Page 1 of 14
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 “Desktop
Computers (Core i7 and Core-i5), Laptops & Tablets for Various Departments”. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
2% CDR
Value Qty.
Brand,
Make &
Model
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
Hailey College of Commerce
Lot
01
Desktop Computers (Intel Core –i7, 10th
Generation)
Processor: Intel(R) Core i7-10700 (Max
Frequency 4.8 GHz or higher.
Chipset: Intel Chipset
Memory: 8GB DDR4 RAM or higher
Display Card: Integrated built in display Hard Disk Drive: SSD 256 GB Drive
Optical Drive: Super Multi DVD+/-RW Drive Network Adaptor: Gigabit Integrated Ethernet card
Audio/Visual: Integrated Audio
I/O interface and expansion slots: USB 3.0 &
USB 2.0, mini two pci slots, etc.
Keyboard & Mouse: USB keyboard & USB
optical Mouse
Operating System: DOS / Ubuntu
Display: 18.5” LED/ LCD Monitor, Low
Radiation or higher
Tower Casing: manufacturer standard casing
with standard power supply
Warranty: 03 Years Warranty on site
71
Nos.
Rs.238,560/-
Lot
02
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 16 GB
Detail 8GB 3733MHz LPDDR4X memory
Hard Drive 512 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.
Rs.176,000/-
Page 3 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
2% CDR
Value Qty.
Brand,
Make &
Model
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
College of Pharmacy
Lot
03
Desktop computers(S) (Intel Core –i7, 10th
Generation)
Processor: Intel(R) Core i7-10700 (16 MB Cache, 8
Core, 2.9 GHz to 4.80 GHz) or higher.
Memory: 8GB DDR4 RAM or higher
Display Card: Integrated Intel® UHD Graphics or
higher
Hard Disk Drive: 1TB SATA or higher
Network Adaptor: Integrated Ethernet card
Wireless Network Card: Wi-Fi Network Card
Included
Audio/Visual: Integrated High Definition Audio
I/O interface and expansion slots: USB 3.0 & USB
2.0, mini two pci slots, etc.
Keyboard& Mouse: USB keyboard & USB optical Mouse
Operating System: DOS
Display: 18.5” LED/ LCD Monitor or higher
Tower Casing: manufacturer standard casing with
standard power supply
Warranty: 03 Years Warranty on site
40
Nos.
Rs.134,400/-
Department of Examinations
Lot
04
Desktop Computers(S) (Intel Core –i5, 10th
Generation)
Processor: Intel(R) Core i5-10400 (12 MB
Cache, 6 Core, 2.9 GHz to 4.3 GHz) or higher.
Memory: 4GB DDR4 RAM or higher
Chipset: B560 or higher
Display Card: Integrated Intel® UHD Graphics
or higher
Hard Disk Drive: 1TB SATA or higher
Network Adaptor: Integrated Ethernet card
Wireless Network Card: Wi-Fi Network Card Included
Audio/Visual: Integrated High Definition Audio
I/O interface and expansion slots: USB 3.0 &
USB 2.0, mini two pci slots, etc.
Keyboard& Mouse: USB keyboard & USB
optical Mouse
Operating System: DOS
Display: 18.5” LED/ LCD Monitor or higher
Tower Casing: manufacturer standard casing
with standard power supply
Warranty: 03 Years Warranty on site
60
Nos.
Rs.156,000/-
Page 4 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
2% CDR
Value Qty.
Brand,
Make &
Model
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
Centre for Geographical Information System (GIS)
Lot
05
Desktop computers(S) (Intel Core –i7, 10th
Generation)
Processor: Intel(R) Corei7-10700 (16 MB Cache, 8
Core, 2.9 GHz to 4.80 GHz) or higher.
Memory: 8GB DDR4 RAM or higher
Display Card: Built-in video Graphics display or
higher
Hard Disk Drive: 1TB SATA or higher
Network Adaptor: Integrated Ethernet card
Wireless Network Card: Wi-Fi Network card
Included
Audio/Visual: Integrated High Definition Audio
I/O interface and expansion slots: USB 3.0 & USB
2.0, mini two pci slots, etc. Keyboard& Mouse: USB keyboard & USB optical Mouse
Operating System: DOS
Display: 18.5” LED/ LCD Monitor or higher
Tower Casing: manufacturer standard casing with
standard power supply
Warranty: 3 Years Warranty on site
55
Nos.
Rs.184,800/-
Lot
06
Specification of Server Machine
Farm Factor: 2U, 2 socket Rack mount Server
Chassis: up to 8 SAS/SATA Hard Drives or higher
Processor: 1xIntel Xeon E5-2603 v3 /1.6 GHz,
Cache per processor, 15MB or higher
Chipset: C610
Memory: 16GB RDIMM or higher
Display Card: Built-in video Graphics display
Hard Disk: 1 TB SATA HDD, 6 Gbps or higher
Network Adaptor: built-in NIC
power supply: Hot plug in Power Supply,
redundancy, optional
Warranty: 1 Year Warranty on site
01
No.
