21
GC UNIVERSITY LAHORE PURCHASE CELL BIDDING DOCUMENTS FOR PURCHASE OF STATIONERY ITEMS TO BUILD- UP UNIVERSITY STATIONERY STORE UNDER FRAME WORK CONTRACT Estd. 1864 Tender No. UPC/GCU/0017/20

GC UNIVERSITY LAHORE - Punjab Procurement Regulatory

Embed Size (px)

Citation preview

GC UNIVERSITY LAHORE PURCHASE CELL

B I D D I N G D O C U M E N T S F O R

P U R C H A S E O F S T A T I O N E R Y I T E M S T O B U I L D -

U P U N I V E R S I T Y S T A T I O N E R Y S T O R E U N D E R

F R A M E W O R K C O N T R A C T

Estd. 1864

T e n d e r N o . U P C / G C U / 0 0 1 7 / 2 0

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 1 of 20

The Primary Contact & Secondary Contact for all correspondence in relation to his bid is as follows: Primary Contact: Incharge University Stationery Store GC University, Lahore. Tel: 042-111-000-010, Ext: 454 Secondary Contact: Assistant Registrar (Purchase) GC University, Lahore. E-Mail: [email protected] Tel: 042-99213578 Bidders should note that during the period from the receipt of the bid and until further notice from the Primary Contact, all queries should be communicated via Primary Contact and in writing / e-mail only. In case of urgent situation where the Primary Contact cannot be contacted, the bidder may alternatively direct their queries through the Secondary Contact. Bidders are also required to state in their proposals the name, title, telephone / mobile, fax number and e-mail address of the bidder’s authorized representative through whom all communications shall be directed until the process has been completed or terminated. Note: GC University Lahore will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 2 of 20

1. Invitation of Bid: GC University Lahore invites sealed bids on the basis of single stage two envelopes procedure for the purchase of Stationery Items To Build-Up University Stationery Store Under Frame Work Contract from the active Taxpayers / Firms.

2. Instructions To The Bidders: Procurement will be made under Punjab Procurement Rules. It will be clearly understood that the Terms and Conditions mentioned in this

document are intended to be strictly enforced. Bids without supporting documents, valid documentary evidence, and bids

not conforming to terms and conditions given in the bidding documents will be liable for rejection.

The bidder must quote rates of all items with collective total.

3. Bid Preparation and Submission: The bid shall be filed in / accompanied by the prescribed Forms, Annexes,

Schedules, Drawings, Documents, Brochures, Literature, etc. which shall be completely filled in, stamped and signed by the bidder or his authorized representative. In case of copies, photocopies may be attested.

The Bids / Tenders should be submitted in two parts (1) Technical Proposal and (2) Financial Proposal. The Technical Proposal and Financial Proposal shall be submitted in separate covers.

Only those bids which qualify in the technical stage will be eligible for the Financial Proposal opening. The Financial Proposals of bidders who failed in the technical stage will not be opened.

A. Technical Proposal: The Technical Proposal will enable the Committee to evaluate whether the bidder is

technically competent and capable of executing the order and the specifications

offered by the bidder meet the ones given in the bidding documents.

The Technical Proposal shall be filled, signed and stamped in all pages. The

Committee will not be responsible for the errors committed in the bids by the bidders.

The Technical Proposal should not strictly contain any Price / Cost indications as such

otherwise the bids will be summarily rejected.

The Bidder should quote only one brand / model / make of each item.

Detail and order of documents to be furnished with the technical proposal.

The documents attached with the Technical Bid must be signed and stamped by the

bidder or his authorized representative. The documents attached must be numbered

and attached in the following order:

i. Covering letter duly signed and stamped by bidder or his authorized representative.

ii. Deposit receipt of the tender fee

iii. Original of bid security

iv. Copy of income tax registration certificate

v. Copy of sales tax registration certificate

vi. Copy of latest professional tax certificate (2020 – 2021)

vii. Detailed specifications / pictures of items / brochures / literatures

viii. Affidavit / Undertaking on stamp paper (As per sample)

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 3 of 20

ix. For experience evidence, copy of FBR returns, copy of supply / work orders may be

submitted along with proposal(s).

B. Financial Proposal: The Financial Proposal of the bidder shall include the price break up of taxes / duties.

All taxes / duties as applicable shall be responsibility of the bidders.

The cost quoted by the bidder shall be kept firm and unchanged for a period specified

in the Bid / Bidding Documents from the date of opening of the bid(s). The bidder

shall keep the price firm/unchanged during the period of Contract including

during the period of extension of time if any.

