+ All Categories
Home > Documents > Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS...

Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS...

Date post: 24-Jun-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
37
Standard Bidding Document‐Purchase of Equipments‐ GCT Rasul Page 1 of 12 GOVERNMENT OF THE PUNJAB TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY TENDER DOCUMENTS FOR PURCHASE OF Equipments & Machinery (GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin) Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]
Transcript
Page 1: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page1of12

GOVERNMENT OF THE PUNJAB

TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY

TENDER DOCUMENTS

FOR PURCHASE OF

Equipments & Machinery

(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin)

Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]

Page 2: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page2of12

GOVERNMENTOFTHEPUNJAB

TEVTA

Invitation to Bidders

Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious institutes of Civil Technology. The machinery/ equipments are required for different Labs. For which registered supply firms, contractors, sellers are invited as per Punjab procurement rules 2009 (Single stage one envelope procedure with performance guarantee) duly sealed tenders complete in all respect. The description and specifications with terms and conditions of contract for Rs.1000/-per package tender may be obtained from undersigned office in working hours.

Package

Description Quantity TenderFee

Receiving Date

Opening Date

“1” Structural Engg. Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00

16-05-2013(01.00pm)

“2” Hydraulics Engg Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00

16-05-2013(01.00pm)

“3” Hydraulics & Public Health Lab(DAE Civil)

As per tender document

1000/- 16-05-2013 (12.00

16-05-2013(01.00pm)

Terms & Conditions 1. Tender documents can be downloaded from College Web‐site WWW.gctrasul.edu.pk. If tender documents are downloaded from web‐site, tender fee in the shape of “Demand Draft” in favour of Principal, GCT Rasul before the closing date be submitted along with tender NTN and GST certificates must be provided with the tender. 2. Tender will be received up to 16‐05‐2013 at 12.00 Noon. And will be opened on the same day at 13.00 P.M in the presence of participating firms or their authorized representatives. 3. The conditional or incomplete tenders or tenders with 2% earnest money from scheduled bank or not compatible with PPRA rules 2009 will not been entertained. 4. Purchase committee has right to accept/reject any or all tenders or part of any tender without telling any reason. 5. The further information may be obtained from undersigned office in any working day during working hours. 6. No tender will be received by hand. All tenders will be received through registered post/courier well before closing time.

7. The tender notice is also available on PPRA web‐site: www.ppra.org.pk 8. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on 20‐05‐2013 at 13.00 P.M.

PRINCIPAL GOVERNMENT COLLEGE OF TECHNOLOGY

RASUL MANDI BAHAUDDIN.

Phone:0456–553216, Fax0456 –553110, Email: [email protected]. Website:

www.gctrasul.edu.pk

Page 3: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page3of12

Government of the Punjab

TEVTA Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four tenders. Tender

documents for each Package with terms & conditions and detailed specifications of the equipments will be available from this office at the cost of Rs.1000/- (non-refundable).

2. The firm must be GST & NTN Registered in case of exemption, proof should accompany the tender. 3. copy certificate of registration of General Sale Tax/Income Tax documents must be attached tender and

original must be shown at the time of supply order, 4. Offer is valid for minimum 90 days. 5. Warranty condition should be distinctively and elaborately mentioned in the quotation for each item

and sub-item. 6. Tenders are to be submitted up to 16‐05‐2013 at 12.00 Noon and tender will be opened on same day

at 01:00 PM. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on 20‐05‐2013 at 13.00 P.M.

7. Each Page must be signed by the bidder. 8. Payment will be made in PAK Rupees through crossed cheque after deduction of all type of taxes as

per prevailing rates after receipt; inspection and acceptance of the items in accordance with the given specifications.

9. Quoted price should be given as per F.O.R Basis and Rates must be inclusive of all taxes to be payable by supplier which may be deducted at the time of final payment as per rules..

10. Delivery Period shall be 30 days. (or as fixed with the order confirmation from the date of placement of order)

11. Bidder must submit tender duly signed on each page for each Package separately indicating the package number on the sealed envelope and clearly indicated rate per unit for complete specification of each items as per tender inquiry.

12. Any over writing/ cutting etc appearing in the offer may be properly signed by the person signing the tender. All pages of the tender must be properly signed. Offer with any overwriting shall not be accepted in any circumstances.

13. The company/agent taking part in the tender should provide authorization letter from the manufactures. 14. Offer must be supported with comprehensive technical literature, specifications and operational

procedure in English for the materials, goods or equipment offered. 15. Where references is made to any specific national or international standards equal or high quality will

be acceptable in case offer confirm to standard quoted in tender inquiry. Following documents should be provided

(A) One copy of standard followed & written in English. (B) Evidence that the standard used is recognized and authoritative to insure equal or higher quality. 16. In case the bidder does not submit required evidence and/or standards concerned item may be dropped

from comparative statement. 17. The bidder must comply with given technical specifications. 18. The successful bidder shall be required to provide an amount 10% of the total value of the order as

guarantee in the shape of Deposit Call which will be released without markup after 12 months/expiry of warranty period after the day of last supply/installation, against the order. This guarantee shall serve the following purpose.

(A) Performance bond to guarantee timely and complete delivery of the equipment as per delivery schedule.

(B) Warranty bond to secure suppliers obligation as under, the bidder shall guarantee that the equipment supplied under the contract/order shall confirm to the specifications given in the order and shall be free from defects/weakness. Bidders will be responsible for the free replacement of stores (including

Page 4: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page4of12

spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

19. Earnest money (refundable after completion of warranty period) @ Rs.2% of the full value of items will be deposited by the bidder with the tender as CDR in the name of “Principal, Govt. College of Technology, Rasul Distt Mandi Bahauddin” The tender would be rejected if the amount of CDR is less than 2% of the quoted price.

20. Any Conditional, ambiguous, incomplete supplementary or revised offer after opening the tender shall not be entertained.

21. After sales service and supply of spare parts must be guaranteed. All supply must be covered comprehensively for after sale & services (labour & parts for a period of 3 years from the date of delivery)

22. In case any material is found being not in confirmation with the specification provided in the tender either on account inferior, quality defective workman ship, faulty design or short/wrongly supplied. The supplier will replace the short wrongly supplied faulty or defective material free of charge and/or pay the full cost of replacement

23. The Competent authority shall place the order to the successful tender whose tender has been determine to be substantially responsive and has been determine as the lowest evaluate tenders meeting the required technical specification at determine by the purchase/technical committee.

24. The Competent authority reserves the right to accept or reject any part of the entire tender he may also increase or decrease the quantity of the supply or place the orders partial to more than one bidder without assigning any reason.

