View
5
Download
0
Category
Preview:
Citation preview
1
Chief Executive Officer,
District Education Authority, Mianwali, School Education Department
Government of the Punjab
ug 10, 2011) – For submission to HOPs (July 28, 2011)
Bidding Document
Procurement of Misc. Items
(Mianwali)
Note: Procurement is done in line with Punjab Procurement Rules, 2014
________2020
2
Invitation for Bids
The Chief Executive Officer. District Education Authority, Mianwali, School Education
Department in receipt of funding from development partner/donor sponsoring education in the
selected districts of Punjab. It is intended that part of which will be used to make eligible
payments under the contract for supply of the following items:
Lot# Item Items Description Quantity Estimated Cost
i. Ceiling Fan 297
1 Electric ii. Bracket Fan 383
3,205,224/- Equipment iii. Light Bulb 532
iv. Switch Board 481
2 1.5 Ton Inverter Air Conditioner 57 5,206,950/-
3 Makers Space IT Lab For 82
11,795,700/- (Item wise detail at Annex-A) Schools
2. The Chief Executive Officer, District Education Authority, now invites sealed bids from eligible bidders i.e. Manufacturers, authorized Sales & Service Dealers, General Order Suppliers
(Joint Ventures and consortiums) registered with the relevant tax authorities for the supply of
above-mentioned items. 3. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures specified in the Punjab Procurement Rules, 2014 (amended Jan 2016), and
is open to all eligible bidders as defined in the bidding document. Separate Bid for each LOT is
acceptable however, Partial Bid in any Lot is not allowed. One (01) Bidder may submit bid in
one or more Lots. Contract(s) will be awarded to the technically responsive lot wise lowest
evaluated bidder(s). Partial Bidding within a lot is not allowed. 4. Interested eligible bidders may obtain bidding documents and further information from the Procurement Section of Chief Executive Officer, District Education Authority.
5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bidding Documents. 6. Sealed Bids must be delivered to the above office on or before 11:00 AM by 24.10.2020, and must be accompanied by a Bid Security as mentioned in Bid Data Sheet in the
form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan in favor of Chief
Executive Officer, District Education Authority.
3
7. Bids (technical proposals) will be opened on the same date in the presence of bidders’ representatives who choose to attend at 11:30 AM by 24.10.2020, in the Office of Chief
Executive Officer, District Education Authority, Mianwali. 8. The bidders are requested to give their best and final prices (inclusive of all taxes and delivery charges at desired schools). 9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax / PRA registration certificate must be provided along with technical proposal. 10. For obtaining any further information or clarifications, please contact the person named below:
Chief Executive Officer, District Education Authority, Mianwali
Phone: 045-9920207
4
Table of Contents
PART-I
INVITATION FOR BIDS ................................................................................................................... II PART-I ........................................................................................................................................................ 1
SECTION I. INSTRUCTIONS TO BIDDERS .................................................................................................... 1 SECTION II. BID DATA SHEET ................................................................................................................ 12 SECTION III. SCHEDULE OF REQUIREMENTS ......................................................................................... 14 SECTION IV. TECHNICAL SPECIFICATIONS ............................................................................................ 15 SECTION V. BIDDING FORMS .................................................................................................................. 46
PART-II ................................................................................................................................................... 50
SECTION I. CONTRACT FORMS ................................................................................................................ 50 SECTION II. GENERAL CONDITIONS OF CONTRACT .............................................................................. 53 SECTION III. SPECIAL CONDITIONS OF CONTRACT ............................................................................... 63
5
Part-I Section I. Instructions to Bidders
A. Introduction
1. Source
of Funds
1.1 The Procuring Agency named in the Bid Data Sheet has received funds
from DIFD. The Procuring Agency intends to apply a portion of the
proceeds of this budget to eligible payments under the contract for
which this Invitation for Bids is issued.
2. Eligible2.1 This Invitation for Bids is open to all suppliers, except as provided Bidders hereinafter.
2.2 Bidders should not be associated, or have been associated in the past,
directly or indirectly, with a firm or any of its affiliates which have been
engaged by the Procuring Agency to provide consulting services for the
preparation of the design, specifications, and other documents to be used
for the procurement of the goods to be purchased under this Invitation
for Bids.
2.3 Government-owned enterprises may participate only if they are legally
and financially autonomous, if they operate under commercial law, and
if they are not a dependent agency of the Government.
2.4 Bidders shall not be under a declaration of blacklisting by any
Government department or Punjab Procurement Regulatory Authority
(PPRA), 2014.
3. Eligible Goods 3.1 All goods and related services to be supplied under the contract shall
and Services have their origin in eligible source countries, defined in the Bid Data
Sheet (BDS), and all expenditures made under the contract will be
limited to such goods and services.
3.2 For purposes of this clause, “origin” means the place where the goods
are mined, grown, or produced, or the place from which the related
services are supplied. Goods are produced when, through
manufacturing, processing, or substantial and major assembly of
components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility
from its components.
3.3 The origin of goods and services is distinct from the nationality of the
Bidder.
4. Cost of 4.1 The Bidder shall bear all costs associated with the preparation and
Bidding submission of its bid, and the Procuring Agency named in the Bid Data
Sheet, hereinafter referred to as “the Purchaser,” will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
6
B. The Bidding Documents
5. Content of5.1 The goods required, bidding procedures, and contract terms are Bidding prescribed in the bidding documents. In addition to the Invitation for
Documents Bids, the bidding documents include:
(a) Instructions to Bidders (ITB)
(b) Bid Data Sheet
(c) Schedule of Requirements
(d) Technical Specifications
(e) Bid Submission Form
(f) Manufacturer’s Authorization Form
(g) Price Schedules
(h) Contract Form
(i) Performance Security Form
(j) Integrity Pact Form
(k) General Conditions of Contract (GCC)
(l) Special Conditions of Contract (SCC)
5.2 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish all
information required by the bidding documents or to submit a bid not
substantially responsive to the bidding documents in every respect will
be at the Bidder’s risk and may result in the rejection of its bid.
6. Clarification of 6.1 A prospective Bidder requiring any clarification of the bidding Bidding Documents
7. Amendment of Bidding Documents
documents may notify the Purchaser in writing or by email at the Purchaser’s address indicated in ITB Clause 19.1. The Purchaser will respond in writing to any request for clarification of the bidding documents which it receives no later than three (3) days prior to the deadline for the submission of bids prescribed in the Bid Data Sheet. Written copies of the Purchaser’s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders that have received the bidding documents.
7.1 At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment.
7.2 All prospective bidders that have received the bidding documents will
be notified of the amendment in writing or by email, and will be bidding
on them.
7.3 In order to allow prospective bidders reasonable time in which to take
the amendment into account in preparing their bids, the Purchaser, at its
discretion, may extend the deadline for the submission of bids.
C. Preparation of Bids
7
8. Language of Bid
8.1 The bid prepared by the Bidder, as well as all correspondence and
documents relating to the bid exchanged by the Bidder and the
Purchaser shall be written in the language specified in the Bid Data
Sheet. Supporting documents and printed literature furnished by the
Bidder may be in same language.
9. Documents9.1 The bid prepared by the Bidder shall comprise the following Comprising
components:
the Bid (a) a Bid Form and a Price Schedule completed in accordance with
ITB Clauses 10, 11, and 12;
(b) documentary evidence established in accordance with ITB Clause 13 that the Bidder is eligible to bid and is qualified to perform the
contract if its bid is accepted;
(c) documentary evidence established in accordance with ITB Clause 14 that the goods and ancillary services to be supplied by the
Bidder are eligible goods and services and conform to the bidding
documents; and
(d) bid security furnished in accordance with ITB Clause 15.
10. Bid Form10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a
brief description of the goods, their country of origin, quantity, and prices.
11. Bid Prices11.1 The Bidder shall indicate on the appropriate Price Schedule the unit prices (where applicable) and total bid price of the goods it proposes to supply under
the contract.
11.2 Prices indicated on the Price Schedule shall be delivered duty paid (DDP) prices.
11.4 The Bidder’s separation of price components in accordance with ITB
Clause 11.2 above will be solely for the purpose of facilitating the
comparison of bids by the Purchaser and will not in any way limit the
Purchaser’s right to contract on any of the terms offered.
11.5 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the contract and not subject to variation on any account,
unless otherwise specified in the Bid Data Sheet. A bid submitted with
an adjustable price quotation will be treated as nonresponsive and will
be rejected, pursuant to ITB Clause 24.
12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data Sheet.