Rs.30,000/-
Desktop Computers (Remote Sensing, GIS and Climate Research Lab)
Lot
07
Processor: Intel Core i5, (10th Generation) or higher
Memory: 8-GB or higher
Hard Disk: 1 TB SATA
Keyboard, Mouse, Power and data cables
Operating System: DOS
21” LED monitor with data and power cables
Warranty: 1-Year local Warranty on site
15
Nos.
Rs.42,000/-
Laptops (Remote Sensing, GIS and Climate Research Lab)
Lot
08
Processor: Intel Core i5, (10th Generation) or higher
Memory: 8 GB or higher
Hard Disk: 512GB SSD or higher
Display: 15.6” FHD LED
Operating System: Windows 10
With Carrying Case
Warranty: One Year Local Warranty
06
Nos.
Rs.24,000/-
Page 5 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
2% CDR
Value Qty.
Brand,
Make &
Model
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
Laptops / Tablets (ISCS)
Lot
9
Laptops / Tablets
No fault or glitches
64 GB ROM / Memory
3GB - 4GB RAM
Octa-Core Processor
10 Inches Screen
51000 mAh Battery
4G Connectivity
Warranty: One Year Warranty
42
Nos.
Rs.67,200/-
Total Amount / Bid Value
Lot Wise Bid Security @ 2% (mentioned against each lot) of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR must be attached the proof with Technical Bid. In
Case, bid has been submitted against more than one lots, the value of bid security must be in
accordance with the accumulative value of the bid security of the concerned lots.
Firm’s stamp and case No. must be marked on back of Bid Security.
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(Last one year) As per
Bid Form 4
(a) Major Public / Government Institutions Served:
(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: (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.
Copies of relevant purchase
orders / delivery challans must
be attached.
2 Market experience in
quoted items
i 1 – 3 years 4
ii 3 – 5 years 6
iii Above 5 years 10
Copy of Delivery Challan duly signed by the
concerned customer / bill of entry etc. must be
provided
10 Bidders having less than 1 year
experience will be ineligible.
Experience will be confirmed
from the date of supplies made /
delivered against the purchase
order / import of 1st Batch
3 Length of Dealership
i Above5 years 10
ii Between 4 – 5 years 8
iii Between 3 – 4 years 6
iv Between 2 – 3 years 4
v Below 2 years 0
10 Length of dealership with the
quoted principal will be
considered. Documentary
Evidence be attached.
Page 6 of 14
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.
3 Credibility &
certification
i Valid ISO Certification 4
ii Any other international
certification by WHO / FDA /
CE / PEC etc. or other relevant
bodies.
6
10 Attested Certificate (s) issued
by National / International
Organization be attached.
4 Financial Status
i Last year Audited Balance
Sheet
5
ii Tax Returns (Last 3 years) 3
iii Bank Certificate* 2
iv Bank Statement
(Previous 12 months)
10
(a) Balance above 10 Million 10
(b) Above 8 Million to 10 Million 09
(c) Above 6 Million to 8 Million 07
(d) Above 4 Million to 5 Million 05
(e) Above 3 Million to 4 Million 04
(f) Above 2 Million to 3 Million 03
(g) Above 1 Million to 2 Million 02
(h) 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 and
that they have never defaulted
in financial transactions and
letter of credits (LCs).
6 Technical Staff
(Overall)
i Less than 3 persons 0
ii 3 to 5 persons 05
iii 6 to 8 persons 08
iv 9 to 10 persons 10
v Above 10 persons 13
Qualification:
Minimum DAE Diploma Holder / F.Sc:
(2 extra marks if the technical staff includes minimum
2 persons B.Tech / B.Sc Engineering qualified)
M.Sc / Foreign Training from principal relating to the
product: 5 marks
(1 person = 2 marks
2 person = 4 marks
More than 2 persons – 5 marks )
20 Qualification marks will be
awarded on the final degree.
Complete supporting
documents be attached.
7 After Sales Services
Setup
Workshop / Physical Setup: 02 marks
Tools Availability: 02 marks
After Sales Satisfactory
Performance Report: 06 marks
(1 mark against each performance report)
10 (i) Documentary support regarding
the facilities available at workshop
with area details
(ii) List of tools must be enclosed.
(iii) After sale satisfactory
performance reports issued by the
concerned departments must be
attached.
Page 7 of 14
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
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Page 8 of 14
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
11
Name and Signature of Bidder
With official Stamp
Dated:
Special Note:
1. The proof of required Bid Security must be attached with Technical Bid, otherwise, bid
shall be rejected.
2. Firm’s stamp and case No. must be marked on back of Bid Security.
3. 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). In case of Apple Laptops, the
authorization certificate, if available, must be attached with the technical bid.
4. 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.
5. Vendors must quote latest available model.
6. Complete supporting documents must be attached with the technical bid according to the
requirements mentioned in the evaluation criteria.
Page 9 of 14
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 for entering into agreement.
3. Financial / Bank Statement for minimum period of 01 year is enclosed.
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 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. Brand details, Country of Origin and port of shipment must be mentioned in the bidding
documents, if applicable.
8. Technical Specifications must be Equivalent or Higher. 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. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
11. 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 16-11-2021 at 10:30 (a.m.).
