4 Earthling System Inclusive of Earth Pits: 2 12
Transcript of 4 Earthling System Inclusive of Earth Pits: 2 12
Page 1 of 12
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 “100KVA Diesel Generator for
Centre for Coal Technology / Institute of Energy & Environmental Engineering”. Single
Envelope Containing Two Separate Envelopes must be marked as “Financial Proposal” &
“Technical Proposal”. FOR Basis (In Pak Rupees Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No.715/PW/Bid/D.Gen./I.E.E.E Date 27 / 04 / 2020
Page 2 of 12
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or
equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Descriptions (Brand, Make
& Model)
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
1
DIESEL GENERATOR (100-KVA)
Capacity: Standby Power 110KVA Prime Power
100 KVA
01 No.
1.1 Make/Model: Caterpillar/Commins, SDMO,
John Deere, Perkins or equivalent
1.2 Engine: Caterpillar/Commins, SDMO, John
Deere, Perkins, make UK or equivalent
1.3
Features: Above mentioned Engine with 12 volt
battery charger, mounted radiator with 50C
ambient air capability advance digital control
system, industrial exaust system, 50Hz
(+/_0.5%),1500 RPM,400/230 volt3- Phase, 4
wire etc. complete unit i/c installation, testing,
commissioning charges complete job.
1.4 Warranty: 3-years or 3000 Hours with Parts &
Labor
1.5 Alternator: Stamford(UK) or equivalent
1.6 INSTALLATION
Installation, testing and commissioning of
complete Unit
2 Sound & Weather Proof Canopy 01 No.
3 ATS/MOR Panel
1 Job
3.1
P/F of ATS/MOR panel i/c MS sheet box 3' * 2'
* 1' i/c 16 SWG wall mounted poen type i/c
cutting, bending, welding, powder
painting/coating, interlocking arrangement and
front protecting sheet i/c 1 No. magnetic
contector TP 250 amps (Generator side), 1 No.
magnetic contector TP 250 Amps (T/F side)
ABB Sweden, + 1 MCCB TP 200 Amps 18 KA,
2 Nos. MCCB TP 250 Amps ABB Italy, + 3 Nos.
CTs 200/5 Apms + emergency switch, control
relays with base make Finder + 2 Nos. timers
multi range with base Fuji Japan + 1No digital
Amps meter Entes, selector switch + 1 No digital
volt meter Entes, 1 No. volt meter selector switch
with 7-position , 2 Nos. selector switches, 6 Nos.
indicator lamps i/c internal control + control
breakers wiring and its cable + internal power
cable in cabling, cable tray/duct i/c necessary
cable lugs, connectors, neutral link, earthling
point etc. i/c testing and commissioning at site
complete unit as per instruction of engineer
incharge complete job
4 Earthling System Inclusive of Earth Pits: 1 Job
4.1 Earthing supply and installation commissioning
Page 3 of 12
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or
equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Descriptions (Brand, Make
& Model)
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
and testing of the earthing system i/c cost of
flowing boring and refilling charges of earth pit
upto 100 Rft. Depth 1 (one) core copper rod size
1"x5' two copper conductor 70mm sq. to be
drawn up to earth connecting point in G.I pipe 50
mm dia all G.I pipe accessories charcoal and
lime mixture to be packed all around the vertical
and horizontal of copper rod, legs, thimbles,
brass nuts and bolts const. of inspection.
5 Construction of RCC Foundation Pad as per size
generator set. 1 Job
6
P/F power cable of 70 mm2 copper (for wapda
supply) conductor four core non-armoured cable,
New Age, Pakistan cable, Fast, (per meter)
70
Meter
7 P/F Control Cable four core 40/0.0076 New
Age, Pakistan cable, Fast, (Per Meter)
70
Meter
8 Any other details, if any.
Total Amount / Bid Value
2% Bid Security (Original) amounting to Rs.50,000/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(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 4 of 12
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.
4 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.
5 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 2.5 Million 10
(b) Above 2 to 2.5 Million 09
(c) Above1 to 2 Million 07
(d) Above 7 to 1 Million 05
(e) Above 5 to 7 Lac 04
(f) Above 3 Lac to 5 Lac 03
(g) Above 1 Lack to 3 Lac 02
(h) Balance below 1 Lac 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 5 of 12
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 6 of 12
Form B1
List of Technical Staff
Sr.
No.
Name of Employee Certificate/
Diploma/ Higher
Technical
Qualification
Experience Name, Address &
Contact No. of the
Employee
01
02
03
04
05
06
07
08
09
10
Name and Signature of Bidder
With official Stamp
Dated:
Special Note:
1. The required Bid Security must be attached with Technical Bid, otherwise, bid
shall be rejected.
2. Only the manufacturers or the concerned authorized distributors / whole sellers
/ dealers / partners / firms of the concerned manufacturers are eligible to
participate in the bid. (Documentary Support must be attached with the bid).
3. Only one brand / model is allowed to quote against each option. In case, more
than one options with different brands / models have been quoted with different
prices against one option, the bid will be rejected as a whole.
4. Vendors must quote latest model available. Change of model at any stage will
not be allowed in any case.
Page 7 of 12
Note:
1. The quoted generators must be manufactured and assembled in USA, UK or European
Countries.
2. 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.
3. 0.25% stamp duty would be furnished by the successful bidder against the amount of the
value of purchase order, if levied / applicable according to the orders of the Government.
4. Financial / Bank Statement for minimum period of 01 year is enclosed.
5. 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.
6. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
7. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
Special Note:
5. Complete supporting documents must be attached with the technical bid according to
the requirements mentioned in the evaluation criteria.
6. The mentioned specifications and the terms & conditions and parameters 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 8 of 12
8. Brand details, Country of Origin and port of shipment must be mentioned in the bidding
documents, if applicable.
9. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in
form of (MS-Word) CD along with bid.
10. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
11. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
12. 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 13-05-2020 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
Page 9 of 12
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at
the time of payment or the vendor can himself submit 10% performance security in the form of
CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the
warranty period of the items etc. In case of warranty, the amount of Security will be held by
the University till warranty period and the said amount will be released upon the satisfactory
report of end user.
11. The supply will be checked by the Technical Committee / representative of the department, if
so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the Contract
satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require
the Suppliers to provide information concerning their professional, technical, financial, legal or
managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any
time, that the information submitted by him concerning his qualification as Supplier was false
inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on
to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.
Where prices are to be quoted in package, all items mentioned in the package shall be quoted
in the offered prices. Non-mentioning of price of each item of the package being non-
responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case
of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the
required goods shall be provided.
Page 10 of 12
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and
registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(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 11 of 12
(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 born 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 12 of 12
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness
of each bid to the bidding documents. A substantially responsive bid is one, which conforms to
all the terms and conditions & specifications of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions shall be deemed
to be a material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 11
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “400KVA Transformers for
Centre for Coal Technology / Institute of Energy & Environmental Engineering”. Single
Envelope Containing Two Separate Envelopes must be marked as “Financial Proposal” &
“Technical Proposal”. FOR Basis (In Pak Rupees Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No.716/PW/Bid/Trans.Form./I.E.E.E Date 27 / 04 / 2020
Page 2 of 11
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Descriptions (Brand, Make &
Model)
Unit Price (Inclusive of
Taxes)
Total Price (Inclusive of
Taxes)
1
S/O of 400 KVA Transformer, Outdoor Type
Oil Cooled
02
Nos.
