tender document · 2020-01-22 · tender document contract form for purchase computer, teaching...
TRANSCRIPT
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
Computer, Teaching Aids, Plant & machinery, Furniture
& Fixture ETC.
TECHNICAL /FINANCIAL Proposal (ESTABLISHMENT OF GOVT. DEGREE COLLEGE OF
SPECIAL EDUCATION, DERA GHAZI KHAN G.S. NO. 304
ADP-2019-20).
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No. Fax No
NTN
GST
Email Name of firm:
Name of Proprietor: CNIC NO.
GST Registration No. NTN No.
Postal Address:- Phone No.
Time Limit
Tender Fee Amounting to Rs
Phone No. of Supplier/Company
Complete Address.
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting, he must have
authority letter & CNIC.
12. All bids must be received in the Office of the District Education Officer, Special Education,
Block-Z, Near Arts Council, Dera Ghazi Khan.
13. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
14. Bidding documents should properly be signed and stamped.
15. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
16. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPRA-2014.
17. No bid will be accepted after closing date and time.
18. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
19. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt. Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm. Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to Office of the District Education Officer, Special Education, Block-Z, Near Arts Council, Dera Ghazi Khan and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the President DBOM without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
4. Cancellation / Penalty of Delay:
4.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
4.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
4.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
4.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
5. Payment to the Contractors:
5.1 Payment will be made through crossed cheques to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
5.2 Payment against partial supply will not be made.
6. Earnest Money:
6.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favor of Chief Executive Officer DEA Dera Ghazi Khan.
6.2 Earnest money shall be refunded on successful completion of supply.
7. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
8. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
9. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
10. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will be
returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
11. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
12. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
13. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
14. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challan with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
15. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item
Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
1 Library Books
2
Desktop System with
LCD screen alongwith
keyboard, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
3
Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed • Quality mode 33 PPM (A 4 size) • Higher Processor, 600 MHz • Ram 128 MB RAM Resolution • 1200 X 1200 dpi Paper Handing Legal A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
4
Hearing Aids Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 147 Hz.
High frequency Limit 4700hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. MASL (ImA/m) at 1.6 KHz HFA SPLITS (left/right) Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with 2 fitting control, New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting using two trimmers, shock resistant.
5
Perkin Machine All-purpose Braille type, which accommodates paper up to 11’.5” x 8’.5” capable of embossing 25 lines of 41 cells on standard size Braille paper or similar
6
Braille Paper (Ivory card
100 sheets per packet) Ivory card/Braille paper size-11½ inches x 11 inches, weight 150gm to 160gm. Ivory card/Braille paper size-11 inches x 8½ inches weighted 150gm to 160gm
7 Wheel Chairs Powered coated Steel Frame 6” PVC castor, 22”
solid wheel fixed arm set & foot-rest.
8 Wheel Chairs (Racing) Standard size seat size 14 inched x 14 inches,
back 14 inches x 14 inches
9
Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35x35 class En-957 (CE): H/B overall dimension (LxWxH): 9900x480x980 mpn overall weight 35 kg.
10 Crutches (Aluminum) Walking aid with adjustment 33” to 39” Height in
weight (Aluminum)
11 Elbow Crutches
(Aluminum) Aluminum 29” to 42” with Elbow support (Plastic)
12
Walking Bar Steel Tubing & legs fitted with rubber feet. Size: L=7 feet, W=2 feet, H=2 to 4 feet (adjustable)
13
Generator (5-KVA) with
prime rating 5.5 KVA
(Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor
Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
14
Photocopier Digital Photo Copier, 40 CMP or higher, Memory 1 GB or higher, Resolution 600 * 600 Dpi, Connectivity: Ethernet (10 / 100 BaseT), 2.0 (Hi-Speed), Paper Size Letter, Legal, A3. Paper Supply 2- Tray * 500 each. Duplex. Processor 500 Mhz or higher, LCD display touch screen (Imported). Digital photo Copier, 20 CPM or higher, Memory 128 MB ot Higher, Resolution 600Dpi, Connectivity : Ethernet (10 /100 Base-1), 2.0 (hi-Speed), Paper Size Letter, Legal, A3 Paper Input Capacity: Maximum 1360 / 1600 Sheets (Imported)
15
Deep Freezer Brand: Dawalance/PEL/Haier/Waves or Equivalent 15-CFT with two doors, 220-V/50-Hz voltage, inner sheet aluminum, branded compressor with 03-years warranty, inner cooper piping, 01-Year parts warranty.
16
Electric Water Cooler Brand: Meco, Cannon, super Asia or Equivalent
40- Gallon with standard warranty, Steel Body with Two tabs, Branded Compressor with three year warranty and one year parts warranty.
17 UPS (2000 Watt) • 1-KVA
With dry batteries, surge protection, processor
Control Line Interactive Technology, at least 10 minutes backup time or higher on a single PC with 17” CRT Monitor, 3-5 hours recharge time, Series/USB Port, Plug and Play, UPS Monitoring Software, with other standard features. (1) Brands: HOMAGE/MERCURY OR Equivalent Capacity: 27 Plats Ampere: GS-200 Complete casing, Assembling with stand of stainless steel with insulation.
• 2-KVA With dry batteries, surge protection, processor Control Line Interactive Technology, Pure Sino Wave at least 10 minutes backup time or higher on a single PC with 17” CRT Monitor, 3-5 hours recharge time, Serial/USB Port, Plug and play, UPS Monitoring, Software, with other standard features. (1) Company APC Model SVA: 5000RM 15U Works with 4 liquid lead add batteries, estimated backup time 2-hours. Stabilizer for UPS low voltage issue company HOMEAGE power Servo Motor Stabilizer 10KVA
18
Air Conditioner (2.00
Tones) Split Type (18000 Btu/hr) 220-50Hz With Installation Kit Including installation Local Brands i.e. Gree, PEL, Haier, Orient, Dawlance Warranty Compressor warranty 03 Year 01 Year part/service
19
Students Chair with
Single Arm Seat Size: 460mmX460mm back 370mm, Arm Size 230X510mm Structure made of mild steel square pipe 20X20mm. finished with power colors charcoal gray strip & arms made of seasoned wood shisham N.C liquire polished.
20
Teacher Table Size: 1200x600x760 mm(H) Structure made of mild steel square pipe 25x25 mm wall thick 1.2mm, paint top made of high density chip board pressed with lamination. Drawer box made of high density chip board pressed with shisham veneer on both. Side drawer box having with three drawers lockable, complete finished with N.C lacquer polish.
21
Teacher Chairs Seat Size: 465x465 mm (H) Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm finished with Nitrocellulose silver paint. Seat & back & Arms made of solid seasoned shisham wood. Arm finished with N.C lacquer, seat & back webbing with Natural Double Cane complete finished.
22
Staff Chairs Seat size: 465x465 mm, Back 510 MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double case complete finished with Nitrocellulose Lacquer polish
23
Staff Table Size 1200x600x760 mm (H) Structure made of 25x25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable
24
Officer Table Size: 1600x800x760 mm (H) Top/side panels made of high density chipboard pressed with lamination on both sides with 3-drawers. Top drawer lockable with through back. Finished with N.C Lacquer polish
25
Steel Almirah Size: 36”x18”x72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts). Complete finished with N.C Deco Hammer paint.
26
Peon Bench (Wooden) Size: 1200x350x450mm (H) Structure: made of mild steel square pipe 25x25mm finished with powder coating, Seat & back made of shisham wood, finished with N.C complete finished.
27
White Board Size: 6’X4’ Face made of high density particle board pressed with white color glossy Formica edged covered with shisham wood bedding complete finished with N.C Lacquer polish
28
Computer Chairs Structure made of Aluminum having 5-legs revolving cum titling pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1” quality foam & tapestry cloth.
