+ All Categories
Home > Documents > CHIEF EXECUTIVE OFFICER (DEA) KASUReproc.punjab.gov.pk/BiddingDocuments/50484955/4950/...Jinnah...

CHIEF EXECUTIVE OFFICER (DEA) KASUReproc.punjab.gov.pk/BiddingDocuments/50484955/4950/...Jinnah...

Date post: 31-Jan-2021
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
18
CHIEF EXECUTIVE OFFICER (DEA) KASUR TENDER DOCUMENTS FOR SUPPLY/ESTABLISHMENT OF ITs LAB IN 14 HIGH/HIGHER SECONDARY SCHOOLS (BOYS & GIRLS) IN DISTRICT KASUR (FINANCIAL YEAR 2017-18)
Transcript
  • CHIEF EXECUTIVE OFFICER (DEA) KASUR

    TENDER DOCUMENTS FOR SUPPLY/ESTABLISHMENT OF ITs

    LAB IN 14 HIGH/HIGHER

    SECONDARY SCHOOLS (BOYS &

    GIRLS) IN DISTRICT KASUR

    (FINANCIAL YEAR 2017-18)

  • Tender for IT Labs for 14 High Schools issued to M/S__________________

    TENDER NOTICE

    1. Chief Executive Officer (DEA) Kasur invites sealed Technical and Financial bids from eligible bidders for the supply/Establishment of IT Lab equipment for 14 No’s of High Schools (Boys & Girls) in District Kasur

    2. The procurement of IT Lab equipment will be carried out in accordance with PPRA Rules 2014 (as amended upto date).

    3. Bid documents containing detailed terms & conditions, specifications and quantity of required IT Lab equipment will be issued from the office of the undersigned at

    Jinnah Education complex Kasur up till 08-01-2018 during office hours at the payment of Rs.1000/- (non refundable).

    4. All the technical and financial bids both in a single envelop must be put into tender box available in the Office of the undersigned on or before 12:00 hours on

    08-01-2018, out of them technical bids will be publicly opened in the committee room of the Deputy Commissioner Kasur at 01.00 hours, on the same day i.e.

    08-01-2018 in the presence of the authorized representatives of the participating firms as well as members of District Purchase committee Kasur

    5. The brand name with model number of all the Computer equipments & accessories is mentioned in the bid.

    6. The bidders must be Teir-1 partner of quoted brand and must attach the Manufacturing Authorization letter issued by the original Manufacturer of the quoted brand for this specific project and be attached last three years financial Audit report of FBR. Conditionally or alternate offers are likely to be ignored

    7. The period of bid will remain valid till 30-06-2018. Moreover the bidder must have deployed at least 05 projects of similar nature in Government sector.

    8. All financial bids must be accompanied by a call deposit (CDR) of five percent (5%) of total estimated bid amount (the price of procurement estimated) of each scheme as bid security which will be sealed in presence of the representatives of the firms and will be opened subject to qualification of the firms as per criterion mentioned in the bid document and specifications.

    9 Bidders shall submit bids, which comply with bidding Documents. Alternative Bids will not be considered.

    10. Financial proposals / bids of those firms / companies will be opened whose technical proposals found responsive according to their technical specifications and obtain 70% marks of the evaluation criteria as mentioned in the bid document.

    11. The firms should have sufficient man power and having at least three years experience in the establishment of IT Lab equipment in the School Education Department (with documentary proof)

    12. Chief Executive Officer (DEA) Kasur will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.

    13. The successful bidder will also submit an earnest money in a shape of CDR @ 10% of the work order as a performance guarantee. Failure to supply items within the stipulated time period will invoke penalty as specified in penalty clauses of this document. In addition to that, amount of bid security (CDR) will be forfeited, besides blacklisting of the company / firm.

    14. The tender documents and advertisement notice is available in the PPRA website www.ppra.punjab.Gov.Pk.

    Chief Executive Officer (DEA)

    Kasur

    http://www.ppra.punjab.gov.pk/

  • BID DOCUMENT 1) Description of Work

    Chief Executive Officer (DEA) Kasur invites technical and financial bids from the firms having a legal presence in Pakistan for supply of IT Lab equipment to Public / Private Organizations / Offices and also having the experience at least three years

    2) General Terms & Conditions

    1. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:

    i) It is received after time and date fixed for its receipt;

    ii) The bid is unsigned;

    iii) The offer is ambiguous;

    iv) The offer is conditional;

    2. Financial bid is received without or less than 5% bid security in shape of call deposit of any scheduled Bank in favour of Chief Executive Officer (DEA) Kasur

    3. The detailed specifications of IT Lab’s equipment along with required quantity to be supplied are attached at (Annex-I).

