 & Above 5
20
(15+5)
Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Private Institutions referred to
other than above.
Page 3 of 11
2 Market experience
in quoted items
(Computer /
Laptop)
i 1 year 2
ii 2 years 4
iii Above 2 years 5
Copy of Delivery Challan duly signed by the
concerned customer / bill of entry etc. must be
provided
5 Experience will be confirmed
from the date of supplies made
/ delivered against the purchase
order.
3 Length of
Dealership
i Above 4 years 5
ii 3 – 4years 4
iii 2 – 3 years 3
iv 1 – 2 years 2
v Below 1 year 0
5 Length of dealership with the
quoted principal will be
considered. Documentary
Evidence be attached.
4 Financial Status
i Tax Returns (Last 3
years)(2 marks each year)
6
ii Bank Certificate* 4 iii Bank Statement
(Previous 12 months) 10
(a) Balance above 5 Million 10
(b) Balance 4.1 to 5 Million 08
(c) Balance 3.1 to 4 Million 06
(d) Balance 2.1 to 3 Million 04
(e) Balance 1.1 to 2 Million 02
(f) Balance below 1 Million 0
20 All provided documents can
be verified by the
Department. The marks of
audited balance sheet will be
given in proportion to their
net worth.
* In case of Bank Certificate,
the Bank will certify about
the Bidder’s financial worth,
liquidity status, reputation.
5 Technical Staff
(Overall)
(Form B1)
(Form-B)
i Less than 2 persons 0
ii 2 to 3 persons 05
iii 4 to 5 persons 08
iv More than 5 persons 10
Qualification: Minimum Graduation
Masters qualification
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Training: Foreign Training from principal relating to
the product: 5 marks
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2
years = 05 marks
More than 2 persons – 5 marks )
25 Qualification marks will be
awarded on the final
degree. Complete
supporting documents be
attached.
6 Good Reputation
Certificate from any
Govt. Institution /
Private Sector in
Connection with
(Form C1)
i No certificate provided 0
ii 1 to 2 5
iii 3 to 5 10
25 Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Page 4 of 11
Services iv 6 to 7 15
v 8 to 9 20
vi 10 and above 25
Appreciation Certificates / Satisfactory
letters etc. must be attached.
Universities / Government
Agencies / Autonomous
Bodies etc.
Total Marks: 100
Qualifying Marks: 65%
Note: Marks will be awarded only if the comprehensive and complete concerned supporting
documents are enclosed.
The financial bids of technically accepted bidders will be opened publicly at a time to be
announced by the Procuring Agency. The financial bids of the bidders found technically non-
responsive shall be returned un-opened to the respective Bidders.
Form A1
Past Performance – Major Public / Government Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Form A2
Past Performance – Major Private Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
Page 5 of 11
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be
awarded.
Form B1
List of Technical Staff
Sr.
No.
Name of Employee Certificate/ Diploma/
Higher Technical
Qualification
Experience Name, Address &
Contact No. of the
Employee
01
02
03
04
05
06
07
08
09
10
Name and Signature of Bidder
With official Stamp
Dated:
Page 6 of 11
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
(b) Stamp duty would be furnished by the successful bidder as levied by the
Government after the issuance of purchase order.
2. Financial Statement of alteast one year (previous 12 months) issued and verified by
any scheduled bank of Pakistan is attached.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at
the time of bid opening. However, the envelope marked as “FINANCIAL
PROPOSAL” shall remain unopened and shall be retained in safe custody of the
University till completion of the technical evaluation process. Financial Details (Rate
of Quoted Items) must not be mentioned in the technical bid otherwise the bid will be
rejected.
4. The Financial Bids of only those firms will be opened which would have been declared
as technically compliant / responsive bids. The Financial Bids of technically non-
complaint bidders will be returned to the concerned bidders un-opened.
5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
Special Note:
(1) The Proof of required Bid Security must be attached in with Technical Bid, otherwise bid will be rejected.
(2) Only the manufacturers or the concerned authorized distributors / whole sellers / dealers / partners / firms of the
concerned manufacturers are eligible to participate in the bid. (Documentary Support must be attached with the bid).
