84
Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and PRA (if applicable), for the procurement of below mentioned “Procurement of GPU SYSTEM and MAC BOOK For Corona Virus COVID-19 for Institute of Biochemistry & Biotechnology (I.B.B)”. Single Envelope Containing Two Separate Envelopes which must be marked as “Financial Proposal” & “Technical Proposal”. (FOR Basis in Pak Rupees Only) OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT 2 nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected] Free of Cost No. /PW/Bid Date /2020

BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 7

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University

of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN

and PRA (if applicable), for the procurement of below mentioned “Procurement of GPU SYSTEM

and MAC BOOK For Corona Virus COVID-19 for Institute of Biochemistry & Biotechnology

(I.B.B)”. Single Envelope Containing Two Separate Envelopes which must be marked as

“Financial Proposal” & “Technical Proposal”. (FOR Basis in Pak Rupees Only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 2: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 7

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

1

GPU System

Processor: AMD Ryzen ThreadrippeR 3960X or 3970X

GPU: GeForce RTX 2080 Ti (4 UNITS)

MOTHERBOARD: ASUS ROG Zenith II Extreme

RAM: G. SKILL Ripjaws V 16GB (1x16GB) 288-Pin

DDR4 3200 MHz - (4 UNITS)

HARD DRIVE: 1- Samsung 970 Evo pro 1TB, 2-WD

blue 8TB

Operating System: Linux along with latest and

compatible MS Office complete (registered), EndNote

(registered), Adobe Photoshop, Adobe Audition, Adobe

illustrator etc complete (registered), 2TB external hard

desk with Warranty

UPS Complete with batteries: Should support the

system with 4-5 hours’ backup time

Warranty: at least 01 years

Company: any reputed company

01 No.

2

Apple Macbook Pro (16 inch)

2.4GHz 8-core 9th-generation Intel Core i9 processor,

Turbo Boost up to 5.0GHz; 64GB 2666MHz DDR4

memory; AMD Radeon Pro 5500M with 8GB of GDDR6

memory; 4TB SSD storage; 16-inch Retina display with

True Tone; Four Thunderbolt 3 ports; Touch Bar and

Touch ID; Backlit Keyboard - US English; Accessory Kit.

System and software: Along with latest and compatible MS

Office complete (registered), EndNote (registered), Adobe

Photoshop, Adobe Audition, Adobe illustrator etc complete

(registered), All these softwares should be provided in

SEPARATE USB. After providing the Macbook to the

university, on the demand of IBB a parallel registered latest

window will be installed in MacBook by the vendor

(without extra charges)

01 No.

3 License for Schrodinger suite

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:

Page 3: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 7

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by

the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation

is underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization,

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall

be disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of the

technical evaluation process. Financial Details (Rates of the quoted item) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

Special Note:

1. The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

2. Only one brand / model / option is allowed to quote against each option. In case, more than one option with

different brands / models with different prices have been quoted against one option, the bid will be rejected

as a whole.

3. The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation

criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be

according to the minimum required specifications and who will comply with the terms and conditions of the

bid documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial

bids of the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.

4. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the

required item to the technical committee in accordance with the specifications mentioned in the bid

document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Page 4: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 7

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08-09-2020 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.

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.

Page 5: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 7

12. The technical committee shall determine to its satisfaction whether the bidder that is selected

as having submitted the lowest evaluated responsive bid is qualified to perform the Contract

satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require

the Suppliers to provide information concerning their professional, technical, financial, legal or

managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any

time, that the information submitted by him concerning his qualification as Supplier was false

inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on

to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

Where prices are to be quoted in package, all items mentioned in the package shall be quoted

in the offered prices. Non-mentioning of price of each item of the package being non-

responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case

of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the

required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and

registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no

change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall

be rectified on the following basis. If there is a discrepancy between the unit price and the total

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.

Page 6: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 7

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects quite

in accordance with the work order. However, in special cases, partial supply / partial payment

is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules.

28. No advance payment will be made in favor of tender awarded firm.

29. Normally the payment will be made within 14 days after receipt of supplies & found in order

in quality and quantity and submission of claim / bill with complete supporting documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of charge

at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach outlined

below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any

bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and scoring

the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the

bids.

(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.

Page 7: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 7

36. All the expenses for the above remedial measures including the repair / replacement if so required

shall be borne by the supplier. In case the fault has occurred as direct consequence of undesirable

condition i.e. electricity or temperature, the supplier shall inform the buyer for taking corrective

measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical evaluation

according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including transportation,

delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be written

against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each according to

the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal approval

/ rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final and

unchallengeable approval of the Purchase / Inspection Committee of the University, at the

destination.

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 8: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 11

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “Laptops, for

Institute of Education and Research”. Single Envelope Containing Two Separate Envelopes

which must be marked as “Financial Proposal” & “Technical Proposal”. (C&F / FOR

Basis (in Pak Rupees Only))

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 9: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 11

Sr.

No.

ITEMS DESCRIPTIONS Qty.

TO BE FILLED BY BIDDERS

Brand,

Make &

Model

Unit Price Total Price Minimum Required Specifications or equivalent

1

Laptops Processor: Intel i7 (7

th Generation)

RAM: 16 GB DDR4

GPU: Nvidia 1060 2-GB or Better

Storage: 256 GB SSD (for OS and other

Installations)

1 TB SATA (as data disk)

Display: 15.6 Inch – Full HD Anti-Glare

Backlit Display

Integrated: WebCam

Integrated: Speakers and Mic

Windows: Window 10 Pro

Warranty: 03 Years

100 Nos.

Total Amount / Bid Value

2% Bid Security (Original) Amounting to Rs.500,000/- of the Estimated Price in the form

of Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Evaluation Criteria

Sr.

No.

Parameters Detail Total

Marks

Remarks

1 Past Performance

(Within previous

3 years)

(a) Major Public / Government Institutions

Served (Form A1): (15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(b) Major Private Institutions Served:

(Form A2) (05 marks)

i No. of institutions served 0

ii 1 to 3 2

iii 4 to 6 3

iv 7 & Above 5

20

(15+5)

Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Agencies / Autonomous

Bodies etc.

Private Institutions referred to

other than above.

2 Market experience

in quoted items

(Computer /

Laptop)

i 1 year 2

ii 2 years 4

iii Above 2 years 5

Copy of Delivery Challan duly signed by the

concerned customer / bill of entry etc. must be

provided

5 Experience will be confirmed

from the date of supplies made

/ delivered against the purchase

order.

