Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 1
TENDER DOCUMENT FOR PROCUREMENT OF ECE KITS AT QUAID-E-AZAM ACADEMY FOR
EDUCATIONAL DEVELOPMENT, DISTRICT KHANEWAL
TO BE DEPOSITED IN THE OFFICE OF DISTRICT QAED HEAD, KHANEWAL
Last Date of Submission: 02-01-2020
Cost of Tender Documents Rs. 8.319 Million
Telephone: 065-9200106, 0333-6234660
Email: [email protected]
Bidding Documents: Procurement of ECE Kits at District QAED Khanewal
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 2
TENDER DOCUMENT
PROCUREMENT OF ECE KITS FOR (177) SCHOOLS
OF DISTRICT KHANEWAL (2019-20)
Last Date for Purchase of Tender Document
Last Date for Receipt Tender
Opening Date and Time 02-01-2020 / 12.00 pm & 12.30 pm
Tender Price 1000.00
Total estimated budget Rs. 831,9000
Amount of Call Deposit 5% of estimated budget Rs. 415,950
Name of Firm________________________________________
Name of Proprietor __________________________________ CNIC No. ______________________
GST Registration No._________________________________ NTN No._______________________
Postal Address ______________________________________ PHONE No.____________________
Stamp_____________________________________________ Signature________________________
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 3
IMPORTANT NOTE:
Bidding documents are immediately available after date of publication. Two CDRs of Rs.
415,950/- each (5% Bid Security and 5% Performance Guarantee of Estimated Price) should
be submitted in the name of Principal, QAED KHANEWAL. Bids must be delivered on 02-01-
2020 till 12:00 PM and will be opened on same day at 12:30 PM.
Bidders must ensure that they submit all the required documents indicated in the Bidding Documents
without fail. Bids received without, undertakings, valid documentary evidence, supporting documents
and the manner for the various requirements mentioned in the Bidding Documents may be rejected at
the initial stage itself. The valid documentary evidences as detailed hereinafter should be submitted by
the Bidder for preliminary and detailed examination.
Applicability of Punjab Procurement Rules, 2014 This Bidding Process will be governed under Punjab Procurement Rules 2014, as amended from
time to time and instructions of the Government of the Punjab received.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 4
Invitation to Bid (Tender Notice)
Sealed bids are invited from Firms/ Suppliers who have experienced of manufacturing/supplying of Early Childhood Education (ECE) resource materials/ECE kits for the Development ECE Rooms mentioned below districts.
Sr # District Name ECE School E/Cost E/Money
1 Quaid-e-Azam Academy for Educational 177 8.319 M
Development, Khanewal The firms should be registered with Income Tax and Sales Tax Departments. Tender fee is Rs.1000/- (Non-Refundable). For further queries firms may contact/ visit District QAED,
KHANEWAL during official hours. Copy of Tender Notice is also available for information on the website of Punjab Procurement Regulatory Authority i.e. www.ppra.punjab.gov.pk. The
bidding documents are available for sale from the date of publication of this advertisement.
1) Interested eligible bidders may get the bidding documents from District QAED khanewal on submission of written
application and non-refundable fee Rs. 1000/- from 09:00 to 15:00 hours. The tender documents shall be immediately
available after the publication of tender notice.
2) Sample of ECE kit can also be seen at QAED khanewal during office hours before submission of bid.
3) Sealed proposals /bids (Both Technical and Financial) along with CDR / Demand Draft@ 5% with the Technical Bid
(within the limit of 5% as per rule 27 of PPRA Rules 2017) of estimated price in favor of Principal Quaid-e-Azam
Academy for Educational Development, khanewal are required to be submitted in person or by the authorized
representative of the bidder till 02-01-2020 at 12:00pm sharp at the office of the Principal QAED Khanewal and bids
will be opened on the same date and venue at 12:30pm sharp.
4) Samples of learning resource material / kit must be provided by the bidders along with their technical bid without this, the
offer should be rejected being non-responsive.
5) Bidding will be conducted through open competitive bidding (Single Stage-Two Envelop) as per PPRA rules
38 2(a) specified in the Punjab Procurement Rules 2014 (amended to date).
6) Procuring agency has right to disqualify supplier/bidder, if it is found at any later stage that information
submitted by him was false/ inaccurate under Clause 19 of PPRA Rules 2014.
7) Procurement of Learning Resource Materials will be governed by the Punjab Procurement Rules 2014 (amended to date).
8) Successful bidder will be bound to supply Learning Resource Material / ECE Kits within 30 days of the date of
issuance of supply order.
9) The successful bidder will be required to provide Performance Guarantee of the contract amount in the form of CDR/
Demand Draft @ 5% (refundable) in the name of District QAED Khanewal prior to execution of the contract that will
be released after period of one year of supply.
10) Learning Resource Material / ECE Kits will be provided by the successful bidder at District QAED Khanewal and will be
inspected by the Technical Inspection Committee notified by the District Procurement Committee. After inspection at
QAED Khanewal the bidder will have to deliver the kits to the respective schools of District Khanewal as per list
provided by QAED. Transportation expenses up to 177 classrooms in prescribed schools will be borne by the bidder.
11) All quoted price should be inclusive of all applicable taxes and transportation.
Principal/Head
QAED KHANEWAL
Ph 065-9200106
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 5
Table of Content (to be rehashed in accordance with the bidding documents)
INSTRUCTION TO BIDDER 1. General
1.1 Punjab Procurement Rules to be followed
1.1.1 Punjab Procurement Rules 2014 will strictly be followed. These may be obtained from
PPRA’s website.
1.1.2 In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule
under the Punjab Procurement Rules 2014.
1.2 Mode of Advertisement(s)
1.2.1 As per Rule 12(1), this Tender is being placed online at PPRA’s website, website of
Procuring agency in addition to the advertisement on newspaper as per the required of
rule ibid.
1.3 Type of Open Competitive Bidding
1.3.1 As per Rule 38 (2) (b) of Punjab Procurement Rules 2014, Single Stage – two Envelope
Bidding Procedure shall be followed.
1.3.1.1 The bid shall be a two package containing technical and financial bid.
1.3.1.2 The procuring agency shall evaluate the technical and financial bid in the manner prescribed by the PPRA rule 2014.
1.3.1.3 The lowest evaluated bidder shall be awarded the contract.
2 Bidding Details
2.1.1 Bidding Details all bids must be accompanied by Bid Security (Earnest Money), as per
provisions of this tender document clause “Bid Security” in favour of “Principal
QAED KHANEWAL”. The complete bids as required under this tender document,
must be delivered into the Tender Box placed in the office of Principal District QAED
KHANEWAL, not later than 12:00 PM on last date of submission of bids i.e 02-01-
2020, late bids shall not be accepted.
2.1.2 The bid shall be publicly opened at District QAED KHANEWAL at 12:30 pm on the
same day. In case the last date of bid submission falls in/ within the official holidays,
the last date for submission and opening of the bids shall be the next working day.
2.1.3 Queries of the Bidders (if any) for seeking clarifications regarding the specifications of
the works must be received in writing to the Procuring agency till 02-01-2020. Any
query received after said date may not be entertained. All queries shall be responded to
within due time.