    3. The rates shall be valid upto 30th June 2017 from the date of opening

    of financial bid.

    4. The rates should be clearly mentioned by the company / firm / contractor

    on the format as prescribed in (Annex-II).

    5. The firms should have sufficient man power and having at least three

    years experience in establishing of IT Labs of similar nature project

    6. The bidders must be Teir-I partner of quoted brand and must attach the Manufacturing Authorization letter issued by the original Manufacturer of the quoted brand for this specific project and be attached last three years financial Audit report of FBR, conditionally or alternate offers are likely to be ignored

    The firms must submit their bids in the following manners:

    i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal.

    ii) The envelopes shall be marked as “FINANCIAL PROPOSAL for IT Lab equipment” and “TECHNICAL PROPOSAL for IT Lab equipment” in bold and legible letters to avoid confusion.

    iii) All bids must be submitted in double cover. The outer cover should

    indicate the name of the addressee, tender No. and date of

  • opening but not the name of the firm / manufacturer which must appear in the inner envelop clearly mentioning tender No. and name of the firm / manufacturer. The envelopes must be properly sealed.

    7. Financial proposals / bids of those firms will be opened whose technical

    proposals found responsive as per specifications and obtained 70% marks of

    the evaluation criteria as mentioned in (Annex-III).

    8. Any erasing/cutting/crossing, etc. appearing in the offer must be properly

    signed by the person signing the bid. Moreover, all pages of the bid must also

    be properly signed. Offer with any overwriting shall not be accepted.

    9. Bid shall be supported with the following documents:-

    i. General Sales Tax number duly supported with copy of Registration

    Certificate with General Sales Tax Department.

    ii. Last three years certificates regarding rendering similar nature

    services to the public / private organizations issued by the FBR.

    iii. Certificate that the firm / manufacturer is engaged in the business

    of the supply IT Lab equipment and has not been declared as

    bankrupt, defaulter or punished by any Court of law and black

    listed from any Government department or organization as per

    (Annex-IV).

    10. Relatives of the employees of education department Kasur or the

    employees themselves cannot participate in any kind of bid.

    11. The successful bidder shall have to deliver Brand new IT Lab equipment &

    its establishment as per specifications given in Annex-I to the concerned

    Schools in District Kasur at their own risk and cost for which a supply

    order has been issued.

    12 The amount of bid security shall not be refunded to the supplier before

    the expiry of one year after completion of the whole supply as well as final

    payment.

    13. The delivery of stock shall have to be completed within 30-days after

    issuance of supply order.

  • 14 Penalty for late supply of every item of stock shall be imposed liquidation

    damages charges @ 5% per month of the total cost of stock items being

    supplied after stipulated date.

    15 The Chairman Purchase committee reserves the right to waive off or to relax

    penalty clause to the extent as he may consider on a specific request made by

    the company / firm with sound justification/documentary evidences.

    16 Supply shall have to be made during working hours to the concerned Principals/

    Sr. Headmaster/ Headmistress or the person authorized by the said heads of the

    institutions. After inspection of evaluation committee constituted for the purpose at

    own expenses of the firm who issued purchase order

    17 Articles of supply, if found not according to the requirements, specification,

    standard and samples, it should be presumed that it has not been supplied

    within the prescribed period. In case of late replacement of articles penalty will

    be imposed according to the penalty described in clause-14 above.

    18 The successful bidder shall be disqualified if he fails or refuse to supply

    the stock items at the place mentioned in the supply order. The successful

    bidder shall have to deliver Science lab equipment on F.O.R basis to the

    Principals/ Headmasters/Headmistresses of concerned Schools of District

    Kasur for which supply order has been issued.

    19 Replacement of articles because of variation from the specification is the

    responsibility of companies / firms. Repeated order will be issued (if so

    required) to the same vender for the same commodity upto quantity of

    15% of the value already procured quantity.

    20 F-10 (receipt entry note) and quality / quantity certificates will be issued

    by the Principal concerned after receipt of Science Lab equipment

    21 The IT Lab equipment being supplied by the bidders shall be checked/

    examined/inspected by the evaluation committee technical committee

    Chief Executive Officer (DEA) Kasur and compared with the approved

    samples/specifications. In case, variations found in stock being supplied/

    prepared, it would attract blacklisting of the supplier by withholding his

    payment and his order will be cancelled and the purchaser shall have the

    right to purchase the items of stock at risk and cost of the bidder.

  • 21. a)If the acceptance of tender issued during the validity period of the offer

    is not accepted by the renderer, the bid security shall be forfeited and the,

    IT Lab equipment shall be purchased at the risk and cost of the bidder.

    b) In case the offer is with draw, amended or revised by the bidder during

    the validity period of the offer the bid security amount is liable to be

    forfeited and the IT Lab equipment shall be purchased at the risk and

    cost of the bidder.

    22 In case the bidder fails to execute the contract strictly in accordance with terms

    and conditions laid down in the bid document, the bid security provided by bidder

    along with bid shall be forfeited, besides blacklisting of the firm by withholding

    of its payment.

    23. Payment shall be made by the Chief Executive Officer (DEA) Kasur after the completion of Stock Items as well as after the receipt of inspection report from the Evaluation Committee according to the specifications of I.T Lab’s equipment and also installation .

    24. In case of any dispute in connection with procurement of IT Labs

    equipments, decision of the Chairman purchase Committee will be final

    and cannot be challenged at any Forum / Court of Law.

    Name Designation / Stamp of bidder

  • Annex-II FORMATE FOR BID PROPOSAL

    Sr. No.

    Item Quantity per

    Lab

    Unit Rate Incl.

    All Taxes

    (Rs.)

    Total Amount

    Incl. All Taxes

    (Rs.)

    Total in Pak Rupees

    * Certified that all the taxes / duties are included in the total costs. No additional

    cost will be charged in addition to above mentioned total cost for the above mentioned items.

    Name Designation/Stamp

  • Annex-III

    TECHNICAL/ EVALUATION CRITERIA • Manufacturer / Firm / Company securing less than 70% marks will lead to

    disqualification • Total Marks 450 • Qualification Marks 315 (70%)

    Category Description Points

    Legal (Mandatory)

    i) Income Tax Registration Mandatory

    ii) General Sales Tax Registration Mandatory

    iii) Undertaking that the firm is not blacklisted and involved in litigation with Government / PWWB

    Mandatory

    iv) Office Address, Telephone No. & Fax of the Firm/ Contractor

    Mandatory

    Financial (To be

    calculated from

    the certificate

    issued by the

    FBR

    Annual turnover (Max Points 100)

    10-20 million 10 Points 20-30 million 20 Points 30-40 million 30 Points 40-50 million 60 Points 50-60 million 80 Points 60-70 million 100 Points

    Financial Audit Report (Max Points 50) 2 years 25 Points for each year

    Projects (Max Points 100)

    10 million 10 Points

    10-15 million 15 Points 15-20 million 25 Points 20-25 million 50 Points 25-30 million 75 Points 30-35 million 100 Points

    Similar nature Projects (Max Points 100)

    10 million 25 Points 20 million 75 Points

    25 million and above 100 Points

    Technical (Quality, Human

    Resource, Professional)

    Total No of full time employees (Max Points 100)

    Up to 20 10 Points 20-30 25 Points 40-50 40 Points 50-60 55 Points 60-70 70 Points 70-80 85 Points

    80 and above 100 Points

    Note: Physical inspection of the mandatory requirements as mentioned above at Sr. No. V to VII shall be conducted through an authorized inspection Committee for making

    recommendations regarding qualification and disqualification of the manufacturer /firm /

    company.

    Name Designation / Stamp

  • Annex-IV

    Following to be submitted with bid on judicial stamp paper of Rs: 100/-

    CERTIFICATE

    I_______________________________________________ on behalf of M/s ___________________________________do hereby declare that:

    1. The firm mentioned above is a bonafide firm registered and

    engaged in the business for supply/establishment of School I.T

    Lab’s equipment, in Pakistan under law of land.

    2. That the Firm has not been declared Bankrupt and has a reasonable capital for supply of the school I.T Lab’s equipment, for which bid is being submitted.

    3. That the Firm has not been declared as “defaulter” by any

    Government Department in Pakistan on any ground whatsoever except that the decision has been set by competent authority or court of Law.

    4. That the Firm has not been punished by any court of law on any

    ground whatsoever except the decision has been set aside by competent authority or Superior Courts.

    5. That the Firm has not been declared as “Black Listed” by any

    Government Department in Pakistan except the decision has been set aside by competent authority or court of law.

    6. That all the above declarations are correct and based on facts.

    7. That if any of the above certificate proven fake at any later stage,

    Chief Executive Officer (DEA) Kasur reserves the right to take appropriate action, including, disqualification and black listing.

    Name Designation / Stamp

  • CHIEF EXECUTIVE OFFICER (DEA) KASUR

    TENDER DOCUMENTS FOR SUPPLY/ESTABLISHMENT OF ITs

    LAB IN 15 ELEMENTARY SCHOOLS

    (BOYS & GIRLS) IN

    DISTRICT KASUR

    FINANCIAL YEAR (2017-18)

  • Tender for IT Labs for 15 Elementary Schools issued to M/S________________

    TENDER NOTICE

    1. Chief Executive Officer (DEA) Kasur invites sealed Technical and Financial bids from eligible bidders for the supply/ Establishment of IT Lab equipment for 15 No’s of Elementary Schools (Boys & Girls) in District Kasur

    2. The procurement of IT Lab equipment will be carried out in accordance with PPRA Rules 2014 (as amended upto date).

    3. Bid documents containing detailed terms & conditions, specifications and quantity of required IT Lab equipment will be issued from the office of the undersigned at Jinnah

    Education complex Kasur up till 08-01-2018 during office hours at the payment of Rs.1000/- (non refundable).

    4. All the technical and financial bids both in a single envelop must be put into tender box available in the Office of the undersigned on or before 12:00 hours on

    08-01-2018 out of them technical bids will be publicly opened in the committee room

    of the Deputy Commissioner Kasur at 01.00 hours, on same day i.e. 08-01-2018 in the presence of the authorized representatives of the participating firms as well as members of District Purchase committee Kasur

    5. The brand name with model number of all the Computer equipments & accessories is mentioned in the bid.

    6. The bidders must be Teir-1 partner of quoted brand and must attach the Manufacturing Authorization letter issued by the original Manufacturer of the quoted brand for this specific project and be attached last three years financial Audit report of FBR. Conditionally or alternate offers are likely to be ignored

    7. The period of bid will remain valid till 30-06-2018. Moreover the bidder must have

    deployed at least 05 projects of similar nature in Government sector. 8. All financial bids must be accompanied by a call deposit (CDR) of five percent (5%)

    of total estimated bid amount (the price of procurement estimated) of each scheme as bid security which will be sealed in presence of the representatives of the firms and will be opened subject to qualification of the firms as per criterion mentioned in the bid document and specifications.

    9 .Bidders shall submit bids, which comply with bidding Documents. Alternative Bids will not be considered.

    10. Financial proposals / bids of those firms / companies will be opened whose technical proposals found responsive according to their technical specifications and obtain 70% marks of the evaluation criteria as mentioned in the bid document.

    11. The firms should have sufficient man power and having at least three years experience in the establishment of IT Lab equipment in the School Education Department (with documentary proof)

    12. Chief Executive Officer (DEA) Kasur will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.

    13. The successful bidder will also submit an earnest money in a shape of CDR @ 10% of the work order as a performance guarantee. Failure to supply items within the stipulated time period will invoke penalty as specified in penalty clauses of this document. In addition to that, amount of bid security (CDR) will be forfeited, besides blacklisting of the company / firm.

    14. The tender documents and advertisement notice is available in the PPRA website www.ppra.punjab.Gov.Pk.

    Chief Executive Officer (DEA)

    Kasur

    http://www.ppra.punjab.gov.pk/

  • BID DOCUMENT 1) Description of Work

    Chief Executive Officer (DEA) Kasur invites technical and financial bids from the firms having a legal presence in Pakistan for supply of IT Lab equipment to Public / Private Organizations / Offices and also having the experience at least three years

    2) General Terms & Conditions

    4. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:

    v) It is received after time and date fixed for its receipt;

    vi) The bid is unsigned;

    vii) The offer is ambiguous;

    viii) The offer is conditional;

    5. Financial bid is received without or less than 5% bid security in shape of call deposit of any scheduled Bank in favour of Chief Executive Officer (DEA) Kasur

    6. The detailed specifications of IT Lab’s equipment along with required quantity to be supplied are attached at (Annex-I).

    3. The rates shall be valid upto 30th June 2017 from the date of opening

    of financial bid.

    4. The rates should be clearly mentioned by the company / firm / contractor

    on the format as prescribed in (Annex-II).

    5. The firms should have sufficient man power and having at least three

    years experience in establishing of IT Labs of similar nature project

    6. The bidders must be Teir-I partner of quoted brand and must attach the Manufacturing Authorization letter issued by the original Manufacturer of the quoted brand for this specific project and be attached last three years financial Audit report of FBR, conditionally or alternate offers are likely to be ignored

    The firms must submit their bids in the following manners:

    i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal.

    ii) The envelopes shall be marked as “FINANCIAL PROPOSAL for IT Lab equipment” and “TECHNICAL PROPOSAL for IT Lab equipment” in bold and legible letters to avoid confusion.

  • iii) All bids must be submitted in double cover. The outer cover should indicate the name of the addressee, tender No. and date of opening but not the name of the firm / manufacturer which must appear in the inner envelop clearly mentioning tender No. and name of the firm / manufacturer. The envelopes must be properly sealed.

    10. Financial proposals / bids of those firms will be opened whose technical

    proposals found responsive as per specifications and obtained 70% marks of

    the evaluation criteria as mentioned in (Annex-III).

    11. Any erasing/cutting/crossing, etc. appearing in the offer must be properly

    signed by the person signing the bid. Moreover, all pages of the bid must also

    be properly signed. Offer with any overwriting shall not be accepted.

    12. Bid shall be supported with the following documents:-

    i. General Sales Tax number duly supported with copy of Registration

    Certificate with General Sales Tax Department.

    ii. Last three years certificates regarding rendering similar nature

    services to the public / private organizations issued by the FBR.

    iii. Certificate that the firm / manufacturer is engaged in the business

    of the supply IT Lab equipment and has not been declared as

    bankrupt, defaulter or punished by any Court of law and black

    listed from any Government department or organization as per

    (Annex-IV).

    10. Relatives of the employees of education department Kasur or the

    employees themselves cannot participate in any kind of bid.

    11. The successful bidder shall have to deliver Brand new IT Lab equipment &

    its establishment as per specifications given in Annex-I to the concerned

    Schools in District Kasur at their own risk and cost for which a supply

    order has been issued.

    12 The amount of bid security shall not be refunded to the supplier before

    the expiry of one year after completion of the whole supply as well as final

    payment.

    14. The delivery of stock shall have to be completed within 30-days after

    issuance of supply order.

  • 16 Penalty for late supply of every item of stock shall be imposed liquidation

    damages charges @ 5% per month of the total cost of stock items being

    supplied after stipulated date.

    17 The Chairman Purchase committee reserves the right to waive off or to relax

    penalty clause to the extent as he may consider on a specific request made by

    the company / firm with sound justification/documentary evidences.

    16 Supply shall have to be made during working hours to the concerned Principals/

    Sr. Headmaster/ Headmistress or the person authorized by the said heads of the

    institutions. After inspection of evaluation committee constituted for the purpose

    at own expenses of the firm who issued purchase order

    22 Articles of supply, if found not according to the requirements, specification,

    standard and samples, it should be presumed that it has not been supplied

    within the prescribed period. In case of late replacement of articles penalty will

    be imposed according to the penalty described in clause-14 above.

    23 The successful bidder shall be disqualified if he fails or refuse to supply

    the stock items at the place mentioned in the supply order. The successful

    bidder shall have to deliver Science lab equipment on F.O.R basis to the

    Principals/ Headmasters/Headmistresses of concerned Schools of District

    Kasur for which supply order has been issued.

    24 Replacement of articles because of variation from the specification is the

    responsibility of companies / firms. Repeated order will be issued (if so

    required) to the same vender for the same commodity upto quantity of

    15% of the value already procured quantity.

    25 F-10 (receipt entry note) and quality / quantity certificates will be issued

    by the Principal concerned after receipt of Science Lab equipment

    26 The IT Lab equipment being supplied by the bidders shall be checked/

    examined/inspected by the evaluation committee technical committee

    Chief Executive Officer (DEA) Kasur and compared with the approved

    samples/specifications. In case, variations found in stock being supplied/

    prepared, it would attract blacklisting of the supplier by withholding his

    payment and his order will be cancelled and the purchaser shall have the

    right to purchase the items of stock at risk and cost of the bidder.