The quoted price will be inclusive of all taxes, duties, levies, freight (Transportation

charges), etc.

The bidder must quote rates of all the items, quoting the partial items is not allowed.

If the bidder does not quote for all items, its bid will not be accepted / considered and

shall stand rejected / disqualified.

Financial Proposal Covering Letter

Financial Proposal duly filled, signed and stamped by the Bidder or his authorized

representative.

C. Outer Cover: The Technical Proposal cover (Envelope -A) and Financial Proposal cover (Envelope

B) shall then be put in a single outer envelope and sealed. The outer cover shall be

marked as “Bid for supply of Stationery Items To Build-Up University Stationery

Store Under Frame Work Contract” and shall be addressed to “Vice Chancellor GC

University Lahore.”

4. Bid Currency: Bidder should quote price in Pak Rupees only and payments shall also be made in Pak Rupees only.

5. Validity Period of The Bid: Validity period of the bids shall be 90 days. In exceptional circumstances, the committee may ask the Bidders for an extension of

the period of validity. The request and the responses shall be made in writing. A bidder accepting the request will neither be required nor permitted to modify its tender.

6. Bid Security: In order to be considered, the financial bid must be accompanied by a bid security

of 2% of the total estimated price to be valid for 90 days from the tender opening date. Bid security from any schedule Bank of Pakistan in favor of the “Treasurer GC University, Lahore” will be acceptable. Bid not accompanied with the security as prescribed in the bidding documents will not be considered and will be rejected / disqualified.

Bid security should be furnished in the shape of CDR / SDR / Banker’s Cheque / Bank Guarantee.

Cheque or Cross Cheque shall not be accepted at all.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 4 of 20

The bid security shall be refunded to unsuccessful bidders after the decision for the award of the said tender.

The bid security of successful bidders shall be refunded after the successful execution of the work.

7. Late Bids:

Bidder will be responsible for ensuring that his / her bid is submitted in accordance with the instructions stated herein. Any bid not submitted by the deadline prescribed for submission of bid will not be considered even if it became late as a result of circumstances beyond the bidder’s control

8. Amendment of Bid Schedule:

At any time prior to the deadline for submission of bids, the committee may for any reason whether at its own initiative or response to a clarification requested by a prospective bidder, modify the bid schedule / bidding documents by amendment.

The amendment will be notified in writing or fax to all prospective bidders who have received the bid schedule / bidding documents and will be binding on them.

In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the purchaser may at its discretion extend the deadline for the submission of bids.

9. Each bidder will clearly indicate the number and date of CDR / SDR / Banker’s

Cheque / Bank Guarantee as detail below.

Amount of CDR / SDR / Banker’s Cheque / Bank

Guarantee Date

CDR / SDR / Banker’s Cheque / Bank Guarantee No.

Bank Branch

10. The bid security may be forfeited if a bidder: Refuses to accept Letter of Acceptance of the bid; or Fails to furnish performance security.

11. Delivery Time or Completion Schedule: As per purchase order.

12. Technical Evaluation Criteria A technically eligible bidder / vendor, based on conditions listed in this document, not

providing the verifiable proof will be rejected in Technical Evaluation, and its sealed / unopened Financial Proposal shall be returned back.

The bidders / vendors who have duly compiled with the Eligibility / Qualification and Evaluation Criteria will be eligible for further processing.

The bids which do not conform to the Technical Specifications or Bid conditions or the Bids from the Bidders / Vendors without adequate capabilities for the supply / services will be rejected.

The Eligible / Technically Qualified Bidders / Vendors will be considered for further evaluation.

The Technical proposals shall be evaluated by the technical evaluation committee in the light of following evaluation criteria.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 5 of 20

Category Description

Legal (Required)

Relevant business experience of last 05 years Valid Income Tax Registration Valid General Sales Tax Registration (Status = Active with FBR) Valid Professional Tax Certificate (2020 – 2021) Submission of undertaking on legal valid and attested stamp paper of minimum Rs: 50/- that the firm is not blacklisted anywhere in Pakistan. (Specimen attached) Submission of undertaking In full compliance of specifications, execution schedule and delivery period mentioned in bidding documents.

Experience / Financial Strength

Worth Rs: 0.4 Million of at least one Supply/work of similar nature in last two (02) years (Verifiable through relevant purchase orders / contracts)

Note: Verifiable documentary proofs for all above requirements are required and

13. Financial Proposal Evaluation I. Technically qualified / successful bidder(s) / Tenderer(s) shall be called for

opening of the Financial Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue indicated by the Purchaser accordingly.

II. The technically Eligible / Successful Bidder(s) / Tenderer(s) or their authorized representatives shall be allowed to take part in the Financial Proposal(s) opening

III. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules.

The Price evaluation will include all duties, taxes and expenses etc. In case of any

exemption of duties and taxes made by the Government in favor of the Purchaser, the

contractor shall be bound to adjust the same in the Financial Proposal.

IV. In cases of discrepancy between the cost/price quoted in Words and in Figures, the lower of the two will be considered.

V. In evaluation of the price of imported item(s), the price will be determined and considered inclusive of the customs and other import duties etc.;

VI. In evaluation of the price of articles/goods which are subject to excise duty, sales tax, income tax or any other tax or duty levied by the Government, the price will be determined and considered inclusive of such duties and taxes.

VII. The Purchaser will not be responsible for any erroneous calculation of taxes and all differences arising out as above shall be fully borne by the Successful Bidder. However, any subsequent changes in rates or structure of applicable taxes by the Govt. at any time during execution / evaluation period will be dealt with mutual consent.

14. Award Criteria At first step, eligible bidder(s) / tenderer(s) (Tender Eligibility) of this bidding

document fulfilling the qualification and technical evaluation criteria will stand technically qualified.

At second step, technically qualified and successful bidder(s) / tenderer(s) will be evaluated in the light of all Pre-Conditions, necessary requisites and shall be selected on lowest cost quoted as per rules and fulfilling all codal formalities, irrespective of their score in the previous step.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 6 of 20

15. Acceptance Letter

As per provisions of Rule (55) of Punjab Procurement Rules, the Purchaser shall issue the Acceptance Letter to the successful bidder, at least after 10 days of announcement of bid evaluation reports (Ref. Rule-37 of PPRA Rules) and prior to the expiry of the original validity period or extended validity period of the Tender, which shall constitute a contract, until execution of the formal Contract.

16. Performance Security The successful bidders may furnish Performance Security as under:

I. In the form of CDR / SDR / Banker’s Cheque / Bank Guarantee, issued by a scheduled bank operating in Pakistan in favor of Treasurer GC University Lahore;

II. For a sum equivalent to 10% of the bid value; III. Denominated in Pak Rupees; IV. Have a minimum validity period until the date of expiry of warranty period, support

period or termination of services, or fulfillment of all obligations under the contract / purchase order, whichever is later. No other shape or form of performance security shall be acceptable with any validity less than the prescribed time period.

V. The Performance Security shall be payable to the Purchaser, on occurrence of any / all of the following conditions: a) If the bidder commits a default under the Contract / Purchase Order / Work Order. b) If the bidder fails to fulfill the obligations under the Contract / Purchase Order. c) If the bidder violates any of the terms and conditions of the Contract / Purchase

Order. d) If the bidder fails / delays in performance of any of the obligations, under the

Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract, the Purchaser may without prejudice to any other right of action / remedy it may have, forfeit Performance Security of the bidder.

e) Failure to supply required items/services within the specified time period will invoke penalty as specified in this document. In addition to that, Performance Security amount will be forfeited and the company will not be allowed to participate in future tenders as well.

17. Inspection The Committee shall inspect Stationery Items To Build-Up University Stationery

Store Under Frame Work Contract supplied, the Services provided, under the contract

/ purchase order to verify their conformity to the technical specifications.

After the inspection if the Committee is of the opinion that items do not conform to

the specification and the criteria mentioned above, the Committee may reject

them, and the supplier shall either replace the rejected goods or make all alterations

necessary to meet the requirements of the specifications free of cost to the

University.

General Terms & Conditions

1. All pages of bidding documents are mandatory to be signed / stamped, meaning thereby bidder agrees to our terms & conditions mentioned herein, failing which the bid may be disqualified / rejected.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 7 of 20

2. Bidders must quote specifications / technical / financial bid on the Letter Head of their company and each page of the bid and bidding documents must be signed and stamped.

3. The bidder shall clearly mention all information precisely regarding bid validity, delivery schedule and the schedule of technical data / literature. Any incomplete information as required shall render the offer for rejection.

4. Bidding organization must have at least five years of experience in business for supply of quoted items to reputed Government organizations / departments. For evidence, copy of FBR returns, copy of supply / work orders may be submitted along with proposals.

5. The quoted Free on Consignee Store (FCS) price shall be firm and final and not subject to escalation for any reason whatsoever.

6. Bidders must quote the rates of all items, failing which the bid will not be accepted. 7. In case of discrepancy between unit price and total, the unit price shall prevail. 8. The bidder is required to offer competitive price. All prices must include the general

sales tax and other taxes / duties, if applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes / duties.

9. Evaluation / Comparison will be carried out on 01 lot package / cumulative basis. 10. Letter of Acceptance (LOA) will be issued to the successful bidder whose bid is

determined to be technically responsive and financially lowest evaluated. 11. The bid shall contain no interlineations, erasures or over writing except as necessary

to correct errors made by the bidder, in which case such corrections shall be signed by the person or persons.

12. GCU reserves the right to increase / decrease quantities during the currency of the contract. 13. The bidder will invariably provide warranty / guarantee of spare and consumables. 14. Successful bidder shall have to enter into contract agreement, where needed, on

standard terms & conditions of bidding regarding items, technical specifications, their costs, delivery time, removal of defects, warranty, inspection & completion certification of qualitative and quantitative aspects, billing, payments, closing of contract and other necessary terms.

15. After LOA the bidder may be asked to provide sample of the each item free of charge for verification of quality and conformance to the specifications, before award of contract / purchase order.

16. The Committee may cancel LOA if the sample provided by the bidder is of low quality and not matched or not as per specifications given in the bidding documents.

17. Purchase / Supply order shall be issued only subject to the approval of such samples. 18. The Committee shall have the right to inspect and / or test the goods to confirm their

conformity with respect to specifications mentioned in the Purchase Order. The representative of Purchase Cell will witness the inspection (where so required).

19. Should any inspected or tested goods fail to conform to the specifications the Committee shall reject them and bidder shall replace the rejected goods.

20. All costs incurred on such replacement shall be entirely born by the bidder. 21. The bidder shall warrant that all goods supplied under Purchase Order shall be

according to specifications given in Purchase Order. 22. The Purchase Cell shall promptly notify the bidder in writing, of any claims

arising under this warranty. 23. Rejected items / goods shall be removed / replaced by the bidder immediately

from the receipt of letter issued by the Purchase Cell. 24. The bidder / vendor is bound to supply the whole quantity in a single consignment

within due date. In case of delay in delivery of supply beyond the given time, the bidder / vendor shall be liable to pay a fine an amount of Rs: 500/- per day and / or up to 10% of the total work order / bill / bid value.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 8 of 20

25. The items / goods shall be supplied strictly in accordance with the specifications mentioned in the purchase / work order. In case the firm / bidder is held responsible for supplying the goods which fall below the standard specified in the purchase order, the firm / bidder shall be blacklisted and barred from participation in future tenders or fined or both. The UPC reserves the right to impose any amount of penalty and / or forfeit the bid security / performance security.

26. Income Tax and Sales Tax will be deducted at source as per Government Rules. 27. In case of any dispute the decision of the University Purchase Committee / Vice

Chancellor will be final. Note: Grievance petition(s) (if any) against the technical evaluation shall only be entertained

before the opening of financial bid(s). The petition(s) after the opening of financial bid(s) would remain restricted to the financial bid(s) only.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 9 of 20

AFFIDAVIT / UNDERTAKING I, _________________________ S/O: _________________________ resident of

___________________________________________________________________________

having CNIC No: _________________________ do hereby solemnly declare and affirms:

1. That the deponent is the sole Proprietor / CEO / Director / Manager of the firm M/s_________________________________________________________________.

2. That my firm has never been blacklisted from any of Provincial or Federal Government or Semi Government Department or any other Govt. agency / department / institution etc. and is not a Tax defaulter anywhere in Pakistan.

3. That my firm has never been failed in completion of any Government or Semi Government contracts, whatsoever.

4. That my firm is not involved in any litigation with any Government or Semi Government Department and have not been adjudged an insolvent.

5. That no execution of decree or order of any court remains unsatisfied against me or my firm.

6. That we have not been convicted of any crime. 7. That undersigned affirm that the terms and conditions as contained in the bidding

documents have been read and accepted. 8. That I am satisfied with all the proceedings of the GC University, Lahore. 9. That all above contents are true and correct. If all or any of the above contents found

wrong or incorrect, I shall be responsible for the consequences and GCU Lahore may take any legal action against me or my firm and also cancelled the bid / contract and may also stop payments / and or forfeit the bid security / performance security.

Deponent Verification: On ________________ at_______________ that all above affidavit / undertaking is true and correct to the best of my knowledge.

Deponent

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 10 of 20

Format for Covering Letter on the letter head of the firm To Vice Chancellor GC University, Lahore. Subject: Purchase of Stationery Items To Build-Up University Stationery Store

Under Frame Work Contract Dear Sir,

a) We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two separate envelopes.

b) Having examined the bidding documents and Appendixes we, the undersigned, in conformity with the said document, offer to provide the said items on terms of reference to be signed upon the award of contract for the sum indicated as per financial bid.

c) We undertake, if our proposal is accepted, to provide the items / services comprise in the contract / purchase order within time frame specified, starting from the date of receipt of notification of award.

d) We agree to abide by this proposal for the period of 90 days starting from the date of opening of technical bid and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

e) We understand that you are not bound to accept a lowest or any bid you may receive, and that you will not defray any expenses incurred by us in bidding.

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm and Address

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 11 of 20

Technical Proposal Submission Form on the letter head of the firm (Part of Technical Bid Envelope)

[Location, Date] To Vice Chancellor GC University, Lahore. Dear Sir,

We, the undersigned, offer to provide the Stationery Items To Build-Up University Stationery Store Under Frame Work Contract in accordance with your Request for proposal / bidding document.

We also confirm that the Government of Pakistan / Punjab has not declared us, or any, ineligible on charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore, pledge not to indulge in such practices in competing for or in executing the Contract, and we are aware of the relevant provisions of the Proposal Document.

We understand you are not bound to accept any Proposal you receive.

Authorized Signature

Name and Designation of Signatory Name of Firm and Address

SPECIFICATIONS AND SCHEDULE OF REQUIREMENT

Must be filled separately on the letterhead of the firm (Part of Technical Bid Envelope)

Sr. No.

Items Specifications Quantity

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 12 of 20

Financial Proposal Submission Form on the letter head of the firm (Part of Financial Bid Envelope)

[Location, Date] To Vice Chancellor GC University, Lahore. Dear Sir,

We, the undersigned, offer to provide the Stationery Items To Build-Up University Stationery Store Under Frame Work Contract in accordance with your request for proposal / bidding documents and our attached Financial Proposal is for the sum of (insert amount in words and figures).

Our financial proposal shall be binding upon us up to expiration of the validity period of the Proposal.

We also declare that the Government of Pakistan / Punjab has not declared us or any Sub-Contractors for any part of the Contract, ineligible on charges of engaging in corrupt, fraudulent, collusive, or coercive practices. We furthermore, pledge not to indulge in such practices in competing for or in executing the Contract, and are aware of the relevant provisions of the Proposal Document.

Authorized Signature

Name and Designation of Signatory Name of Firm and Address

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 13 of 20

Price Schedule / Financial Cost Sheet Must be filled separately on the letterhead of the firm

(Part of Financial Bid Envelope)

Sr. No.

Item Description with Detail Specifications / Brands / Models etc.

Quantity Price Per

Unit (PKR)

Total Cost without G.S.T

G.S.T Total Price (Incl. of All

Taxes)

Total Cost (in words): _______________ Total GST: _______________ Grand Totals: _______________ Note:

i. Quoted items must be legally imported in Pakistan after paying all taxes (Where Applicable).

ii. Standard Warranty iii. Prices must be quoted for all items. iv. All items must be quoted for successful quote. Partial quotes are not acceptable and

will be rejected. (Where Applicable). v. Bidder must quote proper brands and models of the required items, bidders without

quoting proper BOQ or brand/ model will be rejected. The Contract / Completion of Work duration shall be maximum 30 days, starting from the date of issuance of Letter of Acceptance or as per purchase order. Date: _______________ Place: _______________

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm and Address

Note: No cutting or overwriting is allowed. Any cutting or overwriting may lead to rejection of the financial bid.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 14 of 20

Tender No: UPC/GCU/0000/20 (On E

Stamp Paper of Rs: 100/-)

(To be typed on correctly valued stamp Performance Warranty Bond Guarantee

paper and to be issued by a scheduled No: _____________________________

bank operating in Pakistan). Date: ____________________________

Amount: _________________________

Valid up to 30th June 2021

GC University, Lahore

P.O Box 54000

Dear Sir,

Performance Warranty / Bond Guarantee

As per request of M/s _________________________________________________________

We hereby issue our letter of Guarantee No. _______________________________________

in your favour on Account _____________________________________________________

for a sum not exceeding Rs: ____________________________________________________

(Rupees __________________________________________ being 10% of the total value of

your Order No: ______________________ dated: ___________________ (Excluding Sales

Tax) as a Performance Warranty / Bond Guarantee as per requirement and specifications

mentioned in the order under the following terms and conditions:

1. This guarantee is available for payment, without recourse to the opener, against beneficiary’s first written call to do so accompanied by written statement certifying that the opener failed to comply with the terms and conditions of the order / contract.

2. The Guarantee Bond shall terminate after expiry of the contract. All claims under this guarantee must be submitted to us not later than the said validity date

after which guarantee becomes automatically null and void, and the bank will stand

discharged and released from all its liabilities hereunder.

Name of Bank

Sd/-

Officer (Seal) Manager

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 15 of 20

List of Stationery Items Sr. No.

Items Specifications Accounting

Unit Quantity

1 Attendance Register Lion Press (100) No's 60

2 Ball Point (Blue=7,000, Black=3,000, Red=2,500)

Picasso No's 12,500

3 Ball Point Uniball Signo Original Japan No's 500 4 Binder Clips, 19-mm Diamond No's 750 5 Binder Clips, 25-mm Diamond No's 750 6 Binder Clips, 32-mm Diamond No's 750 7 Binding Tape Fine Quality No's 75 8 Box File, Legal Size, Fiber Shakir 512 No's 500 9 Chit Pads Imported Paper No's 250 10 Damper (Water Bank) Fine Quality No's 50 11 Drawing Pins Fine Quality Packet 100 12 Dispatch Register Lion Press (100) No's 60 13 Diary Register Lion Press (100) No's 60 14 Drafting Pad, A/4 Size Hero Brand Pad 250 15 Envelops White, Size: 9 x 4 Imported Paper No's 2,500 16 Envelops Khaki, Size: A/4 Fine Quality No's 10,000 17 Envelops Khaki, Size: F/S Fine Quality No's 10,000 18 Envelops Khaki, Size: 9 x 4 Fine Quality No's 10,000 19 File Separator Fine Quality Set 50 20 Four Flapper Fine Quality No's 500 21 Fluid Marker Pelikan No's 75 22 File Flapper Fine Quality No's 1,500 23 Gum Stick UHU 40-Gram Imported No's 500 24 Highlighter Pelikan No's 500 25 Ink Dollar Small (Blue=40, Black=10) Dollar No's 50 26 Lead Pencils Gold Fish No's 5,000 27 Marker Permanent (Blue=250, Black=250) Snowman No's 500 28 Marker Tempo (Blue=300, Black=200) Tempo No's 500 29 Masking Tape Fine Quality No's 100 30 Paper Weight Fine Quality No's 30 31 Pen Holder Dux No's 75 32 Punch Machine One Hole Opal No's 100 33 Punch Machine Two Holes Opal No's 150 34 Punch Machine Heavy Duty KW – Trio 9670 No's 06 35 Paper Cutter Fine Quality No's 300 36 Paper Clip 3 Flower Packet 250 37 Plastic Files Tray Fine Quality No's 50 38 Post-It Notes, Size: 3 x 3 Pronoti Pad 150 39 Post-It Notes, Size: 3 x 5 Pronoti Pad 150 40 Post-It Tape Flags Pronoti Pad 150 41 Pen Stand Marble No's 30 42 Pokar Fine Quality No's 50

43 Pointer (Blue=3,000, Black=1,000, Red=500, Green=500)

Dollar No's 5,000

44 Rubber Soft Millon No's 750 45 Rubber Band Q Band Packet 50 46 Register No: 20 Hero No's 1,000 47 Ring Binder, Size: F/S First 2-25-D No's 500 48 Roller Steel Fine Quality No's 50 49 Stapler Max Original Japan No's 125 50 Stapler Pins, Size: 24/6 Dollar Packet 2,500 51 Stapler Pins, Size: 23/17 Dollar Packet 75

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 16 of 20

52 Stapler Heavy Duty Deli Pro 0395 No's 10 53 Stamp Pad (Blue=100, Black=50) Shiny Brand No's 150 54 Sharpener Plastic Dux No's 1,000 55 Scotch Tape, Size: 1" Dear Brand No's 500 56 Scissor Sensa 9.5 No's 75 57 Stamp Pad Ink (Blue=200, Black=50) Sense Bottle 250 58 Stapler Pin Remover KW-Trio 0508B No's 125 59 Short Hand Note Book Fine Quality No's 150 60 Tape Dispenser (Metal) Large Size Owner 45 No's 40 61 Tag Large Size Fine Quality Bundle 500 62 Tag Small Size Fine Quality Bundle 500 63 White Fluid Pelikan Set 150 64 White Board Marker (Black) Snowman No's 10,000 65 White Board Duster Snowman No's 750 66 White Board Marker Ink (Black) Sensa No's 1000

Note: Kindly visit the University Stationery Store, GC University, Lahore during office

hours for seeking any further clarification about the work / specifications / samples of above items before participating in the tender.