2.1.4 The bidder shall submit bid complying with the Bidding Document. Alternative bids
shall not be considered. The attention of bidders is drawn to the provisions of this tender
document Clauses regarding “Determination of Responsiveness of Bid” and
“Rejection of the Bid” for making their bids substantially responsive to the
requirements of the Bidding Document.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 6
2.1.5 It will be the responsibility of the Bidder that all factors have been investigated and
considered while submitting the Bid and no claim whatsoever including those of
financial adjustments to the contract awarded under this Bid Process will be entertained
by the Procuring agency. Neither any time schedule, nor financial adjustments arising
thereof shall be permitted on account of failure by the Bidder.
2.1.6 The Bidder shall be deemed to have satisfied itself fully before Bid as to the correctness
and sufficiency of its Bids for the contract and price/ cost quoted in the Bid to cover all
obligations under this Bid Process.
2.1.7 It must be clearly understood that the Terms and Conditions and Specifications are
intended to be strictly enforced. No escalation of cost except arising from increase in
quantity by the Bidder on the demand and approval of the Procuring agency will be
permitted throughout the period of completion of the contract.
2.1.8 The Bidder should be fully and completely responsible for all the deliveries and
deliverables to the Procuring agency under this contract.
2.1.9 The Primary Contact & Secondary Contact for all correspondence in relation to this bid
is as follows:
Primary Contact Name: Muhammad Mohsin
Designation: Principal QAED KHANEWAL
Contact No: 0333-6234660
Secondary Contact Name: Tahir Shahzad
Designation: Education Officer
Contact No: 0333-6227922
Email: [email protected]
2.1.10 Bidders should note that during the period from the receipt of the bid and until further notice, all queries should be communicated via the Primary Contact and in writing only.
In the case of an urgent situation where the Primary Contact cannot be contacted, the
bidder may alternatively direct their enquiries through the Secondary Contact.
2.1.11 Bidders are also required to state, in their proposals, the name, title, contact number
(landline, mobile), fax number and e-mail address of the bidder’s authorized
representative through whom all communications shall be directed until the process has
been completed or terminated.
2.1.12 The Procuring agency will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.
2.1.13 Learning Resource Material / ECE Kits will be provided by the successful bidder at District QAED Khanewal and will be inspected by the Technical Inspection Committee notified by the District Procurement Committee. After inspection at QAED Khanewal the bidder will have to deliver the kits to the respective schools of District Khanewal as per list provided by QAED. Transportation expenses up to 177 classrooms in prescribed schools will be borne by the bidder.
.2.1.14 Samples of learning resource material / kit must be provided by the bidders along with their technical bid without this, the offer should be rejected being non-responsive.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 7
3. Notice
3.1.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice, certificate, order, consent, approval or instructions amongst the Contractor and the Procuring agency, the same shall be:
3.1.2 in writing;
3.1.3 issued within reasonable time;
3.1.4 Served by sending the same by email/ courier to their principal office in Pakistan or such other address as they shall notify for the purpose; and
3.1.5 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed accordingly.
3.1.6 Failure to complete required Works within the specified time period will invoke penalty
as specified in this document. TERMS AND CONDITIONS OF THE TENDER
3.1.7 Tender Scope. To meet the department requirements, following goods and services are
required: -
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 8
Bidding Documents: Procurement of ECE Kits at District QAED_KHANEWAL
Sr. # Item Description Proposed Quantity
Unit Price Including All Taxes
Total Amount
Including All Taxes
01
Sand paper letters (English & Urdu)
Letters of the alphabets (small & capital) cut out of sandpaper and mounted on thick cardboard on wood. Consonants are mounted on pink boards and the vowels on blue boards and Urdu alphabets.
As per sample available at ECE Implementation Unit QAED
01 sets each
02 Flashcards (Urdu & English alphabets)
52 wooden English & Urdu pieces i.e. 26 alphabets and 26 corresponding pictures for English in box. Similarly 76 pieces i.e. 38 alphabets and 38 corresponding pictures in Urdu in box.
As per sample available at ECE Implementation Unit QAED with box
01 sets each
03 Phonetic object box
A box containing 10 - 12 objects at least 2'' in size, of wood or sturdy plastic accompanied by word cards 3" x 3" printed on MDF. E.g. Bus, car, hat, box, dog, cat, peg, pin, mat, fan, pot, bug. As per sample available at ECE Implementation Unit QAED
01 set
04 Magnetic board with English alphabets
26 capital alphabets & numbers alongwith mathematical symbols +, - , = , x and divide accompanied by a 12" x 12" magnetic white board. As per sample available at ECE Implementation Unit QAED
01 set
05 Daily Planner
Daily weather, day, date and season to be incorporated on the planner. Parachute or flex material to be utilized for developing the pictured model. Velcro to be used to allow children to manipulate the daily plan. As per sample available at ECE Implementation Unit QAED
01 piece
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 9
06 Puppets
Alif-Laila / ABES set of 04 family puppets with one character puppet. A puppet making kit to be included so teachers may create more puppets as required. As per sample available at ECE Implementation Unit QAED
05 puppets (04 family characters and 01 character for children to identify with)
07 Book rack
As per sample available at ECE Implementation Unit QAED
01
08 Books
Big books on numbers, alphabets, first words, picture dictionary and atlas. Alif Laila "Bablu Bhai series in Urdu". Board books on language & literacy by local publishers i.e. Apple, Caravan and Dreamland. As per sample available at ECE Implementation Unit QAED
20 books (04-05 big books 05 Alif Laila Books 10 board books)
09 Numbers Flashcards
Wooden puzzle pairs to allow matching illustrated objects to corresponding number. 0 to 9 numbers pack in wooden box As per sample available at ECE Implementation Unit QAED
02 sets each
10 Model clocks
01 set of 04 hand held models and one wall mountable model clock sized 12"x12" made out of colored plywood. As per sample available at ECE Implementation Unit QAED
01 set of 05 clocks.
11 Wooden Abacus
As per sample available at ECE Implementation Unit QAED
Set of 01
12 Geo board
Single-sided, thick plastic geo boards measuring 9" square and feature an 5"x5" pin array. Include strong rubber bands. Umbrella-head pins to keep rubber bands in place. As per sample available at ECE Implementation Unit QAED
Set of 05
13 Pink tower 10 pink cubes of different sizes, from 1 cm up to 10 cm in increments of 1 cm with base.
01 set
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 10
As per sample available at ECE Implementation Unit QAED
14 Brown stairs
10 wooden prisms of 20 cm each in length and varying in thickness from 1 to 10 cm with base. As per sample available at ECE Implementation Unit QAED
01 set
15 Pattern Blocks
Set of pattern blocks to be accompanied by design templates on 03 double sided boards. 3 shapes: triangle (8), rhombus (16) & square(8) Total: 32 pieces. As per sample available at ECE Implementation Unit QAED
01 set
16 Small Magnetic board with capital and small alphabets
Alphabets capital & small. As per sample available at ECE Implementation Unit QAED
02 sets
17 Geometrical solids 3D with flashcards
3D geometrical solids should be provided, accompanied by flashcards with the shapes' names on them so that the children can easily identify, sort and recognize the shapes. As per sample available at ECE Implementation Unit QAED
One Set of 10 geometrical solids 3D as pictured.
18 Number rods with cards
10 wooden rods varying in length from 10 centimeters to 1 meter. Each rod is colored in an alternating red and blue pattern. The first rod is red. The second, which is 20 centimeters divided into two 10 centimeter sections, is red and blue. The rods go on until the last rod is divided into 10 sections that are red-blue-red-blue-red-blue-red-blue-red-blue. As per sample available at ECE Implementation Unit QAED
01 Set of 10 number rods accompanied by corresponding number cards with base stand.
19 Cushions with learn to dress skills
06 cushions to incorporate dress up skills i.e. buckle, tie, lace, button, zip and snap on them, deleting the dress up frames from the existing ECE kit. As per sample available at ECE Implementation Unit QAED
01 set of 06 cushions
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 11
20 Incentive badges
5- types of badges 8 each (well motivated, friendly, independent, participative, clean and tidy) As per sample available at ECE Implementation Unit QAED
01 set of 40 badges.