13. Documents13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid,
8
Establishing documents establishing the Bidder’s eligibility to bid and its Bidder’s qualifications to perform the contract if its bid is accepted. Eligibility and
Qualification 13.2 The documentary evidence of the Bidder’s eligibility to bid shall
establish to the Purchaser’s satisfaction that the Bidder, at the time of
submission of its bid, is eligible as defined under ITB Clause 2.
13.3 The documentary evidence of the Bidder’s qualifications to perform the
contract if its bid is accepted shall establish to the Purchaser’s
satisfaction:
(a) that, in the case of a Bidder offering to supply goods under the contract which the Bidder did not manufacture or otherwise
produce, the Bidder has been duly authorized by the goods’ Manufacturer or producer to supply them in Pakistan;
(b) that the Bidder has the financial, technical, and production capability necessary to perform the contract;
(c) that, in the case of a Bidder not doing business within Pakistan, the Bidder is or will be (if awarded the contract) represented by an
Agent in that country equipped, and able to carry out the Supplier’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or
Technical Specifications; and
(d) that the Bidder meets the qualification criteria listed in the Bid Data Sheet.
14. Documents14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, Establishingdocuments establishing the eligibility and conformity to the bidding Goods’ documents of all goods and services which the Bidder proposes to
Eligibility and supply under the contract.
Conformity to
Bidding 14.2 The documentary evidence of the eligibility of the goods and services
Documents shall consist of a statement in the Price Schedule of the country of
origin of the goods and services offered which shall be confirmed by a
certificate of origin issued at the time of shipment.
14.3 The documentary evidence of conformity of the goods and services to
the bidding documents may be in the form of literature, drawings, and
data, and shall consist of:
(a) a detailed description of the essential technical and performance
characteristics of the goods;
(b) a list giving full particulars, including available sources and
current prices of spare parts, special tools, etc., necessary for the
proper and continuing functioning of the goods for a period to be
specified in the Bid Data Sheet, following commencement of the
9
use of the goods by the Purchaser; and
(c) an item-by-item commentary on the Purchaser’s Technical Specifications demonstrating substantial responsiveness of the
goods and services to those specifications, or a statement of
deviations and exceptions to the provisions of the Technical
Specifications.
14.4 For purposes of the commentary to be furnished pursuant to ITB Clause
14.3(c) above, the Bidder shall note that standards for workmanship,
material, and equipment, as well as references to brand names or
catalogue numbers designated by the Purchaser in its Technical
Specifications, are intended to be descriptive only and not restrictive.
The Bidder may substitute alternative standards, brand names, and/or
catalogue numbers in its bid, provided that it demonstrates to the
Purchaser’s satisfaction that the substitutions ensure substantial
equivalence to those designated in the Technical Specifications.
15. Bid Security15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a bid security in the amount specified in the Bid Data Sheet.
15.2 The bid security is required to protect the Purchaser against the risk of
Bidder’s conduct which would warrant the security’s forfeiture,
pursuant to ITB Clause 15.7.
15.3 The bid security shall be in Pak. Rupees and shall be in one of the
following forms:
(b) Bank call-deposit (CDR), Demand Draft (DD) or Pay Order (PO) valid for thirty (30) days beyond the validity of bid.
15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 will
be rejected by the Purchaser as nonresponsive, pursuant to ITB Clause
24.
15.5 Unsuccessful bidders’ bid security will be discharged or returned as
promptly as possible but not later than thirty (30) days after the
expiration of the period of bid validity prescribed by the Purchaser
pursuant to ITB Clause 16.
15.6 The successful Bidder’s bid security will be discharged upon the Bidder
signing the contract, pursuant to ITB Clause 32, and furnishing the
performance security, pursuant to ITB Clause 33.
15.7 The bid security may be forfeited:
(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or
(b) in the case of a successful Bidder, if the Bidder fails:
10
(i) to sign the contract in accordance with ITB Clause 32;
or
(ii) to furnish performance security in accordance with ITB
Clause 33.
16. Period of 16.1 Bids shall remain valid for the period specified in the Bid Data Sheet
Validity of after the date of bid opening prescribed by the Purchaser, pursuant to
Bids ITB Clause 19. A bid valid for a shorter period shall be rejected by the
Purchaser as nonresponsive.
16.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s
consent to an extension of the period of validity. The request and the
responses thereto shall be made in writing (or by email). The bid
security provided under ITB Clause 15 shall also be suitably extended.
A Bidder may refuse the request without forfeiting its bid security. A
Bidder granting the request will not be required nor permitted to modify
its bid, except as provided in ITB Clause 16.3.
16.3 In the case of fixed price contracts, if the award is delayed by a period
exceeding sixty (60) days beyond the expiry of the initial bid validity,
the contract price will be adjusted by a factor specified in the request for
extension.
17. Format and17.1 The Bidder shall prepare an original and the number of copies of the bid Signing of Bid indicated in the Bid Data Sheet, clearly marking each “ORIGINAL
BID” and “COPY OF BID,” as appropriate. In the event of any
discrepancy between them, the original shall govern.
17.2 The original and the copy or copies of the bid shall be typed or written
in indelible ink and shall be signed by the Bidder or a person or persons
duly authorized to bind the Bidder to the contract. All pages of the bid,
except for unamended printed literature, shall be initialed by the person
or persons signing the bid.
17.3 Any interlineation, erasures, or overwriting shall be valid only if they
are initialed by the person or persons signing the bid.
17.4 The Bidder shall furnish information as described in the Form of Bid on
commissions or gratuities, if any, paid or to be paid to agents relating to
this Bid, and to contract execution if the Bidder is awarded the contract.
D. Submission of Bids
18. Sealing and18.1 The Bidder shall seal the original and each copy of the bid in separate Marking of Bids
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope.
18.2 The inner and outer envelopes shall:
(a) be addressed to the Purchaser at the address given in the Bid Data
11
Sheet; and
(b) bear the title of procurement Activity indicated in the Bid Data Sheet, the Invitation for Bids (IFB) title and number indicated in
the Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE,”
to be completed with the time and the date specified in the Bid
Data Sheet, pursuant to ITB Clause 2.2.
18.3 The inner envelopes shall also indicate the name and address of the
Bidder to enable the bid to be returned unopened in case it is declared
“late”.
18.4 If the outer envelope is not sealed and marked as required by ITB Clause
18.2, the Purchaser will assume no responsibility for the bid’s
misplacement or premature opening.
19. Deadline for19.1 Bids must be received by the Purchaser at the address specified under Submission of
Bids
ITB Clause 18.2 no later than the time and date specified in the Bid
Data Sheet.
19.2 The Purchaser may, at its discretion, extend this deadline for the
submission of bids by amending the bidding documents in accordance
with ITB Clause 7, in which case all rights and obligations of the
Purchaser and bidders previously subject to the deadline will thereafter
be subject to the deadline as extended.
20. Late Bids20.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser pursuant to ITB Clause 19 will be rejected and
returned unopened to the Bidder.
21. Modification21.1 The Bidder may modify or withdraw its bid after the bid’s submission, and Withdrawal of Bids
provided that written notice of the modification, including substitution
or withdrawal of the bids, is received by the Purchaser prior to the
deadline prescribed for submission of bids.
21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of ITB Clause 18. A withdrawal notice may also be sent by email, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.
21.3 No bid may be modified after the deadline for submission of bids.
21.4 No bid may be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Bid Form. Withdrawal of a bid during
this interval may result in the Bidder’s forfeiture of its bid security,
pursuant to the ITB Clause 15.7.
E. Opening and Evaluation of Bids
12
22. Opening of 22.1 The Purchaser will open all bids in the presence of bidders’
Bids by the representatives who choose to attend, at the time, on the date, and at the
Purchaser place specified in the Bid Data Sheet. The bidders’ representatives who
are present shall sign an attendance sheet evidencing their presence.
22.2 The bidders’ names, bid modifications or withdrawals, bid prices,
discounts, and the presence or absence of requisite bid security and such
other details as the Purchaser, at its discretion, may consider
appropriate, will be announced at the opening. No bid shall be rejected
at bid opening, except for late bids, which shall be returned unopened to
the Bidder pursuant to ITB Clause 20.
22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not
opened and read out at bid opening shall not be considered further for
evaluation, irrespective of the circumstances. Withdrawn bids will be
returned unopened to the bidders.
22.4 The Purchaser will prepare minutes of the bid opening.
23. Clarification of 23.1 During evaluation of the bids, the Purchaser may, at its discretion, ask Bids
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.