Rating:- 400 KVA/320KW 3-Phase Amended-5
Series with low copper loss < 5500 watt and iron
loses < 700watt
Copper Winding Primary and secondary
Voltage Ratio:- 11KV/415 V
HT/LT Bushes with NBR gas kit
Cooling Medium:- Natural Mineral Oil/Transformer
Oil breaking Capacity 16-20 KV
Tapping with NBR gas kit and external tapping
Switch Ambient Temperature 50 C, tubular tank of
30 mm thick sheet with top cover sheet of thickness
6 mm, top cover shall be prevented from birds flash
over by coated with weather proof permanent
insulating material conservator tank and breather
complete unit as per WAPDA Specification carriage
and installation charges i/c HT/LT connection
complete job make PEL/ Elmetec /Hammad
Engineering Co.(Pvt.) Ltd. / Transopower Testing
and inspection will carried out at factory by
Engineer In-charge( i/c GST)
Warranty: One Year
Total Amount / Bid Value
2% Bid Security (Original) amounting to Rs.80,000/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(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
Page 3 of 11
Total Marks: 100
Qualifying Marks: 65%
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.
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 4 Million 10
(b) Above 3.5 to 4 Million 09
(c) Above 3 to 3.5 Million 07
(d) Above 2.5 to 3 Million 05
(e) Above 2 to 2.5 Million 04
(f) Above 1.5 to 2 Million 03
(g) Above 1 to 1.5 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 4 of 11
Note: Marks will be awarded only if the comprehensive and complete concerned supporting
documents are enclosed.
The financial bids of technically accepted bidders will be opened publicly at a time to be announced
by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Form A1
Past Performance – Major Public / Government Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address &
Contact No. of the
Client
01
02
03
04
05
06
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 5 of 11
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 required Bid Security (in original) must be attached with Technical Bid,
otherwise, bid shall be rejected.
2. Only the manufacturers or the concerned authorized distributors / whole sellers /
dealers / partners / firms of the concerned manufacturers are eligible to participate in
the bid. (Documentary Support must be attached with the bid).
3. Only one brand / model is allowed to quote against each option. In case, more than
one options with different brands / models have been quoted with different prices
against one option, the bid will be rejected as a whole.
4. Vendors must quote latest model available. Change of model at any stage will not be
allowed in any case.
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. 0.25% stamp duty would be furnished by the successful bidder against the amount of the
value of purchase order, if levied / applicable according to the orders of the Government.
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.
Special Note:
5. Complete supporting documents must be attached with the technical bid according to the
requirements mentioned in the evaluation criteria.
6. The mentioned specifications and the terms & conditions and parameters 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 7 of 11
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 13-05-2020 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
Page 8 of 11
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 9 of 11
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(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 10 of 11
(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 born by the supplier. In case the fault has occurred as direct consequence of
undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for
taking corrective measures prior to the commencement of the remedial activity.
37. Wherever a brand has been specified, equivalent will be entertained subject to technical
evaluation according to PPRA Rules.
38. The rates should be quoted after allowing rebates / discounts, if any but including
transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.
(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.
(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive
supporting documents must be provided along with the bid.
(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted
job, then the rate must be quoted after including PST.
39. While quoting the rates of required/specified supplies, its make & made/brand should be
written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each
according to the nature of the quotations / bids.
Page 11 of 11
40. Competent authority / University of the Punjab, has full unchallengeable rights for formal
approval / rejection of bids or overall the purchase case.
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness
of each bid to the bidding documents. A substantially responsive bid is one, which conforms to
all the terms and conditions & specifications of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions shall be deemed
to be a material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 11
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “Desktop Computers (Core i7) for
Centre for Coal Technology / Institute of Energy & Environmental Engineering”. Single Envelope
Containing Two Separate Envelopes which must be marked as “Financial Proposal” &
“Technical Proposal”. (C&F Basis Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]
Free of Cost No.717/PW/Bid/Computer/I.E.E.E Date 27 / 04 / 2020
Page 2 of 11
Sr.
No.
ITEMS DESCRIPTIONS
Minimum Required Specifications or equivalent
TO BE FILLED BY BIDDERS
Qty.
Brand,
Make &
Model
Unit Price (C&F Basis)
Total Price (C&F Basis)
1
Desktop Computer(S) (Intel Core –i7, 8th
Generation or
higher)
Processor: Intel(R) Core(TM) i7-Processor 8700
(3.20Ghz, 12MB cache) or higher.
Chipset: Intel® H370 Express Chipset or higher
Memory: 8GB DDR4 RAM or higher
Display Card: Integrated built in display card.
Hard Disk Drive: 1 TB SATA 7,200 rpm or higher
Optical Drive: Super Multi DVD ROM, DVD+/-RW
Network Adaptor: Integrated Ethernet card
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” LED/ LCD Monitor or higher
Tower Casing : manufacturer standard casing with
standard power supply
Warranty: 3 Years Warranty on site
40
Nos.
Total Amount / Bid Value
2% Bid Security (Original) Amounting to Rs.60,101/- of the Estimated Price in the form of
Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(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
Page 3 of 11
Total Marks: 100
Qualifying Marks: 65%
Note: Marks will be awarded only if the comprehensive and complete concerned supporting
documents are enclosed.
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.
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 3 Million 10
(b) Above 2 to 3 Million 09
(c) Above1 to 2 Million 07
(d) Above 7 to 1 Million 05
(e) Above 5 to 7 Lac 04
(f) Above 3 Lac to 5 Lac 03
(g) Above 1 Lack to 3 Lac 02
(h) Balance below 1 Lac 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 4 of 11
The financial bids of technically accepted bidders will be opened publicly at a time to be announced
by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Form A1
Past Performance – Major Public / Government Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address & Contact
No. of the Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Form A2
Past Performance – Major Private Institutions Served
Sr.
No.
Contract Name Contract
Value
Brief Description of
the work performed
Name, Address & Contact
No. of the Client
01
02
03
04
05
06
07
Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.
Page 5 of 11
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 required Bid Security must be attached with Technical Bid, otherwise, bid shall be
rejected.
2. Only the manufacturers or the concerned authorized distributors / whole sellers /
dealers / partners / firms of the concerned manufacturers are eligible to participate in
the bid. (Documentary Support must be attached with the bid).
3. Only one brand / model is allowed to quote against each option. In case, more than one
options with different brands / models have been quoted with different prices against
one option, the bid will be rejected as a whole.
4. Vendors must quote latest model available. Change of model at any stage will not be
allowed in any case.
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. 0.25% stamp duty would be furnished by the successful bidder against the amount of the
value of purchase order, if levied / applicable according to the orders of the Government.
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.