Page 10 of 14
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the
CDR of technically non-responsive bidders can be got released after decision of the tender
during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the
submission of request on the letter head pad of the concerned firm to the competent authority.
The concerned CDR will be physically handed over to the authorized person of the firm and
the authorized person must have copy of CNIC and authority letter while receiving the
CDR(s).
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.
Page 11 of 14
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. Conditional offer shall also be considered as non-responsive Bidder.
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.
Page 12 of 14
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA
rules will prevail upto the extent of that conflict.
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.
Page 13 of 14
(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 14 of 14
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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized
Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the
procurement of below mentioned “Installation of Security Cameras for Health Centre. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
1 2MP Day & Night Vision HD IP Camera 22 Nos.
2 Cabinet 3 Nos.
3 Camera Supply Safety Box 22 Nos.
4 32-Channel On-line NVR Without HDD 1 No.
5 16 Port POE Network Switch 1 No.
6 10 Port POE Switch 2 Nos.
7 HDMI Cable 1 No.
8 4TB Surveillance Grade Hard Disk 1 No.
9 NVR Configuration and Installation Charges 1 Job
10 Camera Installation Charges 22 Nos.
11 Network Laying and Termination Including
Cat 6 Cable, Duct/ Pipe, Connector, etc.
3000
RFT.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.11,200/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be
rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / 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 Demo 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.
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is not
according to the specification and sample mentioned in the bid documents.
The quantity of items may change as per requirement, while placing purchase order.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the amount
of the value of purchase order as levied by the Government after the issuance of
purchase order.
2. 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) must not be mentioned in the technical
bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
8. The repair & maintenance of the placed equipment (if required) will be the responsibility
of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
Page 4 of 8
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. Moreover, the
CDR of technically non-responsive bidders can be got released after decision of the tender
during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the
submission of request on the letter head pad of the concerned firm to the competent authority.
The concerned CDR will be physically handed over to the authorized person of the firm and
the authorized person must have copy of CNIC and authority letter while receiving the
CDR(s).
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.
Page 5 of 8
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.
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.
Page 6 of 8
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA
rules will prevail upto the extent of that conflict.
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.
Page 7 of 8
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. 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.
Page 8 of 8
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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized
Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the
procurement of below mentioned “Furniture & Fixture for Health Centre. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
1
Main Reception Counter
Size: 8 x 4 x 3 Sq. ft.
Designed Work
MDF Laminated Sheets
12mm Glass on Spacers,
High Finished Good
1 No.
2
Sample Collection Counter
Size: 6 x 4 x 2.5 Sq. ft.
Designed Work
MDF Laminated Sheets
12mm Glass on Spacers,
High Finished Good
1 No.
3
Sample Collection Counter (Inside Room)
Size: 10 x 2 x 2.5 Sq. ft.
Designed Work
Commercial Shesham/ Vaneer Sheets
12mm Glass on Spacers,
High Finished Good
1 No.
4
Visitors Designed Sofa Iron Rod Frame
Size: Per Seat 22 x 26 Sq. Inches 8 Sealer
18 Gauge Coated
Veneer Sheet/ Molty Foam Cushions/ Leatherette Poshish
High Finished Good
1 No.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.13,300/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be
rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / 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 Demo 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.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the amount
of the value of purchase order as levied by the Government after the issuance of
purchase order.
2. 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) must not be mentioned in the technical
bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
8. The repair & maintenance of the placed equipment (if required) will be the responsibility
of successful bidder / company.
Special Note
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is not
according to the specification and sample mentioned in the bid documents.
The quantity of items may change as per requirement, while placing purchase order.
Page 4 of 8
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the
CDR of technically non-responsive bidders can be got released after decision of the tender
during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the
submission of request on the letter head pad of the concerned firm to the competent authority.
The concerned CDR will be physically handed over to the authorized person of the firm and
the authorized person must have copy of CNIC and authority letter while receiving the
CDR(s).
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
Page 5 of 8
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.
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
Page 6 of 8
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA
rules will prevail upto the extent of that conflict.
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.
Page 7 of 8
(ii) Evaluate the proposed products that are above the minimum requirements. The
evaluation procedure adopted is based on the weighting of all requirements and scoring
the vendor’s responses appropriately.
(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.
(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.
34. The firm will be bound to provide / ensure quality after sales services during the warranty
period. Otherwise, disciplinary action will be taken under the rules which can include
forfeiture of bid security/ black listing/ disqualification for the participation in any bidding
process in future or both of them.
35. The end user on behalf of the University shall notify the supplier in writing / through telephone
immediately of any defect that occurs during the warranty period. On receipt of such
intimation/notification within the warranty period, the supplier shall attend the emergency /
breakdown call within a maximum of 06 working hours.
36. All the expenses for the above remedial measures including the repair / replacement if so
required shall be borne by the supplier. In case the fault has occurred as direct consequence of
undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for
taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each
according to the nature of the quotations / bids.
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
Page 8 of 8
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness
of each bid to the bidding documents. A substantially responsive bid is one, which conforms to
all the terms and conditions & specifications of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions shall be deemed
to be a material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 14
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized
Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the
procurement of below mentioned “Furniture & Fixture for Business Incubation Centre. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
1
Executive office table size 6’x4’x2.5’, three drawers
one side, other side having computer table size
3’x1.5’x2.5’ with 1 CPU cabin, 1 drawer, 1 keyboard
tray, made of shesham veener board with polish, fitted
with locks and keys
01 No.
2
Office table size 5’x3’x2.5’ with one side rack, frame
made of MS 18-G steel pipe, top and drawer made of
laminated sheet fitted with lock and keys
01 No.
3
Office table size 4’x2.5’x2.5 with three drawers on
one side, made of laminated sheet, each drawer
running on ball bearing of lining fitted with lock and
keys with lacquer sillier polish
01 No.
Page 3 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
4
Conference table size 12’x4’x2.5’, top laminated sheet
edging with PVC imported, steel frame powder coated
and rubber shoes.
01 No.
5
Workstation table size 8’x4’x2.5’, melamine coated
laminated top, frame of 18-G square steel pipe
09 Nos.
6
Centre table set size 4’x2’x2’ with wooden top frame
made of 18-G pipe in 2”x2” square
01 No.
Page 4 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
7
Reception counter size 6’x4’x2’ in L-type shape,
centrally one shelf and two drawers on one side made
of laminated sheet
01 No.
8
Executive office revolving chair with high back and
arms, seat and back cushioned with “A” quality foam
and leather poshish, fitted with hydraulic jack pump,
five-wheel aluminum base
01 No.
9
Office revolving chair with high back and arms,
fabricated seat and back mesh fabric, fitted with
hydraulic jack pump, five-wheel aluminum base
01 No.
Page 5 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
10
Office revolving chair low back, seat poshish and
back mesh fabric, fitted with hydraulic jack pump,
five-wheel aluminum base
01 No.
11
Reception chair with arms, seat poshis and back mesh
fabric, fitted with hydraulic jack pump down size,
five-wheel base
01 No.
12
Conference room chairs medium back with arms, seat
and back mesh fabric with foam covered, fitted with
hydraulic jack pump, five-wheel base
19 Nos.
Page 6 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
13
Conference room executive chair with arms and high
back, seat and back mesh fabric, fitted with hydraulic
jack pump, five-wheel base
01 No.
14
Revolving chairs seat and back mesh fabric with foam
covered, fitted with hydraulic jack pump, five-wheel
base
32 Nos.
15
Executive visitor chair with arms, seat and back
cushioned with “A” quality foam and leather, frame
made of shesham wood and polish
05 Nos.
Page 7 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
16
Visitor’s chair with arms, seat poshish and back mesh
fabric, frame made of chromium pipe
02 Nos.
17
Visitor’s chair with arms, seat and back cushioned,
frame made of chromium pipe
02 Nos.
18
Visitor’s single seater sofa without arms, seat and
back “A” quality foam cushioned, leather poshish and
chromium feet
06 Nos.
Page 8 of 14
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
19
Book rack size 6’x6’x15”, front with sliding glass of
5mm and two shelves, lower portion with three cabins,
made of laminated sheet, fitted with lock and keys,
handle, with polish
01 No.
20
File cabin size 54”x24”x18” having four drawers,
each running on ball bearing lining fitted with lock
and keys and handle, made of laminated sheet
01 No.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.28,700/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Page 9 of 14
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) 0.25% stamp duty would be furnished by the successful bidder against the amount
of the value of purchase order as levied by the Government after the issuance of
purchase order.
2. 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) 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, otherwise, bid shall be
rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / 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 Demo 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.
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is not
according to the specification and sample mentioned in the bid documents.
The quantity of items may change as per requirement, while placing purchase order.
Page 10 of 14
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
8. The repair & maintenance of the placed equipment (if required) will be the responsibility
of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the
CDR of technically non-responsive bidders can be got released after decision of the tender
during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the
submission of request on the letter head pad of the concerned firm to the competent authority.
The concerned CDR will be physically handed over to the authorized person of the firm and
the authorized person must have copy of CNIC and authority letter while receiving the
CDR(s).
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
Page 11 of 14
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
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 12 of 14
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA
rules will prevail upto the extent of that conflict.
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.
Page 13 of 14
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.
Page 14 of 14
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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized
Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the
procurement of below mentioned “Uniforms for Security Guards of the Office of Chief Security
Office. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty. TO BE FILLED BY
BIDDERS
Brands,
Make &
Model
Unit
Price
(Inclusive
of taxes)
Total Price
(inclusive of
taxes)
1
Pent & Shirt:
Color of Uniform: Green
Design & Stitching: As per sample (provided & approved by
C.S.O Office) available in Purchase Section
400
Nos.
2 Shoes
Design & Stitching: As per sample (provided & approved by
C.S.O Office) available in Purchase Section
400
Nos.
3 Belt
Design & Stitching: As per sample (provided & approved by
C.S.O Office) available in Purchase Section
400
Nos.
4 Dive Sign (University Monogram)
Design & Stitching: As per sample (provided & approved by
C.S.O Office) available in Purchase Section
400
Nos.
5 Shoulder Number:
Quantity Detail (1 Set = 2 Shoulder Numbers 1 for Left
Shoulder and 1 for Right Shoulder)
Design & Stitching: As per sample (provided & approved by
C.S.O Office) available in Purchase Section.
400
Sets
6 Cap:
As per sample (provided & approved by C.S.O Office)
available in Purchase Section
400
Nos.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.51,000/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / brand / model / option is allowed to quote against each option. In case, more than one option
with different brands / models with different prices have been quoted against one option, the bid will be
rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms and
conditions of the bid documents or in case of sample requirement, whose sample will be passed by the
technical committee) will be opened publicly at a time to be announced by the Procuring Agency. The
financial bids of the bidders found technically non-responsive shall be returned un-opened to the
respective Bidders.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the amount
of the value of purchase order as levied by the Government after the issuance of
purchase order.
2. 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) must not be mentioned in the technical
bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
Special Note
Sample of each quoted item must be provided along with Technical Bid. Otherwise, bid will be rejected.
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.
The Technical/Evaluation committee will have the right to accept or reject the sample, if, the sample is not
according to the specifications and approved sample mentioned in the bid document.
The financial bids of technically accepted bidders (whose sample will be according to required specification &
approved sample 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.
The quantity of items may change as per requirement, while placing purchase order.
Page 4 of 8
8. The repair & maintenance of the placed equipment (if required) will be the responsibility
of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the
CDR of technically non-responsive bidders can be got released after decision of the tender
during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the
submission of request on the letter head pad of the concerned firm to the competent authority.
The concerned CDR will be physically handed over to the authorized person of the firm and
the authorized person must have copy of CNIC and authority letter while receiving the
CDR(s).
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.
Page 5 of 8
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.
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.
Page 6 of 8
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA
rules will prevail upto the extent of that conflict.
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.
Page 7 of 8
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.
Page 8 of 8
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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors /
Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for
the procurement of below mentioned “Preparation of Polythene Envelopes (Biodegradable) for
Department of Examinations. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total
Price
(Inclusive
of taxes)
1
Polythene Envelope (Biodegradable)
Product: Polythene Multiplayer Envelop
Colour: Black Inside and University Colour
Outside
Size: 350mm x 430mm Size
Flap Size: Open Flap 35mm (14x17x2 Inches)
Total Weight: 35 – 50 Grams of a Bag
Printing: Flexographic 2 Colors Both Sides
Security Plastic Seal: Additional Transparent Security
to Protect the Pilferage
Logo Seal: Logo as Seal to Stop Possibilities of
Pilferage
Sewing Seal: Both Side Sewing Should Also be
Protected as a Seal
Packing: Carton Bag of 500 Bags Each
100,000
Nos.
Total Amount / Bid Value:
Proof of 2% Bid Security (Original) Amounting to Rs.120,000/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / brand / model / option is allowed to quote against each option. In case, more than one
option with different brands / models with different prices have been quoted against one option, the bid will
be rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms
and conditions of the bid documents or in case of sample requirement, whose sample will be passed by
the technical committee) will be opened publicly at a time to be announced by the Procuring Agency.
The financial bids of the bidders found technically non-responsive shall be returned un-opened to the
respective Bidders.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the
amount of the value of purchase order as levied by the Government after the
issuance of purchase order.
2. 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) must not be mentioned in the
technical bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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
05 Envelopes as Sample (free of cost & Non-refundable) must be provided along with Technical
Bid. Otherwise, bid will be rejected. 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.
The Technical/Evaluation committee will have the right to accept or reject the sample, if, the sample
is not according to the specifications and approved sample mentioned in the bid document.
The financial bids of technically accepted bidders (whose sample will be according to required
specification & approved sample 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.
Page 4 of 8
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
8. The repair & maintenance of the placed equipment (if required) will be the
responsibility of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the CDR of technically non-responsive bidders can be
got released after decision of the tender during working hours between 03:00 pm to 04:00
pm from Tuesday to Thursday after the submission of request on the letter head pad of the
concerned firm to the competent authority. The concerned CDR will be physically handed
over to the authorized person of the firm and the authorized person must have copy of CNIC
and authority letter while receiving the CDR(s).
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.
Page 5 of 8
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 6 of 8
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the
PPRA rules will prevail upto the extent of that conflict.
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.
Page 7 of 8
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 8 of 8
(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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 11
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by
University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with
GST & NTN and PRA (if applicable), for the procurement of below mentioned “Mechanical Spare
Parts for Resident Office-II”. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 11
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)
A MECHANICAL SPARE PARTS (Machinery & Equipments (Code-13101-02)