Page 10: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 11

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 8 Million 10

(b) Balance 7.1 to 8 Million 08

(c) Balance 5.1 to 7 Million 06

(d) Balance 3.1 to 5 Million 04

(e) Balance 1.1 to 03 Million 02

(f) Balance below 01 Million 0

20 All provided documents can

be verified by the

Department. The marks of

audited balance sheet will be

given in proportion to their

net worth.

* In case of Bank Certificate,

the Bank will certify about

the Bidder’s financial worth,

liquidity status, reputation.

5 Technical Staff

(Overall)

(Form B1)

(Form-B)

i Less than 2 persons 0

ii 2 to 3 persons 05

iii 4 to 5 persons 08

iv More than 5 persons 10

Qualification: Minimum Graduation

Masters qualification

(1 person = 2 marks / 2 person = 4 marks

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.

Total Marks: 100

Qualifying Marks: 65%

Page 11: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

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

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 12: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

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

Name and Signature of Bidder

With official Stamp

Dated:

Page 13: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 11

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted by

the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation is

underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization, detail

concerning the period of such disqualification/ blacklistment, cause of such embargo

and eventual result/ latest status shall be mentioned by the bidder. On account of

submission of false statement or concealment of fact, the Bidder shall be disqualified

forthwith, if contract has not been executed and blacklisted, if the contract has been

executed.

(b) Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

2. Financial Statement of alteast one year (previous 12 months) issued and verified by any

scheduled bank of Pakistan is attached.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

Special Note:

(1) The required Bid Security must be attached in original with Technical Bid, otherwise bid will be

rejected.

(2) Only the manufacturers or the concerned authorized distributors / whole sellers / dealers / partners / firms of

the concerned manufacturers are eligible to participate in the bid. (Documentary Support must be attached

with the bid).

(3) Only one brand / model is allowed to quote against each option. In case, more than one options with

different brands / models have been quoted with different prices against one option, the bid will be rejected

as a whole.

(4) In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is agreed to open

LC with the quoted price in black & white. Subsequently, if, it is communicated by the vendor that the

quoted amount / ordered quantity is lesser and LC cannot be opened with the said amount or ordered

quantity (quantity of the items mentioned in the purchase order as per actual requirement), then, the excuse

will not be acceptable and action will be taken according to the rules which can include forfeiture of bid

security or blacklisting or both of them.

(5) In case the work order is awarded on C&F basis, the LC will be opened directly with the principal.

(6) Complete supporting documents must be attached with the technical bid according to the requirements

mentioned in the evaluation criteria.

(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 14: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 11

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rate of Quoted Items) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The Financial Bids of only those firms will be opened which would have been declared as

technically compliant / responsive bids. The Financial Bids of technically non-complaint

bidders will be returned to the concerned bidders un-opened.

5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

6. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

7. Brand details, Country of Origin and port of shipment must be mentioned in the

Bidding documents.

8. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid.

9. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

10. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08-09-2020 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,

Page 15: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 11

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase Order.

In case, the firm fails to supply the stores within stipulated period, University of the Punjab

reserves the right not to accept the supply, in part or in full and to claim liquidated damages @

2% per Month (0.06% per day) subject to a maximum of 10% of the total value of stores

ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted at

the time of payment or the vendor can himself submit 10% performance security in the form of

CDR / banker’s cheque / bank guarantee having minimum expiry date in accordance with the

warranty period of the items etc. In case of warranty, the amount of Security will be held by

the University till warranty period and the said amount will be released upon the satisfactory

report of end user.

11. The supply will be checked by the Technical Committee / representative of the department, if

so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is selected

as having submitted the lowest evaluated responsive bid is qualified to perform the Contract

satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require

the Suppliers to provide information concerning their professional, technical, financial, legal or

managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at any

time, that the information submitted by him concerning his qualification as Supplier was false

inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed on

to the University.

Page 16: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 9 of 11

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

Where prices are to be quoted in package, all items mentioned in the package shall be quoted

in the offered prices. Non-mentioning of price of each item of the package being non-

responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case

of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the

required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable) and

registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no

change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall

be rectified on the following basis. If there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and

the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the

errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount

in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects quite

in accordance with the work order. However, in special cases, partial supply / partial payment

is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. 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.

Page 17: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 10 of 11

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach outlined

below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any

bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and scoring

the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the

bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be 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 18: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

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. 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.

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 19: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 10

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University

of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN

and PRA (if applicable), for the procurement of below mentioned “U.P.S (s) 2KVA, 3KVA & 5KVA

(with Batteries and Battery Bank)” for I.B.A / Main Office / Various Departments. 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. /PW/Bid Date /2020

Page 20: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 10

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand &

Model

Details

Unit Price

(inclusive of

taxes)

Total Price

(inclusive of

taxes

1 2-KVA UPS

6 Nos.

UPS 2-KVA (Pure Sine Wave imported) with Wet

Batteries of Minimum 150 Amp.

UPS 2-KVA (Pure Sine Wave imported) with

additional Wet Battery’s bank, Single Phase Input,

Single Phase Output, Pure Sine Wave Output and

Pure Copper Winding Output Power: 2-KVA 220 Volts single Phase (±10%)

AC Input: Input Voltage single Phase 220 VAC (±15%) Input Frequency: Input Frequency 50Hz (±5%)

Technology: ATMEL Series RISC Microprocessor

Technology, Low Frequency (Full Bridge, Transformer

Based) Protections: Low Battery Voltage, Auto shutdown,

Overload Protection, Overheat , Protection, Overvoltage

Protection, Auto shutdown, Automatic bypass on

failure

Audible Indications: Button press, Battery Low,

Overload, Over-heat, Inverter Start, Error, Trip

Efficiency: A/C to A/C Efficiency ≥80%, preferably 90%

Indicators: In/Out Voltage, Battery voltage, Output

power and UPS Status. Low battery voltage, and bypass,

UPS fault etc.

Battery: Wet Battery, Charging time less than 5 hours

(90% capacity)

Battery Capacity: Battery must be of minimum

150Amp. The brand of the battery and model No. of the

battery may also be mentioned.

Battery Brand: Exide / AGS or equivalent.

Environment: Operating Temperature 0 to 50º C (40º C

continuous) Relative Humidity up to 95%

Display: LCD Display

Cooling: Temperature Controlled/Force

Warranty: 1 year comprehensive on-site warranty for

UPS and 06 months replacement warranty for batteries. 2 3-KVA UPS

UPS 3-KVA (Pure Sine Wave imported) with Wet

Batteries of Minimum 100 Amp.