Special Note:
5. In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is
agreed to open LC with the quoted price in black & white. Subsequently, if, it is
communicated by the vendor that the quoted amount / ordered quantity is lesser and LC
cannot be opened with the said amount or ordered quantity (quantity of the items mentioned
in the purchase order as per actual requirement), then, the excuse will not be acceptable and
action will be taken according to the rules which can include forfeiture of bid security or
blacklisting or both of them.
6. Complete supporting documents must be attached with the technical bid according to the
requirements mentioned in the evaluation criteria.
7. The mentioned specifications and the terms & conditions and parameters 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 7 of 11
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 13-05-2020 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
Page 8 of 11
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at
the time of payment or the vendor can himself submit 10% performance security in the form of
CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the
warranty period of the items etc. In case of warranty, the amount of Security will be held by
the University till warranty period and the said amount will be released upon the satisfactory
report of end user.
11. The supply will be checked by the Technical Committee / representative of the department, if
so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the Contract
satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require
the Suppliers to provide information concerning their professional, technical, financial, legal or
managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any
time, that the information submitted by him concerning his qualification as Supplier was false
inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on
to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.
Where prices are to be quoted in package, all items mentioned in the package shall be quoted
in the offered prices. Non-mentioning of price of each item of the package being non-
responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case
of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the
required goods shall be provided.
Page 9 of 11
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and
registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(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 10 of 11
(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 born 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 11 of 11
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. In case of bid on C&F basis, the University will provide a request letter to concerned tax
authorities for exemption of taxes at the import stage.
45. In case of bid on C&F basis, all bids shall be valid subject to the Performa Invoice from the
Principal duly signed, clearly indicating the name of manufacturer & country of origin / port of
shipment, along with a certificate from the Principal authorizing the Supplier to bid on his
behalf in case of manufactured goods. The Supplier should enclose the Principal
catalogue/leaflet/literature and other technical data, if any, along with his bid. The LC shall not
be opened until and unless Performa Invoice issued by the principal is submitted by the vendor.
46. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 22
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “Laboratory Equipment (Gas
Chromatograph, Inductively Coupled Plasma-Mass Spectrometer, XRF with Auto Sample Loading
Position, Advance Diffractometer System etc.) for Centre for Coal Technology / Institute of Energy &
Environmental Engineering”. Single Envelope Containing Two Separate Envelopes must be
marked as “Financial Proposal” & “Technical Proposal”. {C&F and FOR Basis (In Pak Rupees
Only)}
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No.718/PW/Bid/Lab.Eqpt./I.E.E.E Date 27 / 04 / 2020
Page 2 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
A Advance Research Laboratory (Item No. 1 to 5)
1 Gas Chromatograph – Mass Spectrometer with
Computer, Backup UPS, and UPS for Equipment
01
No.
Specifications (or equivalent)
Oven Ballistic oven cool-down
The ballistic cool-down time for the oven from 450°C to 50°C
Oven and column characteristics Columns: Accepts multiple sizes of fused silica, packed or
capillary columns coil.
Oven temperature Range: 4°C above ambient to 450°C
Settings: Temperature directly selectable in steps throughout the
temperature range
Average ambient sensitivity: Not more than 0.05°C change over a
5°C change in ambient temperature, within the 10 to 35°C
allowable ranges
High-temp protection: Firmware protection prevents safety hazard
Oven temperature programming Temperature settings: Initial, final temperature, selectable with
different increments
Time settings:
1 min increments for values 0 to 998 mins
0.1 min increments for values 0 to 99.8 mins
0.01 min increments for value 0 to 9.99 mins and infinite time
(999 mins)
Programming rate: Settable from 0.0°C/min to 160.0˚C/min in
0.1°C increments
Pneumatic program rates: 0-100.0 psi/min, 0-100.0 mL/min, 0-
200.0 cm/sec or ballistic
Real-time graphical display of chromatogram and graphical
display of temperature and pneumatic programs
Injection countdown for manual injections
Column pressure/flow/velocity calculator
Meaningful error/alarm messages
Log file
Upgradable firmware
Preventative-maintenance counter
Password protection
Status-summary screen
Split/Splitless Injector Front capillary column injector
Split ratio easily adjustable for a wide range of analytical
conditions
Charcoal trap in split vent prevents contamination of split valve
and lab air
Two choices of liner
PPC pneumatics – four software configurable modes:
programmed flow, programmed pressure, programmed velocity or
constant flow. Vacuum compensation software selectable.
PPC pneumatics include automatic control of split vent by split
flow or split ratio
Splitless liner
Page 3 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
Included with Split/Splitless Injector
Low Bleed Column
MS Low Bleed Column 30M-.25UM-.32MM
Data System
Includes the software CD, User’s Manual CD, and utilities CD.
Compatible computer with 18.5 ' LCD, Laser Printer
MASS SPECTROMETER
Mass Spectrometer with EI
Electron ionization with 75 L/sec turbomolecular pump
Ion Source: Simplified Maintenance and Removal Technology
Filament: designed for long life
Mass range: 1.0-1200 u (amu)
Detector: long-life high sensitivity electron multiplier detector
Analyzer: Quadrupole with pre-filter
Mass Stability: ±0.1 m/z over 48 hours
EI Voltage: 10 – 100 eV
Vacuum Pumps: 75 L/sec (nitrogen) air-cooled turbomolecular
pump (59 L/sec helium pumping capacity)
Vacuum Gauge: Single wide-range gauge
Temperature Settings: Settable 50 ˚C – 350 ˚C
Carrier Gas Flow Rate: 1.5 ml/min
Mass Calibrant: FC-43 gas, triazine (high mass applications), user
selectable
MS Isolation: Channel Flow Technology
MS Data Collection: Full Scan, Selected Ion Monitoring (SIM),
Simultaneous Full-Scan Selected Ion Monitoring (SIFI)
Scan Rate: Fully variable up to 12,500 amu/sec
Acquisition Rate: 100 points/sec (SIM)
Functions/Run: 32 functions or 32 ions per function
Linear Dynamic Range: 106 dependent on acquisition rate
Software: Compatible operating system
Methods: Electronically transferable between GC/MS systems
GC Acquisition: Full control and data processing of a single
GC/MS with up to 2 GC detectors
MS Tuning: Standard Tune environmental tuning optimized for
EPA methods; Custom Tune user definable optimization
Reporting: Included with specialized reports for environmental
applications.
Power: 230 VAC @ 50/60
Relative Humidity: 20 – 80 % non-condensing
Also includes:
• Wide range pressure gauge
• 2.5 m3hr
-1 backing pump
• Cable, RS232
• Includes materials for installation.
• Helium specific (multi-bed) quick connect filter glass
indicating, multi bed gas filter kit with quick connects.
• abrasive paper for ion source cleaning (6000 grit, 8000 grit:).
ACCESSORIES
Power Cable
Tuning Compounds
Ultra-micro Volume Syringe 5.0ul
NUT KIT 1/8 STEEL PK/5
Page 4 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
0.4mm Graphite / Vessel Ferrules Pack of 10
0.5mm Graphite / Vessel Ferrules Pack of 10
SPECIFIC TRIPLE GLASS TRAP CLICK-ON
He Gas Regulator & Cylinder
Libraries
NIST Mass Spectral Library
Includes the NIST CD, utilities CD, and the printed Install sheet.