(3) Only one brand / model is allowed to quote against each option. In case, more than one options with different brands
/ models have been quoted with different prices against one option, the bid will be rejected as a whole.
(4) In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is agreed to open LC with
the quoted price in black & white. Subsequently, if, it is communicated by the vendor that the quoted amount /
ordered quantity is lesser and LC cannot be opened with the said amount or ordered quantity (quantity of the items
mentioned in the purchase order as per actual requirement), then, the excuse will not be acceptable and action will be
taken according to the rules which can include forfeiture of bid security or blacklisting or both of them.
(5) In case the work order is awarded on C&F basis, the LC will be opened directly with the principal.
(6) Complete supporting documents must be attached with the technical bid according to the requirements mentioned in
the evaluation criteria.
Page 7 of 11
6. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
7. Brand details, Country of Origin and port of shipment must be mentioned in the
Bidding documents.
8. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid.
9. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
10. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in
the presence of bidders, who wish to attend. In case of bid submission / opening date falls
on the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
Page 8 of 11
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
Page 9 of 11
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
Page 10 of 11
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during the warranty period. On receipt of
such intimation/notification within the warranty period, the supplier shall attend the
emergency / breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence
of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer
for taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack
Each according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
41. Prior to the detailed evaluation, the University shall determine the substantial
responsiveness of each bid to the bidding documents. A substantially responsive bid is one,
which conforms to all the terms and conditions & specifications of the bidding documents
without material deviations. Deviations from, or objections or reservations to critical
Page 11 of 11
provisions shall be deemed to be a material deviation for technical proposals. The
University’s determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence.
42. If a bid is not substantially responsive, it shall be rejected and will not be accepted/
entertained for detail evaluation.
43. In case of bid on C&F basis, the University will provide a request letter to concerned tax
authorities for exemption of taxes at the import stage.
44. In case of bid on C&F basis, all bids shall be valid subject to the Performa Invoice from the
Principal duly signed, clearly indicating the name of manufacturer & country of origin / port
of shipment, along with a certificate from the Principal authorizing the Supplier to bid on
his behalf in case of manufactured goods. The Supplier should enclose the Principal
catalogue/leaflet/literature and other technical data, if any, along with his bid.
45. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 13
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “Various I.T.
Equipments (Printers, Color Printers, Color Plotters, Desktop Computers, Laptops, LED TV,
Multimedia, Wireless Audio / Video Theatre, UPS etc.) for Remote Sensing, GIS and Climate
Research Lab”. Single Envelope Containing Two Separate Envelopes which must be marked
as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis in Pak Rupees only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-35953113, Fax: 042-35863230 Email: [email protected]
No. /PW Dated: /2013
Page 2 of 13
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive of
taxes)
Total Price
(inclusive of
taxes)
1. Laser Printers
1(a)
LaserJet Black Printer With additional original
Black LaserJet Tonners: 02 Nos. with each printer Network printer
Print Speed Black: Up to 35ppm
Triple Tray Paper Feed
Functions: Print
Processor: 1.2 GHz
Input Capacity: 1000-sheet input tray
ePrint Capability: Yes Print Resolution Technology: Black: Up to 1200×1200 dpi Automatic duplex: Yes
Connectivity, Standard: Hi-speed USB 2.0 port; built-in
Fast Ethernet 10 Base -T/100 bBase-Tx, Gigabit Ethernet
1000 Base-T
Memory, Standard: 512MB
With additional original Black LaserJet Tonners: 02
Nos. with each printer
Warranty: One Year Local Warranty
02
Nos.
1(b)
Multifunctional Color LaserJet Printer With One
additional original color LaserJet Tonner set
(black, cyan, magenta, yellow) Network printer
(Print, copy, scan), Resolution 600 x 600 dpi, Up to 38,
400 x 600 enhanced dpi, Number of print cartridges:
complete set (1 each black, cyan, magenta, yellow),
Memory, Standard: 256MB, ePrint Capability: Yes
Additional original color LaserJet Tonner set: 01 (black,
cyan, magenta, yellow) Warranty: One Year Local Warranty
01
No.