1 Rough Cutter Shaft 06 Nos.
2 Pulli with carter 5 inch 06 Nos.
3 Baring Chori Nut ¾ 36 Nos.
4 Carter Pin 72 Nos.
5 Nut Chori 1 inch/ 12 sotr 36 Nos.
6 Chimta 06 Nos.
7 Wheel Rough Cutter 08 Nos.
8 Wheel Shaft with fitting 12 Nos.
9 Shaft Brush 30mm 36 Nos.
10 Cross Rough Cutter Complete 06 Nos.
11 Roller Knife 16 inch 20 Nos.
12 Blade with Basement 36 Nos.
13 Wheel Small Blue Machine 12 Nos.
14 Tyre Blue Machine Good Year 24 Nos.
15 Side Shoulder Blue Machine 24 Nos.
16 Garari Blue Machine 14 dande 24 Nos.
17 Garari Blue Machine 16 dande 24 Nos.
18 Handle two piece Blue Machine 12 Nos.
19 Box Blue Machine 18 inch 12 Nos.
20 Bracket Blue Machine 48 Nos.
21 Gutka Blue Machine 72 Nos.
22 Iron Road Blue Machine 36 Nos.
Page 3 of 11
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)
23 Patra Blue Machine 36 Nos.
24 Lock Blue Machine 100 Nos.
25 Killi Blue Machine 36 Nos.
26 Baring Dibbi Blue Machine 24 Nos.
27 Plastic Roller Blue Machine 100 Nos.
28 Tawa Blue Machine 24 Nos.
29 Pipe Blue Machine 36 Nos.
30 Nut Bolt Blue Machine mix size 20 kg
31 Raiti 12 Nos.
B MECHANICAL SPARE PARTS (Machinery & Equipments (Code-27-02-01)
1 Brush cutter leather 4 dozen
2 Ring & Piston 2 dozen
3 Crank 1 dozen
4 Barring (6202) 4 dozen
5 Oil seal 4 dozen
6 Red Oxide 3 Bags
7 Lime 15 Munds
8 Head Cylinder 4 Nos
9 Valve of Brush cutter 2 dozen
10 Tapped pin 2 dozen
11 Chain Grari 4 Set
12 Barring (6204) 4 dozen
13 Clutch leather 1 dozen
14 Plug (Chain saw) 6 Nos
Page 4 of 11
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)
15 Carburetor (Chain saw) 6 Nos
16 Joint kit (Chain saw) 6 Nos
17 Kick (Chain saw) 6 Nos
18 Nut bolt Brush cutter 3 kg
19 Nylon dory 15 Kg
20 Nylon Head 50 Nos
21 Plug 2 dozen
22 Brush cutter rad 2 dozen
23 Race Handle 1 dozen
24 Joint seal 6 dozen
25 Joint kit 6 dozen
26 Chain 22” 1 dozen
27 Chain 36” 6 Nos
28 Clutch cup 2 dozen
29 Carburetor 3 dozen
30 Kick rope 2 Roll
31 Front and Back gear 2 dozen
32 Kick brush cutter 3 dozen
33 Rough cutter knife 10 Set
34 Barring NTN (6205) 4 dozen
35 Greece 3 Curtin
36 Nut bolts 15 kg
37 Hose pipe MF 240 & 260 12 Nos
38 Hydraulic Control Lever 6 dozen
Page 5 of 11
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)
39 Plunger Rod 6 piece
40 Fan belt 1 dozen
41 Barring (11949) 2 dozen
42 Baring (67048) 2 dozen
43 Barring (4854) 2 dozen
44 Air cleaner mirror MF 240 & 260 1 dozen
45 Front wheel hub MF 240 & 260 6 dozen
46 Filter Cup coli 6 Nos
47 Clutch Plate MF-240 4 Nos
48 Plunger Rod Boot 6 Nos
49 Draft Rod Hydraulic 6 Nos
50 Lever Blade 6 Nos
51 Hydraulic Lever Kit 6 Nos
52 Valves MF-240 6 Nos
53 Arm Bush Hydraulic 6 Nos
54 Piston ATS 2 set
55 Rough Cutter Belt 2 dozen
Total Amount / Bid Value
Proof of 2% Bid Security Amounting to Rs.21,000/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
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.
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
Special Note:
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
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.
Work Order will be issued to the technically evaluated accumulated lowest vendor.
Page 7 of 11
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 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the CDR of technically non-responsive bidders can be
got released after decision of the tender during working hours between 03:00 pm to 04:00
pm from Tuesday to Thursday after the submission of request on the letter head pad of the
concerned firm to the competent authority. The concerned CDR will be physically handed
over to the authorized person of the firm and the authorized person must have copy of CNIC
and authority letter while receiving the CDR(s).
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.
Page 8 of 11
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
Page 9 of 11
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the
PPRA rules will prevail upto the extent of that conflict.
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.
Page 10 of 11
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 11 of 11
(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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 7
BID DOCUMENTS
Selected bids are invited on Single Stage One Envelope 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 of Fertilizer and Pesticide for
Resident Office (R.O-II)”. (Only FOR Basis in Pak Rupees Only)
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price
(inclusive of
all
applicable
taxes)
Total Price
(inclusive
of all
applicable
taxes)
1 DAP (50 kg) (Sona brand or equivalent) 100 Bags
2 Urea (50 kg) (Sona brand or equivalent) 100 Bags
3 MOP (50kg) (Sona brand or equivalent) 50 Bags
4 Ammonium Sulphate (50kg) (Sona brand or
equivalent) 100 Bags
5 Liquid Potash (1L) (Katalyst, FMC or equivalent) 96
Bottles
6 Chloropyriphos (1L) (FMC or equivalent) 30
Bottles
7 Biphenthrin (1L) (Talstar, FMC or equivalent) 50
Bottles
8 Axial 800 ml (Weedicide, Syngentea) 30
Bottles
9 Ally Max 24 gram (Weedicide, Syngentea) 30
Bottles
Total Amount / Bid Value
2% Bid Security (Original) Amounting to Rs. 42,100/- of the Estimated Price in the
form of Demand Draft / Bankers Cheque / CDR Must be Attached.