25. Bidder will be lay able to bring up to their supplies for demonstration/training, commission and specification test in the college campus at their own expensive and risk.

26. The bidder may be asked to give technical presentation of their products. 27. Equipment requiring Installation will be carried by the supplier at the premises of GCT, Rasul 28. If the acceptance of tender issued during the validity period of the tender is not accepted by the

tenderer earnest money shall be forfeited. a. In case, the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited. b- In case the tenderer fails to execute the order strictly in accordance with the terms and conditions laid down in the order, the security deposited by the bidder shall be forfeited.

29. The supplies must be brand new and strictly conforming with the given specifications. 30. The Authority reserves the right to accept or reject any tender or part of tender without assigning any

reason thereof. 31. The country of origin if not local can be EU/Japan/ Korea (Manufactured in China/Malaysia under

licensed are in their own countries both are eligible). The supplier has to provide evidence of country of origin at the time of supply.

32. Tenderer shall attach Supplier Data Form, with the tender documents. 33. Black listed firms need not to apply. 34. In case of any query or information, contact on telephone No.0546-553216. Email:

[email protected]

PRINCIPAL

Govt. College of Technology, Rasul. (Mandi Bahauddin) Ph:0546-553216 Website: www.gctrasul.edu.pk Email:[email protected]

Page 5: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page5of12

Government of the Punjab

TEVTA GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

M/S________________________________________________________

____________________________________________________________

Schedule of Technical Specifications Package-1: SPECIFICATIONS OF (Structural Engineering Lab B.sc Civil Tech) Last Date & Time of tender receiving 16.05.2013 12:00 Noon

Date and Time of opening of tender 16.05.2013 01:00 PM

Name of Firm with complete address ________________________________________

A Call Deposit Receipt (CDR) No.___________________ dated _____________________

NTN No ___________________________ GST No._______________________________

Signature with stamp:- _____________________________________________________

Please crossout the blanks for which rates have not been coated. Use of correcting fluid and erasers are not allowed. In case of cuttings it must be initialed please.

Sr.No.

EQUIPMENT / DESCRIPTION WITH SPECIFICATIONS

QTY Unit Price

+GST Total Cost

Country of Origin

Structural Engg. Lab B.Sc Civil Tech 2 Vernier Caliper Metric / Inches 10 3 Outside Micrometer (0.25mm to x 0.1mm) 10 4 Extensometer

Round specimen: 6-25mm dia Plate specimen: t6-25x40mm Gauge Length: 50mm Dial Gauge Stroke: 5mm Min Reading:1/1000

01

7 Charpy Impact Testing Machine Simple construction

of pendulum izod so that izod or charpy machine can built at site.

Interchangeable strikers for izod and charpy positionspositive pendulum lock in izod and charpy positions.

Safety guard for protection. A braking arrangement for stopping the pendulum. An essential printer interface. A complete set with

accessories Specimen holder for izod and charpy test.

01

8 Principle of Super Position Apparatus Model for verifications of principle of super position

05

9 Drafting Machines (Elbow type) Table size A o complete with all accessories

50

10 Model Frame for Deflection Analysis and internal forces Demonstration and evaluation of slope and deflection

of cantilevers and beams; investigation of simply supported and built-in ends.

The bench mounted apparatus consists of a base plate, one moveable and one fixed beam support, a steel beam, 25x5 mm, approx. 1.4m long, load hangers and hooks.

The beam supports incorporate knife edges and

05

Page 6: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page6of12

clamping facilities, and one allows lateral movement whilst clamped.

The base plate should be slotted to allow one beam support to be moveable.

Deflections measured by the two dial gauge test sets provided

An instruction manual for student and lecturer provided

Set of weights Tape measure supplied

Page 7: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page7of12

Annex-1

Bid Proforma

Tender No. ________________________________________________________________________

Time & Date of Submission of bids

Time & Date Opening the bids

Amount of Earnest Money

Bid Validity Period

Goods Delivery Period

Place of Consignment

Note: Please read the following note and instructions carefully before filing in the bid proforma:

1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.

1. No offer shall be considered if:

(a) It is received after the time and date fixed for its receipt; (b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise

registered but not for the items mentioned in this tender; (c) The bid document/tender is unsigned; (d) The offer is ambiguous; (e) The offer is conditional; (f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is

received by telegram; (h) The offer is of a shorter validity period than that mentioned in the tender enquiry; (i) The offer is for stores and services not conforming to the specifications indicated in the bid document

3. The offer shall remain valid up to ninety (90) days from the bid opening date.

4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender number and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly.

5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning any reason.

6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the bid security / earnest money would be liable to forfeiture.

7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and conditions as laid down in the contract, the performance security deposited by him would be forfeited and the store may be purchased at his risk and expense.

8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of the goods and services.

9. The delivery period, as reckoned from the date of issuance of the supply order is days with a grace period of days. However, the supplier may indicate its own guaranteed earliest date by which it will supply the goods.

10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional information or submittal letter on the official letterhead.

11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the offer.

Page 8: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page8of12

12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of Technology Rasul (District Mandi Bahauddin).

13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well as in figures. In case of difference between the two, rates quoted in words shall prevail.

14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @ 2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District Mandi Bahauddin).

15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of the stores at the risk and expense of the bidder.

16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must indicate the name and address of the works in the country where they will manufacture or produce the goods they intend to supply.

17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:

“This is to certify that M/s. have obtained a quotation from us against invitation to Tender No. issued by the Principal, Government College of Technology Rasul (District Mandi Bahauddin).to be opened on . We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly in accordance with the specification laid down in the said Invitation to Bids”.

18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative may inspect the stores during their manufacturing, production or assemblage.

19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional, ambiguous or incomplete offers are likely to be ignored.

20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers, after opening, shall not be entertained under any circumstances.

21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical data, if any, in respect of the stores offered by them in support of their bids.

22. Bidders are specifically required to indicate their Computerized National Identity Card Number (CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).

23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed with date by the person signing the original bid documents. Bidders are required to put their signatures on all pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-through shall not be acceptable and may be ignored.

24. Bids should be submitted based on accounting units specified in the invitation to tenders.

25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will, however, be acceptable.

27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry, the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-inspection by the Purchaser or his authorized representative(s) at their own cost.

28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.

29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer packing.

30. Bids must guarantee at least three years’ free service and supply of the spare parts.

31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.

Page 9: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page9of12

32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own expense, if available.

33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.

34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied parts if they are found not suitable for the equipment, machinery or engine.

35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders must note that non-exhibition of the import documents at the time inspection or on demand later may lead to forfeiture of their security deposits and procurement of the stores at their risk and expense.

36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of testing.

37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement. Release of payment will be subject to satisfactory performance of the contract and the final inspection and acceptance note by the consignee or the Purchaser.

38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid documents preferably through mutual consultations followed by arbitration.

Bidder’s Signature and Seal Name: Designation: CNIC No. Address: Phone Office: Phone Works: Fax No. Mobile No. Email address: Website: Date:

Witnesses:

1. Signature:

Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

List of enclosures or attachments, if any: 1. 2. 3. 4. 5.

Page 10: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐2

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page10of12

Bid Price Schedule

Item Description / specifications

Unit Price+ GST (Rs.)

Total price (Rs.)

Country of origin

Deviations from

Purchaser’s specifications

Total price in words

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Bidder’s Signature and Seal

Name: Designation:

Date:

Page 11: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐3

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page11of12

Undertaking by the Bidder

1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and conditions of your tender enquiry No. , due for opening on , for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and the Punjab Procurement Rules, 2009 (PPR-2009). I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.

2. I/We also hereby categorically confirm that the stores offered by me/us conform to the particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.

3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.

4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.

5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.

6. I/We certify and undertake that we have not been blacklisted by any public or private authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.

7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.

8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.

9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.

10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.

11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the eligibility criteria of participating in the bid.

12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.

Deponent

Bidder’s Signature and Seal Name: Designation: CNIC No. Date:

Witnesses:

1. Signature: Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

Page 12: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page12of12

Appendix-1

Contract Agreement (Specimen)

This agreement is made in the presence of the witnesses named below on this day of 2013 at between the Principal GCT Rasul (hereinafter called “the Purchaser”) and (hereinafter called “the Supplier”).

Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs. [contract price in words and figures] (hereinafter called “the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:

(a) Invitation to tenders as publicized / advertised by the Purchaser; (b) Bid document as bought from the Purchaser; (c) Schedule of Technical Specifications as annexed with the bid documents; (d) Bid Proforma; (e) Bid price schedule; (f) Undertaking submitted by the bidder alongwith the bid papers; (g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores, goods, and services etc.; (i) General and special conditions regarding purchases and procurements as given in the Punjab

Procurement Rules, 2009; and (j) This contract agreement as executed between the Purchaser and the Supplier

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in conformity and in all respects with the provisions of the award of contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Purchaser Supplier

Signature: ……………………………….

Name: ………………………………….

Designation: …………………………………….

Date: …………………………………….

Signature: …………………………………….

Name: …………………………………….

Designation: ………………………………….

Date: …………………………………….

Purchaser’s seal Supplier’s seal

Page 13: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page1of13

GOVERNMENT OF THE PUNJAB

TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY

TENDER DOCUMENTS

FOR PURCHASE OF

Equipments & Machinery

(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin)

Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]

Page 14: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page2of13

GOVERNMENTOFTHEPUNJAB

TEVTA

Invitation to Bidders

Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious institutes of Civil Technology. The machinery/ equipments are required for different Labs. For which registered supply firms, contractors, sellers are invited as per Punjab procurement rules 2009 (Single stage one envelope procedure with performance guarantee) duly sealed tenders complete in all respect. The description and specifications with terms and conditions of contract for Rs.1000/-per package tender may be obtained from undersigned office in working hours.

Package

Description Quantity TenderFee

Receiving Date

Opening Date

“1” Structural Engg. Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

“2” Hydraulics Engg Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

“3” Hydraulics & Public Health Lab(DAE Civil)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

Terms & Conditions 1. Tender documents can be downloaded from College Web‐site WWW.gctrasul.edu.pk. If

tender documents are downloaded from web‐site, tender fee in the shape of “Demand Draft” in favour of Principal, GCT Rasul before the closing date be submitted along with tender NTN and GST certificates must be provided with the tender.

2. Tender will be received up to 16‐05‐2013 at 12.00 Noon. And will be opened on the same day at 13.00 P.M in the presence of participating firms or their authorized representatives.

3. The conditional or incomplete tenders or tenders with 2% earnest money from scheduled bank or not compatible with PPRA rules 2009 will not been entertained.

4. Purchase committee has right to accept/reject any or all tenders or part of any tender without telling any reason.

5. The further information may be obtained from undersigned office in any working day during working hours.

6. No tender will be received by hand. All tenders will be received through registered post/courier well before closing time.

7. The tender notice is also available on PPRA web‐site: www.ppra.org.pk

8. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on 20‐05‐2013.

PRINCIPAL GOVERNMENT COLLEGE OF TECHNOLOGY

RASUL MANDI BAHAUDDIN.

Phone:0456–553216, Fax0456 –553110, Email: [email protected]. Website:

www.gctrasul.edu.pk

Page 15: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page3of13

Government of the Punjab

TEVTA Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four tenders. Tender

documents for each Package with terms & conditions and detailed specifications of the equipments will be available from this office at the cost of Rs.1000/- (non-refundable).

2. The firm must be GST & NTN Registered in case of exemption, proof should accompany the tender. 3. copy certificate of registration of General Sale Tax/Income Tax documents must be attached tender and

original must be shown at the time of supply order, 4. Offer is valid for minimum 90 days. 5. Warranty condition should be distinctively and elaborately mentioned in the quotation for each item

and sub-item. 6. Tenders are to be submitted up 16‐05‐2013 at 12.00 Noon and tender will be opened on same day at

01:00 PM. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on 20‐05‐2013. Each Page must be signed by the bidder.

7. Payment will be made in PAK Rupees through crossed cheque after deduction of all type of taxes as per prevailing rates after receipt; inspection and acceptance of the items in accordance with the given specifications.

8. Quoted price should be given as per F.O.R Basis and Rates must be inclusive of all taxes to be payable by supplier which may be deducted at the time of final payment as per rules..

9. Delivery Period shall be 30 days. (or as fixed with the order confirmation from the date of placement of order)

10. Bidder must submit tender duly signed on each page for each Package separately indicating the package number on the sealed envelope and clearly indicated rate per unit for complete specification of each items as per tender inquiry.

11. Any over writing/ cutting etc appearing in the offer may be properly signed by the person signing the tender. All pages of the tender must be properly signed. Offer with any overwriting shall not be accepted in any circumstances.

12. The company/agent taking part in the tender should provide authorization letter from the manufactures. 13. Offer must be supported with comprehensive technical literature, specifications and operational

procedure in English for the materials, goods or equipment offered. 14. Where references is made to any specific national or international standards equal or high quality will

be acceptable in case offer confirm to standard quoted in tender inquiry. Following documents should be provided

(A) One copy of standard followed & written in English. (B) Evidence that the standard used is recognized and authoritative to insure equal or higher quality. 15. In case the bidder does not submit required evidence and/or standards concerned item may be dropped

from comparative statement. 16. The bidder must comply with given technical specifications 17. The successful bidder shall be required to provide an amount 10% of the total value of the order as

guarantee in the shape of Deposit Call which will be released without markup after 12 months/expiry of warranty period after the day of last supply/installation, against the order. This guarantee shall serve the following purpose.

