94
Page 1 of 14 BID DOCUMENTS Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and PRA (if applicable), for the procurement of below mentioned Desktop Computers (Core i7 and Core-i5), Laptops & Tablets for Various Departments”. Single Envelope Containing Two Separate Envelopes which must be marked as “Financial Proposal” & “Technical Proposal”. (FOR Basis (in Pak Rupees Only) OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT 2 nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected] Price: Rs.500/- No. /PW/Bid Date /2021

Rs.500/- No. Date /2021 /PW/Bid

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 14

BID DOCUMENTS

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

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

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

Computers (Core i7 and Core-i5), Laptops & Tablets for Various Departments”. Single

Envelope Containing Two Separate Envelopes which must be marked as “Financial

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

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 2: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

2% CDR

Value Qty.

Brand,

Make &

Model

Unit Price (Inclusive of

Taxes)

Total Price (Inclusive of

Taxes)

Hailey College of Commerce

Lot

01

Desktop Computers (Intel Core –i7, 10th

Generation)

Processor: Intel(R) Core i7-10700 (Max

Frequency 4.8 GHz or higher.

Chipset: Intel Chipset

Memory: 8GB DDR4 RAM or higher

Display Card: Integrated built in display Hard Disk Drive: SSD 256 GB Drive

Optical Drive: Super Multi DVD+/-RW Drive Network Adaptor: Gigabit Integrated Ethernet card

Audio/Visual: Integrated Audio

I/O interface and expansion slots: USB 3.0 &

USB 2.0, mini two pci slots, etc.

Keyboard & Mouse: USB keyboard & USB

optical Mouse

Operating System: DOS / Ubuntu

Display: 18.5” LED/ LCD Monitor, Low

Radiation or higher

Tower Casing: manufacturer standard casing

with standard power supply

Warranty: 03 Years Warranty on site

71

Nos.

Rs.238,560/-

Lot

02

Laptops Specifications: Series Apple Macbook Air (2020) or equivalent

Model Z0YJ0LL- Z0YL0002B or equivalent

OS Version macOS

Processor Intel Core i5

Generation 10th Generation

Speed 1.1 Ghz

Detail 1.1GHz quad-core 10th Generation

Intel Core i5 processor, Turbo Boost

up to 3.5GHz

Screen Size 13.3"

Max Res 2560 x 1600: WQXGA

Detail 13.3-inch (diagonal) LED-backlit

display with IPS technology; 2560-by-1600 native

resolution at 227 pixels per inch with support for

millions of colors

RAM 16 GB

Detail 8GB 3733MHz LPDDR4X memory

Hard Drive 512 GB

Type SSD

Graphics Card Intel Integrated Graphics

Memory System Shared

Features Wifi, Bluetooth, Fingerprint

Reader, Backlit Keyboard

External Ports Headphone, USB-C

Dimensions 1.61 x 30.41 x 21.24 cm

Weight 2.8 lbs Warranty International / Manufacturer

20

Nos.

Rs.176,000/-

Page 3: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

2% CDR

Value Qty.

Brand,

Make &

Model

Unit Price (Inclusive of

Taxes)

Total Price (Inclusive of

Taxes)

College of Pharmacy

Lot

03

Desktop computers(S) (Intel Core –i7, 10th

Generation)

Processor: Intel(R) Core i7-10700 (16 MB Cache, 8

Core, 2.9 GHz to 4.80 GHz) or higher.

Memory: 8GB DDR4 RAM or higher

Display Card: Integrated Intel® UHD Graphics or

higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet card

Wireless Network Card: Wi-Fi Network Card

Included

Audio/Visual: Integrated High Definition Audio

I/O interface and expansion slots: USB 3.0 & USB

2.0, mini two pci slots, etc.

Keyboard& Mouse: USB keyboard & USB optical Mouse

Operating System: DOS

Display: 18.5” LED/ LCD Monitor or higher

Tower Casing: manufacturer standard casing with

standard power supply

Warranty: 03 Years Warranty on site

40

Nos.

Rs.134,400/-

Department of Examinations

Lot

04

Desktop Computers(S) (Intel Core –i5, 10th

Generation)

Processor: Intel(R) Core i5-10400 (12 MB

Cache, 6 Core, 2.9 GHz to 4.3 GHz) or higher.

Memory: 4GB DDR4 RAM or higher

Chipset: B560 or higher

Display Card: Integrated Intel® UHD Graphics

or higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet card

Wireless Network Card: Wi-Fi Network Card Included

Audio/Visual: Integrated High Definition Audio

I/O interface and expansion slots: USB 3.0 &

USB 2.0, mini two pci slots, etc.

Keyboard& Mouse: USB keyboard & USB

optical Mouse

Operating System: DOS

Display: 18.5” LED/ LCD Monitor or higher

Tower Casing: manufacturer standard casing

with standard power supply

Warranty: 03 Years Warranty on site

60

Nos.

Rs.156,000/-

Page 4: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

2% CDR

Value Qty.

Brand,

Make &

Model

Unit Price (Inclusive of

Taxes)

Total Price (Inclusive of

Taxes)

Centre for Geographical Information System (GIS)

Lot

05

Desktop computers(S) (Intel Core –i7, 10th

Generation)

Processor: Intel(R) Corei7-10700 (16 MB Cache, 8

Core, 2.9 GHz to 4.80 GHz) or higher.

Memory: 8GB DDR4 RAM or higher

Display Card: Built-in video Graphics display or

higher

Hard Disk Drive: 1TB SATA or higher

Network Adaptor: Integrated Ethernet card

Wireless Network Card: Wi-Fi Network card

Included

Audio/Visual: Integrated High Definition Audio

I/O interface and expansion slots: USB 3.0 & USB

2.0, mini two pci slots, etc. Keyboard& Mouse: USB keyboard & USB optical Mouse

Operating System: DOS

Display: 18.5” LED/ LCD Monitor or higher

Tower Casing: manufacturer standard casing with

standard power supply

Warranty: 3 Years Warranty on site

55

Nos.

Rs.184,800/-

Lot

06

Specification of Server Machine

Farm Factor: 2U, 2 socket Rack mount Server

Chassis: up to 8 SAS/SATA Hard Drives or higher

Processor: 1xIntel Xeon E5-2603 v3 /1.6 GHz,

Cache per processor, 15MB or higher

Chipset: C610

Memory: 16GB RDIMM or higher

Display Card: Built-in video Graphics display

Hard Disk: 1 TB SATA HDD, 6 Gbps or higher

Network Adaptor: built-in NIC

power supply: Hot plug in Power Supply,

redundancy, optional

Warranty: 1 Year Warranty on site

01

No.

Rs.30,000/-

Desktop Computers (Remote Sensing, GIS and Climate Research Lab)

Lot

07

Processor: Intel Core i5, (10th Generation) or higher

Memory: 8-GB or higher

Hard Disk: 1 TB SATA

Keyboard, Mouse, Power and data cables

Operating System: DOS

21” LED monitor with data and power cables

Warranty: 1-Year local Warranty on site

15

Nos.

Rs.42,000/-

Laptops (Remote Sensing, GIS and Climate Research Lab)

Lot

08

Processor: Intel Core i5, (10th Generation) or higher

Memory: 8 GB or higher

Hard Disk: 512GB SSD or higher

Display: 15.6” FHD LED

Operating System: Windows 10

With Carrying Case

Warranty: One Year Local Warranty

06

Nos.

Rs.24,000/-

Page 5: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

2% CDR

Value Qty.

Brand,

Make &

Model

Unit Price (Inclusive of

Taxes)

Total Price (Inclusive of

Taxes)

Laptops / Tablets (ISCS)

Lot

9

Laptops / Tablets

No fault or glitches

64 GB ROM / Memory

3GB - 4GB RAM

Octa-Core Processor

10 Inches Screen

51000 mAh Battery

4G Connectivity

Warranty: One Year Warranty

42

Nos.

Rs.67,200/-

Total Amount / Bid Value

Lot Wise Bid Security @ 2% (mentioned against each lot) of the Estimated Price in the form of

Demand Draft / Bankers Cheque / CDR must be attached the proof with Technical Bid. In

Case, bid has been submitted against more than one lots, the value of bid security must be in

accordance with the accumulative value of the bid security of the concerned lots.

Firm’s stamp and case No. must be marked on back of Bid Security.

Evaluation Criteria

Sr.

No.

Parameters Detail Total

Marks

Remarks

1 Past Performance

(Last one year) As per

Bid Form 4

(a) Major Public / Government Institutions Served:

(15 marks)

i No. of institutions served 0

ii 1 to 3 5

iii 4 to 6 10

iv 7 & Above 15

(b) Major Private Institutions Served: (05 marks)

i No. of institutions served 0

ii 1 to 3 2

iii 4 to 6 3

iv 7 &Above 5

20

(15+5)

Public / Government

Institutions mean government

institutions / Public Sector

organizations / Public Sector

Universities / Government

Agencies / Autonomous Bodies

etc.

Private Institutions referred to

other than above.

Copies of relevant purchase

orders / delivery challans must

be attached.

2 Market experience in

quoted items

i 1 – 3 years 4

ii 3 – 5 years 6

iii Above 5 years 10

Copy of Delivery Challan duly signed by the

concerned customer / bill of entry etc. must be

provided

10 Bidders having less than 1 year

experience will be ineligible.

Experience will be confirmed

from the date of supplies made /

delivered against the purchase

order / import of 1st Batch

3 Length of Dealership

i Above5 years 10

ii Between 4 – 5 years 8

iii Between 3 – 4 years 6

iv Between 2 – 3 years 4

v Below 2 years 0

10 Length of dealership with the

quoted principal will be

considered. Documentary

Evidence be attached.

Page 6: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 14

Total Marks: 100

Qualifying Marks: 65%

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

documents are enclosed.

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

by the Procuring Agency. The financial bids of the bidders found technically non-responsive shall be

returned un-opened to the respective Bidders.

3 Credibility &

certification

i Valid ISO Certification 4

ii Any other international

certification by WHO / FDA /

CE / PEC etc. or other relevant

bodies.

6

10 Attested Certificate (s) issued

by National / International

Organization be attached.

4 Financial Status

i Last year Audited Balance

Sheet

5

ii Tax Returns (Last 3 years) 3

iii Bank Certificate* 2

iv Bank Statement

(Previous 12 months)

10

(a) Balance above 10 Million 10

(b) Above 8 Million to 10 Million 09

(c) Above 6 Million to 8 Million 07

(d) Above 4 Million to 5 Million 05

(e) Above 3 Million to 4 Million 04

(f) Above 2 Million to 3 Million 03

(g) Above 1 Million to 2 Million 02

(h) Balance below 1 Million 0

20 All provided documents can be

verified by the Department. The

marks of audited balance sheet

will be given in proportion to

their net worth.

* In case of Bank Certificate,

the Bank will certify about the

Bidder’s financial worth,

liquidity status, reputation and

that they have never defaulted

in financial transactions and

letter of credits (LCs).

6 Technical Staff

(Overall)

i Less than 3 persons 0

ii 3 to 5 persons 05

iii 6 to 8 persons 08

iv 9 to 10 persons 10

v Above 10 persons 13

Qualification:

Minimum DAE Diploma Holder / F.Sc:

(2 extra marks if the technical staff includes minimum

2 persons B.Tech / B.Sc Engineering qualified)

M.Sc / Foreign Training from principal relating to the

product: 5 marks

(1 person = 2 marks

2 person = 4 marks

More than 2 persons – 5 marks )

20 Qualification marks will be

awarded on the final degree.

Complete supporting

documents be attached.

7 After Sales Services

Setup

Workshop / Physical Setup: 02 marks

Tools Availability: 02 marks

After Sales Satisfactory

Performance Report: 06 marks

(1 mark against each performance report)

10 (i) Documentary support regarding

the facilities available at workshop

with area details

(ii) List of tools must be enclosed.

(iii) After sale satisfactory

performance reports issued by the

concerned departments must be

attached.

Page 7: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 14

Form A1

Past Performance – Major Public / Government Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address & Contact

No. of the Client

01

02

03

04

05

06

07

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

Form A2

Past Performance – Major Private Institutions Served

Sr.

No.

Contract Name Contract

Value

Brief Description of

the work performed

Name, Address & Contact

No. of the Client

01

02

03

04

05

06

07

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

Page 8: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 14

Form B1

List of Technical Staff

Sr.

No.

Name of Employee Certificate/ Diploma/

Higher Technical

Qualification

Experience Name, Address &

Contact No. of the

Employee

01

02

03

04

05

06

07

08

09

10

11

Name and Signature of Bidder

With official Stamp

Dated:

Special Note:

1. The proof of required Bid Security must be attached with Technical Bid, otherwise, bid

shall be rejected.

2. Firm’s stamp and case No. must be marked on back of Bid Security.

3. Only the manufacturers or the concerned authorized distributors / whole sellers / dealers /

partners / firms of the concerned manufacturers are eligible to participate in the bid.

(Documentary Support must be attached with the bid). In case of Apple Laptops, the

authorization certificate, if available, must be attached with the technical bid.

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

options with different brands / models have been quoted with different prices against one

option, the bid will be rejected as a whole.

5. Vendors must quote latest available model.

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

requirements mentioned in the evaluation criteria.

Page 9: Rs.500/- No. Date /2021 /PW/Bid

Page 9 of 14

Note:

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

the bidder undertaking that:

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

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

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

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

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

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

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

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

executed.

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

after the issuance of purchase order for entering into agreement.

3. Financial / Bank Statement for minimum period of 01 year is enclosed.

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

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

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

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

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

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

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

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

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

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

enclosed along with the bid document, where applicable.

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

documents, if applicable.

8. Technical Specifications must be Equivalent or Higher. Soft copy must be provided in

form of (MS-Word) CD along with bid.

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

document.

10. Sample of each quoted item must be provided by bidder, if Technical Committee will

demand. In case non-compliance, the bid will be rejected.

11. In case of FOR basis, Prices must be quoted clearly mentioning with all charges/inclusive

of all applicable taxes.

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16-11-2021 at 10:30 (a.m.).

Page 10: Rs.500/- No. Date /2021 /PW/Bid

Page 10 of 14

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

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

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period. Moreover, the

CDR of technically non-responsive bidders can be got released after decision of the tender

during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the

submission of request on the letter head pad of the concerned firm to the competent authority.

The concerned CDR will be physically handed over to the authorized person of the firm and

the authorized person must have copy of CNIC and authority letter while receiving the

CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

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

committee.

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

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

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

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

ordered.

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

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

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

replaced within maximum 7 working days.

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

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

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

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

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

report of end user.

Page 11: Rs.500/- No. Date /2021 /PW/Bid

Page 11 of 14

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

so desired.

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

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

satisfactorily.

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

managerial competence.

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

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

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

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

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

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

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

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

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

to the University.

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

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

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

required goods shall be provided.

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

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

provided by each Bidder in the tender.

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

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

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

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

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

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

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

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

in words shall prevail.

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

adopted as per PPRA rules.

Page 12: Rs.500/- No. Date /2021 /PW/Bid

Page 12 of 14

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

offer for any reason, the EMD will be forfeited.

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

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

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

is allowed subject to the approval of competent authority.

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

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

28. The procurement process will be accomplished in accordance with the PPRA Rules. In case,

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA

rules will prevail upto the extent of that conflict.

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

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

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

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

at University of the Punjab, Lahore.

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

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

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

requirement / availability of funds.

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

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

below to achieve this objective.

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

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

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

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

the vendor’s responses appropriately.

Page 13: Rs.500/- No. Date /2021 /PW/Bid

Page 13 of 14

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

bids.

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

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

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

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

process in future or both of them.

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

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

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

breakdown call within a maximum of 06 working hours.

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

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

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

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

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

evaluation according to PPRA Rules.

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

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

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

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

supporting documents must be provided along with the bid.

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

job, then the rate must be quoted after including PST.

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

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

according to the nature of the quotations / bids.

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

approval / rejection of bids or overall the purchase case.

Page 14: Rs.500/- No. Date /2021 /PW/Bid

Page 14 of 14

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

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

destination.

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

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

all the terms and conditions & specifications of the bidding documents without material

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

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

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

evidence.

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

for detail evaluation.

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

Deputy Treasurer (Procurement)

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

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

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 15: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

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

University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized

Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the

procurement of below mentioned “Installation of Security Cameras for Health Centre. Single

Envelope Containing Two Separate Envelopes which must be marked as “Financial

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

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 16: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

1 2MP Day & Night Vision HD IP Camera 22 Nos.

2 Cabinet 3 Nos.

3 Camera Supply Safety Box 22 Nos.

4 32-Channel On-line NVR Without HDD 1 No.

5 16 Port POE Network Switch 1 No.

6 10 Port POE Switch 2 Nos.

7 HDMI Cable 1 No.

8 4TB Surveillance Grade Hard Disk 1 No.

9 NVR Configuration and Installation Charges 1 Job

10 Camera Installation Charges 22 Nos.

11 Network Laying and Termination Including

Cat 6 Cable, Duct/ Pipe, Connector, etc.

3000

RFT.

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.11,200/- of the Estimated Price in the form of Demand

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

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be

rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

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

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

be rejected as a whole.

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

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

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

conditions of the bid documents or in case of sample requirement, whose sample will be passed by the

technical committee) will be opened publicly at a time to be announced by the Procuring Agency. The

financial bids of the bidders found technically non-responsive shall be returned un-opened to the

respective Bidders.

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

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

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

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

according to the specification and sample mentioned in the bid documents.

The quantity of items may change as per requirement, while placing purchase order.

Page 17: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

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

the bidder undertaking that:

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

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

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

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

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

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

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

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

contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the amount

of the value of purchase order as levied by the Government after the issuance of

purchase order.

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

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

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

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

technical evaluation process. Financial Details (Rates) must not be mentioned in the technical

bid otherwise the bid will be rejected.

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

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

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

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

enclosed along with the bid document, where applicable.

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

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

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

document.

7. Warranty details must be mentioned by bidder.

8. The repair & maintenance of the placed equipment (if required) will be the responsibility

of successful bidder / company.

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

Page 18: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

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

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period. Moreover, the

CDR of technically non-responsive bidders can be got released after decision of the tender

during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the

submission of request on the letter head pad of the concerned firm to the competent authority.

The concerned CDR will be physically handed over to the authorized person of the firm and

the authorized person must have copy of CNIC and authority letter while receiving the

CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

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

committee.

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

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

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

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

ordered.

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

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

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

replaced within maximum 7 working days.

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

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

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

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

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

report of end user.

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

so desired.

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

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

satisfactorily.

Page 19: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

managerial competence.

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

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

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

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

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

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

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

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

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

to the University.

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

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

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

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

responsive shall be rejected straightaway.

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

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

required goods shall be provided.

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

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

provided by each Bidder in the tender.

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

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

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

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

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

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

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

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

in words shall prevail.

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

adopted as per PPRA rules.

Page 20: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

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

offer for any reason, the EMD will be forfeited.

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

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

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

is allowed subject to the approval of competent authority.

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

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

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA

rules will prevail upto the extent of that conflict.

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

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

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

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

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

at University of the Punjab, Lahore.

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

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

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

requirement / availability of funds.

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

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

below to achieve this objective.

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

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

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

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

the vendor’s responses appropriately.

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

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

Page 21: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

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

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

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

process in future or both of them.

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

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

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

breakdown call within a maximum of 06 working hours.