24. Preliminary24.1 The Purchaser will examine the bids to determine whether they are Examination
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been
properly signed, and whether the bids are generally in order.
24.2 Arithmetical errors will 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 Supplier does not accept the
correction of the errors, its bid will be rejected, and its bid security may
be forfeited. If there is a discrepancy between words and figures, the
amount in words will prevail.
24.3 The Purchaser may waive any minor informality, nonconformity, or
irregularity in a bid which does not constitute a material deviation,
provided such waiver does not prejudice or affect the relative ranking of
any Bidder.
24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the Purchaser
will determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive
bid is one which conforms to all the terms and conditions of the bidding
documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid
Security (ITB Clause 15), Applicable Law (GCC Clause 30), and
Taxes and Duties (GCC Clause 32), will be deemed to be a material
13
deviation. The Purchaser’s determination of a bid’s responsiveness is to
be based on the contents of the bid itself without recourse to extrinsic
evidence.
24.5 If a bid is not substantially responsive, it will be rejected by the
Purchaser and may not subsequently be made responsive by the Bidder
by correction of the nonconformity.
25. Qualification25.1 In the absence of prequalification, the Purchaser will determine to its & Evaluationsatisfaction whether the Bidder is qualified to perform the contract of Bids satisfactorily, in accordance with the criteria listed in ITB Clause 13.3.
25.2 The determination will take into account the Bidder’s financial,
technical, and production capabilities. It will be based upon an
examination of the documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB Clause 13.3, as well as such
other information as the Purchaser deems necessary and appropriate.
25.3 The Purchaser will technically evaluate and compare the bids which
have been determined to be substantially responsive, pursuant to ITB
Clause 24, as per Technical Specifications required
25.4 The Purchaser’s financial evaluation of a bid will be on delivered duty paid (DDP) price inclusive of prevailing taxes and duties.
26. Contacting the 26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any Purchaser
matter relating to its bid, from the time of the bid opening to the time
evaluation report is made public i.e. 10 days before the contract is
awarded. If the Bidder wishes to bring additional information or has
grievance to the notice of the Purchaser, it should do so in writing.
26.2 Any effort by a Bidder to influence the Purchaser during bid evaluation, or bid comparison may result in the rejection of the Bidder’s bid.
F. Award of Contract
28. Award Criteria
28.1 Subject to ITB Clause 30, the Purchaser will award the contract to the
successful Bidder whose bid has been determined to be substantially
responsive and has been determined to be the lowest evaluated bid,
provided further that the Bidder is determined to be qualified to perform
the contract satisfactorily.
29. Purchaser’s29.1 The Purchaser reserves the right at the time of contract award to Right to Vary
Quantities at
Time of Award
increase or decrease, by the percentage indicated in the Bid Data Sheet,
the quantity of goods and services originally specified in the Schedule
of Requirements without any change in unit price or other terms and
conditions.
14
30. Purchaser’s30.1 The Purchaser reserves the right to accept or reject all bids, and to annul Right to
Accept or
Reject All Bids
the bidding process at any time prior to contract award, without thereby
incurring any liability to the Bidder or bidders or any obligation to
inform the Bidder or bidders of the grounds for the Purchaser’s action.
31. Notification of 31.1 Prior to the expiration of the period of bid validity, the Purchaser will Award notify the successful Bidder in writing by registered letter or by email,
to be confirmed in writing by registered letter, that its bid has been
accepted.
31.2 The notification of award will constitute the formation of the Contract.
31.3 Upon the successful Bidder’s furnishing of the performance security
pursuant to ITB Clause 33, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB
Clause 15.
32. Signing of32.1 At the same time as the Purchaser notifies the successful Bidder that its Contract bid has been accepted, the Purchaser will send the Bidder the Contract
Form provided in the bidding documents, incorporating all agreements
between the parties.
32.2 Within seven (07) days of receipt of the Contract Form, the successful
Bidder shall sign and date the contract and return it to the Purchaser.
33 Performance 33.1 Within fourteen days of the receipt of notification of award from the
Security Purchaser, the successful Bidder shall furnish the performance security
(where applicable) in accordance with the Conditions of Contract, in
the Performance Security Form provided in the bidding documents, or
in another form acceptable to the Purchaser.
33.2 Failure of the successful Bidder to comply with the requirement of ITB
Clause 32 or ITB Clause 33.1 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the bid security, in which event
the Purchaser may make the award to the next lowest evaluated Bidder
or call for new bids.
34. Corrupt or34.1 The Procuring Agency requires that Bidders, Suppliers, and Contractors Fraudulent
Practices
observe the highest standard of ethics during the procurement and
execution of contracts. For the purposes of this provision, the terms set
forth below are defined as follows:
(i) “corrupt practice” means the offering, giving, receiving
or soliciting of anything of value to influence the action
of a public official in the procurement process or in
contract execution; and
(ii) “fraudulent practice” means a misrepresentation of
facts in order to influence a procurement process or the
execution of a contract to the detriment of the
15
Procuring Agency,
(iii) “collusive practice” is an arrangement among bidders (prior to or after bid submission) designed to establish
bid prices at artificial, non-competitive levels for any
wrongful gains, and to deprive the Procuring Agency
of the benefits of free and open competition;
(b) The Procuring Agency will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the
contract in question;
(c) The Procuring Agency will sanction a firm, in accordance with
prevailing Blacklisting procedures under Punjab Procurement
Rules 2014, if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or
in executing, a Bank-financed contract.
34.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause
5.4 and sub-clause 24.1 of the General Conditions of Contract.
16
Part-I
Section II. Bid Data Sheet
The following specific data for the goods to be procured shall complement, supplement, or amend the
provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a conflict, the provisions
herein shall prevail over those in ITB.
Introduction
ITB 1.1 Name of Procuring Agency: Chief Executive Officer, District Education
Authority, Mianwali.
ITB 1.1 Name of Project: “Rehabilitation & Revitalization of School IT & Science Labs”
ITB 1.1 Name of Contract: Procurement of IT Makers Space, Electrical and Science Lab
Equipment
ITB 4.1 Name of Purchaser: Chief Executive Officer, District Education Authority, School Education Department District Mianwali
ITB 6.1 For clarification purposes, the Employer’s address is:
Chief Executive Officer
District Education Authority, Mianwali
Phone: 045-9920207
Requests for clarification shall be received by the Employer no Later than by
____________ 2020.
ITB 8.1 Language of the bid – English
Bid Price and Currency
ITB 11.2 The price quoted shall be Delivered Duty Paid (DDP) at the following schools in accordance with the Schedule of Requirements including the delivery charges
detail of delivery stations mentioned at (Annex-A)
ITB 11.5 The price shall be in Pak Rupees and shall be fixed.
Preparation and Submission of Bids
ITB 13.2 a. NTN and GST / PRA Registration.
ITB 13.3 (b) a)
Audited Balance Sheet or Bank Statement or Bank Letter or FBR document for the last 2 financial years (From July 2018 - June 2020) showing average turnover equivalent or more than the amount of lot being bid for.
b) Bank Statement for the last 2 financial years, with Bank Maintenance
Letter (up to June 2020)
ITB 13.3 (d) Qualification requirements: In addition to ITB 13.1, ITB 13.2, and ITB 13.3 (b), the potential bidder must also fulfill the following:-
a) Min. 03 (Three) PO / Work orders/Contracts (copies) in last 5 years of similar
nature having accumulative value equivalent to estimated lot amount mentioned
in the tender.
b) Affidavit Rs. 50 Stamp paper that firm is not black listed by any Govt. Department.
17
ITB 14.3 (b) N/A
ITB 15.1 Amount of Bid Security:
Bid Security is 2% of the Estimated Cost
Lot # Item Bid Security
1 Electric Equipment 64,104/-
2 Air Conditioners 104,139/-
3 Makers Space IT Lab 235,914/-
Note:
i. Bid Security must be attached with Technical Proposal.
Bids shall be in the prescribed format, sealed and accompanied by the Bid
Security in the form of Call Deposit, Bank Draft, or Pay Order in favor of Chief
Executive Officer, District Education Authority, Mianwali having its validity 90
days from the date of opening of bid.
ITB 16.1 Bid Validity Period: (90) days after the date of opening of bid.
ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids must be
accompanied by unit price and total price.