21 Soft board
Rectangular corkboards sized at least 2 feet x 3 feet. As per sample available at ECE Implementation Unit QAED
01 soft boards
22 Framed Mirror
Acrylic and shatterproof mirror with safety frame. Height 3 feet x 1.5 feet. As per sample available at ECE Implementation Unit QAED
01 set
23 ECE House
As per sample available at ECE Implementation Unit QAED
01 piece
24 Pretend play toys
Role play to be promoted for introducing children to various occupations. Therefore 03 kits i.e. kitchen, garden and medical are proposed. The toys should be either of unbreakable plastic or wooden to ensure child safety and long term durability. As per sample available at ECE Implementation Unit QAED
01 sets (01 garden kit, 01 kitchen set, 01 doctors' kit)
25 Miscellaneous Concepts Flashcards
English & Urdu language flashcards on: -Animals (Land, Sea & Air). -Picture matching professions. -Fruits & vegetables. - Actions. As per sample available at ECE
01 set each
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 12
Implementation Unit QAED
26 Art supplies
Pencil Colour, Crayons (full set), Poster Paint colour, 05 pairs of round tipped / paper only scissors and 05 sticks of glue (Non-toxics paint) As per sample available at ECE Implementation Unit QAED
01 sets
27 Modeling Clay
Provide 05 bucket of 250 gm each modeling clay not play dough (Non-toxics paint) As per sample available at ECE Implementation Unit QAED
01 set of 05 bucket of 250gm each.
28 Popsicle Sticks
Coloured popsicle sticks. As per sample available at ECE Implementation Unit QAED
02 packs of 100 sticks / pack.
29 Music Set
Locally manufactured wooden musical instruments i.e. dholki, flute, bell, xylophones and duff can be easily procured from local manufacturers with better quality and durability. As per sample available at ECE Implementation Unit QAED
Set of 05 music items
30 Puppet theatre
Puppet theatre should be of sturdy material to allow at least 2 children to stand behind it to perform. 4 feet high & 2.5 feet wide. As per sample available at ECE Implementation Unit QAED
01 set
31 Texture box
Smooth, rough, silky and velvet Textures etc in wooden box. As per sample available at ECE Implementation Unit QAED.
01 set
32 Bar Magnet
As per sample available at ECE Implementation Unit QAED
03 pairs
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 13
33 Transportation Set
Transportation toys of good quality plastic to be divided into 03 categories of land (5), air (3 ) and sea (2), accompanied by only 03 flashcards to enable children to classify the toys in the categories. As per sample available at ECE Implementation Unit QAED
10 items
34 Magnifying glass
Good quality magnifying glass with smooth grip & durable quality. As per sample available at ECE Implementation Unit QAED
03 pieces
35 Plastic / Rubber Animals
15 Number of animals or above with bifurcation of animals in the following two categories: 1. Wild animals (10) 2. Marine life (5). As per sample available at ECE Implementation Unit QAED
Set of 15 or above
36 Sand and water tubs
Rectangular plastic tubs sized 70 x 49.5 x 15 cm deep in primary colors with plastic sheets so that the equipment can be covered after play. As per sample available at ECE Implementation Unit QAED
Set of 04 (02 tubs for sand and 02 tubs for water)
37 World globe
H 33 cm x W 26 cm x Depth 25 cm. As per sample available at ECE Implementation Unit QAED
01 piece
38 World Map Flex Poster
3 feet x 4 feet with wooden mounting. As per sample available at ECE Implementation Unit QAED
01 piece
39 Cellophane colour cards
As per sample available at ECE Implementation Unit QAED
01 sets of 3 pieces
40 Sports Equipment
Footballs of different sizes to be provided. Cricket equipment as existing. As per sample available at ECE Implementation Unit QAED
03 different kinds of sports' balls. 02 sets of cricket bat & ball.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 14
02 Football (1 Big+1 Small) 2 Balls small
41 Sequence Cards (health, hygiene & nutrition)
03 - 04 pieced sequence cards per situation to be printed for health, hygiene and nutrition. As per sample available at ECE Implementation Unit QAED
01 sets
42 Flex Posters (health, hygiene & nutrition)
1.5 feet x 1 feet flex posters with wooden mounting covering the areas of health, hygiene and nutrition. As per sample available at ECE Implementation Unit QAED
02 sets each
43 Montessori mat
Size 8 feet x 10 feet. As per sample available at ECE Implementation Unit QAED
01 piece
44 Washing lines with clips
As per sample available at ECE Implementation Unit QAED
01 set
45 String along shapes kit
As per sample available at ECE Implementation Unit QAED
01 set
46 Jigsaw Puzzles
Wooden jigsaw puzzles are easily available in the local market 5-10 piece puzzles are recommended for the target age group. As per sample available at ECE Implementation Unit QAED
02 set Big with 10 pieces. 02 sets Small with 5-6 pieces
Total Cost
Total Bid price in Figures: _____________ ________________ Total Bid price in Words _______________________ Note:
1. In case of discrepancy between unit price and total, the unit price shall prevail.
2. In case of discrepancy between amount in figure and amount in words, the amount in
words shall be prevailing.
2. The supplier has to provide the services as per agreement/contract /purchase order:
3. Price shall be deemed inclusive of all taxes.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 15
4. Rates shall be considered and evaluated item wise basis, the bidder having lowest rate in
respective item shall be awarded the contract subject to other legal/codal
formalities/requirements.
5. Original tender receipt must be attached with technical bid.
6. Only original tender document will be accepted.
7. Each and every page must be signed and stamped by the bidders.
8. Bidders are bound to apply for all items in the tender notice.
9. Tender eligibility criteria must be fulfilled. (Reference Para 3.3)
10. No tender will be accepted without earnest money (Bid Security)
11. The certification of non-blacklist is compulsory
Name of Bidder: ___________________
Company Name: ___________________
Company Stamp: ____________________
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 16
3.2.1 Picture will also be shared with the bidders if required.
3.2.2 Department invites sealed technical and financial bid to procure the above mentioned
Work.
3.2.3 Successful bidder is required to provide the above mentioned goods at District QAED KHANEWAL
3.2.4 The successful bidder will submit stamp duty @ 0.25% of the total value of contract /
purchase order at the time of submission of bill to the end user.
4 Tender Eligibility/ Qualification Criteria
Eligible Bidder/ Tenderer is a Bidder/ Tenderer who:
4.1 Has valid National Tax Number (NTN);
4.1.1 Has not been blacklisted by any of Provincial or Federal Government Department, Agency, Organization or autonomous body or Private Sector Organization anywhere in
Pakistan.
4.1.2 Must have sufficient experience in related field and attach work orders and satisfactory
performance certificate in this regards.
4.1.3 Will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the
prices quoted against this tender are not more than the prices charged from any
other purchase organization in the Punjab and in case of any discrepancy, the
renderer hereby undertakes to refund the prices charged in excess. If this affidavit
is not attached, the tender will not be accepted. (Very important)
Note: Verifiable documentary proof for all above requirements is
mandatory, noncompliance will lead to disqualification.
4.2 Tender Cost
The Tenderer shall bear all costs/ expenses associated with the preparation
and submission of the Tender(s) and the Procuring agency shall in no case be
responsible/ liable for those costs/ expenses.
4.3 Examination of the Tender Document
The Tenderer is expected to examine the Tender Document, including all
instructions and terms and conditions.
5 Clarification of the Tender Document
5.1 The Tenderer may require further information or clarification of the Tender Document,
before 25-12-2019 in writing. The clarification and its replies will be shared with all prospective bidders.
5.2 Bidders should note that during the period from the receipt of the bid and until further
notice from the Primary Contact given herein this document, all queries should be
communicated via the Primary Contact and in writing only. In the case of an urgent
situation where the Primary Contact cannot be contacted, the bidder may alternatively
direct their enquiries through the Secondary Contact.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 17
5.3 Amendment of the Tender Document
5.3.1 The Procuring agency may, at any time prior to the deadline for submission of the
Tender, at its own initiative or in response to a clarification requested by the Bidder(s),
amend the Tender Document, on any account, for any reason. All amendment(s) shall
be part of the Tender Document and binding on the Bidder(s).
5.3.2 The Procuring agency shall notify the amendment(s) in writing to the prospective
Tenderers as per rule-25 (4) of Punjab Procurement Rules, 2014.
5.3.3 The Procuring agency may, at its exclusive discretion, amend the Tender Document to
extend the deadline for the submission of the Tender as per Rule-25 (3) of Punjab
Procurement Rules, 2014.
6 Preparation/ Submission of Tender
6.1 The Tender and all documents relating to the Tender, exchanged between the Tenderer
and the Procuring agency, shall be in English.
6.2 Technical Bid shall comprise the following:
6.2.1 Complete bidding document with each page duly signed and stamp along with
following annexure to be reproduced on the letter head of the firm/contractor.
6.2.2 Undertaking (All terms & conditions and qualifications listed anywhere in this tender
document have been satisfactorily vetted) and Affidavit (Integrity Pact) (Annexure-
B&C)
6.2.3 Covering letter duly signed and stamped by authorized representative. (Annexure-D)
6.2.4 Certificate of Company/Firm Registration/Incorporation.
6.2.5 Evidence of conformity of the Works to the Tender Document
6.2.6 Submission of undertaking on legal valid and attested stamp paper of Rs. 100 that the firm
is not Blacklisted by any of Provincial or Federal Government Department, Agency,
Organization or autonomous body or Private Sector Organization anywhere in Pakistan.
6.2.7 Valid Registration Certificate for Income Tax & General Sales Tax/ Provincial Sales Tax
6.2.8 Power of Attorney, if an authorized representative is appointed (Annexure-E)
6.3 Financial Bid shall comprise the following
6.3.1 Bid Submission Form (Annexure-A)
6.3.2 Bid Security Rs.415,950/- (original CDR attached).
6.3.3 Price Schedule (Annexure-F)
6.4 The Firm shall seal the Technical and Financial Bid separately in an outer envelope
duly marked as under:
Strictly Confidential
Technical and Financial Bid for
Tender No. [Number of Tender & Title]
[Name of the Procuring agency]
[Address of the Firm]
[Name of the Firm]
[Address of the Firm]
[Phone No. of the Firm]
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 18
6.5 The Tender shall be dropped in the prescribed Tender Box placed at the office of
Procurement Officer, not later than 12:00 pm on last date of submission of bids. No late
bid shall be accepted.
6.6 This is made obligatory to affix authorized signatures with official stamp on all
documents, annexures, copies, certificates, letters, forms and all relevant documents as
part of the bids submitted by the tenderer
7 Opening of the Tender
7.1 The bid shall be opened at 12:30 pm on the last date of submission of bids i.e. 02-01-2020 in the presence of the Tenderer(s) who may choose / wish to be present without further invitation. In case the last date of bid submission falls in/ within the official holidays, the last date for submission of the bids shall be the next working day.
7.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and
such other details as the Procuring agency may, at its exclusive discretion, consider
appropriate, shall be announced and recorded.
7.3 Single stage two envelop procedure as per rule 38(2) (a) of PPR-14 shall be adopted.
7.4 In the first instance, technical bids shall be opened and evaluated as per evaluation criteria. After completion of technical evaluation all, the bidders shall be informed as whether they have been technically qualified or not through a written letter. Financial bids of only technically qualified bidders shall be opened on the date and time as will be mentioned in the said letter. Financial bids of the technically non-qualified bidder shall be returned un- opened as per Rule 38(2) (a) (vii) of PPR-2014
7.5 The Procuring agency will open all bids in the presence of bidders’ representatives who
choose to attend, at the time, on the date, and at the place specified in the Bid Data Sheet. The bidders’ representatives who are present shall sign an attendance sheet evidencing their presence.
7.6 The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the
presence or absence of requisite bid security and such other details as the Procuring agency, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 18.
7.7 Bids (and modifications sent pursuant to ITB Clause 19.2) that are not opened and read out
at bid opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the bidders.
7.8 The Procuring agency will prepare minutes of the bid opening.
8 Tender Price The quoted price shall be:
8.1 Best/ final/ fixed and valid until completion of all obligations under the Contract i.e. not
subject to variation/ escalation; 8.1.1 in Pak Rupees; 8.1.2 Inclusive of all taxes duties, levies, insurance, freight, etc.;
8.1.3 If not specifically mentioned in the Tender, it shall be presumed that the quoted price is
as per the above requirements. 8.1.4 Price Schedule shall only be submitted with the financial Bid (Annexure-F). 8.1.5 The bidder must provide price of each job as per Price Schedule. 8.1.6 Bid with the lowest price will be awarded the contract.
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 19
8.1.7 The Bid shall be checked for any arithmetic errors which shall be rectified, as follows:
8.1.8 If there is a discrepancy between the amount in figures and the amount in words for the Total Bid Price entered in the Bid Form, the amount which tallies with the Total Bid Price
entered in the Price Schedule, shall govern.
8.1.9 If there is a discrepancy between the unit rate and the total price entered in the price
Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit
rate as quoted shall govern and the total price shall be corrected, unless there is an
obvious and gross misplacement of the decimal point in the unit rate, in which case the
total price as quoted shall govern and the unit rate shall be corrected.
8.2 If there is a discrepancy in the actual sum of the itemized total prices and the total bid price quoted in the Price Schedule, the actual sum of the itemized total prices shall govern.
8.2.1 The Bid price as determined after arithmetic corrections shall be termed as the corrected
total bid price which shall be binding upon the Bidder.
8.2.2 Adjustment shall be based on corrected Bid Prices. The price determined after making such adjustments shall be termed as Evaluated Total Bid Price.
8.2.3 The cost of making good any deficiency resulting from any acceptable, quantifiable
variations and deviations from the terms and conditions of the Contract / Technical
Specifications, shall be added to the corrected Bid Price for comparison purposes only. No
credit shall be given for offering delivery period earlier than the specified period.
8.2.4 The Bidder shall state the Bid Price for the payment terms outlined in the Conditions of Contract will be considered for the evaluation of the Bid.
8.2.5 Any discount offered by the bidder shall be included in the conclusive bid price.
9 Bid Security (Earnest Money) The Tenderer shall furnish the Bid Security (Earnest Money) as under:
9.1 Shall be in the form of Call Deposit Receipt/DD/PO in the name of District QAED HEAD
KHANEWAL;
9.2 Shall be a sum of Rs.415,950/-
9.3 Denominated in Pak Rupees;
9.4 Shall be included in the envelop of financial Bid;
9.5 Having a minimum validity period of one twenty days from the last date for submission of the Bid or until furnishing of the Performance Guarantee, whichever is later;
9.6 The unsuccessful bidders shall be returned the bid security only. The Bid Security shall
be returned to the successful Bidder on furnishing the Performance Guarantee.
10 Tender Validity
The Tender shall have a minimum validity period of one twenty (120) days from the last
date for submission of the Tender. The Procuring agency may solicit the Tenderer's
consent to an extension of the validity period of the Tender. The request and the
response thereto shall be made in writing. If the Tenderer agrees to extension of validity
period of the Tender, the validity period of the Bid Security shall also be suitably
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 20
extended. The Tenderer may refuse extension of validity period of the Tender, without
forfeiting the Bid security as per Clause 28(4)(c).
11 Modification/ Withdrawal of the Tender
11.1 The Tenderer may, by written notice served on the Procuring agency, modify or withdraw
the Tender after submission of the Tender, prior to the deadline for submission of the
Tender.
11.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the expiration of the period of the Tender validity, shall result in forfeiture of the Bid
Security and other penalties as mentioned in PPR-14 as may be determined by the
competent authority.
12 Clarification of the Tender
The Procuring agency shall have the right in case of any discretion, to require, in writing,
further information or clarification of the Tender, from any or all the Tenderer(s). No change
in the price or substance of the Tender shall be sought, offered or permitted except as
required to confirm any ambiguity / the corrections of arithmetical errors discovered in the
Tender. Acceptance of any such correction is sole discretion of the Procuring agency.
13 Determination of Responsiveness of the Bid (Tender)
The Procuring agency shall determine the substantial responsiveness of the Tender to the
Tender Document, prior to the Tender evaluation, on the basis of the contents of the
Tender itself without recourse to extrinsic evidence. A substantially responsive Tender is
one which:
13.1 Meets the eligibility criteria given herein this tender document;
13.2 Offers fixed price for all Works as per Price Schedule;
13.3 Is accompanied by the required Bid Security as part of financial proposal;
13.4 Conforms to all terms and conditions of the Tender Document, without material deviation or reservation.
Note:A material deviation or reservation is one which affects the scope, quality Works or limits the Procuring agency's rights or the Tenderer's obligations under the Contract.
13.5 The Tender determined as not substantially responsive shall not subsequently be made responsive by the Tenderer by correction or withdrawal of the material deviation or
reservation.
14 Rejection of the Bid
The Procuring agency may reject all bids or proposals at any time prior to the
acceptance of a bid or proposal. The Procuring agency shall upon request communicate
to any bidder, the grounds for its rejection of all bids or proposals, but shall not be
required to justify those grounds. The Procuring agency shall incur no liability, solely,
by virtue of rejection of bidders. However, bidders shall be promptly informed about the
rejection of the bids, if any (As per Rule 35 of Punjab Procurement Rules, 2014). The
Tender shall be rejected if it is:
14.1 Substantially non-responsive in a manner prescribed in this tender document; or
14.2 Submitted in other than prescribed forms, annexes, documents by other than specified mode; or
14.3 Incomplete, partial, conditional, alternative, late; or
14.4 The Tenderer has conflict of interest with the Procuring agency; or
Bidding Document: Procurement of ECE Kits at District QAED Khanewal Page 21
14.5 The Tenderer tries to influence the Tender evaluation/ Contract award; or
14.6 The Tenderer engages in corrupt or fraudulent practices in competing for the Contract award;
14.7 The Tenderer fails to meet the requirements of Tender Eligibility/ Qualification Criteria
14.8 There is any discrepancy between bidding documents and bidder’s proposal i.e. any non-conformity or inconsistency or informality or irregularity in the submitted bid.
14.9 The Tenderer submits any financial conditions as part of its bid which are not in conformity with tender document.
15 Performance Guarantee The successful contractor shall furnish Performance Guarantee as under:
15.1 Within Five (07) working days of the receipt of the Letter of Acceptance (LoA) from
the Procuring agency;
15.2 In the form of a CDR/ Pay Order/ Demand Draft, issued by a scheduled bank operating in Pakistan;
15.3 For a sum equivalent to 5% (Five Percent) of the contract value;
15.4 In Pak Rupees;
15.5 The proceeds of the Performance Guarantee may be payable to the Procuring agency, on occurrence of any/ all of the following conditions:
15.5.1 If the contractor commits a default under the Contract;
15.5.2 If the contractor fails to full fill any of the obligations under the Contract;
15.5.3 If the contractor violates any of the terms and conditions of the Contract
15.6 The contractor shall cause the validity period of the Performance Guarantee to be
extended for such period(s) as the contract performance may be extended. The
Performance Guarantee shall be returned to the contractor within forty five (45) days
after successful completion of work and after the issuance of satisfactory report by the
procuring agency to the bidder/contractor.
16 Award Criteria
The eligible bidder/ tenderer will be evaluated in the light of all Pre-Conditions,
necessary requisites and shall be selected on lowest cost quoted as per rules and fulfilling
all coral formalities.
17 Award Letter
As per provisions of Rule (55) of Punjab Procurement Rules 2014, the Procuring agency
shall issue Award Letter to the successful Tenderer, at least after 10 days of
announcement of bid evaluation reports (Ref. Rule-37 of Punjab Procurement Rules,
2014) and prior to the expiry of the original validity period or extended validity period of
the Tender, which shall constitute a contract, until execution of the formal Contract.
18 Redressal of grievances by the procuring agency
The Procuring agency has constituted a committee comprising of odd number of persons,
with proper powers and authorizations, to address the complaints of bidders that may
occur prior to the entry into force of the procurement contract.
18.1 Any bidder feeling aggrieved by any act of the Procuring agency after the submission of
his bid may lodge a written complaint concerning his grievances not later than ten days after the announcement of the bid evaluation report.
18.2 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint.
18.3 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.
18.4 Any bidder not satisfied with the decision of the committee of the Procuring agency may
lodge an appeal to the Director General QAED Punjab.
19. TERMS & CONDITIONS OF THE CONTRACT
Procurement of ECE Kits
[Name of Contractor]
Dated:
This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month],
[year], between District QAED _____(the “Procuring agency”), on the one part,
And
[full legal name of Contractor & Address], on the other part severally liable to the Procuring
agency for all of the Contractor’s obligations under this Contract and is deemed to be included in
any reference to the term “the Contractor.”
RECITALS
WHEREAS,
(a) The Procuring agency intends to spend a part of its budget / funds for
making eligible payments under this contract. Payments made under this
contract will be subject, in all respects, to the terms and conditions of the
Contract in lieu of the Works as described in the contract.
(b) The Procuring agency has requested the Contractor to provide certain complete of
Works as described in Tender Document; and
(c) The Contractor, having represented to the Procuring agency that it has the required
professional skills, and personnel and technical resources, has agreed to
provide such goods on the terms and conditions set forth in this Contract
NOW THEREFORE, the Parties to this Contract agree as follows:
1. The Contractor hereby covenants with the Procuring agency to deliver the goods, and to
remedy damage therein, at the time and in the manner, in conformity in all respects with
the provisions of the Contract, in consideration of the payments to be made by the
Procuring agency to the Contractor.
The Procuring agency hereby covenants with the Contractor to pay the Contractor,
the Contract Price as may become payable, at the times and in the manner, in conformity
in all respects with the provisions of the Contract, in consideration of complete of the
Works and remedying of damage therein.
2. The following shall be deemed to form and be read and construed as part of this Contract:
a. The Tender Document (Instruction to Bidder)
b. Terms and Conditions of the Contract
c. Bidder’s Proposal
d. The Technical Specifications
e. Tender Form
f. Price Schedule
g. Affidavit(s)
h. Performance Guarantee
3. This Contract shall prevail over all other documents. In the event of any discrepancy/
inconsistency within the Contract, the above Documents shall prevail in the order listed
above.
IN WITNESS whereof the Parties hereto have caused this Contract to be executed
in accordance with the laws of Pakistan as of the day, month and year first indicated
above.
For District QAED _____: For [full legal name of the Contractor]:
Signature Signature:
Name Name
WITNESSES
Signature
CNIC #
Name
Signature
CNIC #
Name
Designation
Address
Designation
Address
20. Qualification criteria
1 Mandatory
Documents
(20 Points)
Criteria of Company/Firm Registration / Incorporation under the relevant laws.
NTN
Valid Income Tax Registration
Valid General Sales Tax Registration (Status = Active with FBR)
Authorized Dealer Certificate
Affidavit (Submission of undertaking on legal valid and attested stamp of Rs. 100 that
the firm is not black listed and not involved in litigation with any of Provincial or
Federal Govt. Department, Agency, Organization or autonomous body anywhere in
Pakistan. In case of involved in any litigation process, proof of dispute resolution is
required.
Submission of Sample in accordance with required specification.
2
Experience and
Past
Performance
(40 points)
Relevant Experience/ Similar nature of
projects in public sector having worth
more than 30.00 Million in last one year.
(20 points)
Relevant experience of sale of
infrastructure related to ECE Kits
20 points Projects of establishment of similar
nature(ECE Kits) in previous year
(10 number for each project)
Similar nature of projects in private
sector having worth more than 20.00
Million in last one year. (10 points)
Establishment of ECE Rooms (Sale
of ECE Kit) in Private Sector. 10points
Average Annual Sales of last years
(10 points)
(Public Sector Sale should not be less
than 50 %)
Less than 02 millions 01 point
Above 02-03 millions 02 points
Above 03-04 millions 04 points
Above 04-05 millions 06 points
Above 05-06 millions 08 points
More than 06 Million 10points
3 Capacity and
Quality
(20 Points)
Service warranty
(20 point)
For 1 year 03 points
Above 1 to 3 years 05 points
Per person 01 point
05 or more persons 05 points
Per person 02 point
05 or more persons 10 points
4 Financial
Position
(20 points)
Current Financial Year Transaction
worth Max. 10 points
From January 2019 to date
Less than 05 Million 05 point
Above 05 Million to 10 Million 10 points
Above 10 Million to 15 Million 15 point
Above 15 Million 20 points
Income Ta Return (Max.05 points) For last two years 05 points
Average Annual Sales Tax of Lat Two
Years (Max. 05 points)
10.00 Million to 20.00 Million 03 points
More than 20.00 Million 05 points
Important Note: - Documentary evidences are mandatory to verify the above mentioned criteria.
Eligibility: -Based on conditions listed in this document, proposal not meeting the 60% threshold limit
will not be considered. All firms, contractors scoring greater than or equal to 60% of the marks will stand
technically qualified.
21. General Condition of Contract.
Contract
The Procuring agency shall, after receipt of the Performance Guarantee from the
successful Tenderer, send the Contract provided in the Tender Document, to the
successful Tenderer. Within three working days of the receipt of such Contract,
the Tenderer shall sign and date the Contract and return it to the Procuring agency.
21.1 Contract Duration
Completion of Delivery by the contractor i.e. 45 days
21.2 Contract Documents and Information
The Contractor shall not, without the Procuring agency's prior written consent, make
use of the Contract, or any provision thereof, or any document(s),
specifications or information furnished by or on behalf of the Procuring agency in
connection therewith, except for purposes of performing the Contract or disclose the
same to any person other than a person employed by the Contractor in the performance
of the Contract. Disclosure to any such employed person shall be made in confidence
and shall extend only as far as may be necessary for purposes of such performance.
21.3 Contract Language
The Contract and all documents relating to the Contract, exchanged between the
Contractor and the Procuring agency, shall be in English. The Contractor shall bear
all costs of translation to English and all risks of the accuracy of such translation.
21.4 Standards
The Works supplied under this Contract shall conform to the authoritative latest
industry standards.
21.5 Patent Right
The Contractor shall indemnify and hold the Procuring agency harmless against all third
party claims of infringement of patent, trademark or industrial design rights arising from
use of the Works or any part thereof.
21.6 Deliverables
21.6.1 The contractor shall complete the works within 60 Days from the issuance of
Acceptance Letter / signing of contract.
21.6.2 The Contractor shall provide the required goods as is sufficient to prevent the damage
or deterioration during storing and transit to their final destination as indicated in the
Contract.
21.6.3 The goods shall remain at the risk and under the physical custody of the
Contractor until the delivery and taking over of the goods is completed.
21.6.4 The Contractor shall ensure that the goods shall be delivered completely as per
schedule. If it shall appear to the Procuring agency that the delivery have been or are
likely to be delayed by reason of incompletion or for any other reasons, he may
require the Contractor at the expense of the Contractor to dispatch the right jobs of the
Works thereof.
21.6.5 The Contractor shall ensure to get signed “Successful delivery” from Procuring
Agency Representative upon successful discharge of Works.
21.7 Delivery Completion Certificate
The Procuring agency will issue Delivery Completion Certificate to the
Contractor upon successful completion of delivery items which the Contractor is liable
to provide in consideration of this Contract.
21.8 Payment
21.8.1 The Contractor shall provide separate breakup of delivery in the invoice.
21.8.2 The Procuring agency shall pay the amount verified within thirty (30) days. Payment
shall not be made in advance and against partial deliveries until complete
delivery certificate is issued by the Procuring agency. The Procuring agency shall
make payment for the Works supplied, to the Contractor, as per Government policy, in
Pak Rupees, through cheque/ PO/DD/CDR.
21.8.3 All payments shall be subject to any and all taxes, duties and levies applicable under
the laws of Pakistan.
21.9 Price
The Contractor shall not charge prices for the goods supplied and for other obligations
discharged, under the Contract, varying from the prices quoted by the Contractor in the
Price Schedule.
21.10 Contract Amendment
21.10.1 The Procuring agency may at any time, by written notice served to the Contractor,
alter or amend the contract for any identified need/ requirement in the light of
prevailing rules and regulations.
21.10.2 The Contractor shall not execute any Change until and unless the Procuring agency
has allowed the said Change, by written order served on the Contractor.
21.10.3 The Change, mutually agreed upon, shall constitute part of the obligations under
this Contract, and the provisions of the Contract shall apply to the said Change.
21.10.4 No variation in or modification in the Contract shall be made, except by
written amendment signed by both the Procuring agency and the Contractor.
21.10.5 No change relating to the variation of quantities shall be made.
21.11 Assignment / Subcontract
21.11.1 The Contractor shall not assign or sub-contract its obligations under the
Contract, in whole or in part.
21.12 Extensions in time for performance of obligations under the Contract
If the Contractor encounters conditions impeding timely performance of any of
the obligations, under the Contract, at any time, the Contractor shall, by written notice
served on the Procuring agency, promptly indicate the facts of the delay, it’s likely
duration and its cause(s). As soon as practicable after receipt of such notice, the
Procuring agency shall evaluate the situation and may, at its exclusive discretion,
without prejudice to any other remedy it may have, by written order served on the
Contractor, extend the Contractor's time for performance of its obligations under the
Contract.
21.13 Liquidated Damages
If the Contractor fails to provide the required Works as is sufficient to prevent
the damage or deterioration of Works during storing as indicated in the Contract,
the Procuring agency may either deduct the amount from the Contract Price or the
contractor shall pay the Procuring agency the amount equal to the original cost of the
damaged/lost Works due to any reason e.g. Accident, rain, damage and theft etc.
If the Contractor fails to provide any job within delivery time, 0.1 % penalty of
the contract amount per day will be imposed for that particular job per dayupto
maximum 10% of the contract amount per day.
21.14 Blacklisting
If the Contractor fails/ delays in performance of any of the obligations, under
the Contract, violates any of the provisions of the Contract, commits breach of
any of the terms and conditions of the Contract or found to have engaged in corrupt or
fraudulent practices in competing for the award of contract or during the execution of
the contract, the Procuring agency may without prejudice to any other right of action/
remedy it may have, blacklist the Contractor, either indefinitely or for a stated period,
for future tenders in public sector, as per provision of Punjab Procurement Rules, 2014.
21.15 Termination for Default
21.15.1 If the Contractor fails/ delays in performance of any of the obligations, under
the Contract/ violates any of the provisions of the Contract/ commits breach of any of
the terms and conditions of the Contract the Procuring agency may, at any time,
without prejudice to any other right of action/ remedy it may have, by written notice
served on the Contractor, indicate the nature of the default(s) and terminate the
Contract, in whole or in part, without any compensation to the Contractor. Provided
that the termination of the Contract shall be resorted to only if the Contractor does not
cure its failure/ delay, within fifteen working days (or such longer period as the Client
may allow in writing), after receipt of such notice.
21.15.2 If the Procuring agency terminates the Contract for default, in whole or in
part, the Procuring agency may procure, upon such terms and conditions and in such
manner as it deems appropriate, goods, similar to those undelivered, and the
Contractor shall be liable to the Procuring agency for any excess costs for such similar
Works. However, the Contractor shall continue performance of the Contract to the
extent not terminated.
21.16 Termination for Insolvency
If the Contractor becomes bankrupt or otherwise insolvent, the Procuring agency may,
at any time, without prejudice to any other right of action/ remedy it may have, by
written notice served on the Contractor, indicate the nature of the insolvency and
terminate the Contract, in whole or in part, without any compensation to the Contractor.
21.17 Force Majeure
21.17.1 For the purpose of this contract “Force Majeure” means an event which is beyond the
reasonable control of a party and which makes a party’s performance of its obligations
under the Contract impossible or so impractical as to be considered impossible under
the circumstances, and includes, but is not limited to, War, Riots, Storm, Flood or
other industrial actions (except where such strikes, lockouts or other industrial are
within the power of the party invoking Force Majeure), confiscation or any
other action by Government agencies. In all disputes between the parties as to matters
arising pursuant to this Contract, the dispute be referred for resolution by arbitration
under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators
selected in accordance with said Law. The place for arbitration shall be Lahore,
Pakistan. The award shall be final and binding on the parties.
21.17.2 The Contractor shall not be liable for liquidated damages, blacklisting for future
tenders, if and to the extent his failure/ delay in performance/ discharge of obligations
under the Contract is the result of an event of Force Majeure.
21.17.3 If a Force Majeure situation arises, The Contractor shall, by written notice
served on The Procuring agency, indicate such condition and the cause thereof.
Unless otherwise directed by The Procuring agency in writing, The Contractor shall
continue to perform under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
21.17.4 Force Majeure shall not include
21.17.4.1 Any event which is caused by the negligence or intentional action of a Party or
Agents or Employees, nor
21.17.4.2 Any event which a diligent Party could reasonably have been expected to both
21.17.4.2.1 Take into account at the time of the conclusion of this Contract and
21.17.4.2.2 Avoid or overcome in the carrying out of its obligations here under.
21.17.5 Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.
21.18 Dispute Resolution
21.18.1 The Procuring agency and the Contractor shall make every effort to amicably resolve,
by direct informal negotiation, any disagreement or dispute arising between them
under or in connection with the Contract.
21.18.2 If, after thirty (30) working days, from the commencement of such
informal negotiations, the Procuring agency and the Contractor have been unable
to amicably resolve a Contract dispute, either party may, require that the
dispute be referred for resolution by arbitration under the Pakistan Arbitration Act,
1940, as amended, by one or more arbitrators selected in accordance with said Law.
The place for arbitration shall be Lahore, Pakistan. The award shall be final and
binding on the parties.
21.19 Statutes and Regulations
21.19.1 The Contract shall be governed by and interpreted in accordance with the
laws of Punjab.
21.19.2The Contractor shall, in all matters arising in the performance of the Contract,
conform, in all respects, with the provisions of all Central, Provincial and Local
Laws, Statutes, Regulations and By-Laws in force in Pakistan, and shall give all
notices and pay all fees required to be given or paid and shall keep the
Procuring agency indemnified against all penalties and liability of any kind for
breach of any of the same.
21.19.3The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of
any dispute or difference of any kind arising out of or in connection with the
Contract.
21.20 Taxes and Duties
The Contractor shall be entirely responsible for all taxes, duties and other such
levies imposed, make inquiries on income tax to the concerned authorities of Income
Tax.
21.21 Contract Cost
The Contractor shall bear all costs/ expenses associated with the preparation of
the Contract and the Procuring agency shall in no case be responsible/ liable for those
costs/ expenses. The successful bidder shall provide legal stamp papers of
relevant value according to Govt. rules and regulations for signing of the formal
contract.
21.22 Authorized Representative
21.22.1 The Procuring agency or the Contractor may, at their exclusive discretion, appoint
their Authorized Representative and may, from time to time, delegate any/ all of the
duties/ authority, vested in them, to their authorized Representative(s), including
but not limited to, signing on their behalf to legally bind them, and may, at any time,
revoke such delegation.
21.22.2 The Authorized Representative shall only carry out such duties and exercise such
authority as may be delegated to him, by the Procuring agency or the Contractor.
21.22.3 Any such delegation or revocation shall be in writing and shall not take
effect until notified to the other parties to the Contract.
21.22.4 Any decision, instruction or approval given by the Authorized Representative,
in accordance with such delegation, shall have the same effect as though it had been
given by the Principal.
21.22.5 If the Contractor questions any decision or instruction of the Authorized
Representative of the Procuring agency, the Contractor may refer the matter to the
Procuring agency who shall confirm, reverse or vary such decision or instruction.
21.23 Waiver
Failure of either party to insist upon strict performance of the obligations of the
other party, under the Contract, shall in no way be deemed or construed to affect in any
way the right of that party to require such performance.
22. SPECIAL STIPULATIONS (BID DATA SHEET)
SPECIAL STIPULATIONS (BID DATA SHEET)
For ease of Reference, certain special stipulations are as under:
Reference
clause Description Details
To be
mentioned in
accordance
with relevant
clauses of
bidding
document.
Last date and time
for the submission
of bidding doc.
Date, Time and
venue of opening of
bid
12:00 PM, 02-01-2020
12:30 pm, 02-01-2020,
Office of the Principal/Head District QAED
KHANEWAL
Language of bid English
Bid Security
(Earnest Money)
The contractor shall furnish the bid security (earnest
money) as under:
In the form of Demand Draft/pay order/call deposit
receipt of
Rs.415, 950 /- (5% of estimated price), in the name of
the District QAED Head.
Denominated in Pak Rupees;
Have a minimum validity period of 120 days from the
last date for submission of the Tender or until
furnishing of the Performance Guarantee, whichever
is later.
Bid Price Should be best and final prices including all applicable
taxes as no negotiations on the prices are allowed.
Bid Validity period 120 days
To be
mentioned in
accordance
with relevant
clauses of
bidding
document.
Bidding procedure Single stage _ Two envelop procedure (sample based)
Performance
Guarantee 5% of contract amount.
Deliverable
The contractor shall provide the goods within thirty
(60) days after issuance of Letter of
Acceptance/signing of contract.
The contractor shall ensure to get signed “satisfactory
work done” from procuring agency representative
upon successful completion of works.
Liquidated
damages for
failure/delay in
complete of works
by the contractor
If the contractor fails to complete the works in time as
specified in the scope of work. 2% of the quoted price of
that particular job shall be imposed as penalty.
Contact Person for
Communication
Muhammad Mohsin
Principal/Head QAED KHANEWAL
Contact # 0333-6234660
ANNEXURES
ANNEXURE-A
To be attached with Financial Bid, To be reproduced on letter head of the firm/contractor.
BID SUBMISSION FORM
To _(Name and address of Procuring agency)_[Location, Date]
Dear Sir,
We, the undersigned, offer to provide the _ (Insert title of assignment) _ in accordance with your
Bidding Document No. dated (insert date). Our attached Bid is for the sum of (insert amount in
words and figures) _. This amount is inclusive of all taxes.
Our Bid shall be binding upon us up to expiration of the validity period of the Bid, i.e. before
the date indicated in of the Bid Data Sheet.
We also declare that the Government of Pakistan / Punjab has not declared us
blacklisted on charges of engaging in corrupt, fraudulent, collusive, or coercive practices. We
furthermore, pledge not to indulge in such practices in competing for or in executing
the Contract, and are aware of the relevant provisions of the Bid Document.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature (Original)
(In full and initials)
Name and Designation of Signatory
Name of Firm
Address
ANNEXURE-B
To be attached with technical bid
To be reproduced on letter head of
the firm/contractor
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true and
correct and nothing has been concealed or tampered with. We have gone through all the conditions of
tender and are liable to any punitive action for furnishing false information/documents.
Dated this day of 20
Signature
(Company Stamp)
In the capacity of
Duly authorized to sign bids for and on behalf of:
Annexure-C
To be attached on legal stamp paper with technical bid
AFFIDAVIT
(Integrity Pact)
We (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr./Ms.
(If participating through agent / representative) is the agent / representative duly authorized by
_(Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid
to the _(Name of the Procuring agency)_. Affiant further states that the said M/s
(Bidding Firm/Company Name) has not paid, given or donate or agreed to pay, given or
donate to any line officer or employee of the _(Name of the Procuring agency)_ any
money or thing of value, either directly or indirectly, for special consideration in the letting
of the contract, or for giving undue advantage to any of the bidder in the bidding and in the
evaluation and selection of the bidder for contract or for refraining from properly and
thoroughly maintaining projects implementations, reporting violation of the contract
specification or other forms of non- compliance.
[The Seller/Supplier/Contractor] certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction with
the Procuring agency and has not taken any action or will not take any action to circumvent
the above declaration, representation or warranty / support. The Seller/Supplier/Contractor
certifies that it has made and will make full disclosure of all agreements and arrangements
with all person in respect of or related to the transaction with the Procuring agency and has not
taken any action or will not take any action to circumvent the above declaration,
representation or warranty / support.
[The Seller/Supplier/Contractor] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresentation facts or taking any action likely
to defeat the purpose of this declaration, representation and warranty/support. It agrees that
any contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to the Procuring
agency under any law, contract or other instrument, be voidable at the option of Procuring agency.
Notwithstanding any rights and remedies exercised by the Procuring agency in this
regard, [the Seller/Supplier/Contractor] agrees to indemnify the Procuring agency for
any loss or damage incurred by it on account of its corrupt business practices
and further pay compensation to the Procuring agency in an amount equivalent to ten
time the sum of any commission, gratification, bribe, finder’s fee or kickback given by
[the Seller/Supplier/Contractor] as aforesaid for the purpose of obtaining or inducing
the procurement of any contract, right, interest, privilege or other obligation or benefit
in whatsoever form from the Procuring agency.
Subscribed and sworn to me this day of 20 Signature & Stamp
Notary Public
ANNEXURE-D
To be attached with technical bid
To be reproduced on letter head of the firm/contractor.
Bid Submission Form/Forwarding Letter
To
[Procuring agency name]
Having examined the bidding documents including Addenda Nos. [insert numbers], the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver
[description of goods and services] in conformity with the said bidding documents for the sum of
[total bid amount in words and figures] or such other sums as may be ascertained in accordance
with the Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 2%
percent of the Contract Price for the due performance of the Contract, in the form prescribed by
the Purchaser.
We agree to abide by this Bid for a period of 90 days from the date fixed for Bid
opening under Clause ____ of the Instructions to Bidders, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period.
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between us.
Authorized Signed & Stamp of the Firm/Contractor
ANNEXURE-E
INSTRUCTION FOR PREPARATION OF POWER OF ATTORNEY
a) To be executed by an authorized representative of the bidder.
b) The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executants and when it is so required the same should be under common stamp affixed
in accordance with the required procedure.
c) Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/power of attorney in favour of the
Person executing this Power of Attorney for the delegation of power hereunder on behalf of
the bidder.
In case the Application is signed by an authorized Director / Partner or Proprietor of the
Applicant, a certified copy of the appropriate resolution / document conveying such
authority may be enclosed in lieu of the Power of Attorney.
Format of Power-of-Attorney
To be submitted with technical proposal
To be reproduced on letter head of the firm/contractor.
POWER OF ATTORNEY
(On Stamp Paper of relevant value)
Know all men by these presents, we (name of the company and address of the
registered office) do hereby appoint and authorize Mr. (full name and residential
address) who is presently employed with us and holding the position of as our attorney, to
do in our name and on our behalf, all such acts, deeds and things necessary in connection
with or incidental to our proposal for (name of the project) in response to the tenders
invited by the (name of the Procuring agency) including signing and submission
of all documents and providing information/responses to (name of the Procuring
agency) in all matters in connection with our Bid.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us.
Dated this day of 20
For
(Signature)
(Name, Designation and
Address) Accepted
(Signature)
(Name, Title and Address of the
Attorney) Date:
Annexure F
To be submitted with Bid Form To be reproduced on letter head of firm/contractor
CHECK LIST
Sr. No. Description Response (Yes/No)
1 Attested Copy of Owner / Rep CNIC
2 Qualification (NTN)
3 Certificate of Registration of Firm
4 Certificate of Manufacturer / Authorized Dealership
5 Financial Position as per Bank Statement (02 Years)
6 5% Call Deposit of total cost of schedule tender by the name of “Quaid-e-Azam Academy for Educational Development, Khanewal”
7 Stamp Paper regarding Disqualify / Black list or non-involving of any crime
8 Signature and Stamp in the Tender From at every page
9 Managerial Capability
10 List of customs / experience / expertise in the field
11 Company Profile in Descriptive Form
12 Technical proposal and financial proposal in separate envelops.
Top Related