UPS 3-KVA (Pure Sine Wave imported) with

additional Wet Battery’s bank, Single Phase Input,

Single Phase Output, Pure Sine Wave Output and

Pure Copper Winding Output Power: 3-KVA 220 Volts single Phase (±10%)

AC Input: Input Voltage single Phase 220 VAC (±15%) Input Frequency: Input Frequency 50Hz (±5%)

Technology: ATMEL Series RISC Microprocessor

Technology, Low Frequency (Full Bridge, Transformer

Based) Protections: Low Battery Voltage, Auto shutdown,

Overload Protection, Overheat , Protection,

3 Nos.

Page 21: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 10

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand &

Model

Details

Unit Price

(inclusive of

taxes)

Total Price

(inclusive of

taxes

Overvoltage Protection, Auto shutdown, Automatic

bypass on failure

Audible Indications: Button press, Battery Low,

Overload, Over-heat, Inverter Start, Error, Trip

Efficiency: A/C to A/C Efficiency ≥80%, preferably 90%

Indicators: In/Out Voltage, Battery voltage, Output

power and UPS Status. Low battery voltage, and bypass,

UPS fault etc.

Battery: Wet Battery, Charging time less than 5 hours

(90% capacity)

Battery Capacity: Battery must be of minimum

100Amp. The brand of the battery and model No. of the

battery may also be mentioned.

Battery Brand: Exide / AGS or equivalent.

Environment: Operating Temperature 0 to 50º C (40º C

continuous) Relative Humidity up to 95%

Display: LCD Display

Cooling: Temperature Controlled/Force

Warranty: 1 year comprehensive on-site warranty for

UPS and 06 months replacement warranty for batteries.

3 5-KVA UPS

3(a)

UPS 5000 VA (VDC) with Liquid Batteries

Core type transformer with 99.9% pure copper wire

winding.

• Line Interactive Pure Sine Wave UPS. (Local Warranty)

• Capacity 5000VA (48 VDC).

• Built in voltage stabilizer with +/- 7% output during mains.

• Input voltage window 145-285 VAC.

• Inverter output 220 VAC +/- 5%.

• Multi stage over load protection at 110% Load shut down

after 30 second. & at 120% Load shut down after 5 second. • Transfer time should be. Mains - Inverter 2-4ms.

Inverter-Mains 1-2ms.

• Selectable PWM charger. Current is 10A-18A

• During off mode battery charging will be ON.

• Pure sine wave on load and without load shell be

verified through oscilloscope arranged by supplier.

• Core type transformer with 99.9% pure copper wire

winding.

Batteries:

Liquid Batteries for UPS 12 Volts, 155 AH (Minimum)

with Battery Bank

Power production should be 155 Amp, 12 Voltages, 23

Plates per cell. Not less than output power 155 Amp and

23 plates

Recommended Brands (Osaka/Phoenix/Exide/AGS)

Warranty: 1 year comprehensive on-site warranty for

UPS and 06 months replacement warranty for batteries.

10 Nos.

Page 22: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 10

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand &

Model

Details

Unit Price

(inclusive of

taxes)

Total Price

(inclusive of

taxes

3(b)

UPS 5000 VA (VDC) with Liquid Batteries

Smart-UPS 5000VA USB & Serial 230V

Output Power Capacity 4200 Watts / 5000 VA

Max Configurable Power 4200 Watts / 5000 VA

Nominal Output Voltage 230V

Output Voltage Note Configurable for 220: 230 or

240 nominal output voltage

Efficiency at Full Load 95%

Output Voltage Distortion Less than 5% at full load

Output Frequency (sync to mains) 47 -53 Hz for 50 Hz

nominal,57 -63 Hz for 60Hz nominal

Crest Factor up to 5 :1

Waveform Type Sine wave

Output Connections (8) IEC 320 C13 (1) IEC 320 C19, (2) IEC Jumpers

Input

Nominal Input Voltage 230V

50/60 Hz +/- 3 Hz (auto sensing)

Input Connections IEC-320 C20

Schuko CEE 7 / EU1-16P

British BS1363A

Input voltage range for main operations 160 -285V

Input voltage adjustable range for mains operation 151 -302V

Batteries & Runtime

Liquid Batteries for UPS 12 Volts, 155 AH (Minimum) with

Battery Bank

No. of Batteries: 04 (Wet Batteries)

Power production should be 155 Amp, 12 Voltages, 23 Plates

per cell. Not less than output power 155 Amp and 23 plates

Recommended Brands (Osaka/Phoenix/Exide/AGS)

Typical recharge time 3 hour(s)

Typical Backup Time at Half Load 3 hours (2100 Watts)

Typical Backup Time at Full Load 2 hour (4200 Watts)

Runtime Chart Smart UPS

Communications & Management

Interface Port(s) DB-9 RS-232, USB, SmartSlot

Available SmartSlot™ Interface Quantity 1

Control panel LED status display with load and

battery bar-graphs and On Line: On Battery: Replace Battery:

and Overload Indicators

Audible Alarm Alarm when on battery, distinctive

low battery alarm, configurable delays

Emergency Power Off (EPO) Yes

Surge Protection and Filtering

Surge energy rating 365 Joules

Filtering Full time multi-pole noise filtering: 0.3%

IEEE surge let-through: zero clamping response time: meets

UL 1449

Environmental

Operating Environment 0 -40 °C

Operating Relative Humidity 0 -95%

Operating Elevation 0-3000 meters

8 Nos.

Page 23: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 10

Storage Temperature -15 -45 °C

Storage Relative Humidity 0 -95%

Storage Elevation 0-15000 meters

Audible noise at 1 meter from surface of unit 53.00 dBA

Online Thermal Dissipation 375.00 BTU/hr

Warranty: 1 year compre

hensive on-site warranty for UPS and 06 months replacement

warranty for batteries.

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:

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

Special Note

The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

Only one brand / model / option is allowed to quote against each option. In case, more than one option with

different brands / models with different prices have been quoted against one option, the bid will be rejected

as a whole

The details and including part No. detail etc. must be clearly visible and available on the parts of UPS.

In case a company quotes or provides a UPS in which the part Numbers and other details are missing

on the parts or not clearly visible / legible, the said quotation will be rejected and firm can be

blacklisted subsequently.