1(c)
LaserJet Color Printer With One additional
original color LaserJet Tonner set (black, cyan,
magenta, yellow) Network printer
Functions: Print
Print Speed Black: Up to 30 ppm
Input Capacity: 500-sheet input tray
EPrint Capability: Yes
Resolution Black: Up to 1200 x 1200 dpi
Memory: 512 MB
Duty Cycle, Monthly: up 120000 pages
Duplex Printing: Automatic
Processor Speed: 1.5 GB
Connectivity, Standard: 1 Hi-Speed device USB 2.0
2 Host USB 2.0 (for third party connections)
1 Ethernet
Additional original color LaserJet Tonner set: 1 (black,
cyan, magenta, yellow)
Warranty: One Year Local Warranty
01
No.
Page 3 of 13
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive of
taxes)
Total Price
(inclusive of
taxes)
2
Color Plotter 36 inches, Up to 2400 x 1200 optimized dpi, data and
power cables, Inks included (Dye-based C, M, Y, PK,
G; Pigment-based MK),
Warranty: One Year Local Warranty
01
No.
3. Desktop Computers
3(a)
Processor: Intel Core i7-9700, (9th
Generation)
Memory: 16-GB DDR4 RAM
Hard Disk: 1 TB SATA Hard Drive
Optical Drive(s): Super Multi SATA DVD-ROM
VGA Card Standard: Integrated Intel HD Graphics
Keyboard: USB Std Keyboard;
Mouse: USB Optical Scroll Mouse
Operating System: DOS
With 27” LED monitor or with 32” UHD monitor
(please quote separately) Cables: Power and data cables
Warranty: 3-Years local Warranty
15
Nos.
3(b)
Processor: Intel Core i9-9900, 9th Generation, 3.1
GHz Max Turbo Speed 5 GHz 8-core
Memory: 32-GB DDR4 RAM
Hard Disk: 2 TB SATA Hard Drive
VGA Card Standard: Integrated Intel HD Graphics
Keyboard: USB Std Keyboard;
Mouse: USB Optical Scroll Mouse
Operating System: DOS
Monitor: with 27” LED monitor or with 32” UHD
monitor (please quote separately)
Cables: Power and data cables
Warranty: 3-Years local Warranty
15
Nos.
4. Laptops:
4(a)
Processor: Intel Core i5-(10th
Generation)
Memory: 16 GB DDR4 Ram
Hard Disk: 512 GB SSDHDD
Display: 15.6” FHD LED
Audio: Integrated Audio with speaker
Finger Print Reader + Back Lit Keyboard
Operating System: Windows 10 Home 64 bit
External/Portable Hard drive with each laptop: 2TB
With Carrying Case
Warranty: One Year Local Warranty
06
Nos.
4(b)
Processor: Core™ i7-(10th
Generation)
Memory: 16 GB DDR4
Hard Disk: 512 GB PCIe® NVMe™ M.2 SSD, NVIDIA®
GeForce® MX350 (2 GB GDDR5 dedicated)
Display: 13.3″ diagonal, FHD (1920 x 1080), IPS, edge-to-
edge glass, micro-edge, Bright View, 400 nits, 100% sRGB
Operating System: Windows 10 Home 64 bit
06
Nos.
Page 4 of 13
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive of
taxes)
Total Price
(inclusive of
taxes)
External/Portable Hard drive with each laptop: 2TB
With Carrying Case
Warranty: One Year Local Warranty
5
LED monitor/TV 55 inch Smart LED/TV, Resolution (3840 × 2160 @ 60 Hz), AC
Power cord, Display Port (DP) 1.2 cable, HDMI cable,
Remote controller, mounting plus bracket kit
(LG/Samsung/Sony or equivalent)
Warranty: One Year Local Warranty
01
No.
6
Multimedia Package 3LCD Multimedia projector, 4300 Lumens WXGA
(1280x800), Lamp Life: Up to 12,000 hours (ECO Mode),
15,000:1 contrast ratio, mounting plus bracket kit, projector
screen 203 x 153 cm
(Sony, Epson, Panasonic or equivalent)
Warranty: One Year Local Warranty
01
No.
