4 Earthling System Inclusive of Earth Pits: 2 12

67
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 2 nd 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

Transcript of 4 Earthling System Inclusive of Earth Pits: 2 12

Page 1: 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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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: 4 Earthling System Inclusive of Earth Pits: 2 12

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 13: 4 Earthling System Inclusive of Earth Pits: 2 12

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 14: 4 Earthling System Inclusive of Earth Pits: 2 12

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 15: 4 Earthling System Inclusive of Earth Pits: 2 12

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 16: 4 Earthling System Inclusive of Earth Pits: 2 12

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 17: 4 Earthling System Inclusive of Earth Pits: 2 12

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 18: 4 Earthling System Inclusive of Earth Pits: 2 12

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 19: 4 Earthling System Inclusive of Earth Pits: 2 12

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 20: 4 Earthling System Inclusive of Earth Pits: 2 12

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 21: 4 Earthling System Inclusive of Earth Pits: 2 12

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 22: 4 Earthling System Inclusive of Earth Pits: 2 12

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 23: 4 Earthling System Inclusive of Earth Pits: 2 12

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 24: 4 Earthling System Inclusive of Earth Pits: 2 12

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 25: 4 Earthling System Inclusive of Earth Pits: 2 12

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 26: 4 Earthling System Inclusive of Earth Pits: 2 12

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 27: 4 Earthling System Inclusive of Earth Pits: 2 12

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 28: 4 Earthling System Inclusive of Earth Pits: 2 12

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 29: 4 Earthling System Inclusive of Earth Pits: 2 12

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 30: 4 Earthling System Inclusive of Earth Pits: 2 12

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 31: 4 Earthling System Inclusive of Earth Pits: 2 12

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 32: 4 Earthling System Inclusive of Earth Pits: 2 12

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 33: 4 Earthling System Inclusive of Earth Pits: 2 12

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 34: 4 Earthling System Inclusive of Earth Pits: 2 12

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 35: 4 Earthling System Inclusive of Earth Pits: 2 12

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 36: 4 Earthling System Inclusive of Earth Pits: 2 12

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 37: 4 Earthling System Inclusive of Earth Pits: 2 12

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 38: 4 Earthling System Inclusive of Earth Pits: 2 12

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 39: 4 Earthling System Inclusive of Earth Pits: 2 12

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 40: 4 Earthling System Inclusive of Earth Pits: 2 12

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 41: 4 Earthling System Inclusive of Earth Pits: 2 12

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 42: 4 Earthling System Inclusive of Earth Pits: 2 12

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 43: 4 Earthling System Inclusive of Earth Pits: 2 12

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 44: 4 Earthling System Inclusive of Earth Pits: 2 12

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 45: 4 Earthling System Inclusive of Earth Pits: 2 12

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 46: 4 Earthling System Inclusive of Earth Pits: 2 12

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 47: 4 Earthling System Inclusive of Earth Pits: 2 12

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 48: 4 Earthling System Inclusive of Earth Pits: 2 12

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 49: 4 Earthling System Inclusive of Earth Pits: 2 12

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 50: 4 Earthling System Inclusive of Earth Pits: 2 12

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 51: 4 Earthling System Inclusive of Earth Pits: 2 12

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 52: 4 Earthling System Inclusive of Earth Pits: 2 12

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 53: 4 Earthling System Inclusive of Earth Pits: 2 12

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 54: 4 Earthling System Inclusive of Earth Pits: 2 12

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 55: 4 Earthling System Inclusive of Earth Pits: 2 12

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 56: 4 Earthling System Inclusive of Earth Pits: 2 12

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 57: 4 Earthling System Inclusive of Earth Pits: 2 12

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 58: 4 Earthling System Inclusive of Earth Pits: 2 12

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 59: 4 Earthling System Inclusive of Earth Pits: 2 12

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 60: 4 Earthling System Inclusive of Earth Pits: 2 12

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 61: 4 Earthling System Inclusive of Earth Pits: 2 12

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 62: 4 Earthling System Inclusive of Earth Pits: 2 12

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 63: 4 Earthling System Inclusive of Earth Pits: 2 12

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 64: 4 Earthling System Inclusive of Earth Pits: 2 12

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 65: 4 Earthling System Inclusive of Earth Pits: 2 12

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 66: 4 Earthling System Inclusive of Earth Pits: 2 12

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 67: 4 Earthling System Inclusive of Earth Pits: 2 12

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