The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation

criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be

according to the minimum required specifications and who will comply with the terms and conditions of the

bid documents or in case of sample requirement, whose sample will be passed by the technical committee)

will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of the bidders

found technically non-responsive shall be returned un-opened to the respective Bidders.

If demanded by the technical committee, the vendor will be bound to provide the sample of the required item

/ items to the technical committee in accordance with the specifications mentioned in the bid document. In

case of non-compliance, the bidder will be rejected in the concerned item / items. All the allied charges

relating to sample will be borne by the vendor at his own expense and there will be no responsibility /

liability at the end of University.

Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is not

according to the specifications and terms & conditions mentioned in the bid documents.

In case of the item / items for which the technical committee does not feel the requirement of sample, the

vendor will be bound to provide the supply of concerned item / items in accordance with given specifications

& approved sample according to quoted rates.

In case, decision is made on the basis of samples / demo, the decision of Technical Committee will be final

(Knock off clause).

Page 24: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 10

statement or concealment of fact, the Bidder shall be disqualified forthwith, if contract

has not been executed and blacklisted, if the contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government after the

issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL PROPOSAL”

in the presence of Bidders’ representatives who choose to be present, at the time of bid

opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain

unopened and shall be retained in safe custody of the University till completion of the technical

evaluation process. Financial Details (Rate of Quoted Item) must not be mentioned in the

technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over writing

/ cutting, the bid for the said item will be rejected or the decision of University will be final &

applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be enclosed

along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy must be

provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08.09.2020 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 Technical 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,

Page 25: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 10

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

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. 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.

Page 26: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 10

(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.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard services, or withdraw his

offer for any reason, the bidder will be blacklisted or the EMD will be forfeited or both of

them as per decision of the authority which will not be challengeable.

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.

Page 27: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 9 of 10

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met. Any bid

which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The evaluation

procedure adopted is based on the weighting of all requirements and scoring the vendor’s

responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be 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. 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.

39. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

Page 28: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 10 of 10

40. 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.

41. Prior to the detailed evaluation, the University shall determine the substantial

responsiveness of each bid to the bidding documents. A substantially responsive bid is one,

which conforms to all the terms and conditions & specifications of the bidding documents

without material deviations. Deviations from, or objections or reservations to critical

provisions shall be deemed to be a material deviation for technical proposals. The

University’s determination of a bid’s responsiveness is to be based on the contents of the

bid itself without recourse to extrinsic evidence.

42. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

43. 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 29: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 7

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “SSD Hard Drive

for Server Machine For I.T. Centre”. Single Envelope Containing Two Separate Envelopes

which must be marked as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis

in Pak Rupees only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 30: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 7

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive of

taxes)

Total

Price

(inclusive

of taxes)

1

SSD Hard Drive for Server Machine

Capacity 6.4TB NVMe HDD Included Card,

Configuration & Installation

Compatibility Supported Dell Power Edge R440

Server machine, NVMe “Mixed Use”

PCIe SSD & PCIe SSC

Interface PCIe Gen3 x4 (2.5”) &PCIe Gen3 x8

(Add-In-Card) included

Sequential read/write Add In Card - Up to

6.0/3.0 GB/s22.5” – Up to 3.2/2.8 GB/s

Random read/write 650,000+/60,000+IOPs -

800GB 2.5” 700,000+/160,000+ IOPs3

1.6TB/3.2TB/6.4TB - 2.5” 950,000 + /

160,000+IOPs3–1.6TB/3.2TB/6.4TB–A

Latency Read 90us4 – Write 20us4

Active power consumption 25W maximum

Supported operating systems Canonical® Ubuntu®

LTSCitrix® Xen Server® Microsoft

Windows Server® with Hyper-VRed

Hat® Enterprise Linux SUSE ® Linux

Enterprise Server VMware® ESXiFor

Form factor 12.5 inch –6400GBHHHL (Half Height,

Half Length) add-in card –6400GB

Dimensions 2.5 inch

Warranty: 1 Years Warranty on site

1 No.

Total Amount / Bid Value

2% Bid Security (Original) amounting to Rs. 8,000/- of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Special Note:

The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

Only one brand / model / option is allowed to quote against each option. In case, more than one option with different

brands / models with different prices have been quoted against one option, the bid will be rejected as a whole.

The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation

criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according

to the minimum required specifications and who will comply with the terms and conditions of the bid

documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of the

bidders found technically non-responsive shall be returned un-opened to the respective Bidders.

If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required

item to the technical committee in accordance with the specifications mentioned in the bid document. In case of

non-compliance, the bidder will be rejected in the concerned item / items.

Page 31: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 7

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation

is underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization,

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall be

disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates of the quoted item) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach

in this office (Procurement Wing) by 08-09-2020 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

Page 32: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 7

of rejected bidder / bidders will be released after final decision. However, the EMD of

successful bidder / bidders will be retained until the completion of job successfully as per

work order. In case of LC, the 2% EMD can be get released after submission of 10%

performance security. In case of Rate Contract, the 2% bid security will be retained until the

expiry of contract period.

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

Page 33: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 7

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18 Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules.

28. No advance payment will be made in favor of tender awarded firm.

Page 34: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 7

29. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence of

undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for

taking corrective measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

Page 35: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 7

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be written

against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each

according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at the

destination.

42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of

each bid to the bidding documents. A substantially responsive bid is one, which conforms to all

the terms and conditions & specifications of the bidding documents without material deviations.

Deviations from, or objections or reservations to critical provisions shall be deemed to be a

material deviation for technical proposals. The University’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained

for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 36: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

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 “Procurement of

Data Storage Unit for Department of Examinations”. Single Envelope Containing Two Separate

Envelopes which must be marked as “Financial Proposal” & “Technical Proposal”. (C&F

/ FOR Basis in Pak Rupees Only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 37: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 12

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price Total Price

1

Storage Area Network (SAN) Storage

Useable Storage Space

Provide a total of USEABLE All Flash Array storage

space of 15TB or higher as per following tiers with Scale

Up Architecture.

The Storage must be a native AFA supporting Smart

Compression and De-duplication, must be able to scale-

out supporting at least 6 controllers and shall be quoted

with full feature set and built in AI capabilities.

SAN should be scalable to 1100 drives or higher with no

additional disk license

RAID Protection

RAID protection including RAID 5, 6, TP; Must support any

combination of RAID levels co-exist in single array. Support

Hot-swappable disk drives and disk space hot sparing per

Array.