7
Wireless Audio/Video theatre System including
powerful amplifiers, Speakers and Mic Complete Audio and Video control and recording console
with powerful speakers, 4 mics, Audio and Video recording
with Full HD digital Camcorder (4K30 MP4 HD Video &
26MP Stills, 1/2.5″ Back-Illuminated MOS Sensor, 24x
Leica Dicomar Optical Zoom, Wireless Multi-Cam
Smartphone Function) (Sony/Panasonic/Cannon or
equivalent)
Installation and commissioning will be responsibility of the
vendor. Details of these expenses must be mentioned in the
bid. Vendor can visit the site during working hours for the
said purpose by contacting Dr. Zia-ul-Haq, Director /
Principal Investigator, Remote Sensing, GIS Climatic
Research Lab (Ph: 042-99233106-7 / Mob: 0301-4352543)
Warranty: One Year Local Warranty
01 Set
8
UPS 3 KVA with dry batteries and Battery Bank, Pure-
Sinewave, minimum one hour back up time for 20 desktop
computers
(APC/Eaton/Biztek or equivalent)
Battery Brand and Ampere details etc. must be provided.
Note:
The details and including part No. detail etc. must be
clearly visible and available on the parts of UPS. In case
a company quotes or provides a UPS in which the part
Numbers and other details are missing on the parts or
not clearly visible / legible, the said quotation will be
rejected and firm can be blacklisted subsequently. Warranty: One Year Local Warranty.
02
Nos.
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.216,400/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Page 5 of 13
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(Within previous
3 years)
(a) Major Public / Government Institutions
Served (Form A1): (15 marks)
i No. of institutions served 0
ii 1 to 3 5
iii 4 to 6 10
iv 7 & Above 15
(b) Major Private Institutions Served:
(Form A2) (05 marks)
i No. of institutions served 0
ii 1 to 3 2
iii 4 to 6 3
iv 7 & Above 5
20
(15+5)
Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Private Institutions referred to
other than above.
2 Market experience
in quoted items
(Computer /
Laptop)
i 1 year 2
ii 2 years 4
iii Above 2 years 5
Copy of Delivery Challan duly signed by the
concerned customer / bill of entry etc. must be
provided
5 Experience will be confirmed
from the date of supplies made
/ delivered against the purchase
order.
3 Length of
Dealership
i Above 4 years 5
ii 3 – 4years 4
iii 2 – 3 years 3
iv 1 – 2 years 2
v Below 1 year 0
5 Length of dealership with the
quoted principal will be
considered. Documentary
Evidence be attached.
4 Financial Status
i Tax Returns (Last 3
years)(2 marks each year)
6
ii Bank Certificate* 4 iii Bank Statement
(Previous 12 months) 10
(a) Balance above 9 Million 10
(b) Balance 7.1 to 9 Million 08
(c) Balance 5.1 to 7 Million 06
(d) Balance 3.1 to 5 Million 04
(e) Balance 1.1 to 03 Million 02
(f) Balance below 01 Million 0
20 All provided documents can
be verified by the
Department. The marks of
audited balance sheet will be
given in proportion to their
net worth.
* In case of Bank Certificate,
the Bank will certify about
the Bidder’s financial worth,
liquidity status, reputation.
5 Technical Staff
(Overall)
(Form B1)
(Form-B)
i Less than 2 persons 0
ii 2 to 3 persons 05
iii 4 to 5 persons 08
iv More than 5 persons 10
Qualification: Minimum Graduation
Masters qualification
(1 person = 2 marks / 2 person = 4 marks
25 Qualification marks will be
awarded on the final
degree. Complete
supporting documents be
attached.
Page 6 of 13
More than 2 persons – 5 marks )
Training: Foreign Training from principal relating to
the product: 5 marks
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2
years = 05 marks
More than 2 persons – 5 marks ) 6 Good Reputation
Certificate from any
Govt. Institution /
Private Sector in
Connection with
Services
(Form C1)
i No certificate provided 0
ii 1 to 2 5
iii 3 to 5 10
iv 6 to 7 15
v 8 to 9 20
vi 10 and above 25
Appreciation Certificates / Satisfactory
letters etc. must be attached.
