bid documents - eproc.punjab.gov.pk · 1. the required bid security must be attached with technical...

89
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 2 nd 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

Upload: others

Post on 09-Mar-2021

20 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 11: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 12: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 13: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 14: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 15: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 16: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 17: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 18: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 19: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 20: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 21: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 22: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 23: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 24: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 25: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 26: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 27: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 28: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 29: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 30: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 31: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 32: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 33: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 34: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 35: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 36: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 37: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 38: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 39: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 40: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 41: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 42: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 43: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 44: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 45: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 46: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 47: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 48: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 49: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 50: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 51: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 52: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 53: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 54: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 55: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 56: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 57: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 58: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 59: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 60: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 61: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 62: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 63: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 64: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 65: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 66: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 67: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 68: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 69: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 70: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 71: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 72: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 73: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 74: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 75: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 76: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 77: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 78: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 79: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 80: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 81: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 82: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 83: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 84: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 85: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 86: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 87: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 88: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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 89: BID DOCUMENTS - eproc.punjab.gov.pk · 1. The required Bid Security must be attached with Technical Bid, otherwise bid will be rejected. 2. Only one brand / model / option is allowed

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