29
Computer Tables Size: 1200x600x760 mm (H) Structure made of high density chipboard 25mm thick pressed with shisham veneer on both sides, one side having box one drawer, upper lockable, lower open for CPU other side one moveable tray for key board with back through complete finished with nitrocellulose lacquer polish.
30 Officer Revolving Chair Seat size: 465x465 mm, Back 510MM
Chair structure / seat & back made of solid
seasoned shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum titling & reclining pedestal having 5-legs durable & load bearing caster wheel.
31
Hostel Cot Size: 1950X1000X475 mm Legs/longs & short made of 38 mm mild steel round pipe, finished with N.C, knitted with nylon invar.
32
Showcase Size: 36”X18”X72”(H) All made of mild steel sheet 22 gauge with 4-shelves. Every shelve contains 5mm glass). Finished with brown hammer paint.
33
Dining Table Size: 2000X1000X760mm (H) Top/side panels made of high density chipboard pressed with two shisham veneer. Structure made of 38/38 mm mild steel square pipe. Finished with N.C silver paint.
34
Dining Chairs Seat Size: 18”X18” Leg Height 18” Back 14” Structure made of 20/20 mm mild steel square pipe. Finished with N.C, Silver paint. Seat /back webbing with N.D Cane.
35
Library Table Size: 40”X72”X30” (H) Structure made of 25mm x 50mm mild steel pipe 18guage. Top of table made of high quality lamination board thick 20mm veneer with shisham wood with NC based Lacquer paint and polish.
36
Mattress Single Mattress size 36”X78”X4”, No. 1 quality Molty Foam /Diamond Foam/Canon/Primax or Equivalent
37 Quilts Good Quality
38 Bed Sheet Bed Sheet Single/Good quality Cotton, Pillow
cover.
39 Pillows quality Molty Foam /Diamond
Foam/Canon/Primax or Equivalent
40 Pillows Cover Single/Good quality Cotton, Pillow covers.
41 Steel Plates (Full size) Stainless Steel Good quality
42 Steel Plates (Medium
size) Stainless Steel Good quality
43 Glass (Steel) Stainless Steel Good quality
44 Rice Spoon Stainless Steel Good Quality.
45 Tea Spoon Stainless Steel Good Quality.
46 Tea Mugs (Pak Made) Good Quality.
47 Jug (steel) Stainless Steel Good Quality.
48 Degcha (Big size) Stainless Steel Good Quality.
49 Degcha (Medium size) Stainless Steel Good Quality.
50 Full Spoon for Degcha Stainless Steel Good Quality.
51 Pressure Cooker Stainless Steel Good Quality.
52 Tawas Stainless Steel Good Quality.
53 Plastic Tub Good Quality.
54 Plastic Dongas Good Quality.
55 Geezer Electric Geezer Good quality
56 Cooking Range • 03 Gas Burners • Lamp
• Open up and down burner • Thermostat with knob Grill • Rotisserie • One Rack and one spit • Color Carton • Front door Metal Handle • Front Tempered Glass • Double door • Hot case Body: Full colure sheet Cover: Iron Cover Grate: Bar Ivor Optional: Auto ignition
57 Tandoori Gas Tandoori Gas good quality.
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
Experience of Supply / Installation of Machinery & 97 Lac 05 Marks per project
Equipment in private /Public sector 97 to 150 Lac 10 Marks per project
1.1
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion 15
Above 150 Lac 15 Marks per project
of the project must be attached for the year 2016-17 to 2018-19
(Documents &Certificates must be provided) (Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
10
1 Marks per Year having minimum value 1 Karor
(Maximum 10 Marks)
2 Financial Strength of Company (20)
Total Annual Sales /Annual Turnover for the year
2017-18
97 Lac 07 Marks
97 to 150 Lac 08 Marks
2.1
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
10 Above 150 Lac 10 Marks
(Maximum 10 Marks)
Bank Credit Worthiness
10 Marks
2.2
(Attached credit worthiness certificate from the bank 10
Minimum Bank Credit worthiness 15 Million
for the year 2017-18) (Maximum 10 Marks)
3.
Warranty Period
Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
4.
Delivery Time
(5)
5 nos. within the stipulated time. One
number will be deducted on each one
week given above date / period of
deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached)
(05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the
given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 10-02-2020 till 12:30 Noon Opening of tenders : 10-02-2020 at 1:00 PM
Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
TENDER FORM ESTABLISHMENT OF GOVT. DEGREE COLLEGE OF SPECIAL EDUCATION, DERA GHAZI KHAN (G.S. NO. 304)
Sr. No. Tender sale Register_________________ Date of Issuance_________________
Tender Price
M/S _______________________________________________________________________
Address _______________________________________________________________________
Income Tax No. ________________ GST No. _______________ CNIC #______________________
CDR No. ______________ Rs. ___________ Dated_____________ Bank / Branch Name_________________
Last date of Receipt Tender 10-02-2020 12:30 Noon
Opening of Date & Time 10-02-2020 1:00 PM
Name of Scheme ESTABLISHMENT OF GOVT. DEGREE COLLEGE OF SPECIAL EDUCATION, DERA GHAZI KHAN (G.S. NO. 304)
Detail Description of Stores
Specification QTY Unit Price without Sale Tax
Unit Price with Sale Tax
Library Books Desktop System with
LCD screen alongwith
keyboard, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
08
Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed • Quality mode 33 PPM (A 4 size) • Higher Processor, 600 MHz • Ram 128 MB RAM Resolution
02
• 1200 X 1200 dpi Paper Handing Legal A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
Hearing Aids Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 147 Hz. High frequency Limit 4700hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. MASL (ImA/m) at 1.6 KHz HFA SPLITS (left/right) Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with 2 fitting control, New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting using two trimmers, shock resistant.
15
Perkin Machine All-purpose Braille type, which accommodates paper up to 11’.5” x 8’.5” capable of embossing 25 lines of 41 cells on standard size Braille paper or similar
03
Braille Paper (Ivory card
100 sheets per packet) Ivory card/Braille paper size-11½ inches x 11 inches, weight 150gm to 160gm. Ivory card/Braille paper size-11 inches x 8½ inches weighted 150gm to 160gm
10 Packet
Wheel Chairs Powered coated Steel Frame 6” PVC castor, 22” solid wheel fixed arm set & foot-rest.
05
Wheel Chairs (Racing) Standard size seat size 14 inched x 14 inches, back 14 inches x 14 inches
05
Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35x35 class En-957 (CE): H/B overall dimension (LxWxH): 9900x480x980 mpn overall weight 35 kg.
02
Crutches (Aluminum) Walking aid with adjustment 33” to 39” Height in weight (Aluminum)
05 Pairs
Elbow Crutches
(Aluminum) Aluminum 29” to 42” with Elbow support (Plastic)
05
Walking Bar Steel Tubing & legs fitted with rubber feet. 05
Size: L=7 feet, W=2 feet, H=2 to 4 feet (adjustable)
Generator (5-KVA) with
prime rating 5.5 KVA
(Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
01
Photocopier Digital Photo Copier, 40 CMP or higher, Memory 1 GB or higher, Resolution 600 * 600 Dpi, Connectivity: Ethernet (10 / 100 BaseT), 2.0 (Hi-Speed), Paper Size Letter, Legal, A3. Paper Supply 2- Tray * 500 each. Duplex. Processor 500 Mhz or higher, LCD display touch screen (Imported). Digital photo Copier, 20 CPM or higher, Memory 128 MB ot Higher, Resolution
01
600Dpi, Connectivity : Ethernet (10 /100 Base-1), 2.0 (hi-Speed), Paper Size Letter, Legal, A3 Paper Input Capacity: Maximum 1360 / 1600 Sheets (Imported)
Deep Freezer Brand: Dawalance/PEL/Haier/Waves or Equivalent 15-CFT with two doors, 220-V/50-Hz voltage, inner sheet aluminum, branded compressor with 03-years warranty, inner cooper piping, 01-Year parts warranty.