25 Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Total Marks: 100
Qualifying Marks: 65%
Note: Marks will be awarded only if the comprehensive and complete concerned supporting
documents are enclosed.
The financial bids of technically accepted bidders will be opened publicly at a time to be
announced by the Procuring Agency. The financial bids of the bidders found technically non-
responsive shall be returned un-opened to the respective Bidders.
Form A1
Past Performance – Major Public / Government Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Page 7 of 13
Form A2
Past Performance – Major Private Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be
awarded.
Form B1
List of Technical Staff
Sr.
No.
Name of Employee Certificate/ Diploma/
Higher Technical
Qualification
Experience Name, Address &
Contact No. of the
Employee
01
02
03
04
05
06
07
08
09
10
Name and Signature of Bidder
With official Stamp
Dated:
Page 8 of 13
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of
the technical evaluation process. Financial Details (Rates of the quoted item) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
Special Note:
The Proof of required Bid Security must be attached in with Technical Bid, otherwise bid will be rejected.
Only the manufacturers / principal(s) themselves or their authorized dealer / distributors / partners are
eligible to participate in this tender.
Only one brand / model / option is allowed to quote against each option. In case, more than one option with different
brands / models with different prices have been quoted against one option, the bid will be rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation
criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according
to the minimum required specifications and who will comply with the terms and conditions of the bid
documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of
the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.
If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required
item to the technical committee in accordance with the specifications mentioned in the bid document. In case of
non-compliance, the bidder will be rejected in the concerned item / items.
Page 9 of 13
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach
in this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2 The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in
the presence of bidders, who wish to attend. In case of bid submission / opening date falls
on the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
Page 10 of 13
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18 Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
Page 11 of 13
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules.
28. No advance payment will be made in favor of tender awarded firm.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
Page 12 of 13
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during the warranty period. On receipt of
such intimation/notification within the warranty period, the supplier shall attend the
emergency / breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence
of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer
for taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack
Each according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
Page 13 of 13
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at
the destination.
42. Prior to the detailed evaluation, the University shall determine the substantial
responsiveness of each bid to the bidding documents. A substantially responsive bid is one,
which conforms to all the terms and conditions & specifications of the bidding documents
without material deviations. Deviations from, or objections or reservations to critical
provisions shall be deemed to be a material deviation for technical proposals. The
University’s determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/
entertained for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 10
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “Various
Furniture & Fixture Items (Computer Tables, Computer Chairs, Lab Tables, Lab Stools,
Cabinets, Curtains etc.) for Remote Sensing, GIS and Climate Research Lab, Department of
Space Science”. Single Envelope Containing Two Separate Envelopes which must be
marked as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis in Pak
Rupees only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-35953113, Fax: 042-35863230 Email: [email protected]
No. /PW Dated: /2013
Page 2 of 10
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY
BIDDERS
Brand,
Make &
Model
Unit
Price
Total
Price
1
Computer Tables Set with drawer and CPU Stand (a+b+c)
(1-a) Computer Tables
Metal frame with 8 mm glass top, metal pipe 18-gauge, separate
CPU holder with wheels, separate laminated wood drawer
(1-b) CPU Steel Rolling Stand Customized Stamping Steel Flexible Computer CPU Stand cart
holder high quality, Powder Coated finish Caster Wheels with
locks.
(1-c) Wooden Computer Table Side Drawer:
Black Color, Height 24-inch, Width 18-inch, Depth 24-inch and
Wheels with locks.
30
Nos.
Page 3 of 10
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY
BIDDERS
Brand,
Make &
Model
Unit
Price
Total
Price
2
Computer Chairs
Lift swivel chair, size 49x50x93 cm, Black, High Back, Cover:
Leatherette cover, Heavy duty center mechanism, Imported Metal
base, Armrest,
Internal Frame Material: Steel
Cover: Leatherette
Color: Black
Size: High Back
Mechanism: Heavy Duty Center Tilt
Base: Metal Powder Coating
30
Nos.
3
Lab Tables
Research & Development Lab Tables (laminated sheet top, metal
frame).
Length: 96 inch
Width: 30 inch
Height: 36 inch
6 electric Socket
02
Nos.
