299
FURNITURE TENDERS SEP 2012 www.mavenpk.com

Furniture Tenders Sep 2012

  • Upload
    maven

  • View
    232

  • Download
    11

Embed Size (px)

DESCRIPTION

Furniture Tenders Sep 2012

Citation preview

Page 1: Furniture Tenders Sep 2012

FURNITURETENDERS

SEP 2012

www.mavenpk.com

Page 2: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 3: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 4: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 5: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 6: Furniture Tenders Sep 2012

Dated:- 29th August. 2012.

STATE LIFE Insurance Corporation of Pakistan, 2nd Floor Sattar Complex Stadium Road, Sahiwal Zone.

TENDER NOTICE STEEL IRON RACKS & ALMIRAH # P&GS/07/2012 SAHIWAL.

Sealed financial bids are invited from pre-qualified GST/NTN registered firms having own office phone/Fax number ( if found contrary the tender will be rejected) preferable based at Sahiwal for the following items on given terms and conditions. S.No. DISCRIPTIONS QUANTITY 1. Steel Iron Racks 8’x 4’ x 15” deep 10 Nos. 7 shelves 20 guage finish with grey paint Angle Iron Frame 2. Steel Almirah 03 Nos Height 6’ width 3’ depth 18” shelves 4 3. Cash Safe. 01 No. Height 3’ width 2’ depth 2’ Iron sheet Inner side 18 guage out side 16 guage Locker + 2 drawer. TERMS AND CONDITIONS. 1. Security amount must be deposited equal to 05% of the approximate value of the tender in form of “ Cash Payment “ , “ Call Deposit Receipts “ in favor of State Life Insurance Corporation of Pakistan, Zonal Office Sahiwal which will be refunded to the un-successful parties on the spot and the refundable cash payment or CDR will be detained of the successful parties till the completion of Tender. No tender will be acceptable without earnest money. 2. Rates should be valid for 30 days . Tender closing date 18-09-2012 at 11.00 am. Tender opening date 18-09-2012 at 11.30 am positively. 3. On finding sub standard quality as and when noticed during process, the Deposit Security will be forfeited in favor of the Corporation.

mavenpk.com

0303-44-718-44

Page 7: Furniture Tenders Sep 2012

4. Price must be quoted with Income Tax and G.S.T. as per Govt. Rules. 5. The firm/suppliers in-question will be bound to supply the required items as whole consignment within 10 Days from the issuance date of supply order/ work order. 6. Successful bidder will provide the items in State Life Zonal Office situated at 2nd Floor Sattar Complex Stadium Road Sahiwal. 7. The bidders will attach their respective copies of N.T.N and Sales Tax Certificates. Order will be placed to bidders on lowest items rates. 8. Sealed Tenders duly completed in all respects must be reached to the undersigned by Courier Service/by post latest by 18-09-2012 at 11.00 am excepted Sunday as per above mentioned data/time. 9. The Income Tax will be deducted @ 3.5% plus 16% surcharge on Income Tax at source on the total value of tender. 10. The order will be placed to the item wise lowest bidders. 11. Tender documents with complete specification can be obtained from the Office of the undersigned on payment of Rs.100/- as tender fee ( non refundable ) in shape of Pay Order/Bank Draft in favor of State Life Insurance Corporation of Pakistan. 12. The Corporation reserves the rights to cancel/reject or reduce the tender quantity any or all the Tenders. 13. The envelop should be marked QUOTATION STEEL IRON RACKS, ALMIRAH & Cash Safe the rate should be include transportation/Courier Cost. For further details the undersigned may be contacted during working hours in person or telephonically on Phone No. 040-9200027. Secretary/Member Zonal Procurement Committee, Sahiwal.

mavenpk.com

0303-44-718-44

Page 8: Furniture Tenders Sep 2012

Tender Notice

Sealed tenders are invited from the well reputed GST registered firms for the supply of Computer Chairs with the following details: S.No. Items

Description QTY Specification

01 Computer Chairs without arms

150 Hydraulic base Imported/Taiwan or equivalent Foam :Class 1 ,Master/Diamond or equivalent with 10 year warranty Fabric: Good Quality Color: Bright Chair Warranty : At least 3 years

Terms & Conditions:

1. Tender Documents containing details and terms & conditions can be obtained on payment of Rs.1000/- in shape of pay order/DD drawn in the name of CIIT Islamabad before closing date.