Storage Architecture

Dual Active-Active Controllers, 4x10G iSCSI SFP+ AND

4x16G FC ports per Controller

Must Support FC and iSCSI protocol simultaneously along

with CIFS & NFS for file services

96G Cache/Controller and shall support a max of 700GB per

controller

Must Support adding Disk Enclosures without addition of new

controllers based on SAS 12Gbps

Redundancy

Storage array components are to be fully redundant and

hot swappable including SAN controllers, standard fan

trays/Modules and power supplies.

Monitoring Software

Built-in monitoring and notifications provision through e-

mail and SNMP.

Comprehensive Simple Network Management Protocol

(SNMP) monitoring and traps.

Provide Historical performance statistics for disks, pools,

and tiers.

Current performance statistics for disks, disk groups,

pools, tiers, host ports, controllers, and volumes.

Storage Management using HTML5 based web GUI, CLI and

REST.

Virtualization integration with VMware vSphere (ESXi),

02

Nos.

Page 38: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 12

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price Total Price

vCenter SRM and Microsoft Hyper-V

All supported Features of Storage must be included in software

without any extra licenses purchasing

Array based replication& Availability

Support of SAN/NAS to SAN/NAS replication feature that

remotely replicates data from one storage to another (with in

the same quoted brand) over a standard IP network over long

distances to provide high levels of data protection and disaster

recovery. Support one to one and one to many replication

sessions.

Snapshots

Must Support snapshots, support mapping of snapshot to hosts

with read-only access, read-write access, or no access to

view/copy data from snapshots.

Support Replication of Volumes, support one to one and one to

many replication sessions.

Cables

Must provide all required/compatible 3 meter cables equal to

all data ports in each controller

Switches

2 Manageable 24 port switches with atleast 2 fiber port

operational compulsory.

Warranty: Minimum 1 year warranty.

Total Amount / Bid Value

2% Bid Security (Original) Amounting to Rs.360,000/- of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Evaluation Criteria

Sr.

No.

Parameters Detail Total

Marks

Remarks

1 Past Performance

(Within previous

3 years)

(a) Major Public / Government Institutions

Served (Form A1): (15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(b) Major Private Institutions Served:

(Form A2) (05 marks)

i No. of institutions served 0

ii 1 to 3 2

iii 4 to 6 3

iv 7 & Above 5

20

(15+5)

Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Agencies / Autonomous

Bodies etc.

Private Institutions referred to

other than above.

Page 39: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 12

2 Market experience

in quoted items

(Computer /

Laptop)

i 1 year 2

ii 2 years 4

iii Above 2 years 5

Copy of Delivery Challan duly signed by the

concerned customer / bill of entry etc. must be

provided

5 Experience will be confirmed

from the date of supplies made

/ delivered against the purchase

order.

3 Length of

Dealership

i Above 4 years 5

ii 3 – 4years 4

iii 2 – 3 years 3

iv 1 – 2 years 2

v Below 1 year 0

5 Length of dealership with the

quoted principal will be

considered. Documentary

Evidence be attached.

4 Financial Status

i Tax Returns (Last 3

years)(2 marks each year)

6

ii Bank Certificate* 4 iii Bank Statement

(Previous 12 months) 10

(a) Balance above 8 Million 10

(b) Balance 7.1 to 8 Million 08

(c) Balance 5.1 to 7 Million 06

(d) Balance 3.1 to 5 Million 04

(e) Balance 1.1 to 03 Million 02

(f) Balance below 01 Million 0

20 All provided documents can

be verified by the

Department. The marks of

audited balance sheet will be

given in proportion to their

net worth.

* In case of Bank Certificate,

the Bank will certify about

the Bidder’s financial worth,

liquidity status, reputation.

5 Technical Staff

(Overall)

(Form B1)

(Form-B)

i Less than 2 persons 0

ii 2 to 3 persons 05

iii 4 to 5 persons 08

iv More than 5 persons 10

Qualification: Minimum Graduation

Masters qualification

(1 person = 2 marks / 2 person = 4 marks

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

25 Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Page 40: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 12

iv 6 to 7 15

v 8 to 9 20

vi 10 and above 25

Appreciation Certificates / Satisfactory

letters etc. must be attached.

Agencies / Autonomous

Bodies etc.

Total Marks: 100

Qualifying Marks: 65%

Note: Marks will be awarded only if the comprehensive and complete concerned supporting

documents are enclosed.

The financial bids of technically accepted bidders will be opened publicly at a time to be

announced by the Procuring Agency. The financial bids of the bidders found technically non-

responsive shall be returned un-opened to the respective Bidders.

Form A1

Past Performance – Major Public / Government Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address &

Contact No. of the

Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be awarded.

Form A2

Past Performance – Major Private Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address &

Contact No. of the

Client

01

02

03

Page 41: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 12

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be

awarded.

Form B1

List of Technical Staff

Sr.

No.

Name of Employee Certificate/ Diploma/

Higher Technical

Qualification

Experience Name, Address &

Contact No. of the

Employee

01

02

03

04

05

06

07

08

09

10

Name and Signature of Bidder

With official Stamp

Dated:

Page 42: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 12

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation

is underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization,

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall be

disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

(b) Stamp duty would be furnished by the successful bidder as levied by the

Government after the issuance of purchase order.

2. Financial Statement of alteast one year (previous 12 months) issued and verified by

any scheduled bank of Pakistan is attached.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at

the time of bid opening. However, the envelope marked as “FINANCIAL

PROPOSAL” shall remain unopened and shall be retained in safe custody of the

Special Note:

1. The required Bid Security must be attached in original with Technical Bid, otherwise bid will be

rejected.

2. Only the manufacturers or the concerned authorized distributors / whole sellers / dealers / partners / firms of

the concerned manufacturers are eligible to participate in the bid. (Documentary Support must be attached

with the bid).

3. Only one brand / model is allowed to quote against each option. In case, more than one options with

different brands / models have been quoted with different prices against one option, the bid will be rejected

as a whole.

4. In case, the firm wants to quote the price on C&F basis, the firm will ensure that Principal is agreed to open

LC with the quoted price in black & white. Subsequently, if, it is communicated by the vendor that the

quoted amount / ordered quantity is lesser and LC cannot be opened with the said amount or ordered

quantity (quantity of the items mentioned in the purchase order as per actual requirement), then, the excuse

will not be acceptable and action will be taken according to the rules which can include forfeiture of bid

security or blacklisting or both of them.

5. In case the work order is awarded on C&F basis, the LC will be opened directly with the principal.

6. Complete supporting documents must be attached with the technical bid according to the requirements

mentioned in the evaluation criteria.

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 43: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 12

University till completion of the technical evaluation process. Financial Details (Rate

of Quoted Items) must not be mentioned in the technical bid otherwise the bid will be

rejected.

4. The Financial Bids of only those firms will be opened which would have been declared

as technically compliant / responsive bids. The Financial Bids of technically non-

complaint bidders will be returned to the concerned bidders un-opened.

5. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

6. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

7. Brand details, Country of Origin and port of shipment must be mentioned in the

Bidding documents.

8. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid.

9. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

10. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08-09-2020 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

Page 44: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 9 of 12

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

Page 45: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 10 of 12

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. 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.

Page 46: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 11 of 12

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be 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.

Page 47: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 12 of 12

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.

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 48: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 8

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “Hiring of

Furniture Examinations Furniture, Tents and Platforms Temporary Lights etc. on Annual

Frame Work Contract Basis for Various Examinations for Department of Examinations”.

Single Envelope Containing Two Separate Envelopes must be marked as “Financial Proposal”

& “Technical Proposal”. (Only FOR Basis in Pak Rupees)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 49: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 8

Sr.

No. TENDER DESCRIPTIONS Qty.

TO BE FILLED BY BIDDERS

Rates (per unit & per day)

1 PEDESTAL FAN

As required

during the

contract

period

2 TEMPORARY LIGHTS BULB 200 WATTS

3 KANAT PRINT 18’X6’

4 SHAMIANA PRINT 18’X18’

5 PLATFORM

6 DURREE

7 OFFICE CHAIR

8 OFFICE TABLE

9 NECESSARY TENT

10 EXAMINATION TABLE

11 EXAMINATION STOOL

12 WHITE SHEET

13 WATER TANK

14

TRANSPORTATION CHARGES

(Capacity of load will be 100 Examination

table or 100-Examination stools or 16 Tables

or 20 Pedestal Fans or 15-Shamianas or 30

Kanats or 100 Chairs or part of these).

Total Amount / Bid Value

2% Bid Security (Original) amounting to Rs. 60,000/- of the

Estimated Price in the form of Demand Draft / Bankers

Cheque / CDR Must be Attached with the Technical Bid:

Page 50: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 8

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization

and no litigation is underway on account of blacklistment process. In case the

bidder has been disqualified or blacklisted earlier in the past by any public

sector organization, detail concerning the period of such disqualification/

blacklistment, cause of such embargo and eventual result/ latest status shall be

mentioned by the bidder. On account of submission of false statement or

concealment of fact, the Bidder shall be disqualified forthwith, if contract has

not been executed and blacklisted, if the contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates) 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.

Special Note:

5. The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

6. 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.

7. 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.

8. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the

required item to the technical committee in accordance with the specifications mentioned in the bid

document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Page 51: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 8

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08.09.2020 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. The Rate Contract (RC) will be valid for One Year or according to the approval of Main

Purchase & Indent Committee initially from the date of issue of order / approval of Main

Purchase & Indent Committee. However, it can be further extended with the mutual consent

of the parties subject to the satisfactory performance of the firm. Moreover, MPIC has the

right to amend (extend/ decrease/abolish) the contract period.

7. 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.

8. 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 52: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 8

9. 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.

10. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

11. 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.

12. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

13. 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.

14. 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.

15. 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.

16. 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.

17. 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.

18. 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.

19. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

Page 53: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 8

20. 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.

21. 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.

22. 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.

23. 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.

24. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

25. 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.

26. 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.

27. Force majeure clause is acceptable as defined under sales of goods & contract Act.

28. No advance payment will be made in favor of tender awarded firm.

29. The procurement process will be accomplished in accordance with the PPRA Rules.

30. 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.

31. 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.

32. 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.

33. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

34. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

Page 54: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 8

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

(v) Comprehensive company profile, workmanship, technical expertise, skilled man

power, after sales services, infrastructure etc. will be considered.

35. 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.

36. 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.

37. 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.

38. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

39. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

Page 55: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 8

40. 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.

41. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

42. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

43. 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.

44. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

45. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 56: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 8

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “Hiring of

Services for Loading / Unloading on Annual Frame Work Contract Basis for Department of

Examinations”. Single Envelope Containing Two Separate Envelopes must be marked as

“Financial Proposal” & “Technical Proposal”. (Only FOR Basis in Pak Rupees)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 57: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 8

Sr.

No. TENDER DESCRIPTIONS Qty.

TO BE FILLED BY BIDDERS

Rates (per unit & per day)

1

Shifting charges of furniture (per hundred

from Premises to Examination Centre &

Carrying Back)

As required

during the

contract

period

2 Loading / Un-loading charges (per

hundred)

3 Shifting charges of goods (per hundred)

upto 1st Floor & carrying back

4 Shifting charges of goods (per hundred)

upto 2nd

Floor & carrying back

5 Shifting charges of goods (per hundred)

upto 3rd

Floor & carrying back

6 Loading / Unloading charges

7 Fair charges of carrying back from station

8 Loading / Unloading charges per sack

9

Shifting charges of Bundles of copies from

Punjab University Press to Examination

Centers (Wahdat Road) (per round)

Total Amount / Bid Value

2% Bid Security (Original) amounting to Rs. 60,000/- of the

Estimated Price in the form of Demand Draft / Bankers

Cheque / CDR Must be Attached with the Technical Bid:

Special Note:

1. The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

2. The Contractor / Vendor must have experience of minimum two years with recognized educational Board /

University relating to the said work. Supporting documents must be attached with bid, otherwise the bid will

be rejected.

3. 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.

4. 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.

5. If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the

required item to the technical committee in accordance with the specifications mentioned in the bid

document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Page 58: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 8

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization

and no litigation is underway on account of blacklistment process. In case the

bidder has been disqualified or blacklisted earlier in the past by any public

sector organization, detail concerning the period of such disqualification/

blacklistment, cause of such embargo and eventual result/ latest status shall be

mentioned by the bidder. On account of submission of false statement or

concealment of fact, the Bidder shall be disqualified forthwith, if contract has

not been executed and blacklisted, if the contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates) must not be mentioned in the

technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08.09.2020 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.