190,825 spectra of 163,198 compounds. Includes AMDIS
deconvolution software. Required for chemical structure display,
select environmental reports, and select custom reports.
Main features:
1. Electron Impact (EI) mass spectral library - 220,460 spectra of
192,108 unique compounds, with identifications and typically
chemical structures.
2. Gas Chromatography (GC) data library - 224,038 Kovats
retention index values for 21,847 compounds in the EI library,
now on both polar and non-polar columns. Includes retention
indices with GC column conditions and literature citations.
3. NIST MS Search software - software for searching
(identifying) compounds from their mass spectra and for
browsing mass spectral libraries. Also includes MS interpretation
programs for analyzing mass spectra on the basis of chemical
structure, molecular formula, isotopic patterns, and more.
4. AMDIS software - Automated Mass Spectral Deconvolution
and Identification System for complex chromatograms.
Note: Machine must include all accessory and other parts to
install/make it operational.
2 Inductively Coupled Plasma-Mass Spectrometer (ICP-
MS) with Computer, Backup UPS, and UPS for
Equipment
01
No.
Specifications (or Equivalent)
Spectrometer
Application software
Installation Kit which includes:
Installation Solution
Gas Lines
Cooling Lines
Flexible Vent Tubing
Waste Container
Cyclonic sample introduction system
Concentric nebulizer
Torch
Interface spares kit
Built-in free-running Inductively Coupled Plasma source
New cassette torch mount
Quadruple-stage
Metal quadrupole
Thermally stabilized quadrupole power supply
Peristaltic pump
Computer-controlled gas pneumatics
Detection limits
Element ng/L (ppt)
9Be < 1
Page 5 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
59Co < 1
115In < 0.5
238U < 0.5
Sensitivity
Element M cps/mg/L
9Be > 3
24Mg > 20
115In > 50
238U > 40
Oxide and doubly charged species
CeO+/Ce+ < 0.025
Ce++/Ce+ < 0.03
Background signal
Mass 220 < 1 cps
Short-term precision
< 3% RSD
Long-term stability
< 4% RSD over 4 hours
Isotope-ratio precision
Defined for the isotope ratio of 107Ag/109Ag. Obtained using
single-point peak hopping.
< 0.08% RSD
Mass calibration stability
< 0.05 amu over 8 hours of continuous operation
Carrier Gas Filter
Necessary Tubings / Connectors included with main Unit
Compatible computer and LCD/LED
ICPMS Software Included with the main unit
ICP-MS Checkout Solutions
All required installation solutions should be included with main
unit
Other Standard Solution
Kit-Solution Nexion Cell
Solution Aft Single Element
Solution Aft Multi-Element
Multi-Element Calibration Standard
Matrix per Volume: 5% HNO3 per 100 mL
Heat exchanger, Air Cooled Recirculator
Refrigerated Chiller instead of Air Cooled Ciculator. Refrigerated
Chiller is recommended where temperatrue goes above 30◦C.
Coolant for Exchanger System (1 Litre)
Autosampler for ICP
Blower Vent Assembly
Laser Printer
Argon Humidifier With Bypass
Filter Assy-W/R250 Regulator/Gauge
Nebulizer
Excellent mist and can handle high level of particulates in sample.
Argon Gas Cylinder and Regulator
Note: Machine must include all accessory and other parts to
install/make it operational.
3 XRF with Auto Sample Loading Position as per ASTM
D 4294 with Computer, Backup UPS, and UPS for
01
No.
Page 6 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
Equipment Specifications (or Equivalent)
- Energy-dispersive X-ray spectrometer system for XRF analysis
of the elements from Sodium to Uranium in solid, powder and
liquid samples
- Compact all-in-one spectrometer
-Mains: 240 V, 50 Hz
- X-ray tube: end-window, Pd anode
- Primary beam filter changer: 9 positions
- Detector:
Peltier cooled solid state
typical resolution <155 eV @ Mn K
count rates up to 500 KCPS
- Operation modes: vacuum for solids (pump integrated) and
Helium flushing for liquid samples or loose powders
- Sample size: max. 40 mm (1.56´´) diameter and height; max.
mass 200 g
Developed and manufactured according to DIN ISO 9001 / EN
29001, CE certified, fully radiation protected system.
Software Extension Package
Software package for extended results reporting:
Application Wizard Program
Software package for setup of customer own applications
Interactive Evaluation Program
Note: Machine must include all accessory and other parts to
install/make it operational.
4 Advance Diffractometer System with Computer, Backup
UPS, and UPS for Equipment
01
No.
Specifications (or equivalent)
An all-purpose X-ray analyzer which can be configured for all
powder diffraction applications, including phase identification,
quantitative phase analysis, micro-structure and crystal structure
analysis, residual stress and texture investigations, X-ray
reflectometry, and micro-diffraction, depending on accessories.
design
- Alignment- and tool-free switch between Bragg-Brentano
geometry and Gobel mirrors (parallel and focusing geometries)
- All purpose: Unparalleled adaptability to any conceivable X-ray
powder diffraction application with one instrument
Highly-accurate, high-precision, two-circle goniometer with
independent stepper motors and optical encoders for the Theta
and 2Theta circles.
Alignment-Guarantee:
The accuracy of each peak position should be equal or better than
±0.01° 2Theta over the whole angular range.
- Radiation Safety Enclosure
- Base cabinet
- NIST Standard Reference Material
COMPACT RADIATION SAFETY ENCLOSURE
The instrument should comply with the requirements of the
Machinery Directive 2006/42/EC. In addition, the instrument
should be in conformity with the EC Directives 2006/95/EC
relating to electrical equipment and 2004/108/EC relating to
Page 7 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
electromagnetic compatibility.
Maximum X-ray safety should ne guaranteed due to two
independent fail-safe safety circuits. The maximum radiation
level should be significantly below 1 micro-Sievert/h under
measurement conditions.
X-RAY GENERATOR
High stability, medium frequency design high voltage power
supply for the X-ray tube.
Adjustable in steps of 1 Kv, Adjustable in steps of 1 mA,
Stability: < 0.005% for high voltage and current with 10%
variation of main supply.
Line Overload Protective Circuit 20A
Cooling Water Alarm
Live Display of Cooling Water Flow.
Radiation shield with fail safe mechanism
Power Overload Protective Circuit
Long Life Ceramic X-Ray Tube Cu, Maximum Power 2.2kw
Cu-anode, long fine focus, 2.2 kW,
Focus sizes: 0.04 x 12 mm and 0.4 x 1.2 mm respectively.
Ceramic insulation body.