  • 21. a)If the acceptance of tender issued during the validity period of the offer

    is not accepted by the renderer, the bid security shall be forfeited and the,

    IT Lab equipment shall be purchased at the risk and cost of the bidder.

    b) In case the offer is with draw, amended or revised by the bidder during

    the validity period of the offer the bid security amount is liable to be

    forfeited and the IT Lab equipment shall be purchased at the risk and

    cost of the bidder.

    22 In case the bidder fails to execute the contract strictly in accordance with terms

    and conditions laid down in the bid document, the bid security provided by bidder

    along with bid shall be forfeited, besides blacklisting of the firm by withholding

    of its payment.

    23. Payment shall be made by the Chief Executive Officer (DEA) Kasur after the completion of Stock Items as well as after the receipt of inspection report from the Evaluation Committee according to the specifications of I.T Lab’s equipment and also installation .

    24. In case of any dispute in connection with procurement of IT Labs

    equipments, decision of the Chairman purchase Committee will be final

    and cannot be challenged at any Forum / Court of Law.

    Name Designation / Stamp of bidder

  • Annex-II FORMATE FOR BID PROPOSAL

    Sr. No.

    Item Quantity per

    Lab

    Unit Rate Incl.

    All Taxes

    (Rs.)

    Total Amount

    Incl. All Taxes

    (Rs.)

    Total in Pak Rupees

    * Certified that all the taxes / duties are included in the total costs. No additional

    cost will be charged in addition to above mentioned total cost for the above mentioned items.

    Name Designation/Stamp

  • Annex-III

    TECHNICAL/ EVALUATION CRITERIA • Manufacturer / Firm / Company securing less than 70% marks will lead to

    disqualification • Total Marks 450 • Qualification Marks 315 (70%)

    Category Description Points

    Legal (Mandatory)

    i) Income Tax Registration Mandatory

    ii) General Sales Tax Registration Mandatory

    iii) Undertaking that the firm is not blacklisted and involved in litigation with Government / PWWB

    Mandatory

    iv) Office Address, Telephone No. & Fax of the Firm/ Contractor

    Mandatory

    Financial (To be

    calculated from

    the certificate

    issued by the

    FBR

    Annual turnover (Max Points 100)

    10-20 million 10 Points 20-30 million 20 Points 30-40 million 30 Points 40-50 million 60 Points 50-60 million 80 Points 60-70 million 100 Points

    Financial Audit Report (Max Points 50) 2 years 25 Points for each year

    Projects (Max Points 100)

    10 million 10 Points

    10-15 million 15 Points 15-20 million 25 Points 20-25 million 50 Points 25-30 million 75 Points 30-35 million 100 Points

    Similar nature Projects (Max Points 100)

    10 million 25 Points 20 million 75 Points

    25 million and above 100 Points

    Technical (Quality, Human

    Resource, Professional)

    Total No of full time employees (Max Points 100)

    Up to 20 10 Points 20-30 25 Points 40-50 40 Points 50-60 55 Points 60-70 70 Points 70-80 85 Points

    80 and above 100 Points

    Note: Physical inspection of the mandatory requirements as mentioned above at Sr. No. V to VII shall be conducted through an authorized inspection Committee for making

    recommendations regarding qualification and disqualification of the manufacturer /firm /

    company.

    Name Designation / Stamp

    Annex-IV

  • Following to be submitted with bid on judicial stamp paper of Rs: 100/-

    CERTIFICATE

    I_______________________________________________ on behalf of M/s ___________________________________do hereby declare that:

    1. The firm mentioned above is a bonafide firm registered and

    engaged in the business for supply/establishment of School I.T Lab’s equipment, in Pakistan under law of land.

    2. That the Firm has not been declared Bankrupt and has a

    reasonable capital for supply of the school I.T Lab’s equipment, for which bid is being submitted.

    3. That the Firm has not been declared as “defaulter” by any

    Government Department in Pakistan on any ground whatsoever except that the decision has been set by competent authority or court of Law.

    4. That the Firm has not been punished by any court of law on any

    ground whatsoever except the decision has been set aside by competent authority or Superior Courts.

    5. That the Firm has not been declared as “Black Listed” by any

    Government Department in Pakistan except the decision has been set aside by competent authority or court of law.

    6. That all the above declarations are correct and based on facts.

    7. That if any of the above certificate proven fake at any later stage,

    Chief Executive Officer (DEA) Kasur reserves the right to take appropriate action, including, disqualification and black listing.

    Name Designation / Stamp


Recommended