Page 59: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 8

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. The Rate Contract (RC) will be valid for One Year or according to the approval of Main

Purchase & Indent Committee initially from the date of issue of order / approval of Main

Purchase & Indent Committee. However, it can be further extended with the mutual consent

of the parties subject to the satisfactory performance of the firm. Moreover, MPIC has the

right to amend (extend/ decrease/abolish) the contract period.

7. 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.

8. 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.

9. 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.

10. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

11. 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.

12. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

13. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

Page 60: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 8

14. 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.

15. 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.

16. 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.

17. 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.

18. 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.

19. 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.

20. 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.

21. 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.

22. 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.

23. 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.

24. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

Page 61: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 8

25. 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.

26. 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.

27. Force majeure clause is acceptable as defined under sales of goods & contract Act.

28. No advance payment will be made in favor of tender awarded firm.

29. The procurement process will be accomplished in accordance with the PPRA Rules.

30. 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.

31. 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.

32. 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.

33. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

34. 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.

(v) Comprehensive company profile, workmanship, technical expertise, skilled man

power, after sales services, infrastructure etc. will be considered.

Page 62: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 8

35. 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.

36. 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.

37. 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.

38. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

39. 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.

40. 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.

41. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

42. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

Page 63: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 8

43. 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.

44. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

45. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 64: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 14

BID DOCUMENTS

Sealed bids are invited on Single Stage Two Envelopes (Technical & Financial) basis for the

“Procurement of Desktop Computers (Core-i3, i5 and i7 etc.) for Various

Departments” from the original manufacturers or their authorized dealers/ distributors/ partners/

firms etc., registered with GST & NTN and PRA (if applicable). Single Envelope Containing

Two Separate Envelopes must be marked as “Financial Proposal” & “Technical Proposal”.

(C&F / FOR Basis (in Pak Rupees Only))

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 65: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 14

Sr.

No.

ITEMS DESCRIPTIONS TO BE FILLED BY BIDDERS

Qty. Brand, Make

& Model Unit Price Total Price Minimum Required Specifications or equivalent

1

Desktop Computer(s) (Intel Core-i3, 9th

Generation)

Processor: Intel i3- 9100 (6 MB Cache, 4 Core,

3.60 GHz to 4.20 GHz) or higher

Memory: 4GB DDR4 Ram or higher

Display Card: Built-in video Graphics display

Hard Disk Drive:500GBSATA or higher

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

35 Nos.

2

Desktop Computers(s) Intel Core–i5,

9th

Generation

Processor: Intel Core™i5-9400 (9 MB Cache, 6

Core, 2.90 GHz to 4.10 GHz) or higher.

Memory: 4GB DDR4 RAM or higher

Display Card: Built-in video Graphics display or

higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet Card

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, low

radiation

Tower Casing : manufacturer standard casing with

standard power supply

Warranty: 3 Years Warranty on site

125 Nos.

3

Desktop computers(S) (Intel Core –i7, 9th

Generation) for Special Education

Processor: Intel(R) Corei7-9700 (12 MB Cache, 8

Core, 3.00 GHz to 4.70 GHz) or higher.

Memory: 8GB DDR4 RAM or higher

Display Card: Built-in video Graphics display or

higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet card

Audio/Visual: Integrated High Definition Audio

80 Nos.

Page 66: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty. Brand, Make

& Model Unit Price Total Price

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

4

Desktop Computer(s) Intel Core – i5, 9th

Generation for Institute of Administrative

Sciences

Processor: Intel Core™ i5 - 9400 (9MB cache, 6

Core, 2.90 GHz to 4.1 GHz) or higher.

Memory: 4 GB DDR4 RAM or higher Display Card: Built-in video graphic display card or

higher

Hard Disk Drive: 1 TB SATA or higher

Network Adaptor: Integrated Ethernet Card

gigabit (1000/100) or higher

Audio/Visual: Integrated High Definition Audio

Optical Drive: Super Multi DVD ROM, DVD+/-RW 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 with

HDMI port, low radiation

Tower Casing: manufacturer standard casing with

standard power supply

Warranty: 3 Year Warranty on site

50 Nos.

5

Computers for Department of Space Science

Desktop computers(S) (Intel Core –i7, 9th

Generation) for Special Education

Processor: Intel(R) Corei7-9700 (12 MB Cache, 8

Core, 3.00 GHz to 4.70 GHz) or higher.

Memory: 16GB DDR4 RAM or higher

Display Card: Built-in video Graphics display or

higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet card

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, Processor Bits: 64 Bits

Operating System: DOS

Display : 18” LED/ LCD Monitor or higher

10 Nos.

Page 67: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty. Brand, Make

& Model Unit Price Total Price

Tower Casing : manufacturer standard casing

with standard power supply

Warranty: 3 Years Warranty on site

Total Amount / Bid Value

2% Bid Security (Original) Amounting to Rs. 600,000/- of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Evaluation Criteria

Sr.

No.

Parameters Detail Total

Marks

Remarks

1 Past Performance

(Within previous

3 years)

(a) Major Public / Government Institutions

Served(Form A1): (15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(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.

Special Note:

(i) The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

(ii) 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).

(iii) 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.

(iv) Complete supporting documents must be attached with the technical bid according to the requirements mentioned in

the evaluation criteria.

(v) 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. (vi) In case the work order is awarded on C&F basis, the LC will be opened directly with the principal.

Page 68: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 14

2 Market experience

in quoted items

(Computers)

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.

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 beattached.

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 5 Million 10

(b) Balance 4 to 4.99 Million 08

(c) Balance 3.5 to 3.99 Million 06

(d) Balance 03 to 3.49 Million 04

(e) Balance 2.5 to 2.99 Million 02

(f) Balance 02 to 2.49 Million 01

(g) Balance below 02 Million 0

20 All provided documents can

be verified by the

Department. The marks of

audited balance sheet will

be given in proportion to

their net worth.

* In case of Bank

Certificate, the Bank will

certify about the Bidder’s

financial worth, liquidity

status, reputation.

5 Technical Staff

(Overall)

(Form B1)

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

M.Sc Computer Sciences / BS Computer

Sciences or equivalent

(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.

Page 69: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 14

Total Marks: 100

Qualifying Marks: 65%

Note:

Marks will be awarded only if the comprehensive and complete concerned supporting

documents are enclosed.

Detailed evaluation will be made only of those firms / bidders who will be declared as

technically compliant / responsive bidders.

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

Sr.

No.

Purchase / Work Order

Number & Date

Ordered

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.

6 Good Reputation

Certificate from any

Govt. Institution /

Private Sector in

Connection with

Services

(a) Govt. Institution = 10 marks(Form C1)

i No certificate provided 0

ii 1 to 3 3

iii 4 to 6 05

iv 7 & Above 10

(b) Private Institution= 05 marks(Form C2)

i No certificate provided 0

ii 1 to 3 3

iii 4 & above 5

Appreciation Certificates / Satisfactory letters

etc. must be attached.

15

(10+5)

Public / Government

Institutions mean

government institutions /

Public Sector organizations

/ Public Sector Universities /

Government Agencies /

Autonomous Bodies etc.

Private Institutions referred

to other than above.

Page 70: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 14

Form A2

Past Performance Major Private Institutions

Sr.

No.

Purchase / Work Order

Number & Date

Ordered

Value

Brief Description of

the work performed

Name, Address & Contact

No. of the Client

01

02

03

04

05

06

07

Copies of Contract awarded / Purchase Order must be attached otherwise no marks would be

awarded.

Form B1

List of Technical Staff

Sr.

No.

Name of Employee Certificate/ Diploma/

Higher Technical

Qualification

Experience Name, Address & Contact

No. of the Employee

01

02

03

04

05

06

07

08

09

10

Page 71: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 8 of 14

Form C1

Good Reputation Certificate from any Govt. Institution / Public Sector in

Connection with Services

Sr.

No.

Contractor / Firm Name Contract

Value

Brief Description of

the work performed

Name, Address & Contact

No. of the Client

01

02

03

04

05

06

Copies of certificates must be attached otherwise no marks would be awarded.

Form C2

Good Reputation Certificate from any Private Institute in Connection with

Services

Sr.

No.

Contractor / Firm Name Contract

Value

Brief Description of

the work performed

Name, Address & Contact

No. of the Client

01

02

03

04

05

06

Copies of certificates must be attached otherwise no marks would be awarded.

Name and Signature of Bidder

With official Stamp

Dated:

Page 72: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 9 of 14

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization

and no litigation is underway on account of blacklistment process. In case the

bidder has been disqualified or blacklisted earlier in the past by any public

sector organization, detail concerning the period of such disqualification/

blacklistment, cause of such embargo and eventual result/ latest status shall be

mentioned by the bidder. On account of submission of false statement or

concealment of fact, the Bidder shall be disqualified forthwith, if contract has

not been executed and blacklisted, if the contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. Financial Statement of atleast one year (previous 12 months) issued and verified by

any scheduled bank of Pakistan is attached.

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 (Rate

of Quoted Items) must not be mentioned in the technical bid otherwise the bid will be

rejected.

5. The Financial Bids of only those firms will be opened which would have been declared

as technically compliant / responsive bids. The Financial Bids of technically non-

complaint bidders will be returned to the concerned bidders un-opened.

6. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

7. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

8. Brand details, Country of Origin and port of shipment must be mentioned in the

Bidding documents.

9. Technical Specifications minimum Equivalent or Higher will be applicable. 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. Warranty details must be mentioned by bidder.

12. Prices should be quoted clearly mentioning with all charges and applicable taxes.

Page 73: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 10 of 14

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 08-09-2020 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.

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.

Page 74: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 11 of 14

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total 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

Page 75: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 12 of 14

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.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

Page 76: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 13 of 14

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.

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

Page 77: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 14 of 14

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.

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 78: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 1 of 7

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “Laptop for

Department of Press & Publications”. Single Envelope Containing Two Separate Envelopes

which must be marked as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis

in Pak Rupees only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105 Fax: 042-35863230 Email: [email protected]

Free of Cost No. /PW/Bid Date /2020

Page 79: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 2 of 7

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive of

taxes)

Total

Price

(inclusive

of taxes)

1

Laptop Model: HP Pro Book 450 G7 (Graphic Card) or

equivalent

6YY 20 AV- C i7 – 1Y 10510U (1.8 GHz up to 4.90

GHz)

15.6`` FHD AG LED UWVA 250 fHDC

Slim 2Ant, 8GB DDR4, 1JB HDD, Nvidia MX130

2GB-GC, BL K/B, Intel 9560 ac 2x2 MU-MIMO nv

P160MHz + BTSWW, SEC FINGER PRINT

Integrated HD 720p DM Webcam, 3 Cell 45 WHr

Long Life, DOS, HP Back Pack

(Pike Silver Aliminum)

Warranty: minimum 01 Year warranty.

1 No.

Total Amount / Bid Value

2% Bid Security (Original) amounting to Rs. 2,640/- of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

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,

Special Note:

The required Bid Security must be attached in original with Technical Bid, otherwise bid will be rejected.

Only one brand / model / option is allowed to quote against each option. In case, more than one option with different

brands / models with different prices have been quoted against one option, the bid will be rejected as a whole.

The mentioned specifications and the terms & conditions of the bid documents constitute the bid evaluation

criteria. The financial bids of technically accepted bidders (whose quoted item / model / brand will be according

to the minimum required specifications and who will comply with the terms and conditions of the bid

documents) will be opened publicly at a time to be announced by the Procuring Agency. The financial bids of

the bidders found technically non-responsive shall be returned un-opened to the respective Bidders.

If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the required

item to the technical committee in accordance with the specifications mentioned in the bid document. In case of

non-compliance, the bidder will be rejected in the concerned item / items.

Page 80: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 3 of 7

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall be

disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates of the quoted item) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach

in this office (Procurement Wing) by 08-09-2020 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.

Page 81: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 4 of 7

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

Page 82: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 5 of 7

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18 Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules.

28. No advance payment will be made in favor of tender awarded firm.

Page 83: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 6 of 7

29. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through telephone

immediately of any defect that occurs during the warranty period. On receipt of such

intimation/notification within the warranty period, the supplier shall attend the emergency /

breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence of

undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer for

taking corrective measures prior to the commencement of the remedial activity.

Page 84: BID DOCUMENTS · Page 1 of 7 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized

Page 7 of 7

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be written

against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack Each

according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at the

destination.

42. Prior to the detailed evaluation, the University shall determine the substantial responsiveness of

each bid to the bidding documents. A substantially responsive bid is one, which conforms to all

the terms and conditions & specifications of the bidding documents without material deviations.

Deviations from, or objections or reservations to critical provisions shall be deemed to be a

material deviation for technical proposals. The University’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/ entertained

for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Assistant Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer