tender document - ppra services portal · 2. erasing, cutting/ overwriting should be avoided....

64
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.

Upload: others

Post on 03-Aug-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 2: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 3: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 4: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 5: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 6: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 7: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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

Page 8: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

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 Aid (BTE Super Power)

Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db

Page 9: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

Frequency Range. Low frequency Limit 130Hz to 600 Hz. High frequency Limit 5500hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. Less than 20db Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting.

5

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

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. Chromed steel frame 8” PVC castor, 24” 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 base, with V or T shapes handle made of Aluminum and wheels made of carbon fiber for light weight

9

Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35kg, overall dimension (LxWxH) 900x480x980mm.

10

Crutches (Aluminum) Walking aid made of aluminum gauge to be define will adjustable height between 36” to 48” armrest is cushioned with high quality leather and based with rubber.

11

Elbow Crutches (Aluminum)

Walking aid made of aluminum gauge to define will adjustable height between 29” to 42” with elbow support (plastic).

12

Walking Bars Steel Tubing & legs fitted with rubber feet. Size: L=10 feet, W=2 feet, H=2 to 4 feet (adjustable)

13

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

Page 10: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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 Machine

Digital copier/ printer/ color scanner, 65-cpm-ppm or higher, paper size A-4, legal, A-3 or higher, standard dual front paper cassettes sheets with duplex and 10/100/1000 Base-T Ethernet interface as standard equipment. Memory: 2GB or higher, Hard drive: 250Gb or Higher, Display LCD partial touch Display, interface, standard USB Option copy quantity 1-999, Zoom ratio: 25-400% Scanning Resolution: 600 X 600 dpi, Printing Resolution: 2400 X 600 dpi.

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

Water Cooler 60 liter water capacity sealed

Page 11: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

compressor containing pressure states, Air cooled condenser 220 Volts 50 cycle (AC) Steel body with two tabs, branded compressor with 03-years warranty & 01-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 (2.0 Ton)

Brand: Gree/Dawalance/PEL/Haier/Mitsubishi/Acson or equivalent Wall mounted split type air-conditioner. DC inverter Type (Heat & Cool), 1.5TR, 18000 BTU/Hr. power supply 200Volts AC. Single phase, 50Hz, LED Display, auto start, remote control, with installation kit minimum 12 RFT (copper piping with flare connections both suction & discharge and control wire). Compressor warranty 3-years and parts 1-year.

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.

Page 12: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

20

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.

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 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

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 Almirahs

Size: 36”x18”x72” Made of mild steel sheet of 22 gauges with 4-durable

shelves & two lockable flush doors. Finished with silver hammer paint.

26 Peon Bench (Wooden)

Size: 1525x370x460mm

Structure made of 25x25 mm mild steel square pipe (1.2 mm wall thickness), finished with silver powder

coating. Top made of solid shisham wood strips of size 1525x50x20 mm.

27

White Board Size: 6’X4’ Made of high density chipboard, pressed with one side white Formica and other side lamination, with solid shisham wood beading and one tray alongwith back support for hanging. Wooden part finished with N.C lacquer.

28 Computer Chair

Seat & back cushioned with 1st quality foam covered

with sofa cloth, revolving base of nylon rubber legs with mild steel structure, without arms. Height

adjustment with hydraulic jack.

29 Computer Table

Size: 1200x600x760 mm (H) Top made of high density lamination board. Side panel

made of high density chipboard pressed by shisham veneer on both sides. One side drawer and two (02)

Page 13: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

open boxes for CPU & UPS, other side sliding shelf for

keyboard, finished N.C lacquer.

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: 1155x435x1420 mm Structure made of high density chipboard pressed with shisham veneer on both sides with solid shisham wood footing. Finished with N.C lacquer. With two glass sliding door. Four fixed shelves with one vertical partition.

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

Page 14: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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.

Page 15: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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)

Page 16: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

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

Page 17: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

17

Name & Signature of the bidder with stamp Dated______________________________

given place

10. Item wise and grand total are quoted at the respective columns of the Form of Bid.

11. Firm and final rates are quoted in PAK Rupees

12. Literature / manual / brochure (in Urdu / English) placed in the technical bid,

is in conformity with the required specifications of items

13. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak Rupees.

14. Certificates mentioned in evaluation criteria are attached

17. Date of Submission / opening:

Receipt of tenders : 06-04-2020 till 12:30 Noon Opening of tenders : 06-04-2020 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

Page 18: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

18

Name & Signature of the bidder with stamp Dated______________________________

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 06-04-2020 12:30 Noon

Opening of Date & Time 06-04-2020 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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

08

Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent.

02

Page 19: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

19

Name & Signature of the bidder with stamp Dated______________________________

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

Hearing Aid (BTE Super Power)

Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 600 Hz. High frequency Limit 5500hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. Less than 20db Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting.

15

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

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. Chromed steel frame 8” PVC castor, 24” 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 base, with V or T shapes handle made of Aluminum and wheels made of carbon fiber for light weight

05

Exercise Cycle Resistance system permanent magnet, 02

Page 20: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

20

Name & Signature of the bidder with stamp Dated______________________________

transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35kg, overall dimension (LxWxH) 900x480x980mm.

Crutches (Aluminum) Walking aid made of aluminum gauge to be define will adjustable height between 36” to 48” armrest is cushioned with high quality leather and based with rubber.

05 Pairs

Elbow Crutches (Aluminum)

Walking aid made of aluminum gauge to define will adjustable height between 29” to 42” with elbow support (plastic).

05

Walking Bars Steel Tubing & legs fitted with rubber feet. Size: L=10 feet, W=2 feet, H=2 to 4 feet (adjustable)

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

01

Page 21: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

21

Name & Signature of the bidder with stamp Dated______________________________

Generator may be procured form the authorized agents/ Dealers in Pakistan. Noise low level standard

Photocopier Machine

Digital copier/ printer/ color scanner, 65-cpm-ppm or higher, paper size A-4, legal, A-3 or higher, standard dual front paper cassettes sheets with duplex and 10/100/1000 Base-T Ethernet interface as standard equipment. Memory: 2GB or higher, Hard drive: 250Gb or Higher, Display LCD partial touch Display, interface, standard USB Option copy quantity 1-999, Zoom ratio: 25-400% Scanning Resolution: 600 X 600 dpi, Printing Resolution: 2400 X 600 dpi.

01

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

Water Cooler 60 liter water capacity sealed compressor containing pressure states, Air cooled condenser 220 Volts 50 cycles (AC), Steel body with two tabs, branded compressor with 03-years warranty & 01-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,

01

Page 22: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

22

Name & Signature of the bidder with stamp Dated______________________________

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

Air Conditioner (2.0 Ton)

Brand: Gree/Dawalance/PEL/Haier/Mitsubishi/Acson or equivalent Wall mounted split type air-conditioner. DC inverter Type (Heat & Cool), 1.5TR, 18000 BTU/Hr. power supply 200Volts AC. Single phase, 50Hz, LED Display, auto start, remote control, with installation kit minimum 12 RFT (copper piping with flare connections both suction & discharge and control wire). Compressor warranty 3-years and parts 1-year.

03

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 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.

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

25

Page 23: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

23

Name & Signature of the bidder with stamp Dated______________________________

finished.

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 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

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 Almirahs

Size: 36”x18”x72”

Made of mild steel sheet of 22 gauges with 4-durable shelves & two lockable flush doors.

Finished with silver hammer paint.

05

Peon Bench (Wooden)

Size: 1525x370x460mm Structure made of 25x25 mm mild steel square

pipe (1.2 mm wall thickness), finished with silver powder coating. Top made of solid shisham wood

strips of size 1525x50x20 mm.

02

White Board Size: 6’X4’ Made of high density chipboard, pressed with one side white Formica and other side lamination, with solid shisham wood beading and one tray alongwith back support for hanging. Wooden part finished with N.C lacquer.

10

Computer Chair

Seat & back cushioned with 1st quality foam

covered with sofa cloth, revolving base of nylon

rubber legs with mild steel structure, without arms. Height adjustment with hydraulic jack.

06

Computer Table

Size: 1200x600x760 mm (H)

Top made of high density lamination board. Side panel made of high density chipboard pressed by

shisham veneer on both sides. One side drawer and two (02) open boxes for CPU & UPS, other

side sliding shelf for keyboard, finished N.C lacquer.

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 &

03

Page 24: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

24

Name & Signature of the bidder with stamp Dated______________________________

reclining pedestal having 5-legs durable & load bearing caster wheel.

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: 1155x435x1420 mm Structure made of high density chipboard pressed with shisham veneer on both sides with solid shisham wood footing. Finished with N.C lacquer. With two glass sliding door. Four fixed shelves with one vertical partition.

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) 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.

05

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

Page 25: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

25

Name & Signature of the bidder with stamp Dated______________________________

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 Double door Hot case Body: Full colure sheet Cover: Iron Cover Grate: Bar Ivor Optional: Auto ignition

01

Tandoori Gas Tandoori Gas good quality. 01

Page 26: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

26

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 27: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

27

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 28: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

28

Name & Signature of the bidder with stamp Dated______________________________

INSTRUCTIONS TO BIDDERS

20. Single stage two envelopes procedure will be adopted.

21. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /

overwriting, the same shall properly be signed.

22. 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.

23. Bid No. and Package Name should clearly be written on top left corner of the main (outer)

envelope.

24. 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.

25. Address and contact No. of the bidder on the main (outer) envelope should be written.

26. Technical Bid should consist of duly singed and stamped bidding documents and all

information / documents demanded in the bidding documents for technical evaluation.

27. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in

original).

28. 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.

29. 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.

30. 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.

Page 29: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

29

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 30: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

30

Name & Signature of the bidder with stamp Dated______________________________

TERMS & CONDITIONS

3. General: 3.1 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 3.2 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$.

3.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.

3.4 The purchase Committee reserves the right to issue order in full / partial quantity.

3.5 The earnest money / security shall be forfeited if:

d. The acceptance of tender is not received within ten days of issuance of order e. The offer is withdrawn, amended or revised. f. The contractor fails to execute the contract strictly in accordance with terms and

conditions.

3.6 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)

3.7 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.

3.8 Store should be brand new and in original manufacturers packing.

3.9 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.

3.10 Quantity of any item can be increased or decreased by the purchaser.

3.11 Whole or part of tender can be cancelled by the President DBOM without assigning any reason.

3.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.

4. Delivery Period:

Delivery period is 15 days from the date of issuance of supply order.

Page 31: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

31

Name & Signature of the bidder with stamp Dated______________________________

16. Cancellation / Penalty of Delay:

16.1 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.

16.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.

16.3 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.

16.4 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.

17. Payment to the Contractors:

17.1 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.

17.2 Payment against partial supply will not be made.

18. Earnest Money:

18.1 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.

18.2 Earnest money shall be refunded on successful completion of supply.

19. 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

20. Deduction of Taxes:

Any taxes (if applicable) will be deducted while making payment as per Government instructions/

notifications.

21. 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.

Page 32: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

32

Name & Signature of the bidder with stamp Dated______________________________

22. 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

23. Termination of Contract:

Competent Authority may terminate contract under the provision of PPRA Rules and will inform the

supplier about his decision in writing.

24. 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.

25. 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.

26. Information about firms:

The firms shall supply information along with tender about the following:

f. List of customers g. Company profile in descriptive form (not more than 250 words.) h. Copy of NTN and GST certificate. Paid challans with retunes for last five years i. Documentary proof for last five years annual turnover j. Experience of supply/installation of last 10 years

Page 33: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

33

Name & Signature of the bidder with stamp Dated______________________________

27. 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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

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 copier/ printer/ color scanner, 65-cpm-ppm or higher, paper size A-4, legal, A-3 or higher, standard dual front paper cassettes sheets with duplex and 10/100/1000 Base-T Ethernet interface as standard equipment. Memory: 2GB or higher, Hard drive: 250Gb or Higher, Display LCD partial touch Display, interface, standard USB Option copy

Page 34: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

34

Name & Signature of the bidder with stamp Dated______________________________

quantity 1-999, Zoom ratio: 25-400% Scanning Resolution: 600 X 600 dpi, Printing Resolution: 2400 X 600 dpi.

04 Fax Machine with plain paper printer

Brand: Panasonic/Cannon/Xerox, HP or Equivalent 10PPm LASER printing (A-4) 600x600 dpi printing resolution LCD display Microprocessor based Digital control Integrated battery management Automatic battery charging at off mode Automatic self-diagnostic and alarm warnings Shut down at battery mode when No load is connected Min 4 output din socket and one input Company Origen USA, UK, Germany, or equivalent

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

Page 35: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

35

Name & Signature of the bidder with stamp Dated______________________________

06

Air Conditioner (Split Type 1.5 Ton with kit and fitting installation)

Brand: Gree/Dawalance/PEL/Haier/Mitsubishi/Acson or equivalent Wall mounted split type air-conditioner. DC inverter Type (Heat & Cool), 1.5TR, 18000 BTU/Hr. power supply 200Volts AC. Single phase, 50Hz, LED Display, auto start, remote control, with installation kit minimum 12 RFT (copper piping with flare connections both suction & discharge and control wire). Compressor warranty 3-years and parts 1-year.

07 Staff Chairs

Size: 465x465 mm, back 510 mm.

Chair Structure / Seat & back made of solid seasoned shisham

wood. Seat & back webbing with natural double cane. Complete finished with Nitrocellulose lacquer polish.

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 gauges with 4-durable shelves &

two lockable flush doors. Finished with silver hammer paint.

10 File Rack Size: 820x390x760mm (H)”

Structure having 02-shelves made of high density chipboard

pressed with both sides shisham veneer. Finished with N.C lacquer

11 Peon Bench (Wooden)

Size: 1525x370x460mm

Structure made of 25x25 mm mild steel square pipe (1.2 mm wall thickness), finished with silver powder coating. Top made of solid

shisham wood strips of size 1525x50x20 mm.

12 Computer Chair Seat & back cushioned with 1st quality foam covered with sofa cloth, revolving base of nylon rubber legs with mild steel structure,

without arms. Height adjustment with hydraulic jack.

13 Computer Table

Size: 1200x600x760 mm (H) Top made of high density lamination board. Side panel made of

high density chipboard pressed by shisham veneer on both sides. One side drawer and two (02) open boxes for CPU & UPS, other

side sliding shelf for keyboard, finished N.C lacquer.

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.

Page 36: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

36

Name & Signature of the bidder with stamp Dated______________________________

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)

Page 37: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

37

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 38: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

38

Name & Signature of the bidder with stamp Dated______________________________

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 : 06-04-2020 till 12:30 Noon Opening of tenders : 06-04-2020 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

Page 39: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

39

Name & Signature of the bidder with stamp Dated______________________________

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 06-04-2020 12:30 Noon

Opening of Date & Time 06-04-2020 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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

02

Laser Printer Brands: 02

Page 40: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

40

Name & Signature of the bidder with stamp Dated______________________________

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

Photocopier Machine

Digital copier/ printer/ color scanner, 65-cpm-ppm or higher, paper size A-4, legal, A-3 or higher, standard dual front paper cassettes sheets with duplex and 10/100/1000 Base-T Ethernet interface as standard equipment. Memory: 2GB or higher, Hard drive: 250Gb or Higher, Display LCD partial touch Display, interface, standard USB Option copy quantity 1-999, Zoom ratio: 25-400% Scanning Resolution: 600 X 600 dpi, Printing Resolution: 2400 X 600 dpi.

01

Fax Machine with plain paper printer

Brand: Panasonic/Cannon/Xerox, HP or Equivalent 10PPm LASER printing (A-4) 600x600 dpi printing resolution LCD display Microprocessor based Digital control Integrated battery management Automatic battery charging at off mode Automatic self-diagnostic and alarm warnings Shut down at battery mode when No load is connected Min 4 output din socket and one input Company Origen USA, UK, Germany, or equivalent

01

Page 41: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

41

Name & Signature of the bidder with stamp Dated______________________________

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 with kit and fitting installation)

Brand: Gree/Dawalance/PEL/Haier/Mitsubishi/Acson or equivalent Wall mounted split type air-conditioner. DC inverter Type (Heat & Cool), 1.5TR, 18000 BTU/Hr. power supply 200Volts AC. Single phase, 50Hz, LED Display, auto start, remote control, with installation kit minimum 12 RFT (copper piping with flare connections both suction & discharge

01

Page 42: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

42

Name & Signature of the bidder with stamp Dated______________________________

and control wire). Compressor warranty 3-years and parts 1-year.

Staff Chairs

Size: 465x465 mm, back 510 mm.

Chair Structure / Seat & back made of solid seasoned shisham wood. Seat & back webbing with natural double

cane. Complete finished with Nitrocellulose lacquer polish.

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 gauges with 4-durable shelves & two lockable flush doors. Finished with silver

hammer paint.

05

File Rack

Size: 820x390x760mm (H)” Structure having 02-shelves made of high density

chipboard pressed with both sides shisham veneer. Finished with N.C lacquer

03

Peon Bench (Wooden)

Size: 1525x370x460mm

Structure made of 25x25 mm mild steel square pipe (1.2 mm wall thickness), finished with silver powder coating.

Top made of solid shisham wood strips of size

1525x50x20 mm.

02

Computer Chair

Seat & back cushioned with 1st quality foam covered with

sofa cloth, revolving base of nylon rubber legs with mild steel structure, without arms. Height adjustment with

hydraulic jack.

02

Computer Table

Size: 1200x600x760 mm (H) Top made of high density lamination board. Side panel

made of high density chipboard pressed by shisham

veneer on both sides. One side drawer and two (02) open boxes for CPU & UPS, other side sliding shelf for

keyboard, finished N.C lacquer.

02

Page 43: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

43

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 44: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

44

Name & Signature of the bidder with stamp Dated______________________________

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.

Page 45: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

45

Name & Signature of the bidder with stamp Dated______________________________

INSTRUCTIONS TO BIDDERS

9. Single stage two envelopes procedure will be adopted.

10. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting /

overwriting, the same shall properly be signed.

11. 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.

12. Bid No. and Package Name should clearly be written on top left corner of the main (outer)

envelope.

13. 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.

14. Address and contact No. of the bidder on the main (outer) envelope should be written.

15. Technical Bid should consist of duly singed and stamped bidding documents and all

information / documents demanded in the bidding documents for technical evaluation.

16. Financial Bid should consist of price of the items (Form of Bid duly filled) and Bid Security (in

original).

17. 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.

18. 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.

19. In case representative of the bidder participates in the bid opening meeting, he must have

authority letter & CNIC.

20. All bids must be received in the Office of the District Education Officer, Special Education,

Block-Z, Near Arts Council, Dera Ghazi Khan.

21. The Procuring agency will not be responsible for any costs or expenses incurred by bidders

in connection with the preparation or delivery of bids.

22. Bidding documents should properly be signed and stamped.

Page 46: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

46

Name & Signature of the bidder with stamp Dated______________________________

23. 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.

24. 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.

25. No bid will be accepted after closing date and time.

26. 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.

27. 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.

Page 47: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

47

Name & Signature of the bidder with stamp Dated______________________________

TERMS & CONDITIONS 5. General:

5.1 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 5.2 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$.

5.3 The cover envelop should indicate particulars of tender, and date of opening. The envelop must be properly sealed.

5.4 The purchase Committee reserves the right to issue order in full / partial quantity.

5.5 The earnest money / security shall be forfeited if:

g. The acceptance of tender is not received within ten days of issuance of order h. The offer is withdrawn, amended or revised. i. The contractor fails to execute the contract strictly in accordance with terms and

conditions.

5.6 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)

5.7 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.

5.8 Store should be brand new and in original manufacturers packing.

5.9 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.

5.10 Quantity of any item can be increased or decreased by the purchaser.

5.11 Whole or part of tender can be cancelled by the President DBOM without assigning any reason.

5.12 Purchase order will be issued by the competent authority within stipulated time as prescribed in PPRA Rules amended 2014.

6. Delivery Period:

Delivery period is 15 days from the date of issuance of supply order.

Page 48: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

48

Name & Signature of the bidder with stamp Dated______________________________

28. Cancellation / Penalty of Delay:

28.1 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.

28.2 In case the offer is withdrawn, amended or revised during the validity period of the tender, the earnest money shall be forfeited.

28.3 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.

28.4 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.

29. Payment to the Contractors:

29.1 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.

29.2 Payment against partial supply will not be made.

30. Earnest Money:

30.1 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.

30.2 Earnest money shall be refunded on successful completion of supply.

31. 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

32. Deduction of Taxes:

Any taxes (if applicable) will be deducted while making payment as per Government instructions/

notifications.

33. 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.

Page 49: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

49

Name & Signature of the bidder with stamp Dated______________________________

34. 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

35. Termination of Contract:

Competent Authority may terminate contract under the provision of PPRA Rules and will inform the

supplier about his decision in writing.

36. 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.

37. 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.

38. Information about firms:

The firms shall supply information along with tender about the following:

k. List of customers l. Company profile in descriptive form (not more than 250 words.) m. Copy of NTN and GST certificate. Paid challan with retunes for last five years n. Documentary proof for last five years annual turnover o. Experience of supply/installation of last 10 years

Page 50: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

50

Name & Signature of the bidder with stamp Dated______________________________

39. 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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

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

Page 51: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

51

Name & Signature of the bidder with stamp Dated______________________________

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. Chromed steel frame 8” PVC castor, 24” 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 base, with V or T shapes handle made of Aluminum and wheels made of carbon fiber for light weight

12 Exercise Cycle Resistance system permanent magnet, transmission systems

poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35kg, overall dimension (LxWxH) 900x480x980mm.

13 Crutches (Aluminum) Walking aid made of aluminum gauge to be define will

adjustable height between 36” to 48” armrest is cushioned with high quality leather and based with rubber.

14 Elbow Crutches (Aluminum)

Walking aid made of aluminum gauge to be define will adjustable height between 29” to 42” with elbow support (plastic).

15 Walking Bars Steel Tubing & legs fitted with rubber feet.

Size: L=10 feet, W=2 feet, H=2 to 4 feet (adjustable)

16

C.P Chair Standard size for cerebral palsy children, with armrest made of steel of 20x20mm round pipe with extra-long back minimum 30” seat back and seat orcushion with high quality sofa cloth with V shape adapter wetch cushion, foot rest with 2 individual belts, 1ft chest and 1 ft pelvic adjustable.

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 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

Page 52: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

52

Name & Signature of the bidder with stamp Dated______________________________

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, blue, 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 (BTE Super Power)

Saturation Sound Pressure Level Peak: 140-db Gain(input 50db) Peak 81 db Frequency Range. Low frequency Limit 130Hz to 600 Hz. High frequency Limit 5500hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. Less than 20db Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting.

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

Page 53: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

53

Name & Signature of the bidder with stamp Dated______________________________

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

Page 54: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

54

Name & Signature of the bidder with stamp Dated______________________________

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 gauges with 4-durable shelves &

two lockable flush doors. Finished with silver hammer paint.

38 File Rack Size: 820x390x760mm (H)”

Structure having 02-shelves made of high density chipboard

pressed with both sides shisham veneer. Finished with N.C lacquer

39 Peon Bench (Wooden)

Size: 1525x370x460mm

Structure made of 25x25 mm mild steel square pipe (1.2 mm wall thickness), finished with silver powder coating. Top made of solid

shisham wood strips of size 1525x50x20 mm.

40

White Board Size: 6’X4’ Made of high density chipboard, pressed with one side white Formica and other side lamination, with solid shisham wood beading and one tray alongwith back support for hanging. Wooden part finished with N.C lacquer.

41 Computer Chair Seat & back cushioned with 1st quality foam covered with sofa

cloth, revolving base of nylon rubber legs with mild steel structure, without arms. Height adjustment with hydraulic jack.

42 Computer Table

Size: 1200x600x760 mm (H)

Top made of high density lamination board. Side panel made of high density chipboard pressed by shisham veneer on both sides.

One side drawer and two (02) open boxes for CPU & UPS, other side sliding shelf for keyboard, finished N.C lacquer.

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.

Page 55: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

55

Name & Signature of the bidder with stamp Dated______________________________

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)

Page 56: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

56

Name & Signature of the bidder with stamp Dated______________________________

4.

Delivery Time

(5)

5 nos. within the stipulated time. One

number will be deducted on each one

week given above date / period of

deliver

(Maximum 5 Marks)

5.

Nature of Business

(Supporting Documents must be attached)

(05)

Manufacturer 05 Marks

Dealer 03 Marks

(Maximum 05 Marks)

TOTAL MARKS (A+B) (100)

Note: Supporting documents (where demanded) must be attached and a face sheet showing page No. on

the documents may also be provided otherwise no marks would be awarded.

The bidder will be declared technically qualified if score of technical evaluation (A+B) is 70% or more.

16: Check List:

Please complete the following the check list before sending the tender documents:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr. No. Requirement Yes / No

01. The bidder is active tax payer

02. Bid Security @2% of total bid price attached with financial proposal in

original

03. Two separate envelope marked with “Technical Proposal” and “Financial

Proposal” are available in main (outer) envelope marked with bid reference

and package at top left corner of the envelope

04. No item of a package missed and rates of all items in a package quoted

05. No Erasing, cutting/ overwriting made. If made the same is properly singed and stamped

06. Envelopes are properly sealed

07. Name, title, contact number (landline, Mobile) fax number and e-mail address of the authorized representative provided

08. Bids are addressed to CEO DEA Dera Ghazi Khan.

09. All pages of bidding documents are properly signed and stamped at the

given place

Page 57: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

57

Name & Signature of the bidder with stamp Dated______________________________

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 : 06-04-2020 till 12:30 Noon Opening of tenders : 06-04-2020 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

Page 58: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

58

Name & Signature of the bidder with stamp Dated______________________________

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 06-04-2020 12:30 Noon

Opening of Date & Time 06-04-2020 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 Core-i7 (Latest Model with LED Screen alongwith Key Board, mouse, etc.

Processor: 9th Gen Intel Core-i7 (3.0 GHz, Base Frequency) or Higher Mother Board: Intel Chipset Memory: 8 GBDDRA or higher Hard Disk Driver: 1 TB HDD or higher Graphics & Sound: Intel integrated Network Adapter: Gigabit Ethernet with Wake on LAN (WOL) support LCD Display: 18.5” or higher LED Monitor, Low Radiation, Should be compatible with I/O Interface provided in the CPU Integrated: I/O interfaces, Six USB ports (2.0/3.0/3.1) One PCMPCLe Slot VGA/HDMI port Wireless LAN: Wireless 802.11b/g/n or ac Mouse & Keyboard: Mouse & USB Keyboard USB Wired keyboard, 2-Button USB 2.0 Optical Mouse with scroll Windows 10 home edition (Registered) Warranty: 01-year

01

Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother OR Equivalent.

01

Page 59: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

59

Name & Signature of the bidder with stamp Dated______________________________

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

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 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

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. Chromed steel frame 8” PVC castor, 24” 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 base, with V or T

05

Page 60: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

60

Name & Signature of the bidder with stamp Dated______________________________

shapes handle made of Aluminum and wheels made of carbon fiber for light weight

Exercise Cycle Resistance system permanent magnet, transmission systems poly V belt. Drive belt ratio: 1/11 fly wheel weight: 35kg, overall dimension (LxWxH) 900x480x980mm.

02

Crutches (Aluminum) Walking aid made of aluminum gauge to be define will adjustable height between 36” to 48” armrest is cushioned with high quality leather and based with rubber.

05 Pair

Elbow Crutches (Aluminum)

Walking aid made of aluminum gauge to define will adjustable height between 29” to 42” with elbow support (plastic).

05

Walking Bars Steel Tubing & legs fitted with rubber feet. Size: L=10 feet, W=2 feet, H=2 to 4 feet (adjustable)

05

C.P Chair Standard size for cerebral palsy children, with armrest made of steel of 20x20mm round pipe with extra-long back minimum 30” seat back and seat or cushion with high quality sofa cloth with V shape adapter wetch cushion, foot rest with 2 individual belts, 1ft chest and 1 ft pelvic adjustable.

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 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, blue, 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 (BTE Super Power)

Saturation Sound Pressure Level Peak: 140-db Gain(input 50db)

20

Page 61: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

61

Name & Signature of the bidder with stamp Dated______________________________

Peak 81 db Frequency Range. Low frequency Limit 130Hz to 600 Hz. High frequency Limit 5500hz. Equivalent Input Noise. 19 or 20db Inductive Coil Sensitivity. Less than 20db Battery-Type 675 Cell Zinc Air Battery Voltage 1.4V General Features: Fully digital amplifier with New design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, flexible fitting.

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)

01

Page 62: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

62

Name & Signature of the bidder with stamp Dated______________________________

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

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

50

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

01

Page 63: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

63

Name & Signature of the bidder with stamp Dated______________________________

with through back. Finished with N.C Lacquer polish

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 Almirahs

Size: 36”x18”x72” Made of mild steel sheet of 22 gauges with 4-

durable shelves & two lockable flush doors.

Finished with silver hammer paint.

05

File Rack

Size: 820x390x760mm (H)”

Structure having 02-shelves made of high density

chipboard pressed with both sides shisham veneer. Finished with N.C lacquer

03

Peon Bench (Wooden)

Size: 1525x370x460mm Structure made of 25x25 mm mild steel square

pipe (1.2 mm wall thickness), finished with silver

powder coating. Top made of solid shisham wood strips of size 1525x50x20 mm.

02

White Board Size: 6’X4’ Made of high density chipboard, pressed with one side white Formica and other side lamination, with solid shisham wood beading and one tray alongwith back support for hanging. Wooden part finished with N.C lacquer.

05

Computer Chair

Seat & back cushioned with 1st quality foam covered with sofa cloth, revolving base of nylon

rubber legs with mild steel structure, without arms. Height adjustment with hydraulic jack.

01

Computer Table

Size: 1200x600x760 mm (H)

Top made of high density lamination board. Side panel made of high density chipboard pressed by

shisham veneer on both sides. One side drawer

and two (02) open boxes for CPU & UPS, other side sliding shelf for keyboard, finished N.C

lacquer.

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

Page 64: TENDER DOCUMENT - PPRA SERVICES PORTAL · 2. Erasing, cutting/ overwriting should be avoided. However in case of erasing, cutting / overwriting, the same shall properly be signed

64

Name & Signature of the bidder with stamp Dated______________________________