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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 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.
(b) The brand / model / item being quoted by the bidder is not obsolete at the time of
submission of bid.
(c) Stamp duty would be furnished by the successful bidder against the amount of
the value of purchase order as levied by the Government after the issuance of
purchase order.
2. 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.
3. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
4. Brand details, Country of Origin and port of shipment must be mentioned in the
bidding documents, if applicable.
5. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
6. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
7. In case of FOR basis, Prices must be quoted clearly mentioning with all
charges/inclusive of all applicable taxes.
Special Note:
(i) 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.
(ii) The bidder will be bound to make the supply of each quoted item quiet in
accordance with the specifications mentioned in the bid documents and
approved sample upto the entire satisfaction of the end-user.
Page 3 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 16-11-2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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.
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. Moreover, the CDR of technically non-responsive bidders can be
got released after decision of the tender during working hours between 02:00 pm to 03:00
pm from Tuesday to Thursday after the submission of request on the letter head pad of the
concerned firm to the competent authority. The concerned CDR will be physically handed
over to the authorized person of the firm and the authorized person must have copy of CNIC
and authority letter while receiving the CDR(s).
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. However if there are
genuine & justified reasons for delay, request can be submitted for time extension. The
MPIC can accord extension in time period, with recommendations of end user, if convinced.
The decision of MPIC will be final.
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.
Page 4 of 7
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
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.
Page 5 of 7
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. In case the items involve warranty and require after sales services, the firm will be bound to
provide quality after sales services.
23. 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. However, if the tender comprises of various
items which are independent of each other, the item wise rates shall be quoted.
24. In case of manufacturer, the documentary proof to the effect that the bidder is the original
manufacturer of the required goods shall be provided.
25. 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.
26. 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. The decision
of MP&IC will be final in this regard.
27. In case of any default / violation of rules, the blacklisting procedure will be adopted as per
PPRA rules.
28. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD can be forfeited / the vender can be black listed / disqualified
for the participation in any bidding process in future or all of them. The decision of MPIC
will be final in this regard.
29. 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.
30. Force majeure clause is acceptable as defined under sales of goods & contract Act.
31. No advance payment will be made in favor of tender awarded firm.
32. The procurement process will be accomplished in accordance with the PPRA Rules. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the
PPRA rules will prevail upto the extent of that conflict.
33. 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.
Page 6 of 7
34. 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.
35. 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.
36. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds as per rules.
37. 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. The decision of MPIC will be final in this regard.
38. 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.
39. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
40. 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 by Govt. at any stage of procurement, shall be passed on to
the University.
41. 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.
Page 7 of 7
42. 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.
43. 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 / Reams / Sheets etc. each according to the nature of the quotations / bids /
items.
44. Competent authority / University of the Punjab, has full unchallengeable rights for approval
/ rejection of bids or overall the purchase proposal.
45. The bid will be quoted / submitted by the vendor along with this certificate:
Deputy 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 a)
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors /
Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for
the procurement of below mentioned “Various I.T. Equipments (Printers, Color Printers, Color
Plotters) 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 (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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty.
TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
1 Laser Printers
1
(a)
LaserJet Black Printer
Heavy Duty 45ppm or higher
Automatic duplex printing
USB printing
Wireless Capability
Warranty: One Year Local Warranty on site
01 No.
1
(b)
Multifunctional LaserJet Black Printer
All in One
Printer
Scanner
Photocopier
Heavy Duty 45ppm or higher
Automatic duplex printing
USB printing
Wireless Capability
Warranty: One Year Local Warranty on site
01 No.
1
(c)
LaserJet Color Printer
Heavy Duty 27 ppm or higher
USB printing
Wi-Fi Direct for printing from mobile devices
Warranty: One Year Local Warranty
01 No.
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 on site
01 No.
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.19,000/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be
rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / 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.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the
amount of the value of purchase order as levied by the Government after the
issuance of purchase order.
2. 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) must not be mentioned in the
technical bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
Special Note
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 Demo 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.
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is
not according to the specification and sample mentioned in the bid documents.
The quantity of items may change as per requirement, while placing purchase order.
Page 4 of 8
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
8. The repair & maintenance of the placed equipment (if required) will be the
responsibility of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the CDR of technically non-responsive bidders can be
got released after decision of the tender during working hours between 03:00 pm to 04:00
pm from Tuesday to Thursday after the submission of request on the letter head pad of the
concerned firm to the competent authority. The concerned CDR will be physically handed
over to the authorized person of the firm and the authorized person must have copy of CNIC
and authority letter while receiving the CDR(s).