ITB 18.2 (a) Address for Bid Submission:
Office of Chief Executive
Officer,
District Education Authority, Mianwali
Phone: 045-9920207
ITB 18.2 (b) IFB Title and Number: ________________________
ITB 19.1 Deadline for Bid Submission: __24.10.2020_ till 11:00 AM
ITB 22.1 Time, Date, and Place for Bid Opening: 24.10.2020 at 11:30 AM as
per address mentioned above.
Bid Evaluation
ITB 25.3 Criteria for bid evaluation: Lot wise Technically Responsive Lowest
Delivered Duty Paid (DDP) Price offered by the qualified responsive
bidder.
Contract Award
ITB 29.1 Percentage for quantity increase or decrease:
05% to 10 % of total contract value
18
Part-I
Section III. Schedule of Requirements
The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of
delivery required.
TABLE 1: DELIVERY SCHEDULE
Delivery Period
Lot# Item Description Location Qty from the date of
Notification of Award
1 Electric Equipment
2 1.5 Ton Inverter Air
Conditioner
Annex-A
6-8 weeks
3 Makers Space IT Lab
Note. The above equipment shall be delivered at the schools identified by the client detail at
Annex-A complete in all respects with installation, testing & commissioning.
19
Part-I
Section IV. Technical Specifications Note: Technical Brochures must be attached (if any)
Lot-1
Electric Equipment
Items Sr# Name of Item Specifications
1 Ceiling Fan
Size 56" with Copper Winding, White Color and one year
warranty and installation on sites
2 Bracket Fan
Size 18" with copper winding, White Color and one year
Electric warranty and installation on sites
Equipment 3 Light Bulb
SMD Bulb 25 watts, screw type (Philips, Osaka, Orient or
equivalent) with one year warranty
4 Electric Switch Board
Locally fabricated switch board with 4 sockets and switches with 1.5 feet 7/29 wire for making connection
Lot-2
1.5 Ton Air Conditioners (Inverter)
Sr# Name of Item Specifications
Split Air Conditioner,
Air Conditioner 1.5 ton BTU cooling capacity 18000, Efficient air throw, remote control, DC
inverter based Compressor, low voltage startup, (Inverter)
1 Eco-friendly refrigerant, Energy efficient class, One Year AC and Minimum
energy saving technology, auto voltage adaptation 3 Years compressor warranty
160V-260V, Must capable to work at 50C environment temperature,
Standard installation kit with outdoor unit mounting.
Lot-3
IT Lab Makers Spaces
Detail of Kits for Each School
Sr. Kit Qty
1 Arduino Kit 9
2 Special Modules & Sensors Kit 1
3
Raspberry pi Kit 1
4 Robotic Car Kit 7
5
Robotic Arm Kit 1
6 Additional Supplies Kit 1
Wall Mounted Cabinet
Length 4’ x Depth 1.25' x Height 1’
Hinged Door x2
7
Locks x 2
2
Handles x2
Made with high quality laminated board
(brown colour) complete in all respect
With installation at site
20
ARDUINO BASICS KIT
Sr. Item(s) Image Item Details Qty Microcontroller ATmega328P DIP
ATMEGA32u4 USB Convertor
Operating Voltage 5V
Input Voltage 7-12V
Input Voltage (limit) 6-20V
Digital I/O Pins 14
1 Arduino UNO
PWM Digital I/O Pins 6
1
Analog Input Pins 6
R3
Flash Memory 32 KB (ATmega328P) of which
0.5 KB used by bootloader
SRAM 2 KB (ATmega328P)
EEPROM 1 KB
Clock Speed 16 MHz
LED_BUILTIN 13
USB 2.0 Cable Type A/B
Shielded
2 Arduino Cable Heavy Duty
1 Connect Arduino Uno or any board with the USB
female A port of your computer.
Arduino Uno Enclosure - Clear Plastic
The enclosure provides slots to access each header,
USB port, power jack, the reset button, AREF and
ICSP connectors, as well as feet and vents to ensure
Arduino UNO
the board gets proper cooling and slide-in wall
3
mounting slots.
1 Case
All of the status LEDs on the Uno are visible through
the case thanks to light pipes embedded in the design.
High quality switching 'wall wart' AC to DC 9V
1000mA wall power supply manufactured specifically
for Electronics. These are switch mode power
supplies which mean the output is regulated to 9V
4 Power and the capable output current is much higher
1 Adaptor
(1000mA!).
These will power most projects that don't require
more than 1000mA of current.
Works with most devices that use a 9V adaptor and
less than 1A of power.
Model: MB-102
Dimension: 16.7 x 5.7 x 1cm
Tie Points: 830 tie points (consists of: 630 tie-point
terminal strip, 200 tie-point distribution strips)
Matrix: 126 separate 5 point terminals, plus 4
5 Prototyping horizontal bus lines (Power Lines) of 50 test points
1 Board
each
Wire size: Suitable for 20~29 AWG
(0.3mm~0.8mm) wires
21
5mm Diffused
1.8-2.2VDC forward drop
6 LED Red 5mm Max current: 20mA
5 Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
5mm Diffused
1.8-2.2VDC forward drop
7 LED Green Max current: 20mA
5 5mm
Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
5mm Diffused
1.8-2.2VDC forward drop
8 LED Blue Max current: 20mA
5
Suggested using current: 16-18mA 5mm
Luminous Intensity: 150-200 mcd
220 Ohm Resistance
10pcs pack
RESISTOR 1/4 Watt 9 220R (10 Pcs PTH 1
Pack) Thick Leads
Tolerance: +/-5 ohms
1 kilo Ohm Resistance
10pcs pack
RESISTOR 1/4 Watt
10 1K (10 Pcs PTH 1
Pack) Thick Leads
Tolerance: +/-5 ohms
10 kilo Ohm Resistance
10pcs pack
RESISTOR 1/4 Watt
11 10K (10 Pcs PTH 1
Pack) Thick Leads
Tolerance: +/-5 ohms
65 Pcs Pack
Length:
25 cm x 4 Pcs
20 cm x 4 Pcs
Jumper Wire:
15 cm x 8 Pcs
10 cm x 49 Pcs
Male to Male
12
1 Bundle
0.1" male header contacts on both ends
65 Pcs
Standard 0.1" (2.54mm) spacing when placed next to
each other
Wire Colors: brown, red, orange, yellow, green, blue,
purple, grey, white, black
Gauge: 28 AWG (0.0126”)
10 Pcs Pack
Length: 30cm
0.1" Female header contacts on one end, 0.1" male
Jumper Wire: header contacts on other end
13 Male to Standard 0.1" (2.54mm) spacing when placed next to
1 Female strip
each other
10 Pcs Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
1x Rotary Potentiometer - 50k Ohm, Logarithmic
1x Mounting Nut
1x Washer
Electrical Characteristics
Taper: Linear, audio
Standard Resistance Range: 1K - 10K ohms
Standard Resistance Tolerance: ±20 % Residual
Resistance: 1 % max.
14 Potentiometer Environmental Characteristics
1 50k
Operating Temperature ...-10 °C to +50 °C Power
Rating Linear: 0.2 watt
Dual Section: 0.125 watt
Audio: 0.1 watt
Dual Section: 0.06 watt
Maximum Operating Voltage
Linear : 200 V
Audio: 150 V
Sliding Noise: 47 mV max
22
Rated Voltage: 6V DC
Operating Voltage: 4-8V DC
Rated current:
23
This is a high quality, 4- digit 7-segment display - red
in color. It has a common cathode. The display
features one decimal point per digit, and individually
controllable apostrophe and colon points.
Four digital
The LEDs have a forward voltage of 2.1VDC and a 23
max forward current of 20mA. The hardware 1 tube
interface is sixteen (two rows of eight) through- hole
pins.
Dimensions: Overall Display: 40.18 x 12.8 mm (1.58 x 0.50")
Digit Height: 10mm (0.39")
Common Cathode, 14.2mm, Red
Digit Size: 14.2mm x 8.1mm
Current consumption : 30mA / segment
24 One digital Peak current : 70mA
1 tube
Reverse Voltage: 3V Operating Temperature: - 25°C to +85°C
28BYJ-48
With Driver Module ULN2003
64 steps per rotation (5.625 degrees per step)
5V Stepper
Diameter: 28mm
Length: 274mm
motor 25
Shaft Size: 5mm diameter x 8mm long 1 with ULN2003
Mounting Hole Distance: 32mm center to center
Driver Module Mount Hole Diameter: 4mm
Servo MG90S (Metal gear)
Maximum Rotation: 0° - 180°
Weight: 13.4g
Dimension: 22.8×12.2×28.5mm
Stall torque: 1.8kg/cm (4.8V); 2.2kg/cm (6.6V)
Operating speed: 0.10sec/60 degree (4.8V);
26 Servo MG90S 0.08sec/60 degree (6.0V)
1 Operating voltage: 4.8V
Temperature range: 0 °C -55 °C
Dead band width: 1us
Power Supply: Through External Adapter
servo wire length: 25 cm
Servo Plug: JR (Fits JR and Futaba)
3 Servo Plastic Arms & 3 screws included
16x2 Blue, Backlight
I2C breakout Module for LCD (soldered)
LED is 16-Character 2- Line, blue Screen and
white Character (STN Negative Blue)
Be I2C- Bus Interface that can connect 8 devices
27 LCD1602 IIC together in the same bus (setup different Address)
1 I2C Supply voltage: 5V
Interface:I2C/TWI x1,Gadgeteer interface x2
Adjustable contrast
Size: 80x36x20mmz(3.1x1.4x0.7in)
KY- 015
Operating Voltage: 3.5V to 5.5V
Operating current: 0.3mA (measuring) 60uA
DHT11 Digital (standby)
Output: Serial data
Temperature
28
Temperature Range: 0°C to 50°C 1 and Humidity
Humidity Range: 20% to 90%
Sensor
Resolution: Temperature and Humidity both are 16-
bit
Accuracy: ±1°C and ±1%
Water sensor brick is designed for water detection,
which can be widely used in sensing the rainfall, water
level, even the liquate leakage. The brick is mainly
Water level
comprised of three parts: An Electronic brick
connector, a 1 M resistor, and several lines of bare
29 measurement 1
conducting wires. module
RFID Card Inductive Module with Key Chain
Specifications: Current :13- 26mA / DC 3.3V Idle Current :10-13mA / DC 3.3V
Sleep current:
24
5V Relay interface board,
Equiped with high-current relay, AC250V 10A ;
DC30V 10A
Standard interface that can be controlled directly by
Single Channel microcontroller (Arduino , 8051, AVR, PIC, DSP, 32 Relay module ARM, ARM, MSP430, TTL logic) 1
Comes with on board LED Indicator
PCB a single panel, size: 42mm * 24mm *
12mm(max)
Colour: green (as the picture shows)
with 4 holes, about 3.1mm in diameter
genuine spare battery for the celestial sphere
CR2032, Voltage 3V, current is 260mAh, non-
rechargeable batteries.
Crystal 32.768KHz, matching capacitance 6pF, size
2 * 6mm
33 RTC Module
DS1302 made large 8-pin DIP chip, chip, IC Block
1 below for easy replacement and plug the chip
module operating voltage compatible 3.3V/5V, 5V
and 3.3V microcontrollers can be connected with
Operating temperature: 0-- 70
VCC and GND must not be reversed, or it will burn
the chip
51 MCU P0 port requires a pull-up if your single-
chip pull-up resistor is not connected, you can port
the data cable to the other
The 4x4 Keypad features 16 push buttons arranged
as 4x4. It contains high quality pcb with on board 16
push buttons.
34 4x4 Matrix
1 Keyboard
KY-016
5mm RGB crystal LED
RGB LED module consists of a plug-in full color
LED made by R, G, B three pin PWM voltage input
can be adjusted section three primary colors
(red/blue/green) strength in order to achieve full color
RGB Three
mixing effect. Control of the module with the Arduino
35
can be achieved cool lighting effects. 1 Color Module
Features: RGB trichromatic limiting resistor to prevent burnout
PWM adjusted color mixing
Working voltage: 5V
LED drive mode: Common cathode driver
Breadboard Power Supply Module
Breadboard power supply module, with 5 V, 3.3 V
output voltages
Apply to any Standard breadboard
Input voltage: 6.5-12 V (DC) or 5V USB power
supply
Output voltage: 3.3V and 5V can switch over
Maximum output current:
25
LED Display Module MAX 7219 Dot Matrix for
Arduino
Features:
Model:MAX7219
Can drive an 8 x 8 common cathode lattice
Module with input and output interfaces, supports
multiple modules cascade
The left of the module has an input port and the right
an output port
The control of a single module, simply input port to the
CPU
Multiple modules cascade input termination CPU, 2
Dot Matrix output termination module, a module of the input of the
39 8x8 input terminal, the output terminal of the first two 1
MAX7219 modules of the first three modules, and so on Specifications:
Operating voltage: 5V
With four screws hole(diameter: 3 mm)
For example 51 MCU:
VCC - 5V
GND - GND
DIN - P22
CS - P21
CLK - P20
Size of the borad: 5 x 3.2 cm
Net weight:17 g
Color:As shown in the pictures
1N4007
Rectifier Diode
IN4001
Low Forward Voltage Drop
40
High surge Current Capability 2 Rectifier Diode
2N2222 NPN
Collector−Emitter Voltage 40 Vdc Collector−Base
Voltage 75 Vdc
Emitter−Base Voltage 6.0 Vdc
Transistor
Collector Current − Continuous IC 600 mAdc
41
Total Device Dissipation @ TA = 25°C 2 2n2222 NPN
Derate above 25°C PD 625 5.0 mW mW/°C
Total Device Dissipation @ TC = 25°C
Derate above 25°C PD 1.5 12 W mW/°C
Operating and Storage Junction Temperature Range
TJ, Tstg −55 to +150 °C
GY-61 - Analog acceleration sensor module using
ADXL335
Pin Description: 1 VCC power supply range of 3-5v
2 X_OUT X-axis output
ADXL335
3 Y_OUT Y-axis output
4 Z_OUT Z-axis output
Analog
42
5 GND Ground 1 Accelerometer
Module Parameter Description
3 ~ 5 V power supply
400uA supply current
Analog output communication interface
Operating Temperature -40 ° ~ 85 °
Dimensions (L * W * H) 15.7mm × 20.3mm ×
11.6mm
F240/G235
Double-layer anti-fall activity parts box
Size: length 234* width 168* height 62mm
43 Component Material: transparent PP
1 Features: waterproof, anti-UV, anti-corrosion, Box
internal box detachable
No. of Items in Kit 31
26
SENSORS KIT
Sr. Item(s) Item Details / Specifications Qty KY-006
Small passive
The Buzzer Module consists of a passive piezoelectric
1
buzzer, it can generate tones between 1.5 to 2.5 kHz by 1 buzzer module
switching it on and off at different frequencies either
using delays or PWM.
KY-031
The knock sensor, detects the knocks and the taps. It
2 Knock sensor can work like a switch. The sensor sends data
1 module
momentarily to the board. To keep the LED on, the
button state change codes should be used. So the
sensor will work as a switch.
SW-420
The default state of the swith is close
Vibration switch Digital output
3
Supply voltage:3.3V-5V 1 module
On-board indicator LED to show the results
On-board LM393 chip
Dimension of the board: 3.2cm x 1.4cm
KY-009
RGB LED SMD
RGB Full Color LED SMD Module consists of a 5050
4
SMD LED, use with limiting resistors to prevent 1 module
burnout. Compatible with popular electronics platforms
like Arduino, Raspberry Pi and ESP8266.
KY-005
Infrared The Infrared Transmitter Module consists of just a 5mm
5 Transmitter IR LED. It works together with the Compatible with 1 Module popular electronics platforms like Arduino, Teensy,
Raspberry Pi and ESP8266.
KY-017
Mercury open
This module consists of a mercury switch, a 680Ω
6
resistor and an LED that will light up when tilt is 1 optical module
detected. The mercury ball will open/close the circuit
when the module is rotated.
Automatic KY-034 7 flashing colorful Voltage range: 3.3V - 5V 1
LED module 5MM 7-colour LED
KY-021
8 Mini magnetic Arduino magnetic reed switch module Keyes. A reed
1 reed modules
switch is a magnetic sensor that is normally open and
gets closed when exposed to a magnetic field.
27
KY-003
Hall Magnetic Sensor consists of a 3144EUA-S
9 Hall magnetic sensitive Hall-effect switch for high-temperature
1 sensor module
operation, a 680Ω resistor and a LED. Compatible with
popular electronics platforms like Arduino and
Raspberry Pi.
KY-040 With Cap
Rotary encoder
rotary encoder is a rotary input device (as in knob) that
10
provides an indication of how much the knob has been 1 module
rotated AND what direction it is rotating in. It’s a great
device for stepper and servo motor control. You could
also use it to control devices like digital potentiometers.