2. Sealed envelope should reflect the tender title, tender number and its Closing / opening Date (if any).

3. Tenders complete in all respects should reach the undersigned before

1100 hrs on September 14, 2012 (Friday). The tenders shall be accompanied by Earnest Money (refundable) @ 2% of the quoted price in shape of pay order/ bank draft in favour of CIIT Islamabad. Tenders will be opened publicly at 1130 hrs on the same day in Office of the Purchase Officer at the address given below in presence of the representatives of parties, who like to be present.

4. Bidders are required to bring furnished samples at the time of submission

of bids.

5. The prices quoted by the bidders would be considered as inclusive of all taxes.

6. The quantities may vary according to requirements.

7. The firms/companies with ready-stock will be given preference.

8. The vendor shall be bound to deliver / complete the approved items/

service within seven days after the issuance of purchase/ work order.

9. The CIIT reserves the right to accept/reject any proposal or cancel the

tender process at any time as per PPRA rules.

Razzaq Ahmed Purchase Officer COMSATS Institute of Information Technology Faculty Block-II ,Park Road ,Chak Shahzad ,Islamabad Tel: 9247000-3 ( Ext – 5039 & 5040), Cell: 0333-5531126

mavenpk.com

0303-44-718-44

Page 9: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 10: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 11: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 12: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 13: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 14: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 15: Furniture Tenders Sep 2012

Pre-Qualification/Tender Notice

Sealed Tenders on item basis are invited from reputed, experienced and registered firms /companies at COMSATS Institute of Information Technology (CIIT) Campus, Chak Shahzad, Islamabad for the works 1. Providing & Installation of Remote Control Blinds on Windows of Executive Office Faculty Block-I at CIIT. 2. Providing Seal Coat on Carpet Road Behind Academic Block-I to Faculty Block-II at CIIT Campus. 3. Development of Area in Front of Gate No. 02 for Pick & Drop Service of Students at CIIT Campus. 4. Providing Steel Shed for Staff Canteen in CIIT Campus, Chak Shahzad, Islamabad. 5. Civil Works Required in Academic Block-I at CIIT Campus, Chak Shahzad, Islamabad. The tender documents containing the details and specifications of the materials may be obtained from the office of the undersigned during office hours at the cost of Rs. 1,500/- each non refundable from September 10, 2012 to September 27, 2012 (1100 hours). The tenders will be opened on September 27, 2012 at 1130 hours.

_______________________________________________________________________________________ CIIT reserves the right to accept or reject part or whole of the tenders any time prior to the acceptance

of a proposal. The unsuccessful contractor participating in the tender shall be informed the reason (s) for the rejection of their proposal, however, CIIT shall not be liable to justify those reasons.

http://www.ciit.edu.pk www.ppra.org.pk

Project Director CIIT Campus at Park Road, Chak Shahzad Islamabad

Phone : 051-9247000-Ext-313

COMSATS IInnssttiittuuttee ooff IInnffoorrmmaattiioonn TTeecchhnnoollooggyy

mavenpk.com

0303-44-718-44

Page 16: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 17: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 18: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 19: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 20: Furniture Tenders Sep 2012

STATE LIFE Phone # 05827-927454 INSURANCE CORPORATION OF PAKISTAN 05827-927455 MIRPUR (AK) ZONE Fax # 05827-927466 Bary Mian Plaza, 05827-927470 Kotli Road, Mirpur (AK)

Dated: 03/09/2012

RE-TENDER NOTICE NO.MRAK/FURNITURE & FIXTURE/05/2012 Sealed financial bids are invited from reputable furniture fixture suppliers preferably registered with Sales Tax

Department having their own offices and phone/fax numbers, (if found contrary the tender will be rejected) for

the supply of following as per detail given hereunder:

DESCRIPTION OF FURNITURE Quantity Delivery

Schedule 2012

Closing date

and time for

submission

of Bids

Date/Time of

opening of Bids

Office Tables 5*3*2.5 ft with 3

drawers in the right and one drawer

and a shelf/box in the left side

5 Within 30 days

after placing

supply order

24.09.2012 at 11:00 a.m.

24.09.2012 at 11:30 a.m.