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 5 of 8
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted
at the time of payment or the vendor can himself submit 10% performance security in the
form of CDR / banker’s cheque / bank guarantee having minimum expiry date in
accordance with the warranty period of the items etc. In case of warranty, the amount of
Security will be held by the University till warranty period and the said amount will be
released upon the satisfactory report of end user.
11. The supply will be checked by the Technical Committee / representative of the department,
if so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is
selected as having submitted the lowest evaluated responsive bid is qualified to perform the
Contract satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at
any time, that the information submitted by him concerning his qualification as Supplier
was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent
practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed
on to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive
Bidder. Where prices are to be quoted in package, all items mentioned in the package shall
be quoted in the offered prices. Non-mentioning of price of each item of the package being
non-responsive shall be rejected straightaway.
Page 6 of 8
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original
Manufacturer of the required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)
and registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors
shall be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the
correction of the errors, its bid shall be rejected. If there is a discrepancy between words and
figures, the amount in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects
quite in accordance with the work order. However, in special cases, partial supply / partial
payment is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. The procurement process will be accomplished in accordance with the PPRA Rules. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the
PPRA rules will prevail upto the extent of that conflict.
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 7 of 8
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.
Page 8 of 8
(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:
Deputy Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 8
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by
University of the Punjab from the manufacturers or their concerned authorized distributors /
Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for
the procurement of below mentioned “Laboratory Equipments / Consumables etc.) for Centre
for Applied Molecular Biology. 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]
Price: Rs.500/- No. /PW/Bid Date /2021
Page 2 of 8
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
Qty. TO BE FILLED BY BIDDERS
Brands,
Make &
Model
Unit Price
(Inclusive
of taxes)
Total Price
(Inclusive
of taxes)
1
Vacutainers 3ml, K2 EDTA, (Plastic Vial) 1000/CS
Brand: Becton Dickinson “or equivalent”
Minimum one year expiry from the date of delivery.
3 Cs/1000
2
Disposable Syringe/Needle Combination, 5mL
with Luer-Lok tip, 100/Pkt, Blister packing,
Brand: Becton Dickinson “or equivalent”
Minimum one year expiry from the date of delivery.
60 Pkt/100
3
Nitrile Powder Free Gloves, Blue
Size Medium, 100 Gloves/Pk/10Pkt/CS
Minimum one year expiry from the date of delivery.
25 Cs/1000
4
Nitrile Powder Free Gloves, Blue
size Large, 100 Gloves/Pk/10Pkt/CS
Minimum one year expiry from the date of delivery.
20 Cs/1000
5
Saniplast First Aid Bandage,
Medium 100s 20mm x 72mm 100 strips/box
100 boxes / Cs “or equivalent”
Minimum one year expiry from the date of delivery.
1 Cs
6 Ethanol Absolute, 99.9% 12X2.5L
7
High quality 100 pcs Disposable Medical Butterfly 23G
needle (Blood Collection Needle)
Minimum one year expiry from the date of delivery
3 Pk/100
Total Amount / Bid Value:
Proof of 2% Bid Security Amounting to Rs.31,580/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Firm’s stamp and case No. must be marked on back of Bid Security.
Special Note
The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be
rejected.
Firm’s stamp and case No. must be marked on back of Bid Security.
Only one offer / brand / model / option is allowed to quote against each option. In case, more than
one option with different brands / models with different prices have been quoted against one option,
the bid will be rejected as a whole.
The mentioned specifications and the terms & conditions of the bid documents constitute the
bid evaluation criteria. The financial bids of technically accepted bidders (whose quoted item /
model / brand will be according to the minimum required specifications and who will comply
with the terms and conditions of the bid documents or in case of sample requirement, whose
sample will be passed by the technical committee) will be opened publicly at a time to be
announced by the Procuring Agency. The financial bids of the bidders found technically non-
responsive shall be returned un-opened to the respective Bidders.
Page 3 of 8
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) 0.25% stamp duty would be furnished by the successful bidder against the
amount of the value of purchase order as levied by the Government after the
issuance of purchase order.
2. 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) must not be mentioned in the
technical bid otherwise the bid will be rejected.
3. 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.
4. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
5. 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.
6. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
7. Warranty details must be mentioned by bidder.
Special Note
If demanded by the technical committee, the vendor will be bound to provide the sample Demo 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.
Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is
not according to the specification and sample mentioned in the bid documents.
The quantity of items may change as per requirement, while placing purchase order.
Page 4 of 8
8. The repair & maintenance of the placed equipment (if required) will be the
responsibility of successful bidder / company.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 11:00 (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. Moreover, the CDR of technically non-responsive bidders can be
got released after decision of the tender during working hours between 03:00 pm to 04:00
pm from Tuesday to Thursday after the submission of request on the letter head pad of the
concerned firm to the competent authority. The concerned CDR will be physically handed
over to the authorized person of the firm and the authorized person must have copy of CNIC
and authority letter while receiving the CDR(s).
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.
Page 5 of 8
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.
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.
Page 6 of 8
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. In case,
any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the
PPRA rules will prevail upto the extent of that conflict.
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.
Page 7 of 8
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.
Page 8 of 8
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:
Deputy 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