Switch between line and point focus applications
Detector Interface Board
4-Axes Motor Driver Board
VERTICAL GONIOMETER
Technical data:
-Vertical goniometer, Theta/Theta or Theta/2Theta geometry
(convertible on-site)
-Measurement circle diameter : Goniometer radius from 150 mm
to 300 mm. Predefined positions at 500, 560, 600 mm or any
intermediate setting
-Angular range: 360°
-Max. useable angular range: -110° to 168° (depending on
accessories)
-Angular positioning: stepper motors with optical encoders
-Smallest addressable increment: 0.0001°
-Maximum angular speed: 20°/s (depending on accessories)
-Accuracy: 0.005°
-Reproducibility: 0.0002°
Tracks for Theta-Theta Goniometer
Tube Mount Adapter for Point / Line Focus Optics
Tube Mount, One Degree of Freedom
Mount for Ubc-Collimator, Optical Bench Fix
Optical Bench, Secondary
Storage Rack for Optical Components
Spacer for Measurement Height 150mm, Secondary Beam Path
Spacer for Universal Detector Mount, Measurement Height
150mm
Counter Balances For D8 Theta/Theta, Tube And Detector Circle
Fixed Slit Assembly, Primary
Axial Soller Slit - 2.5° (02 Nos.)
Axial Soller slit - 2.5°
Cu Absorber 0.1mm
Page 8 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
Cu Absorber 0.2mm
Plug-In Slit 6mm
Cu Absorber 0.05mm
Plug-In Slit 2mm
Plug-In Slit 1mm
Plug-In Slit 0.6mm
Plug-In Slit 0.2mm
Plug-In Slit 0.1mm
Plug-In Slit 0.05mm
Sample Stage Capable For 20 X 15 Mm Thickness 2mm
Sample Size and Maximum 51 Mm Dia And Thickness 0.1 Mm
To 8 Mm. Maximum Angular Range.
Set of Pmma Rings, Height 8.5 Mm, Specimen Well Ø 25 Mm
Graphite Curve Monochromator
Fixed Slit Assembly, Secondary
Universal Detector Mount with Plug-In Slit
Dynamic Scintillation Counter, Nai
Nai(Tl)
Hv/Pha Output 0 To 1000v, Stability < 0.01% (8h)
Computer system with compatible operating system
Printer
Software package for easy and convenient acquisition of one- and
two-dimensional X-ray scattering and diffraction data
Compatible Software
Software for easy, fast and convenient interpretation of one- and
two-dimensional X-ray powder diffraction data.
Measuring Mode
Theta Scan, Two Theta Scan, PHA Scan, Phi Scan, Lock Couple
Scan, Unlock Couple Scan
General data evaluation options: -Peak search and creation of peak data, e.g. for phase identification
Advanced XRD data evaluation and display options:
Water Cooling Unit (Water/Air)
Technical data:
-cooling capacity: at ambient temperature of 32°C and 18°C
temperature of cooling water)
-adjustable temperature of cooling water (outlet): 15 to 25°C
- stability of water temperature: +/- 1°C
- tank capacity: 40 l
- water flow: 300 l/h
- power supply: 400 V / 3-phase / 50 Hz
- power consumption: 2.18 kW
- dimensions (h x w x d): 1212 / 600 / 741 mm
- weight (empty): 200 kg
- isolated alarm switch
- safety switch off for excessive temperature and excess
pressure
-standards: CE
-degree of protection: IP44
-internal by-pass system
Page 9 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
-with 10 m power cable, 10 m controller cable, 2 x 10 m water
hose
Autotransformer for Water Cooling Unit
Version for ambient temperatures up to +43°C.
Note: Machine must include all accessory and other parts to
install/make it operational.
5 Single Sample Dilatometer with Computer, Backup UPS,
and UPS for Equipment
01
No.
Specifications (or equivalent) A horizontal, digital dilatometer that must measure the expansion
or contraction of a single test specimen from room temperature to
1000°C with on-board, stand-alone, programmable process
controller and linear motion measuring head assembly equipped
with LVDT sensor.
Including;
Bench top instrument console, 1200°C furnace, programmable
process controller, measuring head with alumina sample holder
and alumina probe rod, type "S" thermocouple, 1” (25.4mm),
calibration sample, computer along with instrument software,
Accessories and instruction manual
Power Requirements:120vac, 10amp, 50/60Hz. (240vac, 5amp,
50/60Hz optional)
Temperature Range RT to 1,200°C
Furnace Tube style, 12 inch heated zone
Thermocouple Type "S" 2 wire
Sample Holder and Probe Rod Alumina (Fused Quartz optional)
Sample Size (max)
50 mm long by
20 mm diameter
LVDT Displacement Range ±0.100inch (±2.54mm)
Displacement Resolution
0.0000009 inch or 0.9 micro-inch
(0.00002 millimeter or 0.02 microns)
PLC Resolution for a 1” Sample 0.00009%
Reproducibility Range ± 0.008 Percent Linear Change
Contact Load Adjustable - minimum 4 grams
Temperature Control
User Programmable, 20-segment, PID Controller with Melting
Point Protection
Heating Rate
1 to 30°C/minute
Programmable at 0.01°C increments
Data Acquisition
On-board Process controller - data stored at 1°C increments, real-
time data collection or data retrieval to computer
Data Analysis
Factory Calibration high purity platinum Calibration Sample 99.8 Alumina
Water Cooled Bulkhead
Measuring Head Cover
Controlled Atmosphere
OPTIONAL ACCESSORIES: Water cooled bulkhead
Alumina Sample holder
Page 10 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
Alumina Probe Rod
Fused Quartz Sample holder
Fused Quartz Probe rod
Spare Thermocouple
Note: Machine must include all accessory and other parts to
install/make it operational.
B Workshop Practice Lab (Item No. 6 to 13 )
6 Milling Machine
01
No.
Specifications (or equivalent)
Mechanical Axis travel
▪ X (longitudinal) 225 mm
▪ Y (cross) 150 mm
▪ Z (vertical) 140 mm
Spindle to column 130 mm
Distance spindle to table 202 mm
Table to column 5 to 130 mm
Working Table area 410 x 130 mm
2 tee slots dimensions 2 x 10 mm x 100 mm centres
Rapid traverse at 100% 2000mm/min
Programmable feed rate 10 to 2000 mm /min
Spindle speed range 350 to 3500 rpm
(programmable & variable)
Tapping 0 to M6
System resolution 0.005mm
Machine resolution 0.01mm
Bed Bed hardened and ground with precision anti-backlash
ballscrew fitted to all axes.
Specification - Electrical Main Motor 0.45 kw ( 0.6 HP)
Spindle Motor DC motor, infinitely variable,
Permanent magnet with
thyristor controlled drive package.
Axes Motors Steppers DC - 400 steps/rev with bi-
polar chopper drives which allows
simultaneous movement of all axes.
Control Panel Touch sensitive operatable without
a computer
Toolholders & Tooling package Toolholders (6-position disc).
4 x 6mm dia EC-EM 06
1 x 10mm dia EC-EM 10
1 x 16mm dia EC-EM 16
(Complete with pull studs)
Page 11 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
• 2 off Set of Tooling comprising: 2 Slot drill 2mm TiCN Coated
1 Slot drill 3,4,5,6 and 8mm TiCN Coated
1 25mm facing cutter 16mm shank
2 Tips for above
2 2mm ball-end cutters
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
7 PC Slant Bed Lathe
01
No.