Technical Committee:

1. ____________________

2. ____________________

3. ____________________

4. ____________________

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 17 of 20

Special Terms & Condition Regarding Purchase of Stationery Items for The Year 2020 – 2021

1. The GCU officials before award of the contract may seek clarifications and samples

quoted items from bidding organizations (if needed). 2. The bidder shall provide free of charge single specimen sample of their respective

quoted items against given relevant list of Stationery items. 3. Successful bidder shall have to enter into contract on standard terms & conditions of

bidding regarding items, technical specifications, their costs, delivery time, removal of defects, warranty, inspection & completion certification of qualitative and quantitative aspects, billing, payments, closing of contract and other necessary terms.

4. GCU approved samples of required items are available in GCU Stationery store for convenience of bidders.

5. Tentative quantity shall not be binding on GC University Lahore. 6. Bids shall be evaluated on the basis of conformity of quoted samples to GCU

approved samples together with financial proposal. 7. Supply orders shall be awarded on GCU Stationery Store’s requisition on periodic

basis. 8. The Bidder should be fully and completely responsible for all the deliveries and

deliverables to the GCU Stationery Store. 9. Bidders are also required to state, in their proposals, the name, title, contact

number (landline, mobile), fax number and e-mail address of the bidder’s authorized representative through whom all communications shall be directed until the process has been completed or terminated.

10. Failure to supply required items/services within the specified time period will invoke penalty as specified in this document.

11. The quoted price shall be: (i) In Pak Rupees: (ii) Best / final / fixed and valid until completion of all obligations under the

Contract i.e. not subject to variation / escalation: (iii)Inclusive of all taxes, duties, levies, freight, etc. (iv) Including all charges up to the delivery point at the GCU stationery store. (v) If not specifically mentioned in the Tender(s), it shall be presumed that the quoted

price is as per the above requirements. (vi) Where no prices are entered against any item(s), the price of that item shall be

deemed be free of charge, and no separate payment shall be made for that item(s). 12. The successful bidder shall furnish Performance Security as under:

a) Within ten (10) working days of the receipt of the Acceptance Letter from the GCU Lahore.

b) Issued by a scheduled bank operating in Pakistan, in form of CDR / SDR / Banker’s Cheque / Bank Guarantee (As Per Prescribed Format) denominated in Pak Rupees:

c) Have a minimum validity period of one year from the date of Award of contract or until the date of expiry of contract i.e. 30th June 2021.

d) The successful bidder shall submit Performance Security in form of CDR / SDR / Banker’s Cheque / Bank Guarantee (As Per Prescribed Format) of 10% of the total contract price.

e) The Performance Security shall be payable to the GCU Lahore, on occurrence of any / all of the following conditions:

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 18 of 20

If the bidder commits a default under the contract: If the bidder fails to fulfill any of the obligations under the Contract. If the bidder violates any of the terms and conditions of the

contract. The Performance Security shall be returned to the Contractor within

30 working days after ending of the agreement on his written request. 13. The bidder shall bear all costs / expenses associated with the preparation of the

Contract and the GCU Lahore shall in no case be responsible / liable for those costs / expenses. The successful bidder shall provide legal stamp papers worth Rs: 1,200/- for signing of the formal contract.

Secretary UPC GC University, Lahore.

Frame Work Contract for Purchase of Stationery Items for The Financial Year 2020 – 2021

This agreement for the purchase of Stationery Items to build up University Stationery Store for time to time during the financial year 2020 – 2021 is made on this _______________ between Government College University Lahore through University Purchase Committee (UPC) (hereinafter called the first party) of the one part & M/s. _______________, (hereinafter called the second party) of the second part and whereas the second party has agreed for supply the Stationery Items during the financial year 2020 – 2021 under the following terms and conditions which have been produced into writing hereto and which are hereunder recited: NOW THEREFORE THIS CONTRACT / AGREEMENT WITNESS AS FOLLOWS:

1. The period of agreement will be from _______________ To 30th June 2021. 2. The agreement is solely for supply of Stationery Items (List Attached) as per the directions of

the first party and no other activity of whatsoever nature will be undertaken / carried out by the second party.