(A) Performance bond to guarantee timely and complete delivery of the equipment as per delivery schedule.

(B) Warranty bond to secure suppliers obligation as under, the bidder shall guarantee that the equipment supplied under the contract/order shall confirm to the specifications given in the order and shall be free from defects/weakness. Bidders will be responsible for the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

Page 16: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page4of13

18. Earnest money (refundable after completion of warranty period) @ Rs.2% of the full value of items will be deposited by the bidder with the tender as CDR in the name of “Principal, Govt. College of Technology, Rasul Distt Mandi Bahauddin” The tender would be rejected if the amount of CDR is less than 2% of the quoted price.

19. Any Conditional, ambiguous, incomplete supplementary or revised offer after opening the tender shall not be entertained.

20. After sales service and supply of spare parts must be guaranteed. All supply must be covered comprehensively for after sale & services (labour & parts for a period of 3 years from the date of delivery)

21. In case any material is found being not in confirmation with the specification provided in the tender either on account inferior, quality defective workman ship, faulty design or short/wrongly supplied. The supplier will replace the short wrongly supplied faulty or defective material free of charge and/or pay the full cost of replacement

22. The Competent authority shall place the order to the successful tender whose tender has been determine to be substantially responsive and has been determine as the lowest evaluate tenders meeting the required technical specification at determine by the purchase/technical committee.

23. The Competent authority reserves the right to accept or reject any part of the entire tender he may also increase or decrease the quantity of the supply or place the orders partial to more than one bidder without assigning any reason.

24. Bidder will be lay able to bring up to their supplies for demonstration/training, commission and specification test in the college campus at their own expensive and risk.

25. The bidder may be asked to give technical presentation of their products. 26. Equipment requiring Installation will be carried by the supplier at the premises of GCT, Rasul 27. If the acceptance of tender issued during the validity period of the tender is not accepted by the

tenderer earnest money shall be forfeited. a. In case, the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited. b- In case the tenderer fails to execute the order strictly in accordance with the terms and conditions laid down in the order, the security deposited by the bidder shall be forfeited.

28. The supplies must be brand new and strictly conforming with the given specifications. 29. The Authority reserves the right to accept or reject any tender or part of tender without assigning any

reason thereof. 30. The country of origin if not local can be EU/Japan/ Korea (Manufactured in China/Malaysia under

licensed are in their own countries both are eligible). The supplier has to provide evidence of country of origin at the time of supply.

31. Tenderer shall attach Supplier Data Form, with the tender documents. 32. Black listed firms need not to apply. 33. In case of any query or information, contact on telephone No.0546-553216. Email:

[email protected]

PRINCIPAL Govt. College of Technology, Rasul. (Mandi Bahauddin)

Ph:0546-553216 Website: www.gctrasul.edu.pk Email:[email protected]

Page 17: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page5of13

Government of the Punjab

TEVTA GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

M/S________________________________________________________

____________________________________________________________

Schedule of Technical Specifications Package-2: SPECIFICATIONS OF (Hydraulics Engineering Lab B.sc Civil Tech) Last Date & Time of tender receiving 16.05.2013 12:00 Noon

Date and Time of opening of tender 16.05.2013 01:00 PM

Name of Firm with complete address ________________________________________

A Call Deposit Receipt (CDR) No.___________________ dated _____________________

NTN No ___________________________ GST No._______________________________

Signature with stamp:- _____________________________________________________

Please crossout the blanks for which rates have not been coated. Use of correcting fluid and erasers are not allowed. In case of cuttings it must be initialed please.

Sr.No.

EQUIPMENT / DESCRIPTION WITH SPECIFICATIONS

QTY Unit Price

+GST Total Cost

Country of Origin

Hydraulics Engineering Lab B.Sc Civil Tech 1 Viscometer(Say bolt and Redwood) set

Say bolt Viscometer Thermometer ( 70-210 F) ASTM – D 88 Viscosity tube orifice, funnel and withdrawal tube, cooling coil, 60 ml flask and digital thermo regulator. Stainless steel orifice power supply 220 V

6

3 Pitot tube

Experimental Capabilities: • Static and Dynamic pressure measurement • Determination of velocity profile in a tube flow • Pitot static tube complete with scale for positioning within the tube • Pipe section made of transparent acrylic • Manometer Hose Coupling Compatible with hydraulic bench

01

4 Venturimeter

Transparent acrylic. • Manometer range 0 to 290/300mm. • No. of transparent manometer tubes 8 to 11. • Throat diameter: 10-12 mm. Complete with: manometer tubes; manifold with air bleed valve; base plate with foot screws; plastic outlet tube; flow regulator valve; and instruction manual.

01

5 Orifice meter / tank

Orifice diameters : 3.0mm and 6.0mm, Jet trajectory probes : 8, Max constant head : 410mm

05

6 Orifice(Flow through Orifice apparatus

Orifice diameters : 3.0mm and 6.0mm, Jet trajectory probes : 06

Page 18: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page6of13

8, Max constant head : 410mm

7 Manometer Free water manometer, standard length one meter, gladded glass manometer tubes, engraved plastic scale, calibrated in metric units.

04

12 Tilting Flume along with canal fall model, outlet model, model of barrage (Working Models of irrigation Structures & Outlets etc.) set Parshall flumes constructed in GRP, supplied with measuring scales, spirit levels and calibration curves. Parshall flume 25mm throat for flows 0.3 to 5 L/sec Parshall flume 51mm throat for flows 0.5 to 14 L/sec Parshall flume 152mm throat for flows 1.5 to 110 L/sec

01

13 Hydraulic jump apparatus 01 14 Fluid Friction Apparatus

Slider spring-loaded; rubber, mounted on foot of pendulum, Pointer Frictionally constrained; affixed to pendulum arm; measures highest point of pendulum arc. Reading: Pointer position read on measuring arm graduated from 0 to 150 ; gives resistance to skidding of test surface. With heavy duty carrying case. Base plate with Specimen, Mounting Block for, Laboratory use.