01
Electric Water Cooler Brand: Meco, Cannon, super Asia or Equivalent
40- Gallon with standard warranty, Steel Body with Two tabs, Branded Compressor with three year warranty and one year parts warranty.
01
UPS (2000 Watt) • 1-KVA With dry batteries, surge protection, processor Control Line Interactive Technology, at least 10 minutes backup time or higher on a single PC with 17” CRT Monitor, 3-5 hours recharge time, Series/USB Port, Plug and Play, UPS Monitoring Software, with other standard features. (2) Brands: HOMAGE/MERCURY OR Equivalent Capacity: 27 Plats Ampere: GS-200 Complete casing, Assembling with stand of stainless steel with insulation.
• 2-KVA With dry batteries, surge protection, processor Control Line Interactive Technology, Pure Sino Wave at least 10 minutes backup time or higher on a single PC with 17” CRT Monitor, 3-5 hours recharge time, Serial/USB Port, Plug and play, UPS Monitoring, Software, with other standard features. (2) Company APC Model SVA: 5000RM 15U Works with 4 liquid lead add batteries, estimated backup time 2-hours. Stabilizer for UPS low voltage issue company HOMEAGE power Servo Motor Stabilizer 10KVA
01
Air Conditioner (2.00
Tones) Split Type (18000 Btu/hr) 220-50Hz With Installation
03
Kit Including installation Local Brands i.e. Gree, PEL, Haier, Orient, Dawlance Warranty Compressor warranty 03 Year 01 Year part/service
Students Chair with
Single Arm Seat Size: 460mmX460mm back 370mm, Arm Size 230X510mm Structure made of mild steel square pipe 20X20mm. finished with power colors charcoal gray strip & arms made of seasoned wood shisham N.C liquire polished.
80
Teacher Table Size: 1200x600x760 mm(H) Structure made of mild steel square pipe 25x25 mm wall thick 1.2mm, paint top made of high density chip board pressed with lamination. Drawer box made of high density chip board pressed with shisham veneer on both. Side drawer box having with three drawers lockable, complete finished with N.C lacquer polish.
25
Teacher Chairs Seat Size: 465x465 mm (H) Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm finished with Nitrocellulose silver paint. Seat & back & Arms made of solid seasoned shisham wood. Arm finished with N.C lacquer, seat & back webbing with Natural Double Cane complete finished.
25
Staff Chairs Seat size: 465x465 mm, Back 510 MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double case complete finished with Nitrocellulose Lacquer polish
15
Staff Table Size 1200x600x760 mm (H) Structure made of 25x25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable
15
Officer Table Size: 1600x800x760 mm (H) Top/side panels made of high density chipboard pressed with lamination on both sides with 3-drawers. Top drawer lockable with through back. Finished with N.C Lacquer polish
01
Steel Almirah Size: 36”x18”x72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts). Complete finished with N.C Deco Hammer paint.
05
Peon Bench (Wooden) Size: 1200x350x450mm (H) Structure: made of mild steel square pipe 25x25mm finished with powder coating, Seat & back made of shisham wood, finished with N.C complete finished.
02
White Board Size: 6’X4’ Face made of high density particle board pressed with white color glossy Formica edged covered with shisham wood bedding complete finished with N.C Lacquer polish
10
Computer Chairs Structure made of Aluminum having 5-legs revolving cum titling pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1” quality foam & tapestry cloth.
06
Computer Tables Size: 1200x600x760 mm (H) Structure made of high density chipboard 25mm thick pressed with shisham veneer on both sides, one side having box one drawer, upper lockable, lower open for CPU other side one moveable tray for key board with back through complete finished with nitrocellulose lacquer polish.
06
Officer Revolving Chair Seat size: 465x465 mm, Back 510MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum titling & reclining pedestal having 5-legs durable & load bearing caster wheel.
03
Hostel Cot Size: 1950X1000X475 mm Legs/longs & short made of 38 mm mild steel round pipe, finished with N.C, knitted with nylon invar.
30
Showcase Size: 36”X18”X72”(H) All made of mild steel sheet 22 gauge with 4-shelves. Every shelve contains 5mm glass). Finished with brown hammer paint.
05
Dining Table Size: 2000X1000X760mm (H) Top/side panels made of high density chipboard pressed with two shisham veneer. Structure made of 38/38 mm mild steel square pipe. Finished with N.C silver paint.
05
Dining Chairs Seat Size: 18”X18” Leg Height 18” Back 14” Structure made of 20/20 mm mild steel square pipe. Finished with N.C, Silver paint. Seat /back webbing with N.D Cane.
30
Library Table Size: 40”X72”X30” (H) 05
Structure made of 25mm x 50mm mild steel pipe 18guage. Top of table made of high quality lamination board thick 20mm veneer with shisham wood with NC based Lacquer paint and polish.
Mattress Single Mattress size 36”X78”X4”, No. 1 quality Molty Foam /Diamond Foam/Canon/Primax or Equivalent
30
Quilts Good Quality 30 Bed Sheet Bed Sheet Single/Good quality Cotton,
Pillow cover. 60
Pillows quality Molty Foam /Diamond Foam/Canon/Primax or Equivalent
60
Pillows Cover Single/Good quality Cotton, Pillow covers. 120 Steel Plates (Full size) Stainless Steel Good quality 60 Steel Plates (Medium
size) Stainless Steel Good quality
30
Glass (Steel) Stainless Steel Good quality 50 Rice Spoon Stainless Steel Good Quality.
05
dozen
Tea Spoon Stainless Steel Good Quality.
05 dozen
Tea Mugs (Pak Made) Good Quality.
25
Jug (steel) Stainless Steel Good Quality.
10
Degcha (Big size) Stainless Steel Good Quality.
02
Degcha (Medium size) Stainless Steel Good Quality.
02
Full Spoon for Degcha Stainless Steel Good Quality.
08
Pressure Cooker Stainless Steel Good Quality.
02
Tawas Stainless Steel Good Quality.
02
Plastic Tub Good Quality.
03
Plastic Dongas Good Quality.
03
Geezer Electric Geezer Good quality 01 Cooking Range • 03 Gas Burners
• Lamp • Open up and down burner • Thermostat with knob Grill • Rotisserie • One Rack and one spit • Color Carton • Front door Metal Handle • Front Tempered Glass
01
• Double door • Hot case Body: Full colure sheet Cover: Iron Cover Grate: Bar Ivor Optional: Auto ignition
Tandoori Gas Tandoori Gas good quality. 01
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
GENERATOR, FURNITURE, COMPUTER & PHOTO COPIER
MACHINE ETC.
TECHNICAL /FINANCIAL Proposal (CAPACITY BUILDING OF DISTRICT EDUCATION OFFICER,
SPECIAL EDUCATION, DERA GHAZI KHAN- G.S. NO. 481
2015-16)
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No. Fax No
NTN
GST
Email Name of firm:
Name of Proprietor: CNIC NO.
GST Registration No. NTN No.
Postal Address:- Phone No.
Time Limit
Tender Fee Amounting to Rs
Phone No. of Supplier/Company
Complete Address.
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting, he must have
authority letter & CNIC.
1. All bids must be received in the office of All bids must be received in the Office of the District
Education Officer, Special Education, Block-Z, Near Arts Council, Dera Ghazi Khan.
2. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
3. Bidding documents should properly be signed and stamped.
4. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
5. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPR-2014.
6. No bid will be accepted after closing date and time.
7. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
8. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt. Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm. Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to Office of the District Education Officer, Special Education Block-Z, Near Arts Council, Dera Ghazi Khan and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the President DBOM without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
3. Cancellation / Penalty of Delay:
3.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
3.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
3.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
3.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
4. Payment to the Contractors:
4.1 Payment will be made through crossed cheques to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
4.2 Payment against partial supply will not be made.
5. Earnest Money:
5.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favor of Chief Executive Officer DEA Dera Ghazi Khan.
5.2 Earnest money shall be refunded on successful completion of supply.
6. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
7. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
8. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
9. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will be
returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
10. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
11. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
12. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
13. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challans with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
14. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item
Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
01
Desktop System (Latest Model with LED Screen alongwith Key Board, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
02 Laser Printer
Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed
• Quality mode 33 PPM (A 4 size)
• Higher Processor, 600 MHz • Ram 128 MB RAM Resolution • 1200 X 1200 dpi Paper Handing Legal A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
03 Photocopier Machine
Digital Photo Copier, 40 CMP or higher, Memory 1 GB or higher, Resolution 600 * 600 Dpi, Connectivity: Ethernet (10 / 100 BaseT), 2.0 (Hi-Speed), Paper Size Letter, Legal, A3. Paper Supply 2- Tray * 500 each. Duplex. Processor 500 Mhz or higher, LCD display touch screen (Imported).
Digital photo Copier, 20 CPM or higher, Memory 128 MB ot Higher, Resolution 600Dpi, Connectivity : Ethernet (10 /100 Base-1), 2.0 (hi-Speed), Paper Size Letter, Legal, A3 Paper Input Capacity: Maximum 1360 / 1600 Sheets (Imported)
04 Fax Machine
Brand: Panasonic, Samsung, Cannon, HP or Equivalent Automatic paper cutter, caller ID Ready, Out of Paper reception, Sequential broadcasting (20 locations), 64-Level Halftone with Digital image processing, Navigator key for easy operation, Automatic document feeder (10 pages), Delayed transmission, Voice time/day stamp, Friendly fax reception, Poling function, Copier function, Tone remote control, 2-way recording, Electronic volume control, Voice guidance. Warranty 01-Year warranty
05
Generator (05-KVA with prime rating 5.5 KVA Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
06
Air Conditioner (Split Type 1.5 Ton local with kit and fitting installation)
Split Type 1.5 Ton (18000 Btu/hr) 220-50Hz With Installation Kit Including installation Local Brands
i.e. Gree, PEL, Haier, Orient, Dawlance Warranty Compressor warranty 03 Year 01 Year part/service
07 Staff Chairs
Size: 465x465 mm, back 510 mm.
Chair structure made of solid seasoned shisham wood. Arm finished with N.C lacquer, seat & back webbing with natural double
cane complete finished.
08 Staff Tables
Size: 1200x600x760 mm (H) Structure made of mild steel square pipe 25x25 mm mild square
pipe finished charcoal gray powder coating top made of high density lamination board with three drawers lockable.
09 Steel Almirahs
Size: 36”x18”x72”
Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts). Complete finished with
N.C Deco Hammer paint.
10 File Rack
Size 18”x36”x30” Structure made of high density chipboard 19mm thick pressed with
1” quality shisham veneer on both sides with one shelf fixed. Finished with nitrocellulose lacquer polish.
11 Peon Bench (Wooden)
Size: 1200x350x450mm (H)
Structure: made of mild steel square pipe 25x25mm finished with powder coating, Seat & back made of shisham wood, finished with
N.C complete finished.
12 Computer Chair
Structure made of Aluminum having 5-legs revolving cum titling pedestal durable & load bearing caster wheel. Seat & back made
of solid seasoned wood covered with 1” quality foam & tapestry cloth.
13 Computer Table
Size: 1200x600x760 mm (H)
Structure made of high density chipboard 25mm thick pressed with shisham veneer on both sides, one side having box one drawer,
upper lockable, lower open for CPU other side one moveable tray
for key board with back through complete finished with nitrocellulose lacquer polish.
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
Experience of Supply / Installation of Machinery & 15 Lac 05 Marks per project Equipment in private /Public sector
15 to 20 Lac 10 Marks per project
1.1
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion (15)
Above 20 Lac 15 Marks per project
of the project must be attached for the year 2016-17 to 2018-19.
(Documents &Certificates must be provided) (Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
(10)
1 Marks per Year having minimum value 20 Lac
(Maximum 10 Marks)
2 Financial Strength of Company (20)
Total Annual Sales /Annual Turnover for the year
2017-18
15 Lac 07 Mark
15 to 20 Lac 08 Marks
2.1
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
(10) Above 20 Lac 10 Marks
(Maximum 10 Marks)
Bank Credit Worthiness
10 Marks
2.2
(Attached credit worthiness certificate from the bank (10) Minimum Bank Credit worthiness
5.00 Million
for the year 2017-18) (Maximum 10 Marks)
3.
Warranty Period
Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
4.
Delivery Time
(05)
5 nos. within the stipulated time. One
number will be deducted on each one
week given above date / period of
deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached)
(05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 10-02-2020 till 12:30 Noon Opening of tenders : 10-02-2020 at 1:00 PM
Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
TENDER FORM CAPACITY BUILDING OF DISTRICT EDUCATION OFFICER, SPECIAL EDUCATION, DERA GHAZI KHAN (G.S. NO. 481)
Sr. No. Tender sale Register_________________ Date of Issuance_________________
Tender Price
M/S _______________________________________________________________________
Address _______________________________________________________________________
Income Tax No. ________________ GST No. _______________ CNIC #______________________
CDR No. ______________ Rs. ___________ Dated_____________ Bank / Branch Name_________________
Last date of Receipt Tender 10-02-2020 12:30 Noon
Opening of Date & Time 10-02-2020 01:00 PM
Name of Scheme CAPACITY BUILDING OF DISTRICT EDUCATION OFFICER, SPECIAL
EDUCATION, DERA GHAZI KHAN (G.S. NO. 481)
Detail Description of Stores
Specification QTY Unit Price without Sale Tax
Unit Price with Sale Tax
Desktop System (Latest Model with LED Screen alongwith Key Board, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
02
Laser Printer
Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed
• Quality mode 33 PPM (A 4 size)
• Higher Processor, 600 MHz • Ram 128 MB RAM Resolution • 1200 X 1200 dpi Paper Handing Legal
02
A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
Photocopier Machine
Digital Photo Copier, 40 CMP or higher, Memory 1 GB or higher, Resolution 600 * 600 Dpi, Connectivity: Ethernet (10 / 100 BaseT), 2.0 (Hi-Speed), Paper Size Letter, Legal, A3. Paper Supply 2- Tray * 500 each. Duplex. Processor 500 Mhz or higher, LCD display touch screen (Imported). Digital photo Copier, 20 CPM or higher, Memory 128 MB ot Higher, Resolution 600Dpi, Connectivity : Ethernet (10 /100 Base-1), 2.0 (hi-Speed), Paper Size Letter, Legal, A3 Paper Input Capacity: Maximum 1360 / 1600 Sheets (Imported)
01
Fax Machine
Brand: Panasonic, Samsung, Cannon, HP or Equivalent Automatic paper cutter, caller ID Ready, Out of Paper reception, Sequential broadcasting (20 locations), 64-Level Halftone with Digital image processing, Navigator key for easy operation, Automatic document feeder (10 pages), Delayed transmission, Voice time/day stamp, Friendly fax reception, Poling function, Copier function, Tone remote control, 2-way recording, Electronic volume control, Voice guidance. Warranty 01-Year warranty
01
Generator (05-KVA with prime rating 5.5 KVA Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
01
Air Conditioner (Split Type 1.5 Ton local with kit and fitting installation)
Split Type 1.5 Ton (18000 Btu/hr) 220-50Hz With Installation Kit Including installation Local Brands i.e. Gree, PEL, Haier, Orient, Dawlance Warranty Compressor warranty 03 Year 01 Year part/service
01
Staff Chairs
Size: 465x465 mm, back 510 mm. Chair structure made of solid seasoned shisham wood.
Arm finished with N.C lacquer, seat & back webbing with natural double cane complete finished.
15
Staff Tables
Size: 1200x600x760 mm (H)
Structure made of mild steel square pipe 25x25 mm mild square pipe finished charcoal gray powder coating top
made of high density lamination board with three drawers lockable.
05
Steel Almirahs
Size: 36”x18”x72”
Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts).
Complete finished with N.C Deco Hammer paint.
05
File Rack
Size 18”x36”x30” Structure made of high density chipboard 19mm thick
pressed with 1” quality shisham veneer on both sides with one shelf fixed. Finished with nitrocellulose lacquer
polish.
03
Peon Bench (Wooden)
Size: 1200x350x450mm (H) Structure: made of mild steel square pipe 25x25mm
finished with powder coating, Seat & back made of
shisham wood, finished with N.C complete finished.
02
Computer Chair
Structure made of Aluminum having 5-legs revolving
cum titling pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with
1” quality foam & tapestry cloth.
02
Computer Table
Size: 1200x600x760 mm (H) Structure made of high density chipboard 25mm thick
pressed with shisham veneer on both sides, one side
having box one drawer, upper lockable, lower open for CPU other side one moveable tray for key board with
back through complete finished with nitrocellulose lacquer polish.
02
TENDER
DOCUMENT CONTRACT FORM FOR PURCHASE
Computer, Teaching Aids, Plant & machinery, Furniture
& Fixture ETC.
TECHNICAL /FINANCIAL Proposal (ESTABLISHMENT OF GOVT. SPECIAL EDUCATION
CENTER, DERA GHAZI KHAN G.S. NO. 1507
ADP-2017-18).
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
Name & Address of Firm Signature
Name
Stamp
Telephone No. Fax No
NTN
GST Email Name of firm:
Name of Proprietor: CNIC NO.
GST Registration No. NTN No.
Postal Address:- Phone No.
Time Limit
Tender Fee Amounting to Rs
Phone No. of Supplier/Company
Complete Address.
Time for completion:
Amount of earnest money Rs. (In figures):
Rupees (In words):
Issued to
On payment of Rs
Note: Only stamped and signed Tender shall be accepted.
INSTRUCTIONS TO BIDDERS
1. Single stage two envelopes procedure will be adopted.
2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /
overwriting, the same shall properly be signed.
3. Main (outer) and inner envelopes should be properly sealed so that contents of the bid are
fully enclosed and cannot be known until duly opened.
4. Bid No. and Package Name should clearly be written on top left corner of the main (outer)
envelope.
5. The bidder should submit technical and financial bids in two separate envelopes clearly
marking “Technical Bid” and “Financial Bid” covered under one main (Outer) envelope
marking Bid Reference and Package Name on top left corner of the main (outer) envelope.
6. Address and contact No. of the bidder on the main (outer) envelope should be written.
7. Technical Bid should consist of duly singed and stamped bidding documents and all
information / documents demanded in the bidding documents for technical evaluation.
8. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in
original).
9. Technical Bids will publically be opened on the exact date and time given in the
advertisement in the presence of the bidders / authorized representatives who may choose
to be present.
10. Bidders are also required to state, in their technical bid, the name, title, contact number
(landline, Mobile) fax number and e-mail address of the authorized representative through
whom all communications shall be made until the process has been completed.
11. In case representative of the bidder participates in the bid opening meeting, he must have
authority letter & CNIC.
12. All bids must be received in the Office of the District Education Officer, Special Education,
Block-Z, Near Arts Council, Dera Ghazi Khan.
13. The Procuring agency will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation or delivery of bids.
14. Bidding documents should properly be signed and stamped.
15. Item wise total price and grand total price, in words and figures should be quoted at the
respective columns of the Form of Bid. Form of Bid duly filled should be placed in the
financial bid.
16. Bidders must submit bids on the basis of complete scope of work. Any bidder offering partial
scope of work shall be rejected as non-compliance in terms of PPRA-2014.
17. No bid will be accepted after closing date and time.
18. The total quoted price must be inclusive of all applicable taxes and duties as per prevailing
Govt. rules, transportation / delivery, installation and commissioning charges etc. in Pak
Rupees.
19. A certificate on the bidder letter head should be attached in the technical proposal that the
bid security equal to 2% of the Bid price (total quoted amount inclusive of tax) is available in
the financial bid.
TERMS & CONDITIONS
1. General: 1.1 Any offer not received as per terms & conditions of the tender enquiry is liable to be
ignored. No offer shall be considered if:
Received without earnest money
It is received after the time and date fixed for its receipt. Not signed by authorized person on each page of tender document
The offer is ambiguous
The offer is received by fax or e-mail
The offer is from a black listed firm. Offer received with shorter validity than required.
The offer is for store not conforming to specifications indicated in the tender enquiry.
Any conditional offer 1.2 Offer rates (in Pak Rupees) will remain valid for a period of current Financial Year from the
date of opening the tender. No change in price will be made in case of Pak rupees variation against US$.
1.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.
1.4 The purchase Committee reserves the right to issue order in full / partial quantity.
1.5 The earnest money / security shall be forfeited if:
a. The acceptance of tender is not received within ten days of issuance of order b. The offer is withdrawn, amended or revised. c. The contractor fails to execute the contract strictly in accordance with terms and
conditions.
1.6 The bidder should indicate their National Income Tax No. / Sales Tax No. and circle of Income Tax Department. (Deposit Returns of last five years must attached as proof, otherwise tender can be rejected by the Committee)
1.7 The contractor will be responsible for the free replacement of stores if the same is found to be substandard and or at variance with the specifications given in the supply order within one week. Store offered of specifications superior to the one specified in the tender enquiry may be accepted subject to approval of approving authority.
1.8 Store should be brand new and in original manufacturers packing.
1.9 Offered rates will be on basis of free delivery / installation to Office of the Headmistress, Govt. Special Education Center, Near BISE Office, Dera Ghazi Khan and shall include all taxes.
1.10 Quantity of any item can be increased or decreased by the purchaser.
1.11 Whole or part of tender can be cancelled by the President DBOM without assigning any reason.
1.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.
2. Delivery Period:
Delivery period is 15 days from the date of issuance of supply order.
4. Cancellation / Penalty of Delay:
4.1 If the acceptance of the tender issued during the validity period of the tender is not acceptable by the tender, the earnest money will be forfeited and the stores can be purchased at his risk and cost.
4.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.
4.3 In case bidder fails to execute the contract in accordance with the terms & conditions laid down in the contract, the bank guarantee will be encased and the store will be purchased at his risk and cost.
4.4 In case of delayed supply / non supply, the purchaser may cancel the supply order or impose
appropriate penalty. The penalty may be upto @2% per week.
5. Payment to the Contractors:
5.1 Payment will be made through crossed cheques to the supplier against invoice after 100% completion of delivery, commissioning & satisfactory performance against the purchase order within 30 days after issuance of satisfactory report by the purchase committee.
5.2 Payment against partial supply will not be made.
6. Earnest Money:
6.1 Earnest money @ 2% of the tender will have to be deposited along with tender. It should be in the form of Pay Order/Bank Draft / Call Deposit in favor of Chief Executive Officer DEA Dera Ghazi Khan.
6.2 Earnest money shall be refunded on successful completion of supply.
7. Delivery / Inspection of store
The Equipment will be inspected by the Technical Committee and purchase committee will reject
the equipment, if not found according to the given specification. The delivery of the equipment will
be made in the premises of the selected schools
8. Deduction of Taxes:
Any taxes (if applicable) will be deducted while making payment as per Government instructions/
notifications.
9. Payment of sales & other taxes, duties, levies:
Purchase shall be made from the firms registered with income /sales tax. Sales and other such
taxes, import duty, surcharge and other will be liability of the supplier. Vender will get the shipment
cleared from customs at his risk and cost, Certificate / letter for exemption of GST and WHT can be
provided to Purchase Committee if required as per government instructions.
10. Performance Bond:
One year performance bond (parts, services & labour) in the shape of schedule bank guarantee to
the satisfaction of purchase committee equivalent to 10% of the total purchase order amount will
have to be furnished at the time of delivery of equipment against purchase order. Guarantee will be
returned after successful completion of the warranty period. Earnest money already submitted
with bids will be converted / accepted as performance bond on the written request of contractor,
bidder or suppliers
11. Termination of Contract:
Competent Authority may terminate contract under the provision of PPRA Rules and will inform the
supplier about his decision in writing.
12. ANNUAL TURNOVER OF THE FIRM
The firm must be financially sound to ensure the timely delivery of heavy cost machinery,
Equipments and other store items, which will be annually 50 million. 10 years’ experience for
supply/installation and manufacturing is also required.
13. Dispute:
In case of any dispute, the decision of the Purchase Committee shall be final and it will not be
challenged in any court or forum.
14. Information about firms:
The firms shall supply information along with tender about the following:
a. List of customers b. Company profile in descriptive form (not more than 250 words.) c. Copy of NTN and GST certificate. Paid challan with retunes for last five years d. Documentary proof for last five years annual turnover e. Experience of supply/installation of last 10 years
15. TECHNICAL EVALUATION CRITERIA
A. Product Evaluation Criteria (40 Marks)
Sr. No.
Name of Item
Description
Quotation attached as specification with page no.
Quoted Brand /Model
Equipments / Accessories Yes/No.
01
Desktop System (Latest Model with LCD Screen alongwith Key Board, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
02 Laser Printer
Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed • Quality mode 33 PPM (A 4 size) • Higher Processor, 600 MHz • Ram 128 MB RAM Resolution • 1200 X 1200 dpi Paper Handing Legal A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
03 Braille Frame (27 Liner)
Made of fine plastic 27 –Lines across having 30 cells in each row/ lines.
04 Braille Frame (04-Liner)
Made of fine plastic 28 cells in each row/line to write Braille with stylus on Braille paper.
05 Math Slates (27-Liner)
Frame made of wood equipped with aluminum sheet having 36-holes horizontally and 24-holes vertically; two shelves kept with aluminum sheet to keep the Mathematical/ algebraic type two solve mathematic sums.
06 Math Slates (04-Liner)
Frame made of wood equipped with aluminum sheet having 20-holes horizontally and 25-holes vertically, one shelve covered with aluminum sheet to keep the
mathematical/ algebraic types or made of plastic two solve mathematic sums.
07 Braille Board
Made of fine wood with the facility to keep round handed wood pages tited in all the holes drilled in the base plate of the frame to give concept of Braille alphabetic to the Visually Impaired students
08 Stylus Braille writing device with wooden/plastic handle having metallic point/tip to write Braille (standard size)
09 Braille Paper (Ivory Card, 100-sheets per packet)
Ivory card/Braille paper size-11½ inches x 11 inches, weight 150gm to 160gm. Ivory card/Braille paper size-11 inches x 8½ inches weighted 150gm to 160gm
10 Wheel Chairs Powered coated Steel Frame 6” PVC castor, 22” solid wheel fixed arm set & foot-rest.
11 Wheel Chairs (Racing)
Standard size seat size 14 inched x 14 inches, back 14 inches x 14 inches
12
Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35x35 class En-957 (CE): H/B overall dimension (LxWxH): 9900x480x980 mpn overall weight 35 kg.
13 Crutches (Aluminum) Walking aid with adjustment 33” to 39” Height in weight
(Aluminum)
14 Elbow Crutches (Aluminum)
Aluminum 29” to 42” with Elbow support (Plastic)
15 Walking Bars Steel Tubing & legs fitted with rubber feet.
Size: L=7 feet, W=2 feet, H=2 to 4 feet (adjustable)
16 C.P Chair Standard size for cerebral palsy children, wood & steel
adjustable trays at both arms, adjustable foot rest with two leather belts
17
Pully for Exercise For the exercise of arms, shoulders legs unit comes complete for well mounting adjustable with metal plated columns & pulleys, Traction weight can be independently set on each side six of 200x60x28 cm weight 5kg to 10kg.
18 Alphabets Block (English)
Alphabets recognition, colored size 1/3/4 inches x 1/3/4 inches plastic
19 Alphabets Block (Urdu)
Alphabets recognition, colored size 1/3/4 inches x 1/3/4 inches plastic
20 Alphabets (Math) Alphabets recognition, colored size 1/3/4 inches x 1/3/4
inches plastic
21 Alphabets Cutout (English)
Card Board with English alphabets cutout size 9x9cm
22 Alphabets Cutout (Urdu)
Card Board with Urdu alphabets cutout size 9x9cm
23 Animal Models 5”x7” wooden & hard board, 6 different shapes
24 Building Bricks Bricks of different colures, red, green & size 9x4.5 etc.
25 Shapes Fitting Size 14cm x 22 cm x 1.5cm wood & hard board 6 different
geometric shapes in different colors in a card board case
26 Shapes Sorting Size 14cm x 22cm x 1.5cm wood & hard board 6 different
animal’s shapes fitting
27
Hearing Aid Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 147 Hz. High frequency Limit 4700hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. MASL (ImA/m) at 1.6 KHz HFA SPLITS (left/right) Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with 2 fitting control, New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting using two trimmers, shock resistant.
28 Perkin Machine/Braille
All purpose Braille type, which accommodates paper up to 11’.5” x 8’.5” capable of embossing 25 lines of 41 cells on standard size Braille paper or similar
29
Generator (05-KVA with prime rating 5.5 KVA Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection
(Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
30
Single Desk with Chair
Desk Size: 600x400x580 mm (H) Chair Size: 370x370mm (leg height 350mm, back height 350mm, 03-strips (back), 07-strips (seat) Structure made of mild steel square pipe 20x20 mm. Finished with powder coating/charcoal grey. Top/shelf and seat & back strips of chair made of solid seasoned shisham wood. Finished with N.C. Lacquer polish base finished
31
Teacher Tables Size: 1200x600x760 mm(H) Structure made of mild steel square pipe 25x25 mm wall thick 1.2mm, paint top made of high density chip board pressed with lamination. Drawer box made of high density chip board pressed with shisham veneer on both. Side drawer box having with three drawers lockable, complete finished with N.C lacquer polish.
32
Teacher Chairs Seat Size: 465x465 mm (H) Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm finished with Nitrocellulose silver paint. Seat & back & Arms made of solid seasoned shisham wood. Arm finished with N.C lacquer, seat & back webbing with Natural Double Cane complete finished.
33
Staff Chairs Seat size: 465x465 mm, Back 510 MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double case complete finished with Nitrocellulose Lacquer polish
34
Staff Tables Size 1200x600x760 mm (H) Structure made of 25x25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable
35
Officer Table Size: 1600x800x760 mm (H) Top/side panels made of high density chipboard pressed with lamination on both sides with 3-drawers. Top drawer lockable with through back. Finished with N.C Lacquer polish
36
Revolving Chair Seat size: 465x465 mm, Back 510MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum titling & reclining pedestal having 5-legs durable & load bearing caster wheel.
37
Steel Almirahs Size: 36”x18”x72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts). Complete finished with N.C Deco Hammer paint.
38 File Rack Size 18”x36”x30”
Structure made of high density chipboard 19mm thick
pressed with 1” quality shisham veneer on both sides with one shelf fixed. Finished with nitrocellulose lacquer polish.
39
Peon Bench (Wooden)
Size: 1200x350x450mm (H) Structure: made of mild steel square pipe 25x25mm finished with powder coating, Seat & back made of shisham wood, finished with N.C complete finished.
40
White Board Size: 6’X4’ Face made of high density particle board pressed with white color glossy Formica edged covered with shisham wood bedding complete finished with N.C Lacquer polish
41
Computer Chair Structure made of Aluminum having 5-legs revolving cum titling pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1” quality foam & tapestry cloth.
42
Computer Table Size: 1200x600x760 mm (H) Structure made of high density chipboard 25mm thick pressed with shisham veneer on both sides, one side having box one drawer, upper lockable, lower open for CPU other side one moveable tray for key board with back through complete finished with nitrocellulose lacquer polish.
43 Harmonium Length 2.5 feet (30”) international size. Height-12” Width
09” Keys-39 Nos.
44 Tabla Set Height 12” Diameter-left hand table, 10” right hand table
stand ring-2 (with leather rope and wooden pieces)
45 Violin Standard Size
46 Duffli 10-CM radius
Note: 1. In case, quoted brand / model along with supporting literature (if applicable) will conform to the required minimum specifications, then 40 Marks will be awarded. 2. In case the quoted brand / model along with supporting literature does not meet the minimum required specifications, then no marks will be awarded and bid will be rejected and will not qualified for further technical evaluation. The bidder should provide the specification of his quoted brand / model separately duly signed / stamped. The literature / manual / booklet / brochure etc. or any reliable source should be provided in Technical Bid so that specifications of quoted brand / model may be verified.
B. Bidder Evaluation Criteria (60 Marks)
Sr.
No. Description Max Marks Formula
1 Experience (25)
Experience of Supply / Installation of Machinery & 27 Lac 05 Marks per project
Equipment in private /Public sector 27 to 50 Lac 10 Marks per project
1.1
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion 15
Above 50 Lac 15 Marks per project
of the project must be attached for the year 2016-17 to 2018-19.
(Documents &Certificates must be provided) (Maximum 15 Marks)
1.2
Experience of supply / Installation of Machinery &
Equipment in public /Private sector
Copies of contract awarded / Purchase Order along
with documentary evidence of successful completion
of the project must be attached
(Documents & Certificates must be provided )
10
1 Marks per Year having minimum value 50 Lac
(Maximum 10 Marks)
2 Financial Strength of Company (20)
Total Annual Sales /Annual Turnover for the year
2017-18
27 Lac 07 Mark
27 to 50 Lac 08 Marks
2.1
(statement of Return of GST / I Tax)
(Documentary evidences must be attached).
10 Above 50 Lac 10 Marks
(Maximum 10 Marks)
Bank Credit Worthiness
10 Marks
2.2
(Attached credit worthiness certificate from the bank 10
Minimum Bank Credit worthiness 5.00 Million
for the year 2017-18) (Maximum 10 Marks)
3.
Warranty Period
Service Period
(05)
1 Year 03 Marks
3 Years 02 Marks
(Maximum 05 Marks)
4.
Delivery Time
(5)
5 nos. within the stipulated time. One
number will be deducted on each one
week given above date / period of
deliver
(Maximum 5 Marks)
5.
Nature of Business
(Supporting Documents must be attached)
(05)
Manufacturer 05 Marks
Dealer 03 Marks
(Maximum 05 Marks)
TOTAL MARKS (A+B) (100)
Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on
the documents may also be provided otherwise no marks would be awarded.
The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.
16: Check List:
Please complete the following the check list before sending the tender documents:
CHECK LIST / GUIDELINES FOR BIDDERS
All bidders are requested to read the under mentioned checklist carefully and ensure that the under
mentioned all requirement are met for the preparation and submission of their bids:
Sr. No. Requirement Yes / No
01. The bidder is active tax payer
02. Bid Security @2% of total bid price attached with financial proposal in
original
03. Two separate envelope marked with “Technical Proposal” and “Financial
Proposal” are available in main (outer) envelope marked with bid reference
and package at top left corner of the envelope
04. No item of a package missed and rates of all items in a package quoted
05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped
06. Envelopes are properly sealed
07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided
08. Bids are addressed to CEO DEA Dera Ghazi Khan.
09. All pages of bidding documents are properly signed and stamped at the
given place
10. Item wise and grand total are quoted at the respective columns of the Form of Bid.
11. Firm and final rates are quoted in PAK Rupees
12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,
is in conformity with the required specifications of items
13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.
14. Certificates mentioned in evaluation criteria are attached
17. Date of Submission / opening:
Receipt of tenders : 10-02-2020 till 12:30 Noon Opening of tenders : 10-02-2020 at 1:00 PM
Note: I. if quoted for only one brand, then cut the remaining brands not quoted
II. It is essential for supplier to quote rate of all items of one head. No partial rates will be acceptable.
iii. The index showing the attached documents and Page No. may also be attached.
The Contractor / Firm will be bound for 1 year warranty and free service for 03 years.
CHIEF EXECUTIVE OFFICER
DISTRICT EDUCATION AUTHORITY DERA GHAZI KHAN
TENDER FORM ESTABLISHMENT OF GOVT. SPECIAL EDUCATION CENTER, DERA GHAZI KHAN (G.S. NO. 1507)
Sr. No. Tender sale Register_________________ Date of Issuance_________________
Tender Price
M/S _______________________________________________________________________
Address _______________________________________________________________________
Income Tax No. ________________ GST No. _______________ CNIC #______________________
CDR No. ______________ Rs. ___________ Dated_____________ Bank / Branch Name_________________
Last date of Receipt Tender 10-02-2020 12:30 Noon
Opening of Date & Time 10-02-2020 1:00 PM
Name of Scheme ESTABLISHMENT OF GOVT. SPECIAL EDUCATION CENTER, DERA GHAZI KHAN (G.S. NO. 1507)
Detail Description of Stores
Specification QTY Unit Price without Sale Tax
Unit Price with Sale Tax
Desktop System (Latest Model with LCD Screen alongwith Key Board, mouse, etc.
Brands: HP/DELL/IBM/LENOVO OR Equivalent. Processor: Core-i7 (3.4 Ghz, 8MB cache) 6th Generation, chip set: Intel compatible, Ram: 16GB(DDR 4). Hard Disk: 1-TB (7200Rpm), Super Drive: Super Drive (16x speed for DVD and 52x speed for compact Disk). Sound Card: Built-in (Front and Back Ports) VGA: Built integrated Intel @ Graphic; more accelerate), USB Port: at least One USB 3.0 or above, Wireless Card: 802.11a/b/g/n PCI express wireless card. Standard Key Board: USB Key Board, Standard Mouse: 3-Button Optical USB Mouse. LED: 19” Wide Screen (HP, DELL or Equivalent), Window: Installed original Window 8.1 or above professional (licensed) with licensed DVD per unit. Warranty: Standard Warranty.