3. Second party shall maintain the same quality of the stationery items as approved by the first party.

4. The second party shall not assign or sub-contract its obligations under the Contract, in whole or in part.

5. The second party will abide by the rules and regulations that the first party may make or adopt from time to time or applicable on the first party.

6. Stationery items will be delivered in a single consignment to the First Party within 10 days from the date on which the supply order issued, failing which Second Party will pay Rs: 500/- per day and or subject to 10% of the total cost of supply to the firs party as late delivery penalty.

7. Second Party shall not disclose or pass the information to anyone and will maintain complete secrecy in this regard.

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 19 of 20

8. If the Second Party fails / delays in performance of any of the obligations, under the Contract violates any of the provisions of the Contract, commits breach of any of the terms and conditions of the Contract or found to have engaged in corrupt or fraudulent practices in competing for the award of contract / letter of acceptance or during the execution of the contract the First Party may without prejudice to any other right of action / remedy it may have, blacklist the second party, either indefinitely or for a stated period, for future tenders in public sector, as per provision of Punjab Procurement Rules.

9. If the Second Party supply any fake / defected or not of original product / items, the first party may also take legal action at all legal forums against the second party and its co- offenders, it is in addition of as stated in clause 08 and general & special terms and conditions mentioned in the bidding documents.

10. The Second Party shall submit an application / invoice for payment, to the Purchase Cell. 11. The application for payment shall:

(i) Be accompanied by such invoices, sales tax invoices, receipts or other documentary evidence as the first party may require;

(ii) State the amount claimed; (iii)And set forth in detail, in the order of the Price Schedule, particulars of the Goods /

Items supplied, up to the date of the Application for Payment and subsequent to the period covered by the last preceding Payment, if any.

12. The Purchase Cell shall get verified the details of Goods / Items delivered against the invoice from the University Stationery Store.

13. The First Party shall make payment to the second party for the Goods supplied, through cross Cheque.

14. The Second Party shall provide their information as given format of first party for payment which includes bidding document for Stationery Items, Signature & Stamp.

15. No advance payment shall be made to the second party. 16. All taxes will be deducted by the first party as per Government Rules. 17. The First Party may at any time, by written notice served to the Second Party, alter or

amend the contract for any identified need / requirement in the light of prevailing rules and regulations.

18. First Party reserves the right to increase / decrease quantities during the currency of the contract.

19. The Change, mutually agreed upon, shall constitute part of the obligations under this Contract, and the provisions of the Contract shall apply to the said change. No variation in or modification in the Contract shall be made, except by written amendment signed by both the First and second party.

20. The First Party reserves the right to cancel and terminate the agreement / contract at any time without assigning any reason and without any notice.

21. In case of violation of any of the clauses of the contract / agreement the first party can impose fine to the second party and or cancel / terminate the contract / agreement without assigning any reason and without any notice.

22. The First Party may, for a specified period, debar the 2nd Party from participating in any public procurement process of the GC University Lahore, If the bidder or contractor has:

a) Acted in a manner detrimental to the public interest or good practices; b) Consistently failed to perform his obligation under the contract; c) Not performed the contract up to the mark; or d) Indulged in any corrupt practice.

23. In case of any difference between the parties on the interpretation of the clauses of the agreement or in case of any eventually not covered by the agreement, the matter will be

Bidding Documents for Purchase of Stationery Items Under Frame Work Contract Purchase Cell, GC University, Lahore

Chairperson / HOD / In-charge Sign & Stamp of the Bidder Page 20 of 20

referred to the sole arbitration of the Vice Chancellor, Government College University Lahore in accordance with the provision of the arbitration act 1940.

24. In case of any dispute the decision of the Vice Chancellor GC University Lahore will be final.

25. Approved rates shall be final / fixed and valid until completion of the contract date (30th June 2021). IN WITNESS WHERE OF the parties to this agreement have put their respective signature with stamp hereto in the presence of the witness mentioned below on the day and year first above mentioned: FIRST PARTY SECOND PARTY Through Through _________________________ _________________________ _________________________ _________________________ WITNESSES 1. _______________________ 2. _______________________

____________________ COUNTERSIGNED