Specifications (or equivalent)
Specification – Mechanical
Working area
Swing over bed 160mm
X Axis travel 125mm
Z Axis travel 125mm
Distance between centres 140mm
Swing over cross slide 70mm
Bed
Bed hardened and ground with precision anti-backlash ballscrew
fitted to both axes.
Head stock
Stepper motor
Spindle bored to pass 20mm
Spindle nose mounting 3" D1 Camlock
Feed drive
Infinitely variable spindle speeds 200 to 3200rpm
Rapid traverse rate at 100% 1500mm/min
Feed range 0 to 1500mm/min,
programmable Feed Modes 2 Feed modes (per rev/per min)
System resolution 0.005 mm
Mechanical resolution 0.01mm
Compulsory Equipment
➢ 8 station, programmable disc-type toolpost
➢ Site/Network licence of Boxford CAD/CAM software
Tools for Networking of 10-50 Students
➢ 80mm 3-jaw chuck
➢ Tailstock with rotating centre
➢ Airmist Coolant System (Compressed air needed, 6 BAR,
70/90 PSI).25 Litre can of coolant (Yields 22 litres when mixed)
➢ Cabinet Base with bracked castors shelf and lockable
doors
Laptop shelf fitted to the wheeled cabinet base above
➢ 2 off Boxed of recommended tooling package which
includes:
▪ 1 LH Turning
▪ 1 RH Turning
▪ 1 Pack of 10 inserts for above
▪ 1 Parting off plus 10 inserts
▪ 1 External threading plus 10 inserts
Page 12 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
▪ 1 Boring bar plus 10 inserts
▪ 1 Centre drill
2 Twist drills (5 & 10mm) ∅ Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
8 Rotary Bending Fatigue Testing Machine
01
No.
Specifications (or equivalent) ● Maximum bending moment 6 Kgf m (60 N.m)
● Test speed 1500 r/min or greater
● Diameter of specimen 8 mm
● Max. length of specimen 226 mm
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
9 Pedestal Drill Machine
01
No
Drilling size: upto 30mm
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
10 Hacksaw Cutting Machine
01
No
Specifications (or equivalent)
Blade size: 12inch (minimum)
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
11 Shaper Machine
01
No
Specifications (or equivalent)
Horizontal travel: 15inch, Vertical travel :10inch
Stroke length: 15inch, Oil Pump
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
12 Manual Lathe Machine
01
No
Bed Size 4 ft, Dog chuck, Tool post, 3 Jaw chuck, Tail stoke
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
13 Sheet Metal Forming
01
No
Specifications (or equivalent)
Thickness: 0.4-4.5mm
Speed: 15m/min
Note: Machine must include all accessory item(s) and
other parts to install/make it operational.
Bid Security for Lab A (Advance Research Laboratory):
2% Bid Security (Original) for Amounting to Rs. 1,501,000/- of the Estimated Price in the
form of Demand Draft / Bankers Cheque / CDR Must be Attached.
Bid Security for Lab B (Workshop Practice):
2% Bid Security (Original) for Workshop Practice Amounting to Rs.139,200/- of the
Estimated Price in the form of Demand Draft / Bankers Cheque / CDR Must be Attached.
Note:
(i) If any participant bidder quotes even a single item of a lab, the full value of the required 2% bid security
must be attached for that concerned lab.
Page 13 of 22
Sr.
No.
ITEMS DESCRIPTIONS Qty. Brand,
Make &
Model
Unit Price
(C&F and
FOR Basis)
Total Price
(C&F and
FOR Basis) Minimum Required Specifications or equivalent
(ii) If a bidder quotes the item / items from both labs, then, the value of bid security must be equal to the sum
of bid securities required for each lab (Rs.1,501,000 + Rs.139,200 = Rs.1,640,200/-).
Warranty: Supplier shall ensure 1 year comprehensive warranty including all parts.
Note:
(i) Detailed specifications of the compatible equipment (such as UPS, Computer, Printer etc.) must be provided by the
bidder along with the technical specifications.
(ii) Installation will be the responsibility of the manufacturer or his representative free of cost. However, provision of
electrical switches, gas and water supply will be the responsibility of the University.
(iii) Supplier will also provide training to the faculty members free of cost.
Evaluation Criteria
Sr.
No.
Parameters Detail Total
Marks
Remarks
1 Past Performance
(Within previous
3 years)
(a) Major Public / Government Institutions
Served (Form A1): (15 marks)
i No. of institutions served 0
ii 1 to 3 5
iii 4 to 6 10
iv 7 & Above 15
(b) Major Private Institutions Served:
(Form A2) (05 marks)
i No. of institutions served 0
ii 1 to 3 2
iii 4 to 6 3
iv 7 & Above 5
20
(15+5)
Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Private Institutions referred to
other than above.
Copies of relevant purchase
orders / delivery challans etc.
must be attached.
2 Market experience
in quoted items
i 1 year 2
ii 2 years 4
iii Above 2 years 5
Copy of Delivery Challan duly signed by the
concerned customer / bill of entry etc. must be
provided
5 Experience will be confirmed
from the date of supplies made
/ delivered against the purchase
order.
3 Length of
Dealership
i Above 4 years 5
ii 3 – 4years 4
iii 2 – 3 years 3
iv 1 – 2 years 2
v Below 1 year 0
5 Length of dealership with the
quoted principal will be
considered. Documentary
Evidence be attached.
4 Financial Status
i Tax Returns (Last 3
years)(2 marks each year)
6
ii Bank Certificate* 4 iii Bank Statement
(Previous 12 months) 10
(a) Balance above 20 Million 10
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,
Page 14 of 22
(b) Balance above 15M & upto
20 Million 08
(c) Balance above 10M & upto
15 Million 06
(d) Balance above 8M & upto 10
Million 04
(e) Balance above 5M & upto 8
Million 02
(f) Balance below 5 Million 0
the Bank will certify about
the Bidder’s financial worth,
liquidity status, reputation.
5 Technical Staff
(Overall)
(Form B1)
(Form-B)
i Less than 2 persons 0
ii 2 to 3 persons 05
iii 4 to 5 persons 08
iv More than 5 persons 10
Qualification: Minimum Graduation
Masters qualification
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Training: Foreign Training from principal relating to
the product: 5 marks
(1 person = 2 marks / 2 person = 4 marks
More than 2 persons – 5 marks )
Experience: (1 person equal to or more than 2 years = 02 marks 2 persons equal to or more than 2 years = 04 marks More than 2 persons equal to or more than 2
years = 05 marks
More than 2 persons – 5 marks )
25 Qualification marks will be
awarded on the final
degree. Complete
supporting documents be
attached.
6 Good Reputation
Certificate from any
Govt. Institution /
Private Sector in
Connection with
Services
(Form C1)
i No certificate provided 0
ii 1 to 2 5
iii 3 to 5 10
iv 6 to 7 15
v 8 to 9 20
vi 10 and above 25
Appreciation Certificates / Satisfactory
letters etc. must be attached.
25 Public / Government
Institutions mean government
institutions / Public Sector
organizations / Public Sector
Universities / Government
Agencies / Autonomous
Bodies etc.
Private Institutions referred to
other than above.
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.
Page 15 of 22
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 16 of 22
Form B1
List of Technical Staff
Sr.
No.
Name of Employee Certificate/ Diploma/
Higher Technical
Qualification
Experience Name, Address &
Contact No. of the
Employee
01
02
03
04
05
06
07
08
09
10
Name and Signature of Bidder
With official Stamp
Dated:
Special Note:
1. The required Bid Security must be attached with Technical Bid in original, otherwise,
bid shall be rejected.
2. Only the manufacturers or the concerned authorized distributors / whole sellers /
dealers / partners / firms of the concerned manufacturers are eligible to participate in
the bid. (Documentary Support must be attached with the bid).
3. Only one brand / model is allowed to quote against each option. In case, more than one
options with different brands / models have been quoted with different prices against
one option, the bid will be rejected as a whole.
4. Vendors must quote latest model available. Change of model at any stage will not be
allowed in any case.
Page 17 of 22
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. 0.25% stamp duty would be furnished by the successful bidder against the amount of the
value of purchase order, if levied / applicable according to the orders of the Government.
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.
Special Note:
5. In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal
is agreed to open LC with the quoted price in black & white. Subsequently, if, it is
communicated by the vendor that the quoted amount / ordered quantity is lesser and LC
cannot be opened with the said amount or ordered quantity (quantity of the items
mentioned in the purchase order as per actual requirement), then, the excuse will not be
acceptable and action will be taken according to the rules which can include forfeiture of
bid security or blacklisting or both of them.
6. Complete supporting documents must be attached with the technical bid according to the
requirements mentioned in the evaluation criteria.
7. The mentioned specifications and the terms & conditions and parameters 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 18 of 22
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 13-05-2020 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
Page 19 of 22
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at
the time of payment or the vendor can himself submit 10% performance security in the form of
CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the
warranty period of the items etc. In case of warranty, the amount of Security will be held by
the University till warranty period and the said amount will be released upon the satisfactory
report of end user.
11. The supply will be checked by the Technical Committee / representative of the department, if
so desired.
12. The technical committee shall determine to its satisfaction whether the bidder that is selected
as having submitted the lowest evaluated responsive bid is qualified to perform the Contract
satisfactorily.
13. The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, as well as such other information as the
Technical Committee / University deems necessary and appropriate.
14. The Technical Committee / University, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require
the Suppliers to provide information concerning their professional, technical, financial, legal or
managerial competence.
15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any
time, that the information submitted by him concerning his qualification as Supplier was false
inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.
16. The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
17. The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be
considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on
to the University.
18. Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.
Where prices are to be quoted in package, all items mentioned in the package shall be quoted
Page 20 of 22
in the offered prices. Non-mentioning of price of each item of the package being non-
responsive shall be rejected straightaway.
19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case
of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the
required goods shall be provided.
20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and
registration certificate with PRA (if applicable) with documentary proof shall have to be
provided by each Bidder in the tender.
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
Page 21 of 22
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 22 of 22
(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. In case of bid on C&F basis, the University will provide a request letter to concerned tax
authorities for exemption of taxes at the import stage.
45. In case of bid on C&F basis, all bids shall be valid subject to the Performa Invoice from the
Principal duly signed, clearly indicating the name of manufacturer & country of origin / port of
shipment, along with a certificate from the Principal authorizing the Supplier to bid on his
behalf in case of manufactured goods. The Supplier should enclose the Principal
catalogue/leaflet/literature and other technical data, if any, along with his bid. The LC shall not
be opened until and unless Performa Invoice issued by the principal is submitted by the vendor.
46. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer
Page 1 of 11
BID DOCUMENTS
Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University
of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN
and PRA (if applicable), for the procurement of below mentioned “Furniture & Fixture Items for
Centre for Coal Technology / Institute of Energy & Environmental Engineering”. Single
Envelope Containing Two Separate Envelopes must be marked as “Financial Proposal” &
“Technical Proposal”. FOR Basis (In Pak Rupees Only)
OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT
2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]
Free of Cost No.719/PW/Bid/F.Fixture/I.E.E.E Date 27 / 04 / 2020
Page 2 of 11
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Brand,
Make &
Model
Unit Price (With Taxes)
Total Price (With Taxes)
Library
82 Nos.
1
Wooden Almirahs for
library books Size 4’ x 6’, depth 1.5 ft and
having 5 Shelves each, Solid
Wood “Shesham” Laminated
Win Board structure, polish
finish, 5 mm glass (front doors).
Complete in all respects, as per
sample present at Institute of
Energy & Environmental
Engineering.
2
Catalogue Cabinets
Structure made of “Shesham” with equally
distributed 20 internal drawers.
Total Width of the Cabinet = 36 inch
Total Depth of the Cabinet = 18 inch
Total Height of the Cabinet = 48 inch
Depth of the Drawers = 17 inch
Complete in all respects, as per sample present in
library of Institute of Energy & Environmental
Engineering.
10 Nos.
3
Computer Tables & Computer Chairs
Chair: Steel structured (Rust Resistant) chair
upholstered with Diamond
foam and Rexine, chrome
steel structured revolving
pedestal, steel arms, height
adjustable,
Dimensions (Chair): Height =
40 inch, Width = 18 inch,
Depth = 18 inch, Height of the
Back of Chair = 26 inch,
complete in all respects, as per
sample present at Institute of
Energy & Environmental Engineering.
28 Nos.
Page 3 of 11
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Brand,
Make &
Model
Unit Price (With Taxes)
Total Price (With Taxes)
Table: Table made of laminated formica sheet (Top
and sides), without any drawer, high quality locked
railing for keyboard, 1 ft long Sheet plate for mouse,
CPU box,
Dimensions (Table): Height = 30 inch, Width = 36
inch, Depth = 23 inch,
Dimensions (CPU Box): Width = 12 inch, Length =
22 inch
Complete in all respects as per sample present at
Institute of Energy & Environmental Engineering.
4
Furniture for Library Cabin (One Office Table,
One Office Chair, One Wooden Almirah and 3
Visiting Chairs)
Office Table: Table
made of laminated
formica sheet, supplied
with three drawers and
lock for each drawer,
Dimensions: Height = 30
inch, Width = 48 inch,
Depth = 30 inch
Complete in all respects,
as per sample present at
Institute of Energy &
Environmental
Engineering.
Office Chair: High back
revolving chair, cushioned
with Diamond foam and
Rexine, steel structured
revolving pedestal, height
adjustable,
Complete in all respects, as
per sample present at
Institute of Energy &
Environmental Engineering.
01 No.
Page 4 of 11
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Brand,
Make &
Model
Unit Price (With Taxes)
Total Price (With Taxes)
Wooden Almirah: Size 4’
x 6’, depth 1.5 ft and
having 5 Shelves each,
Solid Wood “Shesham”
Laminated Win Board
structure, polish finish, 5
mm glass (front doors),
Complete in all respects, as
per sample present at
Institute of Energy &
Environmental
Engineering.
Visitor Chair: Solid Wooden Frame (Termite
Resistant) Structure, Seat
and Back upholstered
with Diamond Foam and
Rexine, Polish Finish,
Height = 36 inch
Depth = 19 inch
Length = 23 inch
Complete in all respects
as per sample present at
Institute of Energy &
Environmental
Engineering.
5
Study Tables
Laminated Win Board Base with Shesham Wood
Gola, 2 CPU boxes on each side, Dimensions:
Height = 30 inch, Width = 72 inch (6ft), Depth = 48
inch (4ft)
Complete
in all
respects as
per sample
present at
Institute of
Energy &
Environme
ntal
Engineering
.
16 Nos.
Page 5 of 11
Sr.
No.
TENDER DESCRIPTIONS
Minimum required specifications or equivalent
QTY.
TO BE FILLED IN BY BIDDERS
Brand,
Make &
Model
Unit Price (With Taxes)
Total Price (With Taxes)
6
Wooden Chair for Students
Wooden Structure, Wooden Arm, Seat and Back
upholstered with Diamond Foam and Good Quality
Fabric.
Thickness of Foam = 4 inch
Total Height = 36 inch
Depth of seat = 22 inch
Depth of arm = 22 inch
Complete in all respects
as per sample present at
Institute of Energy &
Environmental
Engineering
100
Nos.
7
Wooden Chairs for Circulation Counter
Solid Wooden Frame (Termite Resistant) Structure,
Seat and Back upholstered with Diamond Foam and
Rexine, Polish Finish,
Thickness of Foam = 3 inch
Total Height = 36 inch
Length = 20 inch
Depth = 20 inch
Complete in all respects as per
sample present at Institute of
Energy & Environmental
Engineering.
05 Nos.
Total Amount / Bid Value
2% Bid Security (Original) amounting to Rs.90,620/- of the Estimated Price in the form of Demand
Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:
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. 0.25% stamp duty would be furnished by the successful bidder against the amount of the
value of purchase order, if levied / applicable according to the orders of the Government.
3. The University shall initially open only the envelopes marked as “TECHNICAL
PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the
time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall
remain unopened and shall be retained in safe custody of the University till completion of the
technical evaluation process. Financial Details (Rates of Quoted Items) must not be
mentioned in the technical bid otherwise the bid will be rejected.
4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over
writing / cutting, the bid for the said item will be rejected or the decision of University
will be final & applicable which will not be challengeable anywhere.
5. Complete brochures / supporting documents of the quoted brands / items must be
enclosed along with the bid document, where applicable.
6. Brand details, Country of Origin and port of shipment must be mentioned in the bidding
documents, if applicable.
7. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in
form of (MS-Word) CD along with bid.
Special Note:
1. The required Bid Security must be attached with Technical Bid in Original, otherwise, bid shall be
rejected.
2. Only one brand / model / option is allowed to quote against each option. In case, more than one
option with different brands / models with different prices have been quoted against one option, the
bid will be rejected as a whole.
3. The mentioned specifications and the terms & conditions of the bid documents constitute the bid
evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /
brand will be according to the minimum required specifications and who will comply with the terms
and conditions of the bid documents) will be opened publicly at a time to be announced by the
Procuring Agency. The financial bids of the bidders found technically non-responsive shall be
returned un-opened to the respective Bidders.
Page 7 of 11
8. Signature & stamp of the bidder is essential at the proper place given at the end of bid
document.
9. Sample of each quoted item must be provided by bidder, if Technical Committee will
demand. In case non-compliance, the bid will be rejected.
10. In case of FOR basis, Prices must be quoted clearly mentioning with all charges/inclusive
of all applicable taxes.
TERMS & CONDITIONS:
1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in
this office (Procurement Wing) by 13-05-2020 at 10:15 (a.m.).
2. The Tender Opening Committee will open the bids on same date at 10:45 (a.m.) in the
presence of bidders, who wish to attend. In case of bid submission / opening date falls on the
public holiday, the submission / opening date will be next working date.
3. Bid received after due date/time will not be accepted under any circumstances.
4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated
price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,
University of the Punjab payable at Lahore to be issued from any enlisted bank with State
Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /
bidders will be released after final decision. However, the EMD of successful bidder / bidders
will be retained until the completion of job successfully as per work order. In case of LC, the
2% EMD can be get released after submission of 10% performance security. In case of Rate
Contract, the 2% bid security will be retained until the expiry of contract period.
5. Bid shall remain valid for 120 days from the date of opening the bid.
6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed
manufacturers / authorized distributors of foreign manufacturers who are authorized for
supplying the stores, so fresh registration/authorization certificate is required along with bid
subject to the reasonability of rates, company profile, past experience, professional skills,
credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,
company profile, past experience, professional skills, credibility of the firm etc. with
reasonable price that can be considered subject to the recommendations of concerned
committee.
7. The supply should be executed promptly within delivery period mentioned in Purchase Order.
In case, the firm fails to supply the stores within stipulated period, University of the Punjab
reserves the right not to accept the supply, in part or in full and to claim liquidated damages @
2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores
ordered.
8. The vendor should ensure that no other Govt. organization is being offered / benefited more
than this discount. If the same is found at any stage recovery will be made accordingly.
9. For any Damages/Shortage during transit, bidder will be responsible & the same must be
replaced within maximum 7 working days.
Page 8 of 11
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 9 of 11
21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and
the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the
errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount
in words shall prevail.
23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be
adopted as per PPRA rules.
24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his
offer for any reason, the EMD will be forfeited.
25. The material must be supplied in one lot. Part supplies generally will not be acceptable.
Moreover, the payment will be made after the job has been accomplished in all respects quite
in accordance with the work order. However, in special cases, partial supply / partial payment
is allowed subject to the approval of competent authority.
26. Force majeure clause is acceptable as defined under sales of goods & contract Act.
27. No advance payment will be made in favor of tender awarded firm.
28. The procurement process will be accomplished in accordance with the PPRA Rules.
29. Normally the payment will be made within 14 days after receipt of supplies & found in order
in quality and quantity and submission of claim / bill with complete supporting documents.
30. The supplies must be confirmed to the specification of supply order and free of defects in all
respects. If the same is found defective, the same must be replaced immediately free of charge
at University of the Punjab, Lahore.
31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent
Committee, University of the Punjab and will be binding on vendor.
32. The competent authority reserves the rights to increase or decrease the quantity as per actual
requirement / availability of funds.
33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent
objective and efficient as possible. The Technical Committee will adopt the approach outlined
below to achieve this objective.
(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 10 of 11
(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 11 of 11
41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final
and unchallengeable approval of the Purchase / Inspection Committee of the University, at the
destination.
42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness
of each bid to the bidding documents. A substantially responsive bid is one, which conforms to
all the terms and conditions & specifications of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions shall be deemed
to be a material deviation for technical proposals. The University’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained
for detail evaluation.
44. The bid amount will be quoted by the vendor along with this certificate:
Assistant Treasurer (Procurement)
I / We have read all the above Bid Document’s instructions and submit
bids/rates in conformity / compliance with the above given terms and
conditions.
_______________________________________
Signature & Stamp of Supplier/Bidder/Vendor
________
Dealing Person Asstt./Deputy Treasurer