01
Laser Printer
Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent. Minimum Print Speed • Quality mode 33 PPM (A 4 size) • Higher Processor, 600 MHz • Ram 128 MB RAM Resolution • 1200 X 1200 dpi Paper Handing Legal
01
A4 & Letter size paper Paper tray (s) One paper tray with other standards features of the Manufacturer Drivers Microsoft windows 7 or higher Warranty 03 Year Warranty
Braille Frame (27 Liner) Made of fine plastic 27 –Lines across having 30 cells in each row/ lines.
10
Braille Frame (04-Liner) Made of fine plastic 28 cells in each row/line to write Braille with stylus on Braille paper.
10
Math Slates (27-Liner)
Frame made of wood equipped with aluminum sheet having 36-holes horizontally and 24-holes vertically; two shelves kept with aluminum sheet to keep the mathematical/ algebraic type two solve mathematic sums.
10
Math Slates (04-Liner)
Frame made of wood equipped with aluminum sheet having 20-holes horizontally and 25-holes vertically, one shelve covered with aluminum sheet to keep the mathematical/ algebraic types or made of plastic two solve mathematic sums.
10
Braille Board
Made of fine wood with the facility to keep round handed wood pags tited in all the holes drilled in the base plate of the frame to give concept of Braille alphabetic to the Visually Impaired students
10
Stylus Braille writing device with wooden/plastic handle having metallic point/tip to write Braille (standard size)
20
Braille Paper (Ivory Card, 100-sheets per packet)
Ivory card/Braille paper size-11½ inches x 11 inches, weight 150gm to 160gm. Ivory card/Braille paper size-11 inches x 8½ inches weighted 150gm to 160gm
10Packet
Wheel Chairs Powered coated Steel Frame 6” PVC castor, 22” solid wheel fixed arm set & foot-rest.
05
Wheel Chairs (Racing) Standard size seat size 14 inched x 14 inches, back 14 inches x 14 inches
05
Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35x35 class En-957 (CE): H/B overall dimension (LxWxH): 9900x480x980 mpn overall weight 35 kg.
02
Crutches (Aluminum) Walking aid with adjustment 33” to 39” Height in weight (Aluminum)
05 Pair
Elbow Crutches (Aluminum)
Aluminum 29” to 42” with Elbow support (Plastic)
05
Walking Bars Steel Tubing & legs fitted with rubber feet. Size: L=7 feet, W=2 feet, H=2 to 4 feet (adjustable)
05
C.P Chair Standard size for cerebral palsy children, wood & steel adjustable trays at both arms, adjustable foot rest with two leather belts
01
Pully for Exercise For the exercise of arms, shoulders legs unit comes complete for well mounting adjustable with metal plated columns & pulleys, Traction weight can be independently set on each side six of 200x60x28 cm weight 5kg to 10kg.
01
Alphabets Block (English)
Alphabets recognition, colored size 1/3/4 inches x 1/3/4 inches plastic
05 Sets
Alphabets Block (Urdu) Alphabets recognition, colored size 1/3/4 inches x 1/3/4 inches plastic
05 Sets
Alphabets (Math) Alphabets recognition, colored size 1/3/4 inches x 1/3/4 inches plastic
05 Sets
Alphabets Cutout (English)
Card Board with English alphabets cutout size 9x9cm
05 Sets
Alphabets Cutout (Urdu)
Card Board with Urdu alphabets cutout size 9x9cm
05 Sets
Animal Models 5”x7” wooden & hard board, 6 different shapes
03 Sets
Building Bricks Bricks of different colures, red, green & size 9x4.5 etc.
03 Sets
Shapes Fitting Size 14cm x 22 cm x 1.5cm wood & hard board 6 different geometric shapes in different colors in a card board case
03 Sets
Shapes Sorting Size 14cm x 22cm x 1.5cm wood & hard board 6 different animal’s shapes fitting
03 Sets
Hearing Aid Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 147 Hz. High frequency Limit 4700hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. MASL (ImA/m) at 1.6 KHz HFA SPLITS (left/right) Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with 2 fitting control, New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting using two trimmers, shock resistant.
20
Perkin Machine/Braille All purpose Braille type, which accommodates paper up to 11’.5” x 8’.5” capable of embossing 25 lines of 41 cells on standard size Braille paper or similar
01
Generator (05-KVA with prime rating 5.5 KVA Europe, USA & Japan)
Generator (Portable) Capacity Prime Rating: 5.5 KVA Engine: Four Stroke Petrol Engine Direct coupled with alternator Oil level gauge Engine power in HP Europe/USA/Japan Alternator:- Mechanical Regulated 230 volts, single phase 2 wire 50 HZ Installation class Brushed Power factor Continuous operative time Speed: 3000PRM No. of Cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti-vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional item: Manual change over switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One Year Note: To ensure after sales service Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard
01
Single Desk with Chair Desk Size: 600x400x580 mm (H) Chair Size: 370x370mm (leg height 350mm,
back height 350mm, 03-strips (back), 07-
strips (seat)
Structure made of mild steel square pipe 20x20 mm. Finished with powder coating/charcoal grey. Top/shelf and seat & back strips of chair made of solid seasoned
50
shisham wood. Finished with N.C. Lacquer polish base finished
Teacher Tables Size: 1200x600x760 mm(H) Structure made of mild steel square pipe 25x25 mm wall thick 1.2mm, paint top made of high density chip board pressed with lamination. Drawer box made of high density chip board pressed with shisham veneer on both. Side drawer box having with three drawers lockable, complete finished with N.C lacquer polish.
10
Teacher Chairs Seat Size: 465x465 mm (H) Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm finished with Nitrocellulose silver paint. Seat & back & Arms made of solid seasoned shisham wood. Arm finished with N.C lacquer, seat & back webbing with Natural Double Cane complete finished.
10
Staff Chairs Seat size: 465x465 mm, Back 510 MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double case complete finished with Nitrocellulose Lacquer polish
20
Staff Tables Size 1200x600x760 mm (H) Structure made of 25x25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable
05
Officer Table Size: 1600x800x760 mm (H) Top/side panels made of high density chipboard pressed with lamination on both sides with 3-drawers. Top drawer lockable with through back. Finished with N.C Lacquer polish
01
Revolving Chair Seat size: 465x465 mm, Back 510MM Chair structure / seat & back made of solid seasoned shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum titling & reclining pedestal having 5-legs durable & load bearing caster wheel.
01
Steel Almirah Size: 36”x18”x72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside, having 3-shalves (4 parts). Complete finished with N.C Deco Hammer paint.
05
File Rack Size 18”x36”x30” Structure made of high density chipboard 19mm thick pressed with 1” quality shisham veneer on both sides with one shelf fixed.
03
Finished with nitrocellulose lacquer polish.
Peon Bench (Wooden) Size: 1200x350x450mm (H) Structure: made of mild steel square pipe 25x25mm finished with powder coating, Seat & back made of shisham wood, finished with N.C complete finished.
02
White Board Size: 6’X4’ Face made of high density particle board pressed with white color glossy Formica edged covered with shisham wood bedding complete finished with N.C Lacquer polish
05
Computer Chair Structure made of Aluminum having 5-legs revolving cum titling pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1” quality foam & tapestry cloth.
01
Computer Table Size: 1200x600x760 mm (H) Structure made of high density chipboard 25mm thick pressed with shisham veneer on both sides, one side having box one drawer, upper lockable, lower open for CPU other side one moveable tray for key board with back through complete finished with nitrocellulose lacquer polish.
01
Harmonium Length 2.5 feet (30”) international size. Height-12” Width 09” Keys-39 Nos.
01
Tabla Set Height 12” Diameter-left hand table, 10” right hand table stand ring-2 (with leather rope and wooden pieces)
02
Violin Standard Size 02
Duffli 10-CM radius 02