Page 4 of 10
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY
BIDDERS
Brand,
Make &
Model
Unit
Price
Total
Price
4
Lab Stools
Adjustable height and revolving seat, stainless steel stool, load-
bearing:180kg approximately (picture attached for reference)
Steel cylinder
Steel footrest
Steel Base
Adjustable height
06
Nos.
5
Cabinets
Iron body, glass doors and metallic wheels, Front & Sides 20-
gauge, back 21-gauge sheet, 72inches height,36inches width,
18inches depth, 5mm door glass
Height: 72Inches
Width: 36
Depth: 18
Glass: 5mm
Racks: 4
05
Nos.
6 Curtains Roller PVC Curtain (16 windows) with fixing
500
sq.
feet
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.47,360/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Page 5 of 10
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of
the technical evaluation process. Financial Details (Rates of Quoted Items) must not be
mentioned in the technical bid otherwise the bid will be rejected.
Special Note
The proof of required Bid Security must be attached with Technical Bid in otherwise, bid will be
rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one option
with different brands / models with different prices have been quoted against one option, the bid will be
rejected as a whole
The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms
and conditions of the bid documents or in case of sample requirement, whose sample will be passed by
the technical committee) will be opened publicly at a time to be announced by the Procuring Agency.
The financial bids of the bidders found technically non-responsive shall be returned un-opened to the
respective Bidders.
If demanded by the technical committee, the vendor will be bound to provide the sample of the required
item / items to the technical committee in accordance with the specifications mentioned in the bid
document. In case of non-compliance, the bidder will be rejected in the concerned item / items. All the
allied charges relating to sample will be borne by the vendor at his own expense and there will be no
responsibility / liability at the end of University.
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is
not according to the specifications and terms & conditions mentioned in the bid documents.
In case of the item / items for which the technical committee does not feel the requirement of sample,
the vendor will be bound to provide the supply of concerned item / items in accordance with given
specifications & approved sample according to quoted rates.
In case, decision is made on the basis of samples, the decision of Technical Committee will be final
(Knock off clause).
Page 6 of 10
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Brand details, Country of Origin and port of shipment must be mentioned in the
bidding documents, if applicable.
7. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in
form of (MS-Word) CD along with bid.
8. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
9. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
10. In case of FOR basis, Prices must be quoted clearly mentioning with all
charges/inclusive of all applicable taxes.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in this
office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on
the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
Page 7 of 10
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
Page 8 of 10
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
Page 9 of 10
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through
telephone immediately of any defect that occurs during the warranty period. On receipt of
such intimation/notification within the warranty period, the supplier shall attend the
emergency / breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence
of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer
for taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack
Each according to the nature of the quotations / bids.
Page 10 of 10
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at
the destination.
42. Prior to the detailed evaluation, the University shall determine the substantial
responsiveness of each bid to the bidding documents. A substantially responsive bid is one,
which conforms to all the terms and conditions & specifications of the bidding documents
without material deviations. Deviations from, or objections or reservations to critical
provisions shall be deemed to be a material deviation for technical proposals. The
University’s determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/
entertained for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “FM Transmission
Equipment etc.(1000W Solid State Digital DDS Stereo FM Transmitter and 4 Bay Dipole
Antenna System with Installation etc.) For Institute of Communication Studies”. Single
Envelope Containing Two Separate Envelopes which must be marked as “Financial
Proposal” & “Technical Proposal”. (Only FOR Basis in Pak Rupees only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty. Brand, Make
& Model
Unit Price
(inclusive of
taxes)
Total Price
(inclusive
of taxes)
Transmission Equipment for Punjab University FM Radio
1000W Solid State Digital DDS Stereo FM Transmitter with Touch Screen along with 4 Bay
Dipole Antenna System Tuned to Frequency PU Frequency
1
1000W Solid State Digital DDS Stereo FM Transmitter
with Touch Screen
Features Required:
1. Large 4.3” Touch Screen built into the transmitter
2. Frequency range: from 87.5 to 108 MHz
3. RDS generator: PI, PS, ECC, PTY, TP/TA, AF, MS, DI, CT 4. Audio Changer Over between IP audio, digital and
analogue audio
5. FFT Spectral Analysis tool for Audio
6. SFN sync audio changeover
7. Direct Audio Streaming ready input
8. MP3 Player for Autoplay on audio failure
9. N+1 Ready
10. DDS , Direct Digital Synthesis 256kF3E
11. LAN+SNMP
12. Analogue and Digital Audio Inputs
13. Power supply: 100÷250 Vac, 1400W max at nominal power 14. Reference norms: ETSI EN 302 018 v2.1.1
15. Stereo coding: According to ITU-R BS.450-3, pilot
frequency
Country of Origin: USA, Europe, and Japan
1 No.
4 Bay Dipole Antenna System tuned to frequency PU
frequency
4 Bay Tuned Antenna System array made of stainless steel
suitable for harsh environments. Near Omni-directional
radiation pattern. 2KW RF power handling. Complete
system with all components ready for installation, includes: 1. 4 x FM Antenna Dipoles
2. 4 Way Broadband power splitter with 7/16DIN input and output 3. 4 x LDF 4A phasing cable harness complete with connectors 4. Antenna mounting accessories for dipoles and splitter
5. 90m LDF 5A Main feeder cable with 7/16DIN Connectors Country of Origin: USA, Europe, and Japan
1 No.
Warranty: Products are warranted to be free from defects in materials or workmanship for 12 months from the date
of delivery. During this period if warranty is needed, equipment must be brought to EWI facility for warranty
support. During warranty we may choose to repair or replace any components that fail in normal use. Repairs or
replacement will be made at no charge to the customer for parts or labor. In case, transmitter gets out of order,
company is bound to provide a backup setup within 3 working days so that live transmission would continue.
However, this facility shall available until the transmitter get fixed as well as this service would last for two years
without charges.
Installation: Installation and Commissioning of Transmitter and Antenna System in Lahore will be the responsibility
of Vender
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.38,940/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Page 3 of 8
Note
Vender Qualification Criterion
1. Vendor must be sole authorized distributor for the items quoted OEM distribution letter must
be attached with offer.
2. Vendor must have local support office in Lahore for after sales service and support.
3. Vendor should have installed at least 25 similar projects for transmission equipment on turnkey
basis.
4. Vendor must have been in the FM Transmission equipment business for at least 5 years.
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of
Special Note:
The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one option with
different brands / models with different prices have been quoted against one option, the bid will be rejected as a
whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation
criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according
to the minimum required specifications and who will comply with the terms and conditions of the bid
documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of
the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.
If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required
item to the technical committee in accordance with the specifications mentioned in the bid document. In case of
non-compliance, the bidder will be rejected in the concerned item / items.
Page 4 of 8
the technical evaluation process. Financial Details (Rates of the quoted item) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach
in this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2 The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on
the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
Page 5 of 8
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18 Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
Page 6 of 8
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules.
28. No advance payment will be made in favor of tender awarded firm.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
Page 7 of 8
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through telephone
immediately of any defect that occurs during the warranty period. On receipt of such
intimation/notification within the warranty period, the supplier shall attend the emergency /
breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence of
undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for
taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be written
against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each
according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
Page 8 of 8
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of
each bid to the bidding documents. A substantially responsive bid is one, which conforms to all
the terms and conditions & specifications of the bidding documents without material deviations.
Deviations from, or objections or reservations to critical provisions shall be deemed to be a
material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 7
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “Procurement /
Installation of CCTV Cameras at the Flats of Employees Located Near By Shah Dee Khoi
Quaid-e-Azam Campus University of the Punjab”. Single Envelope Containing Two Separate
Envelopes which must be marked as “Financial Proposal” & “Technical Proposal”. (Only
FOR Basis in Pak Rupees only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No. /PW/Bid Date /2021
Page 2 of 7
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive
of taxes)
Total
Price
(inclusive
of taxes)
1
5-Megapixel AHD CCTV Bullet Camera with Fix
Lens, Max. Max. 30fps@1080P, HD and SD output
Switchable, 3.6mm Fixed Lens, Max. IR Length 20-
Meter, Smart IR, IP67, DC 12V
Model: HAC-B1A51P or equivalent,
Brand: Dahua or equivalent
10 Pcs
2
16-Channel DVR, H.265+/H.265, Supports HDCVI /
AHD / TVI CVBS / IP Video inputs, Max 08 Channels
IP Camera inputs, Max72Mbps Incoming Bandwidth,
Co-axial Cable, 1 SATA HDD, up to 6TB,
Model: XVR1B18 or equivalent
Brand: Dahua or equivalent
01 Pcs
3 Surveillance Hard Disk Drive 04-TB SATA 01 Pc
4 CCTV Cameras Power Supplies DC 12-Volt 10 Pcs
5 Junction Box For Cameras 10 Pcs
6 2U Data Cabinet 01 Pc
7 HDMI Cable 2-Meter 01 Pc
8
Wiring, Installation, Testing & Commissioning
Charges with Cable Cost, Labour Charges, BNC
Connectors, AV Leads with all Accessories
2930
Feet
Warranty: Minimum One Year Comprehensive Warranty after the Installation and Commissioning of Equipment.
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.6,101/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Special Note:
The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected.
Only one brand / model / option is allowed to quote against each option. In case, more than one option with different
brands / models with different prices have been quoted against one option, the bid will be rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation
criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according
to the minimum required specifications and who will comply with the terms and conditions of the bid
documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of
the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.
If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required
item to the technical committee in accordance with the specifications mentioned in the bid document. In case of
non-compliance, the bidder will be rejected in the concerned item / items.
Word Order will be issued to the technically evaluated accumulated lowest vendor.
Page 3 of 7
Note:
1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted
by the bidder undertaking that:
(a) The firm has not been blacklisted in the past on any ground by any Government
(Federal, Provincial), a local body or a public sector organization and no litigation
is underway on account of blacklistment process. In case the bidder has been
disqualified or blacklisted earlier in the past by any public sector organization,
detail concerning the period of such disqualification/ blacklistment, cause of such
embargo and eventual result/ latest status shall be mentioned by the bidder. On
account of submission of false statement or concealment of fact, the Bidder shall be
disqualified forthwith, if contract has not been executed and blacklisted, if the
contract has been executed.
2. Stamp duty would be furnished by the successful bidder as levied by the Government
after the issuance of purchase order.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of
the technical evaluation process. Financial Details (Rates of the quoted item) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy
must be provided in form of (MS Word) CD along with bid, if applicable.
7. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
8. Warranty details must be mentioned by bidder.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach
in this office (Procurement Wing) by 16-02-2021 at 10:15 (a.m.).
2 The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in
the presence of bidders, who wish to attend. In case of bid submission / opening date falls
on the public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the
estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the
Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted
Page 4 of 7
bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD
of rejected bidder / bidders will be released after final decision. However, the EMD of
successful bidder / bidders will be retained until the completion of job successfully as per
work order. In case of LC, the 2% EMD can be get released after submission of 10%
performance security. In case of Rate Contract, the 2% bid security will be retained until the
expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase
Order. In case, the firm fails to supply the stores within stipulated period, University of the
Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated
damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value
of stores ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
Page 5 of 7
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18 Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
Page 6 of 7
27. The procurement process will be accomplished in accordance with the PPRA Rules.
28. No advance payment will be made in favor of tender awarded firm.
29. Normally the payment will be made within 14 days after receipt of supplies & found in
order in quality and quantity and submission of claim / bill with complete supporting
documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of
charge at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach
outlined below to achieve this objective.
(i) Review all quotations to ensure that the minimum technical specifications are met.
Any bid which fails to meet the defined minimum specifications will be disqualified.
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and
scoring the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating
the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding
documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through telephone
immediately of any defect that occurs during the warranty period. On receipt of such
intimation/notification within the warranty period, the supplier shall attend the emergency /
breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence of
undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for
taking corrective measures prior to the commencement of the remedial activity.
Page 7 of 7
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,
then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be written
against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each
according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of
each bid to the bidding documents. A substantially responsive bid is one, which conforms to all
the terms and conditions & specifications of the bidding documents without material deviations.
Deviations from, or objections or reservations to critical provisions shall be deemed to be a
material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer