Upload
others
View
7
Download
0
Embed Size (px)
Citation preview
Name & Signature of the bidder with stamp dated ________________________________
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
I.T LAB EQUIPMENTS /Smart Board
CPUs, SOFTWARES, PRINTERS, ACCESSRIES, MACHINERY,
UPS, ACs, FURNITURE ETC
TECHNICAL /FINANCIAL Proposal
(High Schools) (2019-20)
DISTRICT EDUCATION AUTHORITY
DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No._________________________ Fax No_______________________________
NTN _____________________________
GST Email_____________________________________________________________________________ Name of firm: _____________________________________________________________
Name of Proprietor: ___________________________ CNIC NO.____________________
Name & Signature of the bidder with stamp dated ________________________________
GST Registration No.__________________________ NTN No._____________________
Postal Address:-______________________________________ Phone No._____________
Time Limit _____________________________
Tender Fee Amounting to Rs _____________________________
Phone No. of Supplier/Company _____________________________
Complete Address. _____________________________
_____________________________
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
Name & Signature of the bidder with stamp dated ________________________________
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting ,he must have
authority letter & CNIC.
12. All bids must be received in the office of Chief Executive Officer District Education Authority
Dera Ghazi Khan .
13. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
14. Bidding documents should properly be signed and stamped.
Name & Signature of the bidder with stamp dated ________________________________
15. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
16. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPR-2014.
17. No bid will be accepted after closing date and time.
18. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
19. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
Name & Signature of the bidder with stamp dated ________________________________
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt.
Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm.
Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to school concerned (list is attached) and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the District Procurement Committee without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
Name & Signature of the bidder with stamp dated ________________________________
4. Cancellation / Penalty of Delay:
4.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
4.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
4.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
4.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
5. Payment to the Contractors:
5.1 Payment will be made through crossed cheque to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
5.2 Payment against partial supply will not be made.
6. Earnest Money:
6.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favour of Chief Executive Officer DEA Dera Ghazi Khan.
6.2 Earnest money shall be refunded on successful completion of supply.
7. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
8. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
9. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
Name & Signature of the bidder with stamp dated ________________________________
10. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will
be returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
11. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
12. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
13. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
14. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challans with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
Name & Signature of the bidder with stamp dated ________________________________
15. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
1
Computer (Branded like 1BM, Lenovo, HP, Dell Or Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
2 External DVD/CD Player
DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV
2 Content Server
Processor: Intel Processor 1.4 GHz or Higher, Ram: 2GB, DDR3 or Higher,Storage: 500GB, 8GB eMMC or higher , Wireless Service: WIFI 802, 11 a/b/g/n/ac wired Gigabit Ethernet OS:Open Source / Ubuntu 64 bit, Power Backup: Battery Backup 4 Hours or higher Customization: Customization installation of Digital Content Maintenance free OS and device, single button boot,. No display or keyboard input required.
3
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
4 Net work device
24X10/100/1000Base-T Ethernet ports, Switching capacity at least 56Gbps or higher, forwarding throughput 40 Mpps or higher, 16K or higher MAC address tables, 256 or higher active VLAN, Voice VLAN or equivalent, 1GMP snooping v1/v2/v3, MLD Snooping, Traffic shaping based on interfaces and queues, flow mirroring, port-based ACL, VLAN-based ACL, DHCP Snooping feature, SNMPv1/v2/v3, Telnet, RMON, SSHv2, web management, Support in service patching and upgrade.
5 Smart Board
Smart Screen: Description (Minimum Specification), Display: 65” Full HD 1080p or higher (1920 x 1080 px @ 60 Hz) TFT LED or Higher, Built in connectivity: USB, HDMI In, HDMI Out, VGA, MIC, Headphone, Speaker, [ Camera (built in or external)], Power: Power consumption: <300WQ, Power requirement:100v-240v AC, Operating System: Built in computing : Windows 7 or higher equipment should be able to work with Microsoft windows (7 or above) & Android (5 or higher), Storage: 128GB SSD or higher, Content View: 2d Display, 3D, Virtual Reality, Application Software / main features including: Multicolor pen /finger writing, text input, eraser, zoom in/out, smart tools (calculator, Clock, ruler, etc) shape recognition, gesture recognition, Interactivity: continuous Touch Points: 10, Touch Technology: Infrared, Gestures and edge Swipe: Windows, Pen: Pens included: xl, Pen Type: Battery-Less, Pen Tip Diameter: 8mm, Packed content: Touch Screen alongwith minicomputer, wireless keyboard, wireless mouse, Penx1 remote control x1, HDMI cable x1, USB cable x1.
6 UPS
5 KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
7 AC AC 1.5 Ton ( Split well known brand) with wiring.
8 Scanner Document feeding: Flatbed. Document Size: A4, Scanning Resolution: 1200 by 1200 or higher, Scanning modes: B/W & Color @ 200dpi, with other standard features
Name & Signature of the bidder with stamp dated ________________________________
HP, Canon, Samsung etc.
along with USB cable, Drivers: Microsoft windows 7/8/10 and other Supportive.
Furniture
9 Tables
750x600x760 mm (H) Frame made of M.S square pipe 25mm finished with silver paint. Top, 1 keyboard tray and 1 CPU boxes made of lamination board finished with N.C lacquer.
10 Chairs Seat and Back (peacock Shell Type) made of high grade plastic, fixed on 5 legs pedestal made of steal and plastic without arms. Height adjustable with manual jack.
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
Name & Signature of the bidder with stamp dated ________________________________
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
1.1
Experience of Supply / Installation of Machinery & Equipment in private /Public sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached for the year 2018-19
(Documents &Certificates must be provided)
15
18 -- 20 Million 5 Marks per project
21 -- 30 Million 10 Marks per project
31 -- 45 Million 15 Marks per project
(Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
10
1 Marks per Year having minimum value 2 million
(Maximum 10 Marks)
2 Financial Strength of Company (20)
2.1
Total Annual Sales /Annual Turnover for the year
2018-19
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
10
08 -- 10 Million 2 Mark
10.1 -- 12 Million 4 Marks
12.1 -- 14 Million 6 Marks
14.1 -- 16 Million 8 Marks
Above 16 Million 10 Marks
(Maximum 10 Marks)
2.2
Bank Credit Worthiness
(Attached credit worthiness certificate from the bank
for the year 2016-17)
10
10 Marks
Minimum Bank Credit worthiness 50Million
(Maximum 10 Marks)
3. Warranty Period Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
Name & Signature of the bidder with stamp dated ________________________________
4. Delivery Time (5)
5 nos. within the stipulated time. One
number will be deducted on each one week
given above date / period of deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached) (05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the
Name & Signature of the bidder with stamp dated ________________________________
given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 28-3-2020 till 12:30 Noon Opening of tenders : 28-3-2020 at 1:00 PM Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Signature of the bidder with stamp dated ________________________________
OFFICE OF THE CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Detail Description of Stores
Specification Qty Unit Price per lab with Sale Tax
Computer (Branded like 1BM, Lenovo, HP, Dell Or Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
16
External DVD/CD Player
DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV 1
Content Server
Processor: Intel Processor 1.4 GHz or Higher, Ram: 2GB, DDR3 or Higher,Storage: 500GB, 8GB eMMC or higher , Wireless Service: WIFI 802, 11 a/b/g/n/ac wired Gigabit Ethernet OS:Open Source / Ubuntu 64 bit, Power Backup: Battery Backup 4 Hours or higher Customization: Customization installation of Digital Content Maintenance free OS and device, single button boot,. No display or keyboard input required.
1
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
1
Net work device
24X10/100/1000Base-T Ethernet ports, Switching capacity at least 56Gbps or higher, forwarding throughput 40 Mpps or higher, 16K or higher MAC address tables, 256 or higher active VLAN, Voice VLAN or equivalent, 1GMP snooping v1/v2/v3, MLD Snooping, Traffic shaping based on interfaces and queues, flow mirroring, port-based ACL, VLAN-based ACL, DHCP Snooping feature, SNMPv1/v2/v3, Telnet, RMON, SSHv2, web management, Support in service patching and upgrade.
1
Smart Board
Smart Screen: Description (Minimum Specification), Display: 65” Full HD 1080p or higher (1920 x 1080 px @ 60 Hz) TFT LED or Higher, Built in connectivity: USB, HDMI In, HDMI Out, VGA, MIC, Headphone, Speaker, [ Camera (built in or external)], Power: Power consumption: <300WQ, Power requirement:100v-240v AC, Operating System: Built in computing : Windows 7 or higher equipment should be able to work with Microsoft windows (7 or above) & Android (5 or higher), Storage: 128GB SSD or higher, Content View: 2d Display, 3D, Virtual Reality, Application Software / main features including: Multicolor pen /finger writing, text input, eraser, zoom in/out, smart tools (calculator, Clock, ruler, etc) shape recognition, gesture recognition, Interactivity: continuous Touch Points: 10, Touch Technology: Infrared, Gestures and edge Swipe: Windows, Pen: Pens included: xl, Pen Type: Battery-Less, Pen Tip Diameter: 8mm, Packed content: Touch Screen alongwith minicomputer, wireless keyboard, wireless mouse, Penx1 remote control x1, HDMI cable x1, USB cable x1.
1
Name & Signature of the bidder with stamp dated ________________________________
UPS
5 KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
AC AC 1.5 Ton ( Split well known brand) with wiring. 1
Tables
750x600x760 mm (H)
Frame made of M.S square pipe 25mm finished with silver
paint. Top, 1 keyboard tray and 1 CPU boxes made of
lamination board finished with N.C lacquer.
16
Chairs Seat and Back (peacock Shell Type) made of high grade
plastic, fixed on 5 legs pedestal made of steal and plastic
without arms. Height adjustable with manual jack. 16
Name & Signature of the bidder with stamp dated ________________________________
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
I.T LAB EQUIPMENTS /Smart Board
CPUs, SOFTWARES, PRINTERS, ACCESSRIES, MACHINERY,
UPS, ACs, FURNITURE ETC
TECHNICAL /FINANCIAL Proposal
(High Schools) (2019-20)
DISTRICT EDUCATION AUTHORITY
DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No._________________________ Fax No_______________________________
NTN _____________________________
GST Email_____________________________________________________________________________ Name of firm: _____________________________________________________________
Name of Proprietor: ___________________________ CNIC NO.____________________
Name & Signature of the bidder with stamp dated ________________________________
GST Registration No.__________________________ NTN No._____________________
Postal Address:-______________________________________ Phone No._____________
Time Limit _____________________________
Tender Fee Amounting to Rs _____________________________
Phone No. of Supplier/Company _____________________________
Complete Address. _____________________________
_____________________________
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
Name & Signature of the bidder with stamp dated ________________________________
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting ,he must have
authority letter & CNIC.
12. All bids must be received in the office of Chief Executive Officer District Education Authority
Dera Ghazi Khan .
13. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
14. Bidding documents should properly be signed and stamped.
Name & Signature of the bidder with stamp dated ________________________________
15. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
16. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPR-2014.
17. No bid will be accepted after closing date and time.
18. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
19. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
Name & Signature of the bidder with stamp dated ________________________________
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt.
Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm.
Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to school concerned (list is attached) and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the District Procurement Committee without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
Name & Signature of the bidder with stamp dated ________________________________
4. Cancellation / Penalty of Delay:
4.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
4.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
4.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
4.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
5. Payment to the Contractors:
5.1 Payment will be made through crossed cheque to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
5.2 Payment against partial supply will not be made.
6. Earnest Money:
6.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favour of Chief Executive Officer DEA Dera Ghazi Khan.
6.2 Earnest money shall be refunded on successful completion of supply.
7. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
8. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
9. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
Name & Signature of the bidder with stamp dated ________________________________
10. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will
be returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
11. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
12. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
13. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
14. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challans with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
Name & Signature of the bidder with stamp dated ________________________________
15. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
1
Computer (Branded like 1BM, Lenovo, HP, Dell Or Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
2 External DVD/CD Player
DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV
2 Content Server
Processor: Intel Processor 1.4 GHz or Higher, Ram: 2GB, DDR3 or Higher,Storage: 500GB, 8GB eMMC or higher , Wireless Service: WIFI 802, 11 a/b/g/n/ac wired Gigabit Ethernet OS:Open Source / Ubuntu 64 bit, Power Backup: Battery Backup 4 Hours or higher Customization: Customization installation of Digital Content Maintenance free OS and device, single button boot,. No display or keyboard input required.
3
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
4 Net work device
24X10/100/1000Base-T Ethernet ports, Switching capacity at least 56Gbps or higher, forwarding throughput 40 Mpps or higher, 16K or higher MAC address tables, 256 or higher active VLAN, Voice VLAN or equivalent, 1GMP snooping v1/v2/v3, MLD Snooping, Traffic shaping based on interfaces and queues, flow mirroring, port-based ACL, VLAN-based ACL, DHCP Snooping feature, SNMPv1/v2/v3, Telnet, RMON, SSHv2, web management, Support in service patching and upgrade.
5 Smart Board
Smart Screen: Description (Minimum Specification), Display: 65” Full HD 1080p or higher (1920 x 1080 px @ 60 Hz) TFT LED or Higher, Built in connectivity: USB, HDMI In, HDMI Out, VGA, MIC, Headphone, Speaker, [ Camera (built in or external)], Power: Power consumption: <300WQ, Power requirement:100v-240v AC, Operating System: Built in computing : Windows 7 or higher equipment should be able to work with Microsoft windows (7 or above) & Android (5 or higher), Storage: 128GB SSD or higher, Content View: 2d Display, 3D, Virtual Reality, Application Software / main features including: Multicolor pen /finger writing, text input, eraser, zoom in/out, smart tools (calculator, Clock, ruler, etc) shape recognition, gesture recognition, Interactivity: continuous Touch Points: 10, Touch Technology: Infrared, Gestures and edge Swipe: Windows, Pen: Pens included: xl, Pen Type: Battery-Less, Pen Tip Diameter: 8mm, Packed content: Touch Screen alongwith minicomputer, wireless keyboard, wireless mouse, Penx1 remote control x1, HDMI cable x1, USB cable x1.
6 UPS
5 KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
7 AC AC 1.5 Ton ( Split well known brand) with wiring.
8 Scanner Document feeding: Flatbed. Document Size: A4, Scanning Resolution: 1200 by 1200 or higher, Scanning modes: B/W & Color @ 200dpi, with other standard features
Name & Signature of the bidder with stamp dated ________________________________
HP, Canon, Samsung etc.
along with USB cable, Drivers: Microsoft windows 7/8/10 and other Supportive.
Furniture
9 Tables
750x600x760 mm (H) Frame made of M.S square pipe 25mm finished with silver paint. Top, 1 keyboard tray and 1 CPU boxes made of lamination board finished with N.C lacquer.
10 Chairs Seat and Back (peacock Shell Type) made of high grade plastic, fixed on 5 legs pedestal made of steal and plastic without arms. Height adjustable with manual jack.
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
Name & Signature of the bidder with stamp dated ________________________________
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
1.1
Experience of Supply / Installation of Machinery & Equipment in private /Public sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached for the year 2018-19
(Documents &Certificates must be provided)
15
18 -- 20 Million 5 Marks per project
21 -- 30 Million 10 Marks per project
31 -- 45 Million 15 Marks per project
(Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
10
1 Marks per Year having minimum value 2 million
(Maximum 10 Marks)
2 Financial Strength of Company (20)
2.1
Total Annual Sales /Annual Turnover for the year
2018-19
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
10
08 -- 10 Million 2 Mark
10.1 -- 12 Million 4 Marks
12.1 -- 14 Million 6 Marks
14.1 -- 16 Million 8 Marks
Above 16 Million 10 Marks
(Maximum 10 Marks)
2.2
Bank Credit Worthiness
(Attached credit worthiness certificate from the bank
for the year 2016-17)
10
10 Marks
Minimum Bank Credit worthiness 50Million
(Maximum 10 Marks)
3. Warranty Period Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
Name & Signature of the bidder with stamp dated ________________________________
4. Delivery Time (5)
5 nos. within the stipulated time. One
number will be deducted on each one week
given above date / period of deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached) (05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the
Name & Signature of the bidder with stamp dated ________________________________
given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 28-3-2020 till 12:30 Noon Opening of tenders : 28-3-2020 at 1:00 PM Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Signature of the bidder with stamp dated ________________________________
OFFICE OF THE CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Detail Description of Stores
Specification Qty Unit Price per lab with Sale Tax
Computer (Branded like 1BM, Lenovo, HP, Dell Or Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
16
External DVD/CD Player
DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV 1
Content Server
Processor: Intel Processor 1.4 GHz or Higher, Ram: 2GB, DDR3 or Higher,Storage: 500GB, 8GB eMMC or higher , Wireless Service: WIFI 802, 11 a/b/g/n/ac wired Gigabit Ethernet OS:Open Source / Ubuntu 64 bit, Power Backup: Battery Backup 4 Hours or higher Customization: Customization installation of Digital Content Maintenance free OS and device, single button boot,. No display or keyboard input required.
1
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
1
Net work device
24X10/100/1000Base-T Ethernet ports, Switching capacity at least 56Gbps or higher, forwarding throughput 40 Mpps or higher, 16K or higher MAC address tables, 256 or higher active VLAN, Voice VLAN or equivalent, 1GMP snooping v1/v2/v3, MLD Snooping, Traffic shaping based on interfaces and queues, flow mirroring, port-based ACL, VLAN-based ACL, DHCP Snooping feature, SNMPv1/v2/v3, Telnet, RMON, SSHv2, web management, Support in service patching and upgrade.
1
Smart Board
Smart Screen: Description (Minimum Specification), Display: 65” Full HD 1080p or higher (1920 x 1080 px @ 60 Hz) TFT LED or Higher, Built in connectivity: USB, HDMI In, HDMI Out, VGA, MIC, Headphone, Speaker, [ Camera (built in or external)], Power: Power consumption: <300WQ, Power requirement:100v-240v AC, Operating System: Built in computing : Windows 7 or higher equipment should be able to work with Microsoft windows (7 or above) & Android (5 or higher), Storage: 128GB SSD or higher, Content View: 2d Display, 3D, Virtual Reality, Application Software / main features including: Multicolor pen /finger writing, text input, eraser, zoom in/out, smart tools (calculator, Clock, ruler, etc) shape recognition, gesture recognition, Interactivity: continuous Touch Points: 10, Touch Technology: Infrared, Gestures and edge Swipe: Windows, Pen: Pens included: xl, Pen Type: Battery-Less, Pen Tip Diameter: 8mm, Packed content: Touch Screen alongwith minicomputer, wireless keyboard, wireless mouse, Penx1 remote control x1, HDMI cable x1, USB cable x1.
1
Name & Signature of the bidder with stamp dated ________________________________
UPS
5 KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
AC AC 1.5 Ton ( Split well known brand) with wiring. 1
Tables
750x600x760 mm (H)
Frame made of M.S square pipe 25mm finished with silver
paint. Top, 1 keyboard tray and 1 CPU boxes made of
lamination board finished with N.C lacquer.
16
Chairs Seat and Back (peacock Shell Type) made of high grade
plastic, fixed on 5 legs pedestal made of steal and plastic
without arms. Height adjustable with manual jack. 16
Name & Signature of the bidder with stamp dated ________________________________
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
I.T LAB EQUIPMENTS
CPUs, SOFTWARES, ACCESSRIES, MACHINERY, UPS,
FURNITURE ETC
TECHNICAL /FINANCIAL Proposal (Elementary Schools)
(2019-20) DISTRICT EDUCATION AUTHORITY
DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No._________________________ Fax No_______________________________
NTN _____________________________
GST Email_____________________________________________________________________________ Name of firm: _____________________________________________________________
Name of Proprietor: ___________________________ CNIC NO.____________________
Name & Signature of the bidder with stamp dated ________________________________
GST Registration No.__________________________ NTN No._____________________
Postal Address:-______________________________________ Phone No._____________
Time Limit _____________________________
Tender Fee Amounting to Rs _____________________________
Phone No. of Supplier/Company _____________________________
Complete Address. _____________________________
_____________________________
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
Name & Signature of the bidder with stamp dated ________________________________
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting ,he must have
authority letter & CNIC.
12. All bids must be received in the office of Chief Executive Officer District Education Authority
Dera Ghazi Khan .
13. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
Name & Signature of the bidder with stamp dated ________________________________
14. Bidding documents should properly be signed and stamped.
15. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
16. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPR-2014.
17. No bid will be accepted after closing date and time.
18. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
19. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
Name & Signature of the bidder with stamp dated ________________________________
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt.
Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm.
Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to school concerned (list is attached) and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the District Procurement Committee without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
Name & Signature of the bidder with stamp dated ________________________________
4. Cancellation / Penalty of Delay:
4.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
4.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
4.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
4.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
5. Payment to the Contractors:
5.1 Payment will be made through crossed cheque to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
5.2 Payment against partial supply will not be made.
6. Earnest Money:
6.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favour of Chief Executive Officer DEA Dera Ghazi Khan.
6.2 Earnest money shall be refunded on successful completion of supply.
7. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
8. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
9. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
Name & Signature of the bidder with stamp dated ________________________________
10. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will
be returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
11. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
12. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
13. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
14. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challans with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
Name & Signature of the bidder with stamp dated ________________________________
15. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
1
Computer (Branded like 1BM, Lenovo, HP, Dell Or Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
2 External DVD/CD Player
DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV
3
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
4 UPS
3KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
5
Scanner HP, Canon, Samsung etc.
Document feeding: Flatbed. Document Size: A4, Scanning Resolution: 1200 by 1200 or higher, Scanning modes: B/W & Color @ 200dpi, with other standard features along with USB cable, Drivers: Microsoft windows 7/8/10 and other Supportive.
Furniture
6 Tables
750x600x760 mm (H) Frame made of M.S square pipe 25mm finished with silver paint. Top, 1 keyboard tray and 1 CPU boxes made of lamination board finished with N.C lacquer.
7 Chairs Seat and Back (peacock Shell Type) made of high grade plastic, fixed on 5 legs pedestal made of steal and plastic without arms. Height adjustable with manual jack.
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
Name & Signature of the bidder with stamp dated ________________________________
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
1.1
Experience of Supply / Installation of Machinery & Equipment in private /Public sector
Copies of contract awarded / Purchase Order along with documentary evidence of successful completion of the project must be attached for the year 2018-19
(Documents &Certificates must be provided)
15
18 -- 20 Million 5 Marks per project
21 -- 30 Million 10 Marks per project
31 -- 45 Million 15 Marks per project
(Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
10
1 Marks per Year having minimum value 2 million
(Maximum 10 Marks)
2 Financial Strength of Company (20)
2.1
Total Annual Sales /Annual Turnover for the year
2018-19
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
10
08 -- 10 Million 2 Mark
10.1 -- 12 Million 4 Marks
12.1 -- 14 Million 6 Marks
14.1 -- 16 Million 8 Marks
Above 16 Million 10 Marks
(Maximum 10 Marks)
2.2
Bank Credit Worthiness
(Attached credit worthiness certificate from the bank
for the year 2018-19)
10
10 Marks
Minimum Bank Credit worthiness 50Million
(Maximum 10 Marks)
3. Warranty Period Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
Name & Signature of the bidder with stamp dated ________________________________
4. Delivery Time (5)
5 nos. within the stipulated time. One
number will be deducted on each one week
given above date / period of deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached) (05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the
Name & Signature of the bidder with stamp dated ________________________________
given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 28-3-2020 till 12:30 Noon Opening of tenders : 28-3-2020 at 1:00 PM Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Signature of the bidder with stamp dated ________________________________
OFFICE OF THE CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Detail Description of Stores
Specification Qty Unit Price per lab with Sale Tax
Computer
(Branded like
1BM, Lenovo,
HP, Dell Or
Equivalent)
Desktop Intel Core i5, 8th Generation Processor minimum frequency upto 3.6 GHz, or higher, 4GB DDR4 RAM upgradable to 32 GB, 500GB SATA Hard Drive, DVDRW, 6 USB ports PCI Slot, HDMI/VGA Port, or Higher ,Preinstalled windows 10 Home addition, Office 2010, Antivirus, Giga Bit LAN 10/100/1000/Embedded High Definition Audio LCD / LEDs 18.5" Monitors wide , Keyboard and 2.0 optic al optical Mouse of same brand.
5
DVD Player DVD Player Type: remote control, Supported Digital Audio Standards, MP3 Supported, Digital Video Standards: MPEG-2, MPEG-4, WMV
PRINTER (Branded like HP, Cannon, Samsung or equivalent)
Laser Printer 35 PPM or Higher 600x600 dpi/128 MB/150 sheet paper Tray / Paper handling: letter / A4/Legal/USB 2.0 post / Wi-Fi/LAN/Windows 10 higher supportive Full duplex, USB 2.0 cable with standard features like print cancel button, LCD display etc.
1
UPS
5 KVA UPS, 24 volts operated, Long backup, regulated output, low voltage charging over under voltage protections; short circuit protection, Over Heating Protection, Single Phase, 50Hz out frequency, Two batteries minimum 200 AH or above, alongwith battery bank rack, with other standard feature, power cabling for UPS. UPS batteries warranty 6 months / as per manufacturer standard.
1
Scanner
HP, Canon,
Samsung etc.
Document feeding: Flatbed. Document Size: A4, Scanning Resolution: 1200 by 1200 or higher, Scanning modes: B/W & Color @ 200dpi, with other standard features along with USB cable, Drivers: Microsoft windows 7/8/10 and other Supportive.
1
Tables 750x600x760 mm (H) Frame made of M.S square pipe 25mm finished with silver paint. Top, 1 keyboard tray and 1 CPU boxes made of lamination board finished with N.C lacquer.
5
Chairs Seat and Back (peacock Shell Type) made of high grade plastic, fixed on 5 legs pedestal made of steal and plastic without arms. Height adjustable with manual jack.
5