11 Speed Sensor IR Infrared Slotted Optical Speed Measuring Sensor
2 Detection Optocoupler Module
KY-039
12 Detect the This project uses bright infrared (IR) LED and a
1 heartbeat module
phototransistor to detect the pulse of the finger, a red
LED flashes with each pulse
KY-008
13 Laser sensor Laser transmitter module consists of 650nm red laser
1 module
diode head and a resistor. Handle with caution, do not
look directly into the laser head.
KY-001
14 Temperature Temperature Sensor Module consists of a DS18B20
1 sensor module
single-bus digital temperature sensor, an LED and a
resistor.
KY-026
Flame Sensor Module consist of a 5mm infrared
15 Flame sensor receiver LED, a LM393 dual differential comparator a
1 module
3296W trimmer potentiometer, six resistors and two
indicator LEDs. The board features an analog and a
digital output.
KY-023
Joystick module consists of two 10k potentiometers
16 XY-axis joystick perpendicularly positioned to control the X and Y axis
1 module
by changing the resistance when the joystick is moved.
A push button is activated when the joystick is pushed
down the Z axis.
Arduino UNO Ethernet Sheild Operating voltage 5V (supplied from the Arduino
Board)
Ethernet Controller: W5100 with internal 16K buffer Connection speed: 10/100Mb Connection with Arduino
on SPI port
17 Ethernet Shield IEEE802.3af compliant 1 Low output ripple and noise (100 mVpp) Input voltage range 36V to 57V Overload and short-
circuit protection
9V Output
High efficiency DC/DC converter: typ 75% @ 50% load 1500V isolation (input to output)
28
Standalone GPS receiver 9600 baud (default setting; can be changed)
3.3V Device
3.3V TTL IOs; (FYI, the TX 3.3V ‘high’ state will be
sufficient to drive normal 5V
microcontroller TTL inputs without additional
hardware)
Onboard LED which flashes to indicate lock
U-blox NEO-6M GPS module
Under 1 second time-to-first-fix for hot and aided starts
Indoor GPS: -162 dBm tracking sensitivity
18 GPS Module Anti-jamming technology
1 Support SBAS (WAAS, EGNOS, MSAS, GAGAN)
U-blox 6 50 channel positioning engine with over 2
million effective correlators
Timepulse
5Hz position update rate
Operating temperature range: -40 TO 85°C
UART TTL socket
EEprom to store settings
Mounting Hole: 3mm
Module size: 23mm x 30mm
Antenna size: 25mm x 25mm
Cable Length: 50mm
Microcontroller: Tensilica 32-bit RISC CPU Xtensa LX106
Operating Voltage: 3.3V
Input Voltage: 7-12V
Digital I/O Pins (DIO): 16
Analog Input Pins (ADC): 1
UARTs: 1
19 Node MCU SPIs: 1
1 I2Cs: 1
Flash Memory: 4 MB
SRAM: 64 KB
Clock Speed: 80 Mhz
Wi-Fi: IEEE 802.11 b/g/n:
Integrated TR switch, balun, LNA, power amplifier and
matching network
WEP or WPA/WPA2 authentication, or open networks
Size 25 × 24 × 9 mm Weight: 3g
Still resolution: 5 Megapixels
Video modes: 1080p30, 720p60 and 640 × 480p60/90
Linux integration: V4L2 driver available
Sensor: OmniVision OV5647
Sensor resolution: 2592 × 1944 pixels
20 Pi CAM Sensor image area: 3.76 × 2.74 mm
1 Pixel size: 1.4 µm × 1.4 µm
Optical size: 1/4"Full-frame SLR lens equivalent: 35 mm
S/N ratio: 36 dB
Dynamic range: 67 dB @ 8x gain Sensitivity: 680 mV/lux-
sec
Dark current: 16 mV/sec @ 60 C
Fixed focus: 1 m to infinity
Focal ratio (F-Stop):2.9
F240/G235
Double-layer anti-fall activity parts box
21 Component Box Size: length 234* width 168* height 62mm
1 Material: transparent PP
Features: waterproof, anti-UV, anti-corrosion, internal
box detachable
No. of Items in Kit 22
29
RASPBERRY PI KIT
Sr. Item(s) Item Details / Specifications Qty roadcom BCM2711, Quad core Cortex-A72 (ARM v8) 64-
bit SoC @ 1.5GHz
1GB SDRAM
2.4 GHz and 5.0 GHz IEEE 802.11ac wireless, Bluetooth
5.0, BLE
Gigabit Ethernet
2 USB 3.0 ports; 2 USB 2.0 ports.
Raspberry Pi standard 40 pin GPIO header (fully
backwards compatible with previous boards)
2 × micro-HDMI ports (up to 4kp60 supported)
2-lane MIPI DSI display port
1 Raspberry Pi 4 Model B 2-lane MIPI CSI camera port
1 4-pole stereo audio and composite video port
H.265 (4kp60 decode), H264 (1080p60 decode, 1080p30
encode)
OpenGL ES 3.0 graphics
Micro-SD card slot for loading operating system and data
storage
5V DC via USB-C connector (minimum 3A*)
5V DC via GPIO header (minimum 3A*)
Power over Ethernet (PoE) enabled (requires separate
PoE HAT)
Operating temperature: 0 – 50 degrees C ambient
The official Raspberry Pi case for Raspberry Pi 4
High-quality, two-part ABS construction
2 Pi Case Cut-outs for the dual micro HDMI, Audio/Video, USB
1 and Ethernet ports, as well as the USB-C power
connector and access to the microSD card.
Micro HDMI to VGA
micro HDMI to VGA Female Video Adapter Cable, 1 end 3
connector: HDMI Male, 2nd end connector: VGA Female, 1
Cable
Audio Support, Resolution:Up to 1920x1080
Class 10 Original
Sandisk Class 10 Micro SD card preinstalled with the
NOOBS Raspberry Pi operating system. Perfect for both
the Raspberry Pi 4 Model B , Raspberry Pi 3 or
Raspberry Pi Zero W
Details
4 NOOBS Sd Card This is the hard drive and operating system for your
1 16 GB
Raspberry Pi
Extended partition to make full use of the SD card
Ready to use – plug it in and you're ready to go
Only the most current stable release of the operating
system will be used
High quality MicroSD card
Compatible with USB1.1/2.
Powered by USB connection cable.
No external power required.
Fully plug and play.
High speed data transfer.
Convenient for carrying.
Support hot-swapping.
5 SD Card Reader Directly in the reader quick and edit the file. 1
Specification
Support : win 98/2000/xp/mac os. Model No : CR-03.
Support for TF card, micro SD card, micro MMC card
High transfer rate of up to 480Mbps.
The official Raspberry Pi USB-C 15.3W power supply. Built specifically for the Raspberry Pi 4 Model B
6 Adapter 5V 3A European 2-Pin plug 5.1V 3A output provides all the
1
power your Raspberry Pi 4 Model B will need
F240/G235 Double-layer anti-fall activity parts box
7 Component Box Size: length 234* width 168* height 62mm
1 Material: transparent PP
Features: waterproof, anti-UV, anti-corrosion, internal box
detachable
No. of Items in Kit 7
30
ROBOTIC CAR KIT
Sr. Item(s) Item Details / Specifications Qty
Microcontroller ATmega328P DIP ATMEGA32u4 USB Convertor
Operating Voltage 5V
Input Voltage 7-12V
Input Voltage (limit) 6-20V
Digital I/O Pins 14
1 Arduino UNO R3 PWM Digital I/O Pins 6
1 Analog Input Pins
6
Flash Memory 32 KB (ATmega328P)
of which 0.5 KB used by bootloader
SRAM 2 KB (ATmega328P)
EEPROM 1 KB
Clock Speed 16 MHz
LED_BUILTIN 13
USB 2.0 Cable Type A/B
Shielded
2 Arduino Cable
Heavy Duty
1 Connect Arduino Uno or any board with the USB female A port of your computer.
Arduino Uno Enclosure - Clear Plastic
The enclosure provides slots to access
each header, USB port, power jack, the
reset button, AREF and ICSP connectors,
3 Arduino UNO Case 0 as well as feet and vents to ensure the
1 board gets proper cooling and slide-in wall
mounting slots.
All of the status LEDs on the Uno are
visible through the case thanks to light pipes embedded in the design.
Li-ion Cell 18560 Frame size: 9V Block
Dimensions (L x B x H mm): 26,2 x 15,2 x
48,5
Weight (g): 40.0
Electrochemical System: Nickel-Metal
4 Hybrid 3
Capacity: 200mAh
Nominal Voltage: 8.4V
Jacket: Plastic
Int. Frame size to IEC: HR6F22
18650 Li-ion 3 Cell Wire ends stripped and tinned
Holder Battery Connector Dimensions: 28mm
(1.1") length x 15.8mm (0.6") width x
5 6.3mm (0.24") height
1 Total Length: 18cm (7")
Wire Length: 15cm (5.9")
Prototyping Board 400 Point Solderless PCB
Half size Breadboard – 400 Tie Points
This is a half size breadboard with 400 tie
points, it is half the length of the standard
size breadboard
6 20-29 AWG (0.3-0.8mm) wire. 1 55mm x 85mm x 10mm
Weight: 40 grams
Bluetooth Bluetooth
HC 05
Typical -80dBm
sensitivity Up to +4dBm
RF transmit power
Low Power 1.8V Operation
7 1.8 to 3.6V 1 I/O PIO control
UART interface with programmable baud
rate
With integrated antenna
With edge connector
Switch This single-pole, double-throw (SPDT)
rocker switch makes a great on/off power
switch. It is rated for 10 A at 125 VAC and
8 6 A at 250 VAC. 1
IN4001 Rectifier 1N4007
Diode Rectifier Diode
Low Forward Voltage Drop
9 0 High surge Current Capability 2
31
Capcitor 4700uF Polar capacitor
4700uF
10 16V
2 Radial
Sensor: Ultrasonic HC-SR04
Distance Working Voltage: DC 5 V
Working Current: 15mA
Working Frequency: 40Hz
Max Range: 4m
11 Min Range: 2cm 3
Measuring Angle: 15 degree
Trigger Input Signal: 10uS TTL pulse Echo
Output Signal: Input TTL signal and the range in
proportion Dimension: 45*20*15mm
Line Follower Sensor TCRT5000 Module
IR sensor with transistor output
Operating Voltage: 5V
12 Diode forward Current: 60mA
3 Output: Analog or digital data
Transistor collector current: 100mA (maximum)
Operating temperature: -25°C to +85°C
Dual Motor Driver Input Voltage: 3.2V~40Vdc
Module Driver: L298N Dual H Bridge DC Motor Driver
Power Supply: DC 5 V - 35 V
Peak current: 2 Amps
Operating current range: 0 ~ 36mA
Control signal input voltage range: Low: -0.3V ≤
Vin ≤ 1.5V
High: 2.3V ≤ Vin ≤ Vss
Enable signal input voltage range:
13 Low: -0.3 ≤ Vin ≤ 1.5V (control signal is invalid)
1 High: 2.3V ≤ Vin ≤ Vss (control signal active)
Maximum power consumption: 20W (when the
temperature T = 75 °C).
Storage temperature: -25 °C ~ +130 °C
On-board +5V regulated Output supply (supply
to controller board i.e. Arduino)
Size: 3.4cm x 4.3cm x 2.7cm
10 Pcs Pack
Length: 30cm
0.1" Female header contacts on one end, 0.1"
male header contacts on other end
Jumper Wire: Male to Standard 0.1" (2.54mm) spacing when placed
14 Female strip 0 next to each other 1
10 Pcs Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
Jumper Wire: Male to 65 Pcs Pack
Male Bundle Length:
65 Pcs 25 cm x 4 Pcs
20 cm x 4 Pcs
15 cm x 8 Pcs
10 cm x 49 Pcs
15 0 1
0.1" male header contacts on both ends
Standard 0.1" (2.54mm) spacing when placed
next to each other
Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
Robot Chassis 1 x Car Chassis
2 x Gear Motor
2 x Car Tire
Tyre Diameter: 6.6cm
2 x Fastener
1 x Universal Wheel
16 1 x 4-AAcell holder 1
2 x 20 slot Speed Encoder
Minimum Thickness of car chasis: 3mm
All parts as showin in picture
All Necessary Screws And Nuts
Ultrasonic sensor L Shaped
Mounts 3mm Acrylic
Mount for Ultrasonic distance sensor
17 3
Nut Bolts 3mm Diameter
1 Inch Length
18 6
Component Box Capacity: 7.9L / 267.13oz / 33.39cups
Length: 323mm / 12.72in
Width: 245mm / 9.65in
19 Height: 137mm / 5.39in
1 Hinged clips lock
Stackable
Clear Plastic
No. of Items in Kit 34
32
ROBOTIC ARM KIT
Sr. Item(s) Item Details / Specifications Qty Microcontroller ATmega328P DIP
ATMEGA32u4 USB Convertor
Operating Voltage 5V Input Voltage 7-12V
Input Voltage (limit) 6-20V
Digital I/O Pins 14
1 Arduino UNO R3 PWM Digital I/O Pins 6
1 Analog Input Pins 6
Flash Memory 32 KB (ATmega328P) of
which 0.5 KB used by bootloader
SRAM 2 KB (ATmega328P) EEPROM 1 KB
Clock Speed 16 MHz LED_BUILTIN 13
USB 2.0 Cable Type A/B
Shielded 2 Arduino Cable Heavy Duty 1
Connect Arduino Uno or any board with the USB
female A port of your computer.
Arduino Uno Enclosure - Clear Plastic
The enclosure provides slots to access each header,
USB port, power jack, the reset button, AREF
and ICSP connectors, as well as feet and vents to 3 Arduino UNO Case ensure the board gets proper cooling and slide-in 1
wall mounting slots.
All of the status LEDs on the Uno are visible
through the case thanks to light pipes embedded in
the design.
9V 3A High quality switching 'wall wart' AC to DC 9V
3000mA A wall power supply manufactured specifically for
Electronics. These are switch mode power supplies
4 Power Adapter (9V which mean the output is regulated to 9V and the
1 3A)
capable output current is much higher (3000mA!).
These will power most projects that don't require
more than 1000mA of current.
Works with most devices that use a 9V adaptor
and less than 3A of power.
400 Point Solderless PCB Half size Breadboard – 400 Tie Points This is a half size breadboard with 400 tie points, it
5 Prototyping Board 0 is half the length of the standard size breadboard
1 20-29 AWG (0.3-0.8mm) wire.
55mm x 85mm x 10mm Weight: 40 grams
This single-pole, double-throw (SPDT) rocker 6 Switch switch makes a great on/off power switch. It is 1
rated for 10 A at 125 VAC and 6 A at 250 VAC.
Directional movements are simply two potentiometers - one for each axis Compatible with Arduino interface
The biaxial XY Joystick Module KY-023 applies
ARDUINO
Dimensions: 1.57 in x 1.02 in x 1.26 in 7 Joystick Module (4.0 cm x 2.6 cm x 3.2 cm) 1
Pins
1. GND: ground
2. +5V: 5V DC 3. VRx: voltage proportional to x position
4. VRy: voltage proportional to y position
5. SW: switch pushbutton
10 Pcs Pack
Length: 30cm
0.1" Female header contacts on one end, 0.1" male Jumper Wire: Male to header contacts on other end
8 Female strip Standard 0.1" (2.54mm) spacing when placed next 1
10 Pcs to each other
Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”) 65 Pcs Pack
Length:
25 cm x 4 Pcs
20 cm x 4 Pcs
15 cm x 8 Pcs Jumper Wire: Male to 10 cm x 49 Pcs
9 Male Bundle 1
65 Pcs 0.1" male header contacts on both ends
Standard 0.1" (2.54mm) spacing when placed next to each other
Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black Gauge: 28 AWG (0.0126”)
33
Robot Arm Chassis Complete Mg966R Servos Included Specification:
Material: Aluminum Alloy
Function: Clamping objects
Color: Black
Packing Includes:
10 Robot Arm Chassis 5 X Multifunctional bracket
1 4 X Long U shape bracket 1 X L shape bracket
4 X Cup bearing
1 X Alloy mechanical claw
3 X U beam bracket
6 X 25T Metal Servo Arm plate
6 X MG996R Servo
1 X Screw nuts
1 X Screwdriver
PCA9685 Servo Motor Driver 16-Channel
11 Motor Driver Servo 12 Bit 1 PWM Servo Motor Driver Module for controlling
16 free-running PWM outputs with just two pins.