01

15 Closed conduit and Centrifugal Pump

A small-scale centrifugal pump demonstration unit. • Equipped with electronic measurement sensors for pump differential pressure, orifice differential pressure (flow-rate), temperature and rotational speed. • Capable of being linked to a PC (not supplied) via the IFD6 interface console (available as an essential accessory). • Powered via the SWA1 power measurement unit (available as an Essential accessory). • Self-contained, bench-top machine. • Supplied with software providing full instructions for setting up, operating, calibrating and performing the teaching exercises. Facilities are provided for logging, processing and displaying data graphically. Full theoretical back-up is included together with a student questions and answers session. ESSENTIAL ARMFIELD ACCESSORIES IFD6 Interface Device (page 35) SWA1 Integrating Wattmeter (page 35) ORDERING INFORMATION FM20-50 for 50Hz mains supply FM20-60 for 60Hz mains supply

02

16 Current Meter, Motor Boat, Cable Way set

Mechanical meter with propeller. • Propeller made of metal/reinforced fiberglass / plastic, 125 mm dia, pitch 0.25 m.. • Velocity measuring range max. 1.5-3m/sec. • 5 to 10 digit counter to register and visualize the rotation of propeller. • To be suspended by telescopic rod with extended length of 2.4 to 4M. (20 mm dia apprx.) • Complete with current meter, propeller, mechanical / digital counter, extension rod with graduations, cable, stop watch accessories / probes, carrying case, instruction manual ,and calibration curves. Boat made by fiber glass capacity of 03 persons with all accessories.

01

17 Float

Plasterers type with steel blade 280 x 115 mm, weight 450 g 01

18 Aneroid Barometer

Range: 930 to 1080 mill bar. Or 700 to 810 mm Hg. Accuracy of ±1millibar. Chrome case. Dial size up to 130 mm dia and 35 mm depth.

01

Page 19: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page7of13

19 Mercury Barometer Range 870-1100 mb 870-1100 mb 700-1100 mb Accuracy ±0.3 mb ±0.3 mb ±0.3 mb Resolution 0.1 mb 0.1 mb 0.1 mb Weight 6.5 kg 6.0 kg 6.0 kg Dims. mm 900(H) x 60(W) x 60(D) 1120(H) x100(W) x100(D) 1120(H) x100(W) x100(D)

01

20 Rain Fall Gauge (Automatic tipping)

Bucket size 0.2 mm Aperture 200 cm2 Accuracy ±1% at 26mm/hr Capacity Unlimited Transducer Magnet/Reed switch Operating temperature range 1˚C to 85˚C Output Contact closure Weight 3.2 kgDetails Double pole relay for attachment to 2 separate logging devices. Switching contact closure time is typically less than 100 milli-seconds for 0.2 mm of rain. Maximum current rating 500 mA Breakdown voltage 400 V D.C. minimum Contact resistance 150 mΩ

Insulation resistance 1011 Ω (100 GΩ) Capacitance open contacts 0.2 pF

Life 1011 operations

01

21 Conventional Rain Gauge

Constructed from copper/ stainless steel with splayed base. Rim of dia 127 mm. Can fit with lip and handle with standard base glass measure graduated in mm. dia of base from 400 to 500 mm.

01

22 Anemometer

Sensor head = 3 cups, 50 mm diameter; Display: 2 digit LCD display. Range: .5m/ sec; Accuracy: ±.01 m/sec or 1 digit. Power: 9 volt rechargeable NI-Cad battery. Wind speed indicator complete with display, sensor, mounting arm, 20 m of connecting cable, battery and charger Remote display unit comprising LCD display in water proof case, 20 m of connecting cable and rechargeable battery.

01

23 Sycrometer apparatus and sycro graph set

Range temperature – 15 to + 50 oC, humidity range 0% to 95%, Accuracy temperature ±1 oC and humidity ±5% RH. Power single 1.5 battery

01

24 Maximum and minimum Thermometer, thermograph set

Range -38 to +50C 01

Page 20: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page8of13

Annex-1

Bid Proforma

Tender No. ________________________________________________________________________

Time & Date of Submission of bids

Time & Date Opening the bids

Amount of Earnest Money

Bid Validity Period

Goods Delivery Period

Place of Consignment

Note: Please read the following note and instructions carefully before filing in the bid proforma:

1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.

1. No offer shall be considered if:

(a) It is received after the time and date fixed for its receipt; (b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise

registered but not for the items mentioned in this tender; (c) The bid document/tender is unsigned; (d) The offer is ambiguous; (e) The offer is conditional; (f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is

received by telegram; (h) The offer is of a shorter validity period than that mentioned in the tender enquiry; (i) The offer is for stores and services not conforming to the specifications indicated in the bid document

3. The offer shall remain valid up to ninety (90) days from the bid opening date.

4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender number and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly.

5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning any reason.

6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the bid security / earnest money would be liable to forfeiture.

7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and conditions as laid down in the contract, the performance security deposited by him would be forfeited and the store may be purchased at his risk and expense.

8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of the goods and services.

9. The delivery period, as reckoned from the date of issuance of the supply order is days with a grace period of days. However, the supplier may indicate its own guaranteed earliest date by which it will supply the goods.

10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional information or submittal letter on the official letterhead.

Page 21: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page9of13

11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the offer.

12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of Technology Rasul (District Mandi Bahauddin).

13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well as in figures. In case of difference between the two, rates quoted in words shall prevail.

14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @ 2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District Mandi Bahauddin).

15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of the stores at the risk and expense of the bidder.

16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must indicate the name and address of the works in the country where they will manufacture or produce the goods they intend to supply.

17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:

“This is to certify that M/s. have obtained a quotation from us against invitation to Tender No. issued by the Principal, Government College of Technology Rasul (District Mandi Bahauddin).to be opened on . We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly in accordance with the specification laid down in the said Invitation to Bids”.

18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative may inspect the stores during their manufacturing, production or assemblage.

19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional, ambiguous or incomplete offers are likely to be ignored.

20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers, after opening, shall not be entertained under any circumstances.

21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical data, if any, in respect of the stores offered by them in support of their bids.

22. Bidders are specifically required to indicate their Computerized National Identity Card Number (CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).

23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed with date by the person signing the original bid documents. Bidders are required to put their signatures on all pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-through shall not be acceptable and may be ignored.

24. Bids should be submitted based on accounting units specified in the invitation to tenders.

25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will, however, be acceptable.

27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry, the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-inspection by the Purchaser or his authorized representative(s) at their own cost.

28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.

29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer packing.

30. Bids must guarantee at least three years’ free service and supply of the spare parts.

Page 22: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page10of13

31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.

32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own expense, if available.

33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.

34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied parts if they are found not suitable for the equipment, machinery or engine.

35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders must note that non-exhibition of the import documents at the time inspection or on demand later may lead to forfeiture of their security deposits and procurement of the stores at their risk and expense.

36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of testing.

37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement. Release of payment will be subject to satisfactory performance of the contract and the final inspection and acceptance note by the consignee or the Purchaser.

38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid documents preferably through mutual consultations followed by arbitration.

Bidder’s Signature and Seal Name: Designation: CNIC No. Address: Phone Office: Phone Works: Fax No. Mobile No. Email address: Website: Date:

Witnesses:

1. Signature:

Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

List of enclosures or attachments, if any: 1. 2. 3. 4. 5.

Page 23: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐2

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page11of13

Bid Price Schedule

Item Description / specifications

Unit Price+ GST (Rs.)

Total price (Rs.)

Country of origin

Deviations from

Purchaser’s specifications

Total price in words

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Bidder’s Signature and Seal

Name: Designation:

Date:

Page 24: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐3

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page12of13

Undertaking by the Bidder

1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and conditions of your tender enquiry No. , due for opening on , for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and the Punjab Procurement Rules, 2009 (PPR-2009). I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.

2. I/We also hereby categorically confirm that the stores offered by me/us conform to the particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.

3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.

4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.

5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.

6. I/We certify and undertake that we have not been blacklisted by any public or private authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.

7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.

8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.

9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.

10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.

11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the eligibility criteria of participating in the bid.

12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.

Deponent

Bidder’s Signature and Seal Name: Designation: CNIC No. Date:

Witnesses:

1. Signature: Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

Page 25: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page13of13

Appendix-1

Contract Agreement (Specimen)

This agreement is made in the presence of the witnesses named below on this day of 2013 at between the Principal GCT Rasul (hereinafter called “the Purchaser”) and (hereinafter called “the Supplier”).

Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs. [contract price in words and figures] (hereinafter called “the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:

(a) Invitation to tenders as publicized / advertised by the Purchaser; (b) Bid document as bought from the Purchaser; (c) Schedule of Technical Specifications as annexed with the bid documents; (d) Bid Proforma; (e) Bid price schedule; (f) Undertaking submitted by the bidder alongwith the bid papers; (g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores, goods, and services etc.; (i) General and special conditions regarding purchases and procurements as given in the Punjab

Procurement Rules, 2009; and (j) This contract agreement as executed between the Purchaser and the Supplier

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in conformity and in all respects with the provisions of the award of contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Purchaser Supplier

Signature: ……………………………….

Name: ………………………………….

Designation: …………………………………….

Date: …………………………………….

Signature: …………………………………….

Name: …………………………………….

Designation: ………………………………….

Date: …………………………………….

Purchaser’s seal Supplier’s seal

Page 26: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page1of12

GOVERNMENT OF THE PUNJAB

TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY

TENDER DOCUMENTS

FOR PURCHASE OF

Equipments & Machinery

(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin)

Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]

Page 27: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page2of12

GOVERNMENTOFTHEPUNJAB

TEVTA

Invitation to Bidders

Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious institutes of Civil Technology. The machinery/ equipments are required for different Labs. For which registered supply firms, contractors, sellers are invited as per Punjab procurement rules 2009 (Single stage one envelope procedure with performance guarantee) duly sealed tenders complete in all respect. The description and specifications with terms and conditions of contract for Rs.1000/-per package tender may be obtained from undersigned office in working hours.

Package

Description Quantity TenderFee

Receiving Date

Opening Date

“1” Structural Engg. Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

“2” Hydraulics Engg Lab (B. Sc Civil Tech)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

“3” Hydraulics & Public Health Lab(DAE Civil)

As per tender document

1000/- 16-05-2013 (12.00 Noon)

16-05-2013 (01.00pm)

Terms & Conditions 1. Tender documents can be downloaded from College Web‐site WWW.gctrasul.edu.pk. If

tender documents are downloaded from web‐site, tender fee in the shape of “Demand Draft” in favour of Principal, GCT Rasul before the closing date be submitted along with tender NTN and GST certificates must be provided with the tender.

2. Tender will be received up to 16‐05‐2013 at 12.00 Noon. And will be opened on the same day at 13.00 P.M in the presence of participating firms or their authorized representatives.

3. The conditional or incomplete tenders or tenders with 2% earnest money from scheduled bank or not compatible with PPRA rules 2009 will not been entertained.

4. Purchase committee has right to accept/reject any or all tenders or part of any tender without telling any reason.

5. The further information may be obtained from undersigned office in any working day during working hours.

6. No tender will be received by hand. All tenders will be received through registered post/courier well before closing time.

7. The tender notice is also available on PPRA web‐site: www.ppra.org.pk

8. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on 20‐05‐2013.

PRINCIPAL GOVERNMENT COLLEGE OF TECHNOLOGY

RASUL MANDI BAHAUDDIN.

Phone:0456–553216, Fax0456 –553110, Email: [email protected]. Website:

www.gctrasul.edu.pk

Page 28: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page3of12

Government of the Punjab

TEVTA Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four tenders. Tender

documents for each Package with terms & conditions and detailed specifications of the equipments will be available from this office at the cost of Rs.2000/- (non-refundable).

2. The firm must be GST & NTN Registered in case of exemption, proof should accompany the tender. 3. copy certificate of registration of General Sale Tax/Income Tax documents must be attached tender and

original must be shown at the time of supply order, 4. Offer is valid for minimum 90 days. 5. Warranty condition should be distinctively and elaborately mentioned in the quotation for each item

and sub-item. 6. Tenders are to be submitted up 16‐05‐2013 at 12.00 Noon and tender will be opened on same day at

01:00 PM. If tenders are not opened on 16‐05‐2013 due to any reason, the same will be opened on

7. 20-05-2013 Each Page must be signed by the bidder. 8. Payment will be made in PAK Rupees through crossed cheque after deduction of all type of taxes as

per prevailing rates after receipt; inspection and acceptance of the items in accordance with the given specifications.

9. Quoted price should be given as per F.O.R Basis and Rates must be inclusive of all taxes to be payable by supplier which may be deducted at the time of final payment as per rules..

10. Delivery Period shall be 30 days. (or as fixed with the order confirmation from the date of placement of order)

11. Bidder must submit tender duly signed on each page for each Package separately indicating the package number on the sealed envelope and clearly indicated rate per unit for complete specification of each items as per tender inquiry.

12. Any over writing/ cutting etc appearing in the offer may be properly signed by the person signing the tender. All pages of the tender must be properly signed. Offer with any overwriting shall not be accepted in any circumstances.

13. The company/agent taking part in the tender should provide authorization letter from the manufactures. 14. Offer must be supported with comprehensive technical literature, specifications and operational

procedure in English for the materials, goods or equipment offered. 15. Where references is made to any specific national or international standards equal or high quality will

be acceptable in case offer confirm to standard quoted in tender inquiry. Following documents should be provided

(A) One copy of standard followed & written in English. (B) Evidence that the standard used is recognized and authoritative to insure equal or higher quality. 16. In case the bidder does not submit required evidence and/or standards concerned item may be dropped

from comparative statement. 17. The bidder must comply with given technical specifications 18. The successful bidder shall be required to provide an amount 10% of the total value of the order as

guarantee in the shape of Deposit Call which will be released without markup after 12 months/expiry of warranty period after the day of last supply/installation, against the order. This guarantee shall serve the following purpose.

(A) Performance bond to guarantee timely and complete delivery of the equipment as per delivery schedule.

Page 29: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page4of12

(B) Warranty bond to secure suppliers obligation as under, the bidder shall guarantee that the equipment supplied under the contract/order shall confirm to the specifications given in the order and shall be free from defects/weakness. Bidders will be responsible for the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

19. Earnest money (refundable after completion of warranty period) @ Rs.2% of the full value of items will be deposited by the bidder with the tender as CDR in the name of “Principal, Govt. College of Technology, Rasul Distt Mandi Bahauddin” The tender would be rejected if the amount of CDR is less than 2% of the quoted price.

20. Any Conditional, ambiguous, incomplete supplementary or revised offer after opening the tender shall not be entertained.

21. After sales service and supply of spare parts must be guaranteed. All supply must be covered comprehensively for after sale & services (labour & parts for a period of 3 years from the date of delivery)

22. In case any material is found being not in confirmation with the specification provided in the tender either on account inferior, quality defective workman ship, faulty design or short/wrongly supplied. The supplier will replace the short wrongly supplied faulty or defective material free of charge and/or pay the full cost of replacement

23. The Competent authority shall place the order to the successful tender whose tender has been determine to be substantially responsive and has been determine as the lowest evaluate tenders meeting the required technical specification at determine by the purchase/technical committee.

24. The Competent authority reserves the right to accept or reject any part of the entire tender he may also increase or decrease the quantity of the supply or place the orders partial to more than one bidder without assigning any reason.

25. Bidder will be lay able to bring up to their supplies for demonstration/training, commission and specification test in the college campus at their own expensive and risk.

26. The bidder may be asked to give technical presentation of their products. 27. Equipment requiring Installation will be carried by the supplier at the premises of GCT, Rasul 28. If the acceptance of tender issued during the validity period of the tender is not accepted by the

tenderer earnest money shall be forfeited. a. In case, the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited. b- In case the tenderer fails to execute the order strictly in accordance with the terms and conditions laid down in the order, the security deposited by the bidder shall be forfeited.

29. The supplies must be brand new and strictly conforming with the given specifications. 30. The Authority reserves the right to accept or reject any tender or part of tender without assigning any

reason thereof. 31. The country of origin if not local can be EU/Japan/ Korea (Manufactured in China/Malaysia under

licensed are in their own countries both are eligible). The supplier has to provide evidence of country of origin at the time of supply.

32. Tenderer shall attach Supplier Data Form, with the tender documents. 33. Black listed firms need not to apply. 34. In case of any query or information, contact on telephone No.0546-553216. Email:

[email protected]

PRINCIPAL Govt. College of Technology, Rasul. (Mandi Bahauddin)

Ph:0546-553216 Website: www.gctrasul.edu.pk Email:[email protected]

Page 30: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page5of12

Government of the Punjab

TEVTA GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)

Phone :- 0546-553216

M/S________________________________________________________

____________________________________________________________

Schedule of Technical Specifications Package-3: SPECIFICATIONS OF (DAE Hydraulics & Public Health Lab) Last Date & Time of tender receiving 16.05.2013 12:00 Noon

Date and Time of opening of tender 16.05.2013 01:00 PM

Name of Firm with complete address ________________________________________

A Call Deposit Receipt (CDR) No.___________________ dated _____________________

NTN No ___________________________ GST No._______________________________

Signature with stamp:- _____________________________________________________

Please cross out the blanks for which rates have not been coated. Use of correcting fluid and erasers are not allowed. In case of cuttings it must be initialed please.

Sr.No.

EQUIPMENT / DESCRIPTION WITH SPECIFICATIONS

QTY Unit Price

+GST Total Cost

Country of Origin

2 Hydraulics and Public Health Lab (DAE) 1 PIPE REAMER

• High speed steel straight flute, • Parallel hand reamer, left hand spiral, right hand cutting, • 50 mm dia.

10

2 PIPE VICE (BENCH TYPE)

• Self locking • Hinged pipe vice for ½ -2” (13-50 mm) pipes. • 3 jaws (tool steel) and C.I vice.

3

3 TAP SET

High carbon steel cut thread taps, with tap drill sizes 1/8, ¼, 3/8, ½, 5/8, ¾, 7/8, 1”; ratchet type and bar tap wrench, complete with wooden/metal carrying case.

10

4 PLIERS Adjustable

Adjustable 8-10” (20-24cm) size. Chrome plated steel, hardened and tempered, jaws, normal and parallelogram shape (7 positions) handles non slip cushion grip.

10

5 ELECTRIC DRILL MACHINE

Variable speed, electric driven with rotary hammer action. Capacity in concrete 20 mm, in steel 13 mm, in wood 30 mm • Speed no load 0-1500 RPM, full load 0-770 RPM • 240V, 50 Hz • Supplied complete with drill chuck / keyless chuck , chuck key, side/front handle, and carrying case.

1

6 Trowel (200-280 mm long steel)

For general purpose 19

Page 31: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page6of12

• Tempered and hardened steel. • With wooden handle.

7 SCISSORS General purpose scissors, carbon steel with length 300-400 mm, for cutting rubber , leather etc.

10

8 CENTRE PUNCH • Hardened and tempered steel, ground point •Octagonal body, • black oxidized finish • 1/16” dia x 4” (2 mm dia x 100 mm long).

10

9 MELTING POT

• For lead , fitted with lip , handle and legs. • Approximately 150 mm dia. and capacity 16 kg.

4

10 Ladle

Heavy Forged steel bowl having a lip and long handle, 100 mm dia

5

11 PIPE YARNING AND CAULKING TOOLS

One picking out, one yarning flat point, one caulking flat point, one yarning hollow point, one caulking flat side cranked; all left and right handed.

10

12 DRAIN CLEANING RODS

• Drain rod set comprising of ten rods 915-1000 mm long, double worm screw and plunger and jointed scraper, • made from polypropylene with crimped brass end connections. • complete with special tips (3 Nos.), plastic carrying case with shoulder strap.