Revolving Chairs Canning 5 “do” “do “do”

Central Table 3 Pieces each 5 “do” “do “do”

Side Rack 4*2.5*1.5 ft 5 “do” “do “do”

Visitor Chairs with Arm & Cushion 15 “do” “do “do”

Steel Almirah 3*4*6 ft OR File

Cabinets 4 drawers

5 “do” “do “do”

Sofa Sets (Five Seater 3+1+1) with

Arm & cushion OR Single Seat

Foam best quality without Arm

5 Sets Or 25 single seats

“do” “do “do”

Carpet Syntactic with sample for

S.O/AO/Zonal Head Sectt

Rate per Sqft “do” “do “do”

TERMS & CONDITIONS: 1. Bids should be sent along with a Pay Order/Bank Draft of the 2% of the bid value in favor of State Life Insurance Corporation of Pakistan, Mirpur (AK) Zone as earnest money, which will be refunded /returned

mavenpk.com

0303-44-718-44

Page 21: Furniture Tenders Sep 2012

immediately after the completion of Z.P.C process to the unsuccessful bidders and after satisfactory completion of job to successful bidders. 2. Tender closing/Opening date, Time has mentioned above which should be followed strictly. Bids not submitted within the stipulated time will not be included in the biding process. 3. The delivery of the items must be made within 30 days after placing the supply order of the required items. 4. Bids will be opened in the office of In-Charge P&GS, State Life, 2nd Floor Baray Mian Plaza, Kotli Road, Sector F-1, Mirpur (AK) on date and time as specified above in the presence of those bidders or their authorized agents, who wish to participate at the occasion of opening of bides. 5. All the bids must include G.S.T. and all other Govt. Taxes where applicable. 6. No bid will be entertained without earnest money. 7. The envelopes should be marked as “QUOTATION FOR FURNITURE AND FIXTURE”. 8. Competent Authority reserves the right to reject all bids or proposals at any time prior to acceptance of a bid or proposal. However State Life on request shall communicate to any supplier or contractor who submitted a bid or proposal, the grounds for its rejection of all bids or proposals but not need to justify these grounds. 9. Income Tax will be deducted as per prevailing rates at the time of payment to the supplier as per Government Rules. GST will be charged and deducted according to GST Rules of Government of Pakistan where applicable. 10. On finding sub standard quality as and when noticed during process, the security deposit may be forfeited in favour of the Corporation. 11. No Transportation Charges for the delivery of items will be payable.

Secretary Zonal Procurement Committee State Life, Baray Mian Plaza, Kotli Road, F-1

MIRPUR AZAD KASHMIR ZONE, Ph.05827-927454, Fax.05827-927470

mavenpk.com

0303-44-718-44

Page 22: Furniture Tenders Sep 2012

VIRTUAL UNIVERSITY OF PAKISTAN

TENDER NOTICE

FOR FURNITURE MANUFACTURERS Tender No. VU/12-13/09/087

Sealed Tenders from General Sales Tax, Income Tax Registered and well reputed Furniture Manufacturers are invited for the supply of Office Furniture. Tender documents with detailed specifications, terms & conditions are available at a cost of Rs. 1000/- (non-refundable) in shape of cash / PO or DD from below mentioned address.

Tender documents shall be available during office hours from 10:00am to 04:00pm (Monday to Friday) after the publication of advertisement.

The bid should reach the Procurement Department by September 17, 2012 at 11:00am which will be opened on the same date at 11:30am.

The University reserves the right to accept or reject any bid or annul the procurement process at any time as prescribed under PPRA Rules.

Tender Notice is available at PPRA Website (www.ppra.org.pk) and university’s website.

_______________ ______ _

PROCUREMENT DEPARTMENT DIRECTORATE OF FINANCE

VIRTUAL UNIVERSITY OF PAKISTAN M.A JINNAH CAMPUS, DEFENCE ROAD

OFF RAIWIND ROAD LAHORE Phone No. 042-111-880-880 Ext. 333

URL: www.vu.edu.pk

mavenpk.com

0303-44-718-44

Page 23: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 24: Furniture Tenders Sep 2012

TENDER NOTICE No. CIIT/Fur-FB-I/Faculty Area/2012

Supply of Furniture Sealed bids are invited from the well reputed sales tax registered furniture manufacturers for Supply of Furniture for Faculty Block-I (Faculty Area) as per following detail:

2. Tender Documents containing details and terms & conditions can be obtained on payment of Rs.500/- in shape of pay order/DD drawn in the name of CIIT Islamabad before closing date. 3. Sealed tenders (duplicate copies), complete in all respects should reach the undersigned before 1100 hrs on September 20, 2012 (Thursday). The tenders shall be accompanied by Earnest Money (refundable) equivalent to 2% of total bid price in shape of pay order/ bank draft in favour of CIIT Islamabad. Tenders will be opened publicly at 1130 hrs on the same day in Office of the Purchase Officer at the address given below in presence of the representatives of parties, who like to be present. 4. The CIIT reserves the right to accept/reject any proposal or cancel the tender process at any time as per PPRA rules.

Purchase Officer

COMSATS Institute of Information Technology Faculty Block-II, 2nd Floor, Park Road, Chak Shahzad, Islamabad

Ph: 051-9247000-3 (Ext: 5039, 5040) Cell # 0333-5531126

Fax: 051-9247006

S # Items Description Qty

1. Office Table Type T3 Executive Table with Side Rack Size: 1200x750x750mm high S. Rack Size: 1000x 600x 750mm high (Specification as per approved sample of CIIT)

04

2. Medium Back Office Chair (Specification as per approved sample of CIIT)

04

3. Visitor Chair (Specification as per approved sample of CIIT)

08

mavenpk.com

0303-44-718-44

Page 25: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 26: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 27: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 28: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 29: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 30: Furniture Tenders Sep 2012

TENDER NOTICE

The University of Malakand invites sealed quotations from reputed firms registered with Sale Tax & Income Tax Department for the purchase of:

1) IP Based Cameras and installation (Re-advertised) 2) Furniture and Fixtures (Fresh Tender) for Botanical Garden and Herbarium. 3) Civil works, Sanitary, Hard ware and Electric items related to “Works Department.”

Tender documents containing detail information, terms & conditions etc are available on the website of University of Malakand & PPRA. These can also be obtained from the office of the Secretary Purchase Committee on cash payment of Rs.1000/-or bank draft (Non refundable) for each category on any working day except Saturday & Sunday. Downloaded documents must also accompany the requisite tender fee and 2% as earnest money of the Total Quoted Value in the shape of CDR in favor of Dy. Director Finance University of Malakand. Tender proposals found without requisite 2% CDR will stand rejected. Intending supplier must send their Tender/Quotation along with soft copy by post/Courier Services to reach this office up to 10:30 A.M on or before 20/09/2012.Opening date, Time, Venue & other terms & conditions can be seen in the Tender documents. The competent authority reserves the right to accept or reject any or all the tenders/Quotations prior to the acceptance of a bid or proposals & can also increase or decrease the No. of items to be purchased.

BAKHT WAHAB DEPUTY DIRECTOR FINANCE/

SECRETARY PURCHASE COMMITTEE UNIVERSITY OF MALAKAND

PHONE#0945-761919 Also available on the Web: Site. www.uom.edu.pk& www.ppra.org.pk

mavenpk.com

0303-44-718-44

Page 31: Furniture Tenders Sep 2012

Terms & Conditions 1) Each page of the quotations should carry the signature and stamp of the vender. Quotations

found with over writing, cutting and interpolation will be considered cancelled. Equal rates of two firms will be finalized on draw.

2) The firm must have the relevant experience certificate for which the form has been obtained.

3) No vender has the right to hand over his work to any other firm without the prior approval of the competent authority. Failing which the tender will be considered cancelled.

4) Income Tax and sales tax will be deducted as per approved rates of the Govt. 5) No advance payment will be made before supply of the items. 6) Cost of goods will be paid on the receipt of the pre receipted bills. 7) The acceptance of articles will be subject to the inspection and approval of the end user at

the point of delivery. 8) Items supplied with low quality will be rejected and no payment will be made to the

supplier for the rejected items. 9) Warranty/ Guarantee certificate of the items supplied must be attached with the bill. 10) Security at the rate of 8% of the total bill will be deducted for a period of three months and

will be released subject to receiving good report from the concerned office. 11) Payment will be made only after satisfactory report of the end user. 12) The firm will give one year guarantee and will be responsible for the after sales service. 13) The equipment shall be supplied in packed form and opened in front of the end user. 14) The firm will be responsible to supply the items within agreed/ stipulated time, failing

which 1% of the total payment will be deducted per day. However on the basis of ground reality/ sound reasons, the competent authority may extend the period on the request of the supplier.

15) The competent authority may increase or decrease the quantity. 16) Rates offered shall be valid for a period of four months irrespective of validity period

mentioned in quotation from the date of opening of tender. 17) The tender will be opened at 11:00 O’clock on 20/09/2012 in Committee Room University

of Malakand in the presence of the intending bidders or their representative.

mavenpk.com

0303-44-718-44

Page 32: Furniture Tenders Sep 2012

TENDER DOCUMENTS FOR IP-BASED CAMERAS S.No Name of

Item Specification Quantity

1 Network IP Camera

Full HD 2 Mega pixel Day & Night Indoor IP Camera with 4.3mm/F1.6 lens,0.6lux, ICR, 3D Noise Reduction, 2D WDR, Digital PTZ, Face/Tampering /Motion Detection alarm, H. 264. Motion JPEG, Multi-Supported Protocols DDNS, PPPoE, DHCP, NTP, SNTP, TCP/IP, ICMP, SMTP,FTP, HTTP,RTP, RTSP, UPnP event Notification FTP/Email Profile Video Streaming, 3-Axis construction, Multiple Stream, DC12V, with AC adaptor OR Higher specification Digital Zooming Cameras

16

2 PC Core i-3 3.1 GHZ, 4GB RAM, 2 TB, Gbit Network Card, DVD-R, Keyboard, mouse for 30 days recordings (HP or Dell Branded)

01

3 NVR Software

NVR Software (Supported 32 Cameras) 01

4 Power cable

Cabling and Ducting Including UTP Cable, power, PVC Pipe per/duct running ft

01

5 LCD AOC LCD 21” for Cameras 01 6 Housing Outdoor Housing for cameras (weather proof) if

required 01

7 Services Installation, configuration and testing the Entire Surveillances Network.

01 job

mavenpk.com

0303-44-718-44

Page 33: Furniture Tenders Sep 2012

FURNITURE AND FIXTURE FOR HERBARIUM BUILDING

S# Item Specification Qty Cost Total

A. Furniture for Lecture Theater:

1. Dice 4ft high x 2ft 6inch wide, 3ft 6inch Broad with stage inclination 450. Additional drawer for paper, inbuilt location for two pens and glass of water, with raised stage for Microphone. Material Glass/Wood.

1

2. Chairs for Stage with Table

Elegant, Elaborate, carved, with cushion. Front table with elaborate edge carvings

6

3. Plastic Chairs 08 chairs fixed in a row of 16ft 8inch to the theater stairs with 3 props (legs) base fixing cost included, colour red. (8x5=40 Nos)

5

4. Sound System small

Suitable for 20x30 ft hall with 4 speakers fitted in case 1

5. Table for Multimedia

2’x2’x3 ft high 1

B. Furniture & Fixture for Museum Halls

1. Office Table 5.5x3.5 ft. 2.5’ high, Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer.

2

2. Office Chair Revolving 2

3. Office Table 3.5x2.5 ft 2.5’ high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer.

2

4. Office Chair Revolving 2

5. Study Tables 8x3 ft. height 2ft 6inch with highly polished top 4

6. Study Chairs 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

32

7. Almirah Wooden, divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. Each of the eight compartments to be fitted with durable handle in the center for opening and closing, each compartment to be fitted with lock. (detail drawing of almirah is attached)

35

C. Furniture for Rooms of Research Officers 05 No:

1. Office Table 3.5x2.5 ft 2.5ft high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer.

5

2. Office Chair Revolving 5

3. Wooden Racks 4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable.

5

D. Furniture & Fixture for Laboratory:

1. Laboratory Tables

6x3ft, 2ft 6inch high, Wooden highly polished. 4

mavenpk.com

0303-44-718-44

Page 34: Furniture Tenders Sep 2012

2. Laboratory Tables

7x3ft, 2ft 6inch high, Wooden highly polished. 3

3. Laboratory Tables

9x3ft, 2ft 6inch high, Wooden highly polished. 2

4. Study Chairs 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

30

5. Almirah Wooden made with glass fitted on doors divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments.

3

E. Furniture for Library:

1. Office Table 5.5x3.5 ft. 2.5’ high Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer.

1

2. Office Chair Revolving 1

3. Open faced wooden Book Shelves

3ft broad x 7ft high x 1ft width. wooden single faced. 5 compartments 18

4. Periodical Displayer

42” wide x18”broad x45”high. wooden single faced. 4 compartments

4

5. Study Table 8x3ft, 2ft 6inch high wooden highly polished 2

6. Study Chair 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

20

F. Furniture for Office of Director & Curator 02 Rooms:

1. Executive Office Table

Executive Class 5x4 ft. height 2.5 ft. wooden highly polished durable.

2

2. Executive Office Chair

Executive Class, revolving leather/ rexin coating. 2

3. Side Racks 4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable.

2

4. Chair for visitors

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

12

5. Side table Glass 2x3 ft. 2

G. Blinds and carpet

1. Blinds Large 6ft 6inch x 5ft 6inch 22

2. Blinds Medium 3ft 6inch x 5ft 10inch 6

3. Blinds Small 2ft 7inch x 5ft 11inch 8

4. Carpet Three pieces (i)14x14ft (ii)14x14ft (iii)31.5x20ft = (196+196+630 ft)

1022ft

Total

mavenpk.com

0303-44-718-44

Page 35: Furniture Tenders Sep 2012

SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY

AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description Specification

Mark Quantity Rate Amount

Civil items 1 Bricks 1 No 2000 nos. 2 Sand 500 cft 3 Crush ½” , 1-1/2” 500 cft 4 Cement Bestway 50 bags

Sanitary items 1 Bib cock Faisal/S.Asia 100 nos 2 PVC pipe 4 in Royal PVC 50 links 3 Shower Rods

Complete Faisal/ Athif 100 Nos

Hard ware items 1 Wooden kari

8’x4”x3” Soft wood 200 nos

2 Wooden gaz 8’x2”x1/2”

Soft wood 200 nos

3 Ceiling sheets (2’ x 2’)

Thermopore sheets & Jibsum (100 each)

200 nos

4 Paint (Emulsion) Burger 64 gallons 5 Paint (Distemper) Burger 80 gallons 6 Paint (weather

shield) Burger 30 gallons

7 Lime Best Quality 50 bags 8 Robin Neil Best Quality 24 packets 9 Zinc Best Quality 15 kgs 10 Chalk Best Quality 15 kgs 11 Plaster of paris Best Quality 50 kgs 12 Brush 5 in Universal 12 nos 13 Brush 3 in Universal 12 nos 14 Turpentine oil Tiger 30 gallons

Electrical items 1 Power plug Hero 50 nos 2 Light plug Hero 50 nos 4 Cable 3.29 Fast Cable 20 bundle

mavenpk.com

0303-44-718-44

Page 36: Furniture Tenders Sep 2012

5 Cable 7.29 Fast Cable 20 Bundle 6 Cable 7.64 Fast Cable 20 Bundle 7 Cable 7.44 Fast Cable 20 Bundle 8 Folding Ladder

(Aluminum) 8’ & 12’

Best Quality (1 No each) 02 Nos

9 Drill Machine

Germany, England,

USA made 02 Nos

-

mavenpk.com

0303-44-718-44

Page 37: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 38: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 39: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 40: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 41: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 42: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 43: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 44: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 45: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 46: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 47: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 48: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 49: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 50: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 51: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 52: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 53: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 54: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 55: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 56: Furniture Tenders Sep 2012

Ministry of Science & Technology Government of Pakistan

PCSIR LABORATORIES COMPLEX, PESHAWAR

Tender notice For the Manufacturing & Supplying of Office

& Guest House furniture under the PSDP project “Renovation & Up-gradation of Existing Infrastructure”

Sealed tenders on prescribed form are invited from Supplier/ Manufacturer having upto date registration of Income Tax & GST for manufacturing & supplying of Office & Guest House Furniture. Terms & Conditions: Tender documents can be obtained from the office of Project Director (R&UEI) at the cost of Rs.500/set (non-refundable) from 10-09-2012. Tender documents can be submitted on or before 01/10/2012 by 11:00am that will be opened in the Committee Room of PCSIR Labs Complex Peshawar on the same date at 11:30AM in the presence of tender opening Committee & bidders or, their authorized representatives.

• Conditional tender will not be accepted.

• The bid should enclosed 2% earnest money in the form of pay order/ DD in favour of Project Director (R&UEI).

• Qualified bidder will be responsible to deliver the furniture with in 10 days after getting work order.

• All Govt. Taxes will be applicable.

• Late submitted tenders will not be entertained.

• Participated bidders would have to display their samples for final approval of the Committee.

• PCSIR reserves the right to accept or reject any or all offers with assigning reason thereof.

Engr