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

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

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

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

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

evaluation according to PPRA Rules.

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

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

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

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

supporting documents must be provided along with the bid.

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

job, then the rate must be quoted after including PST.

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

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

according to the nature of the quotations / bids.

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

approval / rejection of bids or overall the purchase case.

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

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

destination.

Page 22: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

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

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

all the terms and conditions & specifications of the bidding documents without material

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

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

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

evidence.

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

for detail evaluation.

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

Deputy Treasurer (Procurement)

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

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

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 23: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

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

University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized

Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the

procurement of below mentioned “Furniture & Fixture for Health Centre. Single Envelope

Containing Two Separate Envelopes which must be marked as “Financial Proposal” &

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

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 24: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

1

Main Reception Counter

Size: 8 x 4 x 3 Sq. ft.

Designed Work

MDF Laminated Sheets

12mm Glass on Spacers,

High Finished Good

1 No.

2

Sample Collection Counter

Size: 6 x 4 x 2.5 Sq. ft.

Designed Work

MDF Laminated Sheets

12mm Glass on Spacers,

High Finished Good

1 No.

3

Sample Collection Counter (Inside Room)

Size: 10 x 2 x 2.5 Sq. ft.

Designed Work

Commercial Shesham/ Vaneer Sheets

12mm Glass on Spacers,

High Finished Good

1 No.

4

Visitors Designed Sofa Iron Rod Frame

Size: Per Seat 22 x 26 Sq. Inches 8 Sealer

18 Gauge Coated

Veneer Sheet/ Molty Foam Cushions/ Leatherette Poshish

High Finished Good

1 No.

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.13,300/- of the Estimated Price in the form of Demand

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

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be

rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

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

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

rejected as a whole.

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

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

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

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

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

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

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

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

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

Page 25: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

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

the bidder undertaking that:

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

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

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

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

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

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

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

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

contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the amount

of the value of purchase order as levied by the Government after the issuance of

purchase order.

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

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

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

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

technical evaluation process. Financial Details (Rates) must not be mentioned in the technical

bid otherwise the bid will be rejected.

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

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

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

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

enclosed along with the bid document, where applicable.

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

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

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

document.

7. Warranty details must be mentioned by bidder.

8. The repair & maintenance of the placed equipment (if required) will be the responsibility

of successful bidder / company.

Special Note

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

according to the specification and sample mentioned in the bid documents.

The quantity of items may change as per requirement, while placing purchase order.

Page 26: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

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

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period. Moreover, the

CDR of technically non-responsive bidders can be got released after decision of the tender

during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the

submission of request on the letter head pad of the concerned firm to the competent authority.

The concerned CDR will be physically handed over to the authorized person of the firm and

the authorized person must have copy of CNIC and authority letter while receiving the

CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

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

committee.

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

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

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

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

ordered.

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

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

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

replaced within maximum 7 working days.

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

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

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

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

Page 27: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

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

report of end user.

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

so desired.

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

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

satisfactorily.

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

managerial competence.

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

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

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

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

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

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

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

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

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

to the University.

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

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

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

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

responsive shall be rejected straightaway.

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

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

required goods shall be provided.

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

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

provided by each Bidder in the tender.

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

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

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

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

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

Page 28: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

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

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

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

in words shall prevail.

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

adopted as per PPRA rules.

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

offer for any reason, the EMD will be forfeited.

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

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

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

is allowed subject to the approval of competent authority.

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

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

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA

rules will prevail upto the extent of that conflict.

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

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

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

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

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

at University of the Punjab, Lahore.

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

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

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

requirement / availability of funds.

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

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

below to achieve this objective.

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

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

Page 29: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

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

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

the vendor’s responses appropriately.

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

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

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

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

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

process in future or both of them.

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

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

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

breakdown call within a maximum of 06 working hours.

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

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

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

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

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

evaluation according to PPRA Rules.

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

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

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

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

supporting documents must be provided along with the bid.

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

job, then the rate must be quoted after including PST.

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

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

according to the nature of the quotations / bids.

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

approval / rejection of bids or overall the purchase case.

Page 30: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

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

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

destination.

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

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

all the terms and conditions & specifications of the bidding documents without material

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

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

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

evidence.

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

for detail evaluation.

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

Deputy Treasurer (Procurement)

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

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

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 31: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 14

BID DOCUMENTS

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

University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized

Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the

procurement of below mentioned “Furniture & Fixture for Business Incubation Centre. Single

Envelope Containing Two Separate Envelopes which must be marked as “Financial

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

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 32: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

1

Executive office table size 6’x4’x2.5’, three drawers

one side, other side having computer table size

3’x1.5’x2.5’ with 1 CPU cabin, 1 drawer, 1 keyboard

tray, made of shesham veener board with polish, fitted

with locks and keys

01 No.

2

Office table size 5’x3’x2.5’ with one side rack, frame

made of MS 18-G steel pipe, top and drawer made of

laminated sheet fitted with lock and keys

01 No.

3

Office table size 4’x2.5’x2.5 with three drawers on

one side, made of laminated sheet, each drawer

running on ball bearing of lining fitted with lock and

keys with lacquer sillier polish

01 No.

Page 33: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

4

Conference table size 12’x4’x2.5’, top laminated sheet

edging with PVC imported, steel frame powder coated

and rubber shoes.

01 No.

5

Workstation table size 8’x4’x2.5’, melamine coated

laminated top, frame of 18-G square steel pipe

09 Nos.

6

Centre table set size 4’x2’x2’ with wooden top frame

made of 18-G pipe in 2”x2” square

01 No.

Page 34: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

7

Reception counter size 6’x4’x2’ in L-type shape,

centrally one shelf and two drawers on one side made

of laminated sheet

01 No.

8

Executive office revolving chair with high back and

arms, seat and back cushioned with “A” quality foam

and leather poshish, fitted with hydraulic jack pump,

five-wheel aluminum base

01 No.

9

Office revolving chair with high back and arms,

fabricated seat and back mesh fabric, fitted with

hydraulic jack pump, five-wheel aluminum base

01 No.

Page 35: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

10

Office revolving chair low back, seat poshish and

back mesh fabric, fitted with hydraulic jack pump,

five-wheel aluminum base

01 No.

11

Reception chair with arms, seat poshis and back mesh

fabric, fitted with hydraulic jack pump down size,

five-wheel base

01 No.

12

Conference room chairs medium back with arms, seat

and back mesh fabric with foam covered, fitted with

hydraulic jack pump, five-wheel base

19 Nos.

Page 36: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

13

Conference room executive chair with arms and high

back, seat and back mesh fabric, fitted with hydraulic

jack pump, five-wheel base

01 No.

14

Revolving chairs seat and back mesh fabric with foam

covered, fitted with hydraulic jack pump, five-wheel

base

32 Nos.

15

Executive visitor chair with arms, seat and back

cushioned with “A” quality foam and leather, frame

made of shesham wood and polish

05 Nos.

Page 37: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

16

Visitor’s chair with arms, seat poshish and back mesh

fabric, frame made of chromium pipe

02 Nos.

17

Visitor’s chair with arms, seat and back cushioned,

frame made of chromium pipe

02 Nos.

18

Visitor’s single seater sofa without arms, seat and

back “A” quality foam cushioned, leather poshish and

chromium feet

06 Nos.

Page 38: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 14

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

19

Book rack size 6’x6’x15”, front with sliding glass of

5mm and two shelves, lower portion with three cabins,

made of laminated sheet, fitted with lock and keys,

handle, with polish

01 No.

20

File cabin size 54”x24”x18” having four drawers,

each running on ball bearing lining fitted with lock

and keys and handle, made of laminated sheet

01 No.

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.28,700/- of the Estimated Price in the form of Demand

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

Firm’s stamp and case No. must be marked on back of Bid Security.

Page 39: Rs.500/- No. Date /2021 /PW/Bid

Page 9 of 14

Note:

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

the bidder undertaking that:

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

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

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

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

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

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

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

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

contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the amount

of the value of purchase order as levied by the Government after the issuance of

purchase order.

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

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

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

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

technical evaluation process. Financial Details (Rates) must not be mentioned in the technical

bid otherwise the bid will be rejected.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be

rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

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

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

be rejected as a whole.

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

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

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

conditions of the bid documents or in case of sample requirement, whose sample will be passed by the

technical committee) will be opened publicly at a time to be announced by the Procuring Agency. The

financial bids of the bidders found technically non-responsive shall be returned un-opened to the

respective Bidders.

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

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

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

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

according to the specification and sample mentioned in the bid documents.

The quantity of items may change as per requirement, while placing purchase order.

Page 40: Rs.500/- No. Date /2021 /PW/Bid

Page 10 of 14

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

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

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

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

enclosed along with the bid document, where applicable.

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

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

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

document.

7. Warranty details must be mentioned by bidder.

8. The repair & maintenance of the placed equipment (if required) will be the responsibility

of successful bidder / company.

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

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

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period. Moreover, the

CDR of technically non-responsive bidders can be got released after decision of the tender

during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the

submission of request on the letter head pad of the concerned firm to the competent authority.

The concerned CDR will be physically handed over to the authorized person of the firm and

the authorized person must have copy of CNIC and authority letter while receiving the

CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

Page 41: Rs.500/- No. Date /2021 /PW/Bid

Page 11 of 14

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

committee.

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

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

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

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

ordered.

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

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

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

replaced within maximum 7 working days.

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

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

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

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

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

report of end user.

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

so desired.

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

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

satisfactorily.

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

managerial competence.

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

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

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

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

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

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

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

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

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

to the University.

Page 42: Rs.500/- No. Date /2021 /PW/Bid

Page 12 of 14

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

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

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

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

responsive shall be rejected straightaway.

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

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

required goods shall be provided.

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

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

provided by each Bidder in the tender.

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

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

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

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

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

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

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

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

in words shall prevail.

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

adopted as per PPRA rules.

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

offer for any reason, the EMD will be forfeited.

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

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

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

is allowed subject to the approval of competent authority.

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

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

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA

rules will prevail upto the extent of that conflict.

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

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

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

Page 43: Rs.500/- No. Date /2021 /PW/Bid

Page 13 of 14

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

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

at University of the Punjab, Lahore.

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

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

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

requirement / availability of funds.

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

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

below to achieve this objective.

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

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

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

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

the vendor’s responses appropriately.

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

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

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

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

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

process in future or both of them.

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

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

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

breakdown call within a maximum of 06 working hours.

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

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

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

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

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

evaluation according to PPRA Rules.

Page 44: Rs.500/- No. Date /2021 /PW/Bid

Page 14 of 14

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

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

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

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

supporting documents must be provided along with the bid.

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

job, then the rate must be quoted after including PST.

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

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

according to the nature of the quotations / bids.

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

approval / rejection of bids or overall the purchase case.

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

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

destination.

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

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

all the terms and conditions & specifications of the bidding documents without material

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

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

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

evidence.

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

for detail evaluation.

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

Deputy Treasurer (Procurement)

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

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

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 45: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

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

University of the Punjab from the manufacturers or their concerned authorized distributors / Authorized

Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for the

procurement of below mentioned “Uniforms for Security Guards of the Office of Chief Security

Office. Single Envelope Containing Two Separate Envelopes which must be marked as

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

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 46: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty. TO BE FILLED BY

BIDDERS

Brands,

Make &

Model

Unit

Price

(Inclusive

of taxes)

Total Price

(inclusive of

taxes)

1

Pent & Shirt:

Color of Uniform: Green

Design & Stitching: As per sample (provided & approved by

C.S.O Office) available in Purchase Section

400

Nos.

2 Shoes

Design & Stitching: As per sample (provided & approved by

C.S.O Office) available in Purchase Section

400

Nos.

3 Belt

Design & Stitching: As per sample (provided & approved by

C.S.O Office) available in Purchase Section

400

Nos.

4 Dive Sign (University Monogram)

Design & Stitching: As per sample (provided & approved by

C.S.O Office) available in Purchase Section

400

Nos.

5 Shoulder Number:

Quantity Detail (1 Set = 2 Shoulder Numbers 1 for Left

Shoulder and 1 for Right Shoulder)

Design & Stitching: As per sample (provided & approved by

C.S.O Office) available in Purchase Section.

400

Sets

6 Cap:

As per sample (provided & approved by C.S.O Office)

available in Purchase Section

400

Nos.

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.51,000/- of the Estimated Price in the form of Demand

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

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

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

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

rejected as a whole.

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

evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /

brand will be according to the minimum required specifications and who will comply with the terms and

conditions of the bid documents or in case of sample requirement, whose sample will be passed by the

technical committee) will be opened publicly at a time to be announced by the Procuring Agency. The

financial bids of the bidders found technically non-responsive shall be returned un-opened to the

respective Bidders.

Page 47: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

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

the bidder undertaking that:

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

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

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

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

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

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

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

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

contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the amount

of the value of purchase order as levied by the Government after the issuance of

purchase order.

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

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

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

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

technical evaluation process. Financial Details (Rates) must not be mentioned in the technical

bid otherwise the bid will be rejected.

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

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

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

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

enclosed along with the bid document, where applicable.

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

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

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

document.

7. Warranty details must be mentioned by bidder.

Special Note

Sample of each quoted item must be provided along with Technical Bid. Otherwise, bid will be rejected.

All the allied charges relating to sample will be borne by the vendor at his own expense and there will be

no responsibility / liability at the end of University.

The Technical/Evaluation committee will have the right to accept or reject the sample, if, the sample is not

according to the specifications and approved sample mentioned in the bid document.

The financial bids of technically accepted bidders (whose sample will be according to required specification &

approved sample and who will comply with the terms and conditions of the bid documents) will be opened

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

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

The quantity of items may change as per requirement, while placing purchase order.

Page 48: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

8. The repair & maintenance of the placed equipment (if required) will be the responsibility

of successful bidder / company.

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in the

presence of bidders, who wish to attend. In case of bid submission / opening date falls on the

public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the estimated

price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the Treasurer,

University of the Punjab payable at Lahore to be issued from any enlisted bank with State

Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD of rejected bidder /

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

will be retained until the completion of job successfully as per work order. In case of LC, the

2% EMD can be get released after submission of 10% performance security. In case of Rate

Contract, the 2% bid security will be retained until the expiry of contract period. Moreover, the

CDR of technically non-responsive bidders can be got released after decision of the tender

during working hours between 03:00 pm to 04:00 pm from Tuesday to Thursday after the

submission of request on the letter head pad of the concerned firm to the competent authority.

The concerned CDR will be physically handed over to the authorized person of the firm and

the authorized person must have copy of CNIC and authority letter while receiving the

CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

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

committee.

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

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

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

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

ordered.

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

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

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

replaced within maximum 7 working days.

Page 49: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

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

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

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

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

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

report of end user.

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

so desired.

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

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

satisfactorily.

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

managerial competence.

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

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

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

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

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

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

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

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

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

to the University.

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

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

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

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

responsive shall be rejected straightaway.

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

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

required goods shall be provided.

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

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

provided by each Bidder in the tender.

Page 50: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

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

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

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

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

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

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

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

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

in words shall prevail.

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

adopted as per PPRA rules.

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

offer for any reason, the EMD will be forfeited.

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

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

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

is allowed subject to the approval of competent authority.

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

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

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the PPRA

rules will prevail upto the extent of that conflict.

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

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

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

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

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

at University of the Punjab, Lahore.

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

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

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

requirement / availability of funds.

Page 51: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

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

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

below to achieve this objective.

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

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

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

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

the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids. (iv) Compliance to the instructions terms and conditions etc., given in bidding documents.

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

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

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

process in future or both of them.

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

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

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

breakdown call within a maximum of 06 working hours.

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

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

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

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

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

evaluation according to PPRA Rules.

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

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

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

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

supporting documents must be provided along with the bid.

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

job, then the rate must be quoted after including PST.

Page 52: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

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

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

according to the nature of the quotations / bids.

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

approval / rejection of bids or overall the purchase case.

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

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

destination.

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

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

all the terms and conditions & specifications of the bidding documents without material

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

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

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

evidence.

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

for detail evaluation.

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

Deputy Treasurer (Procurement)

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

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

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 53: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

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

University of the Punjab from the manufacturers or their concerned authorized distributors /

Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for

the procurement of below mentioned “Preparation of Polythene Envelopes (Biodegradable) for

Department of Examinations. Single Envelope Containing Two Separate Envelopes which

must be marked as “Financial Proposal” & “Technical Proposal. (Only FOR (in Pak

Rupees Only) Basis)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

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

Price: Rs.500/- No. /PW/Bid Date /2021

Page 54: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total

Price

(Inclusive

of taxes)

1

Polythene Envelope (Biodegradable)

Product: Polythene Multiplayer Envelop

Colour: Black Inside and University Colour

Outside

Size: 350mm x 430mm Size

Flap Size: Open Flap 35mm (14x17x2 Inches)

Total Weight: 35 – 50 Grams of a Bag

Printing: Flexographic 2 Colors Both Sides

Security Plastic Seal: Additional Transparent Security

to Protect the Pilferage

Logo Seal: Logo as Seal to Stop Possibilities of

Pilferage

Sewing Seal: Both Side Sewing Should Also be

Protected as a Seal

Packing: Carton Bag of 500 Bags Each

100,000

Nos.

Total Amount / Bid Value:

Proof of 2% Bid Security (Original) Amounting to Rs.120,000/- of the Estimated Price in the form of

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

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

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

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

be rejected as a whole.

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

evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /

brand will be according to the minimum required specifications and who will comply with the terms

and conditions of the bid documents or in case of sample requirement, whose sample will be passed by

the technical committee) will be opened publicly at a time to be announced by the Procuring Agency.

The financial bids of the bidders found technically non-responsive shall be returned un-opened to the

respective Bidders.

Page 55: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

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

by the bidder undertaking that:

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

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

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

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

sector organization, detail concerning the period of such disqualification/

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

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

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

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

(b) 0.25% stamp duty would be furnished by the successful bidder against the

amount of the value of purchase order as levied by the Government after the

issuance of purchase order.

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

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

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

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

the technical evaluation process. Financial Details (Rates) must not be mentioned in the

technical bid otherwise the bid will be rejected.

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

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

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

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

enclosed along with the bid document, where applicable.

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

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

Special Note

05 Envelopes as Sample (free of cost & Non-refundable) must be provided along with Technical

Bid. Otherwise, bid will be rejected. All the allied charges relating to sample will be borne by

the vendor at his own expense and there will be no responsibility / liability at the end of

University.

The Technical/Evaluation committee will have the right to accept or reject the sample, if, the sample

is not according to the specifications and approved sample mentioned in the bid document.

The financial bids of technically accepted bidders (whose sample will be according to required

specification & approved sample and who will comply with the terms and conditions of the bid

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

financial bids of the bidders found technically non-responsive shall be returned un-opened to the

respective bidders.

Page 56: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

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

document.

7. Warranty details must be mentioned by bidder.

8. The repair & maintenance of the placed equipment (if required) will be the

responsibility of successful bidder / company.

TERMS & CONDITIONS:

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

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in

the presence of bidders, who wish to attend. In case of bid submission / opening date falls

on the public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the

estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the

Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted

bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD

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

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

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

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

expiry of contract period. Moreover, the CDR of technically non-responsive bidders can be

got released after decision of the tender during working hours between 03:00 pm to 04:00

pm from Tuesday to Thursday after the submission of request on the letter head pad of the

concerned firm to the competent authority. The concerned CDR will be physically handed

over to the authorized person of the firm and the authorized person must have copy of CNIC

and authority letter while receiving the CDR(s).

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

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

manufacturers / authorized distributors of foreign manufacturers who are authorized for

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

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

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

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

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

committee.

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

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

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

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

of stores ordered.

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

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

Page 57: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

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

replaced within maximum 7 working days.

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

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

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

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

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

released upon the satisfactory report of end user.

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

if so desired.

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

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

Contract satisfactorily.

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

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

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

Technical Committee / University deems necessary and appropriate.

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

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

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

financial, legal or managerial competence.

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

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

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

practices.

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

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

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

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

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

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

on to the University.

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

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

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

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

non-responsive shall be rejected straightaway.

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

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

Manufacturer of the required goods shall be provided.

Page 58: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

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

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

provided by each Bidder in the tender.

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

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

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

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

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

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

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

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

figures, the amount in words shall prevail.

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

adopted as per PPRA rules.

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

offer for any reason, the EMD will be forfeited.

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

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

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

payment is allowed subject to the approval of competent authority.

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

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

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the

PPRA rules will prevail upto the extent of that conflict.

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

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

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

documents.

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

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

charge at University of the Punjab, Lahore.

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

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

Page 59: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

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

requirement / availability of funds.

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

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

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids. (iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence

of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer

for taking corrective measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

Page 60: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack

Each according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

42. Prior to the detailed evaluation, the University shall determine the substantial

responsiveness of each bid to the bidding documents. A substantially responsive bid is one,

which conforms to all the terms and conditions & specifications of the bidding documents

without material deviations. Deviations from, or objections or reservations to critical

provisions shall be deemed to be a material deviation for technical proposals. The

University’s determination of a bid’s responsiveness is to be based on the contents of the

bid itself without recourse to extrinsic evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Deputy Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 61: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 11

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) basis by

University of the Punjab from manufacturers, authorized distributors, dealers, firms, registered with

GST & NTN and PRA (if applicable), for the procurement of below mentioned “Mechanical Spare

Parts for Resident Office-II”. Single Envelope Containing Two Separate Envelopes which

must be marked as “Financial Proposal” & “Technical Proposal”. (Only FOR Basis in Pak

Rupees only)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]

Price: Rs.500/- No. /PW/Bid Date /2021

Page 62: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 11

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

A MECHANICAL SPARE PARTS (Machinery & Equipments (Code-13101-02)

1 Rough Cutter Shaft 06 Nos.

2 Pulli with carter 5 inch 06 Nos.

3 Baring Chori Nut ¾ 36 Nos.

4 Carter Pin 72 Nos.

5 Nut Chori 1 inch/ 12 sotr 36 Nos.

6 Chimta 06 Nos.

7 Wheel Rough Cutter 08 Nos.

8 Wheel Shaft with fitting 12 Nos.

9 Shaft Brush 30mm 36 Nos.

10 Cross Rough Cutter Complete 06 Nos.

11 Roller Knife 16 inch 20 Nos.

12 Blade with Basement 36 Nos.

13 Wheel Small Blue Machine 12 Nos.

14 Tyre Blue Machine Good Year 24 Nos.

15 Side Shoulder Blue Machine 24 Nos.

16 Garari Blue Machine 14 dande 24 Nos.

17 Garari Blue Machine 16 dande 24 Nos.

18 Handle two piece Blue Machine 12 Nos.

19 Box Blue Machine 18 inch 12 Nos.

20 Bracket Blue Machine 48 Nos.

21 Gutka Blue Machine 72 Nos.

22 Iron Road Blue Machine 36 Nos.

Page 63: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 11

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

23 Patra Blue Machine 36 Nos.

24 Lock Blue Machine 100 Nos.

25 Killi Blue Machine 36 Nos.

26 Baring Dibbi Blue Machine 24 Nos.

27 Plastic Roller Blue Machine 100 Nos.

28 Tawa Blue Machine 24 Nos.

29 Pipe Blue Machine 36 Nos.

30 Nut Bolt Blue Machine mix size 20 kg

31 Raiti 12 Nos.

B MECHANICAL SPARE PARTS (Machinery & Equipments (Code-27-02-01)

1 Brush cutter leather 4 dozen

2 Ring & Piston 2 dozen

3 Crank 1 dozen

4 Barring (6202) 4 dozen

5 Oil seal 4 dozen

6 Red Oxide 3 Bags

7 Lime 15 Munds

8 Head Cylinder 4 Nos

9 Valve of Brush cutter 2 dozen

10 Tapped pin 2 dozen

11 Chain Grari 4 Set

12 Barring (6204) 4 dozen

13 Clutch leather 1 dozen

14 Plug (Chain saw) 6 Nos

Page 64: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 11

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

15 Carburetor (Chain saw) 6 Nos

16 Joint kit (Chain saw) 6 Nos

17 Kick (Chain saw) 6 Nos

18 Nut bolt Brush cutter 3 kg

19 Nylon dory 15 Kg

20 Nylon Head 50 Nos

21 Plug 2 dozen

22 Brush cutter rad 2 dozen

23 Race Handle 1 dozen

24 Joint seal 6 dozen

25 Joint kit 6 dozen

26 Chain 22” 1 dozen

27 Chain 36” 6 Nos

28 Clutch cup 2 dozen

29 Carburetor 3 dozen

30 Kick rope 2 Roll

31 Front and Back gear 2 dozen

32 Kick brush cutter 3 dozen

33 Rough cutter knife 10 Set

34 Barring NTN (6205) 4 dozen

35 Greece 3 Curtin

36 Nut bolts 15 kg

37 Hose pipe MF 240 & 260 12 Nos

38 Hydraulic Control Lever 6 dozen

Page 65: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 11

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive

of taxes)

Total Price

(inclusive

of taxes)

39 Plunger Rod 6 piece

40 Fan belt 1 dozen

41 Barring (11949) 2 dozen

42 Baring (67048) 2 dozen

43 Barring (4854) 2 dozen

44 Air cleaner mirror MF 240 & 260 1 dozen

45 Front wheel hub MF 240 & 260 6 dozen

46 Filter Cup coli 6 Nos

47 Clutch Plate MF-240 4 Nos

48 Plunger Rod Boot 6 Nos

49 Draft Rod Hydraulic 6 Nos

50 Lever Blade 6 Nos

51 Hydraulic Lever Kit 6 Nos

52 Valves MF-240 6 Nos

53 Arm Bush Hydraulic 6 Nos

54 Piston ATS 2 set

55 Rough Cutter Belt 2 dozen

Total Amount / Bid Value

Proof of 2% Bid Security Amounting to Rs.21,000/- of the Estimated Price in the form of Demand

Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Firm’s stamp and case No. must be marked on back of Bid Security.

Page 66: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 11

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no litigation

is underway on account of blacklistment process. In case the bidder has been

disqualified or blacklisted earlier in the past by any public sector organization,

detail concerning the period of such disqualification/ blacklistment, cause of such

embargo and eventual result/ latest status shall be mentioned by the bidder. On

account of submission of false statement or concealment of fact, the Bidder shall be

disqualified forthwith, if contract has not been executed and blacklisted, if the

contract has been executed.

2. Stamp duty would be furnished by the successful bidder as levied by the Government

after the issuance of purchase order.

3. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates of the quoted item) must not be

mentioned in the technical bid otherwise the bid will be rejected.

4. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

5. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

6. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

Special Note:

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

Only one brand / model / option is allowed to quote against each option. In case, more than one option with

different brands / models with different prices have been quoted against one option, the bid will be rejected as

a whole.

The mentioned specifications and the terms & conditions of the bid documents constitute the bid

evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /

brand will be according to the minimum required specifications and who will comply with the terms

and conditions of the bid documents) will be opened publicly at a time to be announced by the

Procuring Agency. The financial bids of the bidders found technically non-responsive shall be returned

un-opened to the respective Bidders.

If demanded by the technical committee, the vendor will be bound to provide the sample / demo of the

required item to the technical committee in accordance with the specifications mentioned in the bid

document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Work Order will be issued to the technically evaluated accumulated lowest vendor.

Page 67: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 11

must be provided in form of (MS Word) CD along with bid, if applicable.

7. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

8. Warranty details must be mentioned by bidder.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in

the presence of bidders, who wish to attend. In case of bid submission / opening date falls

on the public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the

estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the

Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted

bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD

of rejected bidder / bidders will be released after final decision. However, the EMD of

successful bidder / bidders will be retained until the completion of job successfully as per

work order. In case of LC, the 2% EMD can be get released after submission of 10%

performance security. In case of Rate Contract, the 2% bid security will be retained until the

expiry of contract period. Moreover, the CDR of technically non-responsive bidders can be

got released after decision of the tender during working hours between 03:00 pm to 04:00

pm from Tuesday to Thursday after the submission of request on the letter head pad of the

concerned firm to the competent authority. The concerned CDR will be physically handed

over to the authorized person of the firm and the authorized person must have copy of CNIC

and authority letter while receiving the CDR(s).

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

Page 68: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 11

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

Page 69: Rs.500/- No. Date /2021 /PW/Bid

Page 9 of 11

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules. In case,

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the

PPRA rules will prevail upto the extent of that conflict.

28. No advance payment will be made in favor of tender awarded firm.

29. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

Page 70: Rs.500/- No. Date /2021 /PW/Bid

Page 10 of 11

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence

of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer

for taking corrective measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

Page 71: Rs.500/- No. Date /2021 /PW/Bid

Page 11 of 11

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack

Each according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

42. Prior to the detailed evaluation, the University shall determine the substantial

responsiveness of each bid to the bidding documents. A substantially responsive bid is one,

which conforms to all the terms and conditions & specifications of the bidding documents

without material deviations. Deviations from, or objections or reservations to critical

provisions shall be deemed to be a material deviation for technical proposals. The

University’s determination of a bid’s responsiveness is to be based on the contents of the

bid itself without recourse to extrinsic evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Deputy Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 72: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 7

BID DOCUMENTS

Selected bids are invited on Single Stage One Envelope Basis by University of the Punjab from

manufacturers, authorized distributors, dealers, firms, registered with GST & NTN and PRA (if

applicable), for the procurement of below mentioned “Procurement of Fertilizer and Pesticide for

Resident Office (R.O-II)”. (Only FOR Basis in Pak Rupees Only)

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

TO BE FILLED BY BIDDERS

Qty.

Brand,

Make &

Model

Unit Price

(inclusive of

all

applicable

taxes)

Total Price

(inclusive

of all

applicable

taxes)

1 DAP (50 kg) (Sona brand or equivalent) 100 Bags

2 Urea (50 kg) (Sona brand or equivalent) 100 Bags

3 MOP (50kg) (Sona brand or equivalent) 50 Bags

4 Ammonium Sulphate (50kg) (Sona brand or

equivalent) 100 Bags

5 Liquid Potash (1L) (Katalyst, FMC or equivalent) 96

Bottles

6 Chloropyriphos (1L) (FMC or equivalent) 30

Bottles

7 Biphenthrin (1L) (Talstar, FMC or equivalent) 50

Bottles

8 Axial 800 ml (Weedicide, Syngentea) 30

Bottles

9 Ally Max 24 gram (Weedicide, Syngentea) 30

Bottles

Total Amount / Bid Value

2% Bid Security (Original) Amounting to Rs. 42,100/- of the Estimated Price in the

form of Demand Draft / Bankers Cheque / CDR Must be Attached.

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]

Price: Rs.500/- No. /PW/Bid Date /2021

Page 73: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 7

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any Government

(Federal, Provincial), a local body or a public sector organization and no

litigation is underway on account of blacklisting process. In case the bidder has

been disqualified or blacklisted earlier in the past by any public sector

organization, detail concerning the period of such disqualification/ blacklistment,

cause of such embargo and eventual result/ latest status shall be mentioned by the

bidder. On account of submission of false statement or concealment of the fact,

the Bidder shall be disqualified forthwith.

(b) The brand / model / item being quoted by the bidder is not obsolete at the time of

submission of bid.

(c) Stamp duty would be furnished by the successful bidder against the amount of

the value of purchase order as levied by the Government after the issuance of

purchase order.

2. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

3. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

4. Brand details, Country of Origin and port of shipment must be mentioned in the

bidding documents, if applicable.

5. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

6. Sample of each quoted item must be provided by bidder, if Technical Committee will

demand. In case non-compliance, the bid will be rejected.

7. In case of FOR basis, Prices must be quoted clearly mentioning with all

charges/inclusive of all applicable taxes.

Special Note:

(i) Only one brand / model/option is allowed to quote against each option. In

case, more than one option with different brands / models with different

prices have been quoted against one option, the bid will be rejected as a

whole.

(ii) The bidder will be bound to make the supply of each quoted item quiet in

accordance with the specifications mentioned in the bid documents and

approved sample upto the entire satisfaction of the end-user.

Page 74: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 7

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach

in this office (Procurement Wing) by 16-11-2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in

the presence of bidders, who wish to attend. In case of bid submission / opening date falls

on the public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the

estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the

Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted

bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD

of rejected bidder / bidders will be released after final decision. However, the EMD of

successful bidder / bidders will be retained until the completion of job successfully as per

work order. In case of LC, the 2% EMD can be get released after submission of 10%

performance security. In case of Rate Contract, the 2% bid security will be retained until the

expiry of contract period. Moreover, the CDR of technically non-responsive bidders can be

got released after decision of the tender during working hours between 02:00 pm to 03:00

pm from Tuesday to Thursday after the submission of request on the letter head pad of the

concerned firm to the competent authority. The concerned CDR will be physically handed

over to the authorized person of the firm and the authorized person must have copy of CNIC

and authority letter while receiving the CDR(s).

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. The purchase order will be placed with only registered / reputed manufacturers / authorized

distributors/dealers for supplying the stores, so wherever applicable, fresh

registration/authorization certificate is required along with bid subject to the reasonability of

rates, company profile, past experience, professional skills, credibility of the firm.

7. Since the time is the essence of the RC. Therefore, the supply should be executed promptly

within delivery period mentioned in Purchase Order. In case, the firm fails to supply the

stores within stipulated period, University of the Punjab reserves the right not to accept the

supply, in part or in full and to claim liquidated damages @ 2% per Month (0.06% per day)

subject to a maximum of 10% of the total value of stores ordered. However if there are

genuine & justified reasons for delay, request can be submitted for time extension. The

MPIC can accord extension in time period, with recommendations of end user, if convinced.

The decision of MPIC will be final.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days without any additional cost.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. The said security will be released after

the expiry of warranty period upon the satisfactory report of end user.

Page 75: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 7

11. The supply will be checked / accepted by the Technical Committee / representative of the

department, if so desired.

12. The technical committee or the end user shall determine to its satisfaction whether the

selected bidder having submitted the lowest evaluated responsive bid is qualified to perform

the Contract satisfactorily.

13. During selection of bidder due consideration will be given on account of financial,

technical, and production capabilities of the bidder. It shall be based upon an examination of

the documentary evidence submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false, inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the bidding documents, shall straightway be rejected.

17. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be rejected.

(ii) Evaluate the proposed bid that is equal to or above the minimum requirements.

(iii) Good will / past experience/ history of the firm will be considered while evaluating

the bids where applicable.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

18. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the original bid shall permitted.

19. Prior to the detailed evaluation, the Punjab University shall determine the substantial

responsiveness of each bid to the bidding documents. For this purpose, a substantially

responsive bid is one, which conforms to all the terms and conditions of the bidding

documents without material deviations. The Procuring Agency’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

20. If a bid is not substantially responsive, it shall be rejected and will not be accepted /

entertained for detail evaluation.

Page 76: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 7

21. The Punjab University requires that all Bidders/ Suppliers/ Contractors observe the highest

standard of ethics during the procurement and execution of such Contracts.

22. In case the items involve warranty and require after sales services, the firm will be bound to

provide quality after sales services.

23. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid.

Where prices are to be quoted in package, all items mentioned in the package shall be

quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway. However, if the tender comprises of various

items which are independent of each other, the item wise rates shall be quoted.

24. In case of manufacturer, the documentary proof to the effect that the bidder is the original

manufacturer of the required goods shall be provided.

25. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder along with bid.

26. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected and earnest money will be forfeited. If there

is a discrepancy between words and figures, the amount in words shall prevail. The decision

of MP&IC will be final in this regard.

27. In case of any default / violation of rules, the blacklisting procedure will be adopted as per

PPRA rules.

28. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD can be forfeited / the vender can be black listed / disqualified

for the participation in any bidding process in future or all of them. The decision of MPIC

will be final in this regard.

29. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in case of bulk supply order, partial

supply / partial payment will be allowed.

30. Force majeure clause is acceptable as defined under sales of goods & contract Act.

31. No advance payment will be made in favor of tender awarded firm.

32. The procurement process will be accomplished in accordance with the PPRA Rules. In case,

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the

PPRA rules will prevail upto the extent of that conflict.

33. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

Page 77: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 7

34. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

35. All the disputes, if any, will be settled by the Main Purchase & Indent Committee /

Grievance Redressal Committee, University of the Punjab and will be binding on vendor.

36. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds as per rules.

37. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during supply. On receipt of such

intimation/notification, the supplier shall attend the call within a maximum of 06 working

hours. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them. The decision of MPIC will be final in this regard.

38. All the expenses including the replacement if so required shall be borne by the supplier. In

case the fault has occurred as direct consequence of undesirable condition i.e. electricity or

temperature, the supplier shall inform the buyer for taking corrective measures prior to the

commencement of the remedial activity.

39. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

40. The Bidder is required to offer competitive price. All prices must include applicable taxes

and duties. If there is no mention of taxes, the offered / quoted price shall be considered as

inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the

GST or other taxes, if granted by Govt. at any stage of procurement, shall be passed on to

the University.

41. The rates should be quoted after allowing rebates / discounts, if any, but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST imposed by the Govt. of the Punjab is applicable on the quoted job,

then the rate must be quoted after including PST.

Page 78: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 7

42. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

43. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in applicable Unit; / Per Kg. / Per

Litter / Pack / Reams / Sheets etc. each according to the nature of the quotations / bids /

items.

44. Competent authority / University of the Punjab, has full unchallengeable rights for approval

/ rejection of bids or overall the purchase proposal.

45. The bid will be quoted / submitted by the vendor along with this certificate:

Deputy Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer a)

Page 79: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by

University of the Punjab from the manufacturers or their concerned authorized distributors /

Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for

the procurement of below mentioned “Various I.T. Equipments (Printers, Color Printers, Color

Plotters) for Remote Sensing, GIS and Climate Research Lab.” Single Envelope Containing

Two Separate Envelopes which must be marked as “Financial Proposal” & “Technical

Proposal. (Only FOR (in Pak Rupees Only) Basis)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]

Price: Rs.500/- No. /PW/Bid Date /2021

Page 80: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty.

TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

1 Laser Printers

1

(a)

LaserJet Black Printer

Heavy Duty 45ppm or higher

Automatic duplex printing

USB printing

Wireless Capability

Warranty: One Year Local Warranty on site

01 No.

1

(b)

Multifunctional LaserJet Black Printer

All in One

Printer

Scanner

Photocopier

Heavy Duty 45ppm or higher

Automatic duplex printing

USB printing

Wireless Capability

Warranty: One Year Local Warranty on site

01 No.

1

(c)

LaserJet Color Printer

Heavy Duty 27 ppm or higher

USB printing

Wi-Fi Direct for printing from mobile devices

Warranty: One Year Local Warranty

01 No.

2

Color Plotter 36 inches, Up to 2400 x 1200 optimized dpi, data and

power cables, Inks included (Dye-based C, M, Y, PK, G;

Pigment-based MK).

Warranty: One Year Local Warranty on site

01 No.

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.19,000/- of the Estimated Price in the form of Demand

Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be

rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

Only one offer / brand / model / option is allowed to quote against each option. In case, more than one

option with different brands / models with different prices have been quoted against one option, the bid will

be rejected as a whole.

Page 81: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization

and no litigation is underway on account of blacklistment process. In case the

bidder has been disqualified or blacklisted earlier in the past by any public

sector organization, detail concerning the period of such disqualification/

blacklistment, cause of such embargo and eventual result/ latest status shall be

mentioned by the bidder. On account of submission of false statement or

concealment of fact, the Bidder shall be disqualified forthwith, if contract has

not been executed and blacklisted, if the contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the

amount of the value of purchase order as levied by the Government after the

issuance of purchase order.

2. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates) must not be mentioned in the

technical bid otherwise the bid will be rejected.

3. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

4. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

Special Note

The mentioned specifications and the terms & conditions of the bid documents constitute the bid

evaluation criteria. The financial bids of technically accepted bidders (whose quoted item / model /

brand will be according to the minimum required specifications and who will comply with the terms

and conditions of the bid documents or in case of sample requirement, whose sample will be passed

by the technical committee) will be opened publicly at a time to be announced by the Procuring

Agency. The financial bids of the bidders found technically non-responsive shall be returned un-

opened to the respective Bidders.

If demanded by the technical committee, the vendor will be bound to provide the sample Demo of the

required item / items to the technical committee in accordance with the specifications mentioned in

the bid document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is

not according to the specification and sample mentioned in the bid documents.

The quantity of items may change as per requirement, while placing purchase order.

Page 82: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

5. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

6. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

7. Warranty details must be mentioned by bidder.

8. The repair & maintenance of the placed equipment (if required) will be the

responsibility of successful bidder / company.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in

the presence of bidders, who wish to attend. In case of bid submission / opening date falls

on the public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the

estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the

Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted

bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD

of rejected bidder / bidders will be released after final decision. However, the EMD of

successful bidder / bidders will be retained until the completion of job successfully as per

work order. In case of LC, the 2% EMD can be get released after submission of 10%

performance security. In case of Rate Contract, the 2% bid security will be retained until the

expiry of contract period. Moreover, the CDR of technically non-responsive bidders can be

got released after decision of the tender during working hours between 03:00 pm to 04:00

pm from Tuesday to Thursday after the submission of request on the letter head pad of the

concerned firm to the competent authority. The concerned CDR will be physically handed

over to the authorized person of the firm and the authorized person must have copy of CNIC

and authority letter while receiving the CDR(s).

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

Page 83: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

Page 84: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules. In case,

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the

PPRA rules will prevail upto the extent of that conflict.

28. No advance payment will be made in favor of tender awarded firm.

29. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

Page 85: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence

of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer

for taking corrective measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

Page 86: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

39. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack

Each according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

42. Prior to the detailed evaluation, the University shall determine the substantial

responsiveness of each bid to the bidding documents. A substantially responsive bid is one,

which conforms to all the terms and conditions & specifications of the bidding documents

without material deviations. Deviations from, or objections or reservations to critical

provisions shall be deemed to be a material deviation for technical proposals. The

University’s determination of a bid’s responsiveness is to be based on the contents of the

bid itself without recourse to extrinsic evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Deputy Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer

Page 87: Rs.500/- No. Date /2021 /PW/Bid

Page 1 of 8

BID DOCUMENTS

Selected bids are invited on Single Stage Two Envelopes (Technical & Financial) Basis by

University of the Punjab from the manufacturers or their concerned authorized distributors /

Authorized Partners / dealers, firms etc. registered with GST & NTN and PRA (if applicable), for

the procurement of below mentioned “Laboratory Equipments / Consumables etc.) for Centre

for Applied Molecular Biology. Single Envelope Containing Two Separate Envelopes which

must be marked as “Financial Proposal” & “Technical Proposal. (Only FOR (in Pak

Rupees Only) Basis)

OFFICE OF THE TREASURER PROCUREMENT WING – ACCOUNTS DEPARTMENT

2nd Floor, Admin Block, Quaid-e-Azam Campus, Lahore. Tel: 042-99233105, Fax: 042-35863230 Email: [email protected]

Price: Rs.500/- No. /PW/Bid Date /2021

Page 88: Rs.500/- No. Date /2021 /PW/Bid

Page 2 of 8

Sr.

No.

ITEMS DESCRIPTIONS

Minimum Required Specifications or equivalent

Qty. TO BE FILLED BY BIDDERS

Brands,

Make &

Model

Unit Price

(Inclusive

of taxes)

Total Price

(Inclusive

of taxes)

1

Vacutainers 3ml, K2 EDTA, (Plastic Vial) 1000/CS

Brand: Becton Dickinson “or equivalent”

Minimum one year expiry from the date of delivery.

3 Cs/1000

2

Disposable Syringe/Needle Combination, 5mL

with Luer-Lok tip, 100/Pkt, Blister packing,

Brand: Becton Dickinson “or equivalent”

Minimum one year expiry from the date of delivery.

60 Pkt/100

3

Nitrile Powder Free Gloves, Blue

Size Medium, 100 Gloves/Pk/10Pkt/CS

Minimum one year expiry from the date of delivery.

25 Cs/1000

4

Nitrile Powder Free Gloves, Blue

size Large, 100 Gloves/Pk/10Pkt/CS

Minimum one year expiry from the date of delivery.

20 Cs/1000

5

Saniplast First Aid Bandage,

Medium 100s 20mm x 72mm 100 strips/box

100 boxes / Cs “or equivalent”

Minimum one year expiry from the date of delivery.

1 Cs

6 Ethanol Absolute, 99.9% 12X2.5L

7

High quality 100 pcs Disposable Medical Butterfly 23G

needle (Blood Collection Needle)

Minimum one year expiry from the date of delivery

3 Pk/100

Total Amount / Bid Value:

Proof of 2% Bid Security Amounting to Rs.31,580/- of the Estimated Price in the form of Demand

Draft / Bankers Cheque / CDR Must be Attached with the Technical Bid:

Firm’s stamp and case No. must be marked on back of Bid Security.

Special Note

The proof of required Bid Security must be attached with Technical Bid, otherwise, bid shall be

rejected.

Firm’s stamp and case No. must be marked on back of Bid Security.

Only one offer / brand / model / option is allowed to quote against each option. In case, more than

one option with different brands / models with different prices have been quoted against one option,

the bid will be rejected as a whole.

The mentioned specifications and the terms & conditions of the bid documents constitute the

bid evaluation criteria. The financial bids of technically accepted bidders (whose quoted item /

model / brand will be according to the minimum required specifications and who will comply

with the terms and conditions of the bid documents or in case of sample requirement, whose

sample will be passed by the technical committee) will be opened publicly at a time to be

announced by the Procuring Agency. The financial bids of the bidders found technically non-

responsive shall be returned un-opened to the respective Bidders.

Page 89: Rs.500/- No. Date /2021 /PW/Bid

Page 3 of 8

Note:

1. An Affidavit / Undertaking on Stamp Paper of Rs.20/- (minimum) must be submitted

by the bidder undertaking that:

(a) The firm has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization

and no litigation is underway on account of blacklistment process. In case the

bidder has been disqualified or blacklisted earlier in the past by any public

sector organization, detail concerning the period of such disqualification/

blacklistment, cause of such embargo and eventual result/ latest status shall be

mentioned by the bidder. On account of submission of false statement or

concealment of fact, the Bidder shall be disqualified forthwith, if contract has

not been executed and blacklisted, if the contract has been executed.

(b) 0.25% stamp duty would be furnished by the successful bidder against the

amount of the value of purchase order as levied by the Government after the

issuance of purchase order.

2. The University shall initially open only the envelopes marked as “TECHNICAL

PROPOSAL” in the presence of Bidders’ representatives who choose to be present, at the

time of bid opening. However, the envelope marked as “FINANCIAL PROPOSAL” shall

remain unopened and shall be retained in safe custody of the University till completion of

the technical evaluation process. Financial Details (Rates) must not be mentioned in the

technical bid otherwise the bid will be rejected.

3. The over writing / cutting in the rates / specifications etc. is not allowed. In case of over

writing / cutting, the bid for the said item will be rejected or the decision of University

will be final & applicable which will not be challengeable anywhere.

4. Complete brochures / supporting documents of the quoted brands / items must be

enclosed along with the bid document, where applicable.

5. Technical Specifications minimum Equivalent or Higher will be applicable. Soft copy

must be provided in form of (MS Word) CD along with bid, if applicable.

6. Signature & stamp of the bidder is essential at the proper place given at the end of bid

document.

7. Warranty details must be mentioned by bidder.

Special Note

If demanded by the technical committee, the vendor will be bound to provide the sample Demo of the

required item / items to the technical committee in accordance with the specifications mentioned in the

bid document. In case of non-compliance, the bidder will be rejected in the concerned item / items.

Departmental Technical / Evaluation Committee will have right to reject the sample, if, the sample is

not according to the specification and sample mentioned in the bid documents.

The quantity of items may change as per requirement, while placing purchase order.

Page 90: Rs.500/- No. Date /2021 /PW/Bid

Page 4 of 8

8. The repair & maintenance of the placed equipment (if required) will be the

responsibility of successful bidder / company.

TERMS & CONDITIONS:

1. Bid should be addressed in the name of Treasurer, University of the Punjab and reach in

this office (Procurement Wing) by 16.11.2021 at 10:30 (a.m.).

2. The Tender Opening Committee will open the bids on same date at 11:00 (a.m.) in

the presence of bidders, who wish to attend. In case of bid submission / opening date falls

on the public holiday, the submission / opening date will be next working date.

3. Bid received after due date/time will not be accepted under any circumstances.

4. The bid should be submitted along with 2% Earnest Money Demanded (EMD) of the

estimated price in the form of Demand Draft, Bankers Cheque, or CDR in favor of the

Treasurer, University of the Punjab payable at Lahore to be issued from any enlisted

bank with State Bank of Pakistan. No bid shall be acceptable without EMD. The said EMD

of rejected bidder / bidders will be released after final decision. However, the EMD of

successful bidder / bidders will be retained until the completion of job successfully as per

work order. In case of LC, the 2% EMD can be get released after submission of 10%

performance security. In case of Rate Contract, the 2% bid security will be retained until the

expiry of contract period. Moreover, the CDR of technically non-responsive bidders can be

got released after decision of the tender during working hours between 03:00 pm to 04:00

pm from Tuesday to Thursday after the submission of request on the letter head pad of the

concerned firm to the competent authority. The concerned CDR will be physically handed

over to the authorized person of the firm and the authorized person must have copy of CNIC

and authority letter while receiving the CDR(s).

5. Bid shall remain valid for 120 days from the date of opening the bid.

6. In case of Rate Contract, the Rate Contract shall be placed with only registered / reputed

manufacturers / authorized distributors of foreign manufacturers who are authorized for

supplying the stores, so fresh registration/authorization certificate is required along with bid

subject to the reasonability of rates, company profile, past experience, professional skills,

credibility of the firm etc. However, if some un-authorized firm bearing excellent goodwill,

company profile, past experience, professional skills, credibility of the firm etc. with

reasonable price that can be considered subject to the recommendations of concerned

committee.

7. The supply should be executed promptly within delivery period mentioned in Purchase

Order. In case, the firm fails to supply the stores within stipulated period, University of the

Punjab reserves the right not to accept the supply, in part or in full and to claim liquidated

damages @ 2% per Month (0.06% per day) subject to a maximum of 10% of the total value

of stores ordered.

8. The vendor should ensure that no other Govt. organization is being offered / benefited more

than this discount. If the same is found at any stage recovery will be made accordingly.

9. For any Damages/Shortage during transit, bidder will be responsible & the same must be

replaced within maximum 7 working days.

Page 91: Rs.500/- No. Date /2021 /PW/Bid

Page 5 of 8

10. In case the supplies are warranty items, 10% Security of the ordered value will be deducted

at the time of payment or the vendor can himself submit 10% performance security in the

form of CDR / banker’s cheque / bank guarantee having minimum expiry date in

accordance with the warranty period of the items etc. In case of warranty, the amount of

Security will be held by the University till warranty period and the said amount will be

released upon the satisfactory report of end user.

11. The supply will be checked by the Technical Committee / representative of the department,

if so desired.

12. The technical committee shall determine to its satisfaction whether the bidder that is

selected as having submitted the lowest evaluated responsive bid is qualified to perform the

Contract satisfactorily.

13. The determination shall take into account the Bidder’s financial, technical, and production

capabilities. It shall be based upon an examination of the documentary evidence of the

Bidder’s qualifications submitted by the Bidder, as well as such other information as the

Technical Committee / University deems necessary and appropriate.

14. The Technical Committee / University, at any stage of the procurement proceedings, having

credible reasons for or prima facie evidence of any defect in Supplier’s capacities may

require the Suppliers to provide information concerning their professional, technical,

financial, legal or managerial competence.

15. The Technical Committee / University shall disqualify or blacklist a Bidder if it finds, at

any time, that the information submitted by him concerning his qualification as Supplier

was false inaccurate or incomplete, or otherwise to be indulging in corrupt and Fraudulent

practices.

16. The Bidder should quote the prices of goods according to the technical specifications. The

specifications of goods, different from the demand of enquiry, shall straightway be rejected.

17. The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes, if granted at any stage of procurement, shall be passed

on to the University.

18. Prices offered should be for the entire quantity demanded; partial quantity offers shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive

Bidder. Where prices are to be quoted in package, all items mentioned in the package shall

be quoted in the offered prices. Non-mentioning of price of each item of the package being

non-responsive shall be rejected straightaway.

19. The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original

Manufacturer of the required goods shall be provided.

20. National Tax Number (NTN), General Sales Tax Number, Professional Tax (if applicable)

and registration certificate with PRA (if applicable) with documentary proof shall have to be

provided by each Bidder in the tender.

Page 92: Rs.500/- No. Date /2021 /PW/Bid

Page 6 of 8

21. During evaluation of the bids, the University may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the bid shall be sought, offered, or permitted.

22. In the financial bids (at the time of opening the financial proposal) the arithmetical errors

shall be rectified on the following basis. If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the

correction of the errors, its bid shall be rejected. If there is a discrepancy between words and

figures, the amount in words shall prevail.

23. In case, the blacklistment of the firm is to be pursued, the blacklisting procedure will be

adopted as per PPRA rules.

24. In case the vendor fails to complete the job or provide substandard articles, or withdraw his

offer for any reason, the EMD will be forfeited.

25. The material must be supplied in one lot. Part supplies generally will not be acceptable.

Moreover, the payment will be made after the job has been accomplished in all respects

quite in accordance with the work order. However, in special cases, partial supply / partial

payment is allowed subject to the approval of competent authority.

26. Force majeure clause is acceptable as defined under sales of goods & contract Act.

27. The procurement process will be accomplished in accordance with the PPRA Rules. In case,

any of the mentioned clause of the bid documents is in conflict with the PPRA rules, the

PPRA rules will prevail upto the extent of that conflict.

28. No advance payment will be made in favor of tender awarded firm.

29. Normally the payment will be made within 14 days after receipt of supplies & found in

order in quality and quantity and submission of claim / bill with complete supporting

documents.

30. The supplies must be confirmed to the specification of supply order and free of defects in all

respects. If the same is found defective, the same must be replaced immediately free of

charge at University of the Punjab, Lahore.

31. All the disputes under the Rate Contract will be settled by the Main Purchase & Indent

Committee, University of the Punjab and will be binding on vendor.

32. The competent authority reserves the rights to increase or decrease the quantity as per actual

requirement / availability of funds.

Page 93: Rs.500/- No. Date /2021 /PW/Bid

Page 7 of 8

33. It is the intention of the authority to make the selection of vendor(s) as fair, transparent

objective and efficient as possible. The Technical Committee will adopt the approach

outlined below to achieve this objective.

(i) Review all quotations to ensure that the minimum technical specifications are met.

Any bid which fails to meet the defined minimum specifications will be disqualified.

(ii) Evaluate the proposed products that are above the minimum requirements. The

evaluation procedure adopted is based on the weighting of all requirements and

scoring the vendor’s responses appropriately.

(iii) Good will / past experience/ history of the firm will be considered while evaluating the bids.

(iv) Compliance to the instructions terms and conditions etc., given in bidding

documents.

34. The firm will be bound to provide / ensure quality after sales services during the warranty

period. Otherwise, disciplinary action will be taken under the rules which can include

forfeiture of bid security/ black listing/ disqualification for the participation in any bidding

process in future or both of them.

35. The end user on behalf of the University shall notify the supplier in writing / through

telephone immediately of any defect that occurs during the warranty period. On receipt of

such intimation/notification within the warranty period, the supplier shall attend the

emergency / breakdown call within a maximum of 06 working hours.

36. All the expenses for the above remedial measures including the repair / replacement if so

required shall be borne by the supplier. In case the fault has occurred as direct consequence

of undesirable condition i.e. electricity or temperature, the supplier shall inform the buyer

for taking corrective measures prior to the commencement of the remedial activity.

37. Wherever a brand has been specified, equivalent will be entertained subject to technical

evaluation according to PPRA Rules.

38. The rates should be quoted after allowing rebates / discounts, if any but including

transportation, delivery at site, commissioning, packing charges, forwarding and all taxes.

(i) If the supply is taxable, the rate must be quoted Inclusive of all Taxes.

(ii) If the supplies are exempted of taxes, the exemption certificate/ comprehensive

supporting documents must be provided along with the bid.

(iii) If the PST duly imposed by the Govt. of the Punjab is applicable on the quoted

job, then the rate must be quoted after including PST.

Page 94: Rs.500/- No. Date /2021 /PW/Bid

Page 8 of 8

39. While quoting the rates of required/specified supplies, its make & made/brand should be

written against each. The rates should be quoted only in Unit / Per Kg. / Per Litter / Pack

Each according to the nature of the quotations / bids.

40. Competent authority / University of the Punjab, has full unchallengeable rights for formal

approval / rejection of bids or overall the purchase case.

41. In case of supply on FOR basis, the supply shall be accepted subject to the condition of final

and unchallengeable approval of the Purchase / Inspection Committee of the University, at

the destination.

42. Prior to the detailed evaluation, the University shall determine the substantial

responsiveness of each bid to the bidding documents. A substantially responsive bid is one,

which conforms to all the terms and conditions & specifications of the bidding documents

without material deviations. Deviations from, or objections or reservations to critical

provisions shall be deemed to be a material deviation for technical proposals. The

University’s determination of a bid’s responsiveness is to be based on the contents of the

bid itself without recourse to extrinsic evidence.

43. If a bid is not substantially responsive, it shall be rejected and will not be accepted/

entertained for detail evaluation.

44. The bid amount will be quoted by the vendor along with this certificate:

Deputy Treasurer (Procurement)

I / We have read all the above Bid Document’s instructions and submit

bids/rates in conformity / compliance with the above given terms and

conditions.

______________________________________

Signature & Stamp of Supplier/Bidder/Vendor

________

Dealing Person Asstt./Deputy Treasurer