Capacity: 7.9L / 267.13oz / 33.39cups
Length: 323mm / 12.72in
Width: 245mm / 9.65in
12 Component Box Height: 137mm / 5.39in 1 Hinged clips lock
Stackable
Clear Plastic
No. of Items in Kit 12
34
ADDITIONAL SUPPLIES KIT
Sr. Item(s) Item Details / Specifications Qty
40 Pcs Pack
Length: 30cm
0.1" Female header contacts on one end, 0.1" male
Jumper Wire: Male to Female 40 header contacts on other end
1 Pcs strip Standard 0.1" (2.54mm) spacing when placed next to 2
each other
Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
65 Pcs Pack
Length:
25 cm x 4 Pcs
20 cm x 4 Pcs
15 cm x 8 Pcs
Jumper Wire: Male to Male 10 cm x 49 Pcs
2 Bundle 0 2
65 Pcs 0.1" male header contacts on both ends
Standard 0.1" (2.54mm) spacing when placed next to
each other
Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
40 Pcs Pack
Length:30 cm
0.1" Female header contacts on both ends
3 Jumper Wire: Femlae to Female Standard 0.1" (2.54mm) spacing when placed next to
1 40 Pcs Strip
each other
Wire Colors: brown, red, orange, yellow, green,
blue, purple, grey, white, black
Gauge: 28 AWG (0.0126”)
26 AWG - Suitable for Breadboard
This flexible 26AWG wire has silicone insulation
with a red color and is very strong and durable. The
wire is suitable for a voltage up to 600V and can be
4 Loose Wire loaded with a maximum of ~ 3.5A, depending on the
1 length.
Max Voltage: 600V Temperature: -60 ° C ~ 200 ° C
Max Current: ~ 3.5A (depending on the length)
5mm Diffused 1.8-2.2VDC forward drop
5 LED Red 5mm 0 Max current: 20mA 25
Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
5mm Diffused 1.8-2.2VDC forward drop
6 LED Green 5mm 0 Max current: 20mA 25
Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
5mm Diffused 1.8-2.2VDC forward drop
7 LED Blue 5mm Max current: 20mA 25
Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
5mm Diffused 1.8-2.2VDC forward drop
8 LED: RGB Max current: 20mA 8
Suggested using current: 16-18mA
Luminous Intensity: 150-200 mcd
220 Ohm Resistance 10pcs pack
9 RESISTOR 220R (10 Pcs Pack) 0 1/4 Watt
15 PTH
Thick Leads
Tolerance: +/-5 ohms
35
1 kilo Ohm Resistance 10pcs pack
10 RESISTOR 1K (10 Pcs Pack) 0 1/4 Watt
15 PTH
Thick Leads
Tolerance: +/-5 ohms
10 kilo Ohm Resistance 10pcs pack
11 RESISTOR 10K (10 Pcs Pack) 0 1/4 Watt
15 PTH
Thick Leads
Tolerance: +/-5 ohms
1x Rotary Potentiometer - 50k Ohm, Logarithmic
1x Mounting Nut
1x Washer
Electrical Characteristics
Taper: Linear, audio
Standard Resistance Range: 1K - 10K ohms
Standard Resistance Tolerance: ±20 % Residual
Resistance: 1 % max.
12 Potentiometer 50k 0 Environmental Characteristics
6 Operating Temperature ...-10 °C to +50 °C Power
Rating Linear: 0.2 watt
Dual Section: 0.125 watt
Audio: 0.1 watt
Dual Section: 0.06 watt
Maximum Operating Voltage
Linear : 200 V
Audio: 150 V
Sliding Noise: 47 mV max
1N4007
13 IN4001 Rectifier Diode 0 Rectifier Diode
20 Low Forward Voltage Drop
High surge Current Capability
2N2222 NPN
Collector−Emitter Voltage 40 Vdc Collector−Base
Voltage 75 Vdc
Emitter−Base Voltage 6.0 Vdc
Transistor
Collector Current − Continuous IC 600 mAdc
14 0 Total Device Dissipation @ TA = 25°C 20 2n2222 NPN
Derate above 25°C PD 625 5.0 mW mW/°C
Total Device Dissipation @ TC = 25°C
Derate above 25°C PD 1.5 12 W mW/°C
Operating and Storage Junction Temperature Range
TJ, Tstg −55 to +150 °C
8-Bit Serial-In, Parallel-Out Shift
Wide Operating Voltage Range of 2 V to 6V
High-Current 3-State
Outputs Can Drive Up To 15 LSTTL Loads 15 74HC595N 0 Low Power Consumption, 80-µA Max ICC 5
Typical tpd = 14 ns ±6-mA
Output Drive at 5 V
Low Input Current of 1 µA Max
Shift Register Has Direct Clear
18650 8-slot Li-ion battery charger
Specification:
Product Name: 18650 Charger 8 slots Input voltage: 110-240V
Output voltage: DC 4.2V
16 Li-ion Cell Charger 8 cell Product size: 170*110*30mm
2 Weight: 185 grams
Battery model: 18650
Features: 8 slots are independently charged and do
not interfere with each other. When charging, it
lights up red. When fully charged, it lights up
green. Automatically stop when fully charged, not
overcharged.
Frame size: 9V Block
Dimensions (L x B x H mm): 26,2 x 15,2 x 48,5
Weight (g): 40.0
17 Li-ion Cell 18560 0 Electrochemical System: Nickel-Metal Hybrid
3 Capacity: 200mAh
Nominal Voltage: 8.4V
Jacket: Plastic
Int. Frame size to IEC: HR6F22
Aluminium Electrolytic Capacitor Radial Leaded
18 Capcitor 4700uF 16VDC 10
4700uF
20% AEC-Q200
Corrugated Storage Carton 19 Cardboard Carton Size: 1
Length 2' x width 1' x height 1'
No. of Items in Kit 180
36
Part-I Section V. Bidding Forms
1. Bid Submission Form
Date: No:
To [Client Address]
Having examined the bidding documents including Addenda Nos. [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply and deliver [description of goods and services] in conformity with the said
bidding documents for the sum of [total bid amount in words and figures] or such other sums as may be ascertained in accordance
with the Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to (5%) percent of the Contract Price (if applicable) for the due performance of the Contract, in the form prescribed by the Purchaser.
We agree to abide by this Bid for a period of from the date fixed for Bid opening under Clause 22 of the Instructions to
Bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your
notification of award, shall constitute a binding Contract between us.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are
awarded the contract, are listed below:
Name and address of agent Amount and Currency Purpose of Commission or gratuity
______________________ _______________________ _______________________
______________________ _______________________ ________________________
______________________ _______________________ ________________________
(if none, state “none”)
We understand that you are not bound to accept the lowest or any bid you may receive.
Dated this ________________ day of ________________ 20______.
[signature] [in the capacity of]
Duly authorized to sign Bid for and on behalf of
37
2. Manufacturer’s Authorization Form
[See Clause 13.3 (a) of the Instructions to Bidders.]
To: [name of the Purchaser]
WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of [name and/or description of the goods] having factories at [address of factory]
do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and sign the
Contract with you against IFB No. [reference of the Invitation to Bid] for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract
for the goods offered for supply by the above firm against this Invitation for Bids.
[signature for and on behalf of Manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a
person competent and having the power of attorney to bind the Manufacturer. It should be included
by the Bidder in its bid.
38
3. Price Schedules (LOT wise)
[Electrical Equipment]
Sr. Item/Description Brand/Model/Origin Qty Unit Price Total Amount
(Rs.) (Rs.) 1.
2.
3.
4. TOTAL AMOUNT (Rs.)
Lot-2 [1.5 Ton Inverter Air Conditioner]
Sr. Item/Description Brand/Model/Origin Qty Unit Price Total Amount
(Rs.) (Rs.) 1.
2.
3.
4. TOTAL AMOUNT (Rs.)
Lot-3 [Maker space IT Lab]
Sr. Item/Description Brand/Model/Origin Qty Unit Price Total Amount
(Rs.) (Rs.) 1.
2.
3.
4
TOTAL
AMOUNT (Rs.)
39
Part-II Section I. Contract Forms
1. Contract Form
THIS AGREEMENT made on the _______________ between Chief Executive Officer, District _________, School Education Department (hereinafter called “the Purchaser”) of the one part and M/s _________________ (hereinafter called “the Supplier”) of the other part:
WHEREAS the Purchaser invited bids for certain goods (___________) and has accepted a bid by the Supplier for the supply of those goods in the sum of PKR _____________ (Pak Rupees _____________________ Only) hereinafter called “the Contract Price”.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: (a) the Bid Form and the Price Schedule submitted by the Bidder; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Purchaser’s Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
For and on behalf of Client: _________________________
For and on behalf of the Supplier: __________________
Chief Executive Officer District,_________
Witnesses: _______________________
_________________
40
2. Performance Security Form
To:
[Client Address]
WHEREAS (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [reference number of the contract] dated ___
Recommended