2

13 DRILL/BIT SET

• Tungsten carbide tips hammer drills for use in concrete and masonry, 100-400 mm long size 6, 10, 12, 14, 16, 20, 25 mm.

2

14 WATER HARDNESS TEST APPARATUS:

Digital with automatic calibration, electrodes. Range: (0-10000)mg / L Temperature: 0°-66° Accuracy: ±5% of Full scale0.01-0.1 unit of water hardness With standard accessories and spare electrodes.

2

15 Turbidity Test Apparatus

Portable, Digital, Hand held Battery operated Range: 0-50 NTU and 0-1000 NTU Accuracy: ±1% of full seeds Complete with standard accessories.

2

Page 32: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page7of12

Annex-1

Bid Proforma

Tender No. ________________________________________________________________________

Time & Date of Submission of bids

Time & Date Opening the bids

Amount of Earnest Money

Bid Validity Period

Goods Delivery Period

Place of Consignment

Note: Please read the following note and instructions carefully before filing in the bid proforma:

1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.

1. No offer shall be considered if:

(a) It is received after the time and date fixed for its receipt; (b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise

registered but not for the items mentioned in this tender; (c) The bid document/tender is unsigned; (d) The offer is ambiguous; (e) The offer is conditional; (f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is

received by telegram; (h) The offer is of a shorter validity period than that mentioned in the tender enquiry; (i) The offer is for stores and services not conforming to the specifications indicated in the bid document

3. The offer shall remain valid up to ninety (90) days from the bid opening date.

4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender number and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly.

5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning any reason.

6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the bid security / earnest money would be liable to forfeiture.

7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and conditions as laid down in the contract, the performance security deposited by him would be forfeited and the store may be purchased at his risk and expense.

8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of the goods and services.

9. The delivery period, as reckoned from the date of issuance of the supply order is days with a grace period of days. However, the supplier may indicate its own guaranteed earliest date by which it will supply the goods.

10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional information or submittal letter on the official letterhead.

11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the offer.

Page 33: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page8of12

12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of Technology Rasul (District Mandi Bahauddin).

13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well as in figures. In case of difference between the two, rates quoted in words shall prevail.

14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @ 2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District Mandi Bahauddin).

15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of the stores at the risk and expense of the bidder.

16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must indicate the name and address of the works in the country where they will manufacture or produce the goods they intend to supply.

17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:

“This is to certify that M/s. have obtained a quotation from us against invitation to Tender No. issued by the Principal, Government College of Technology Rasul (District Mandi Bahauddin).to be opened on . We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly in accordance with the specification laid down in the said Invitation to Bids”.

18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative may inspect the stores during their manufacturing, production or assemblage.

19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional, ambiguous or incomplete offers are likely to be ignored.

20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers, after opening, shall not be entertained under any circumstances.

21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical data, if any, in respect of the stores offered by them in support of their bids.

22. Bidders are specifically required to indicate their Computerized National Identity Card Number (CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).

23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed with date by the person signing the original bid documents. Bidders are required to put their signatures on all pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-through shall not be acceptable and may be ignored.

24. Bids should be submitted based on accounting units specified in the invitation to tenders.

25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.

26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will, however, be acceptable.

27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry, the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-inspection by the Purchaser or his authorized representative(s) at their own cost.

28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.

29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer packing.

30. Bids must guarantee at least three years’ free service and supply of the spare parts.

31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.

Page 34: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page9of12

32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own expense, if available.

33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.

34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied parts if they are found not suitable for the equipment, machinery or engine.

35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders must note that non-exhibition of the import documents at the time inspection or on demand later may lead to forfeiture of their security deposits and procurement of the stores at their risk and expense.

36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of testing.

37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement. Release of payment will be subject to satisfactory performance of the contract and the final inspection and acceptance note by the consignee or the Purchaser.

38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid documents preferably through mutual consultations followed by arbitration.

Bidder’s Signature and Seal Name: Designation: CNIC No. Address: Phone Office: Phone Works: Fax No. Mobile No. Email address: Website: Date:

Witnesses:

1. Signature:

Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

List of enclosures or attachments, if any: 1. 2. 3. 4. 5.

Page 35: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐2

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page10of12

Bid Price Schedule

Item Description / specifications

Unit Price+ GST (Rs.)

Total price (Rs.)

Country of origin

Deviations from

Purchaser’s specifications

Total price in words

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Bidder’s Signature and Seal

Name: Designation:

Date:

Page 36: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

Annex‐3

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page11of12

Undertaking by the Bidder

1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and conditions of your tender enquiry No. , due for opening on , for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and the Punjab Procurement Rules, 2009 (PPR-2009). I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.

2. I/We also hereby categorically confirm that the stores offered by me/us conform to the particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.

3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.

4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.

5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.

6. I/We certify and undertake that we have not been blacklisted by any public or private authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.

7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.

8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.

9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.

10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.

11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the eligibility criteria of participating in the bid.

12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.

Deponent

Bidder’s Signature and Seal Name: Designation: CNIC No. Date:

Witnesses:

1. Signature: Name: Designation: CNIC No. Date:

2. Signature: Name: Designation: CNIC No. Date:

Page 37: Equipments & Machineryeproc.punjab.gov.pk/BiddingDocuments/13029_Tender...Phone :- 0546-553216 TERMS AND CONDITIONS 1. A party may apply for any number of tender out of these four

StandardBiddingDocument‐PurchaseofEquipments‐GCTRasul Page12of12

Appendix-1

Contract Agreement (Specimen)

This agreement is made in the presence of the witnesses named below on this day of 2013 at between the Principal GCT Rasul (hereinafter called “the Purchaser”) and (hereinafter called “the Supplier”).

Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs. [contract price in words and figures] (hereinafter called “the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:

(a) Invitation to tenders as publicized / advertised by the Purchaser; (b) Bid document as bought from the Purchaser; (c) Schedule of Technical Specifications as annexed with the bid documents; (d) Bid Proforma; (e) Bid price schedule; (f) Undertaking submitted by the bidder alongwith the bid papers; (g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores, goods, and services etc.; (i) General and special conditions regarding purchases and procurements as given in the Punjab

Procurement Rules, 2009; and (j) This contract agreement as executed between the Purchaser and the Supplier

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in conformity and in all respects with the provisions of the award of contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Purchaser Supplier

Signature: ……………………………….

Name: ………………………………….

Designation: …………………………………….

Date: …………………………………….

Signature: …………………………………….

Name: …………………………………….

Designation: ………………………………….

Date: …………………………………….

Purchaser’s seal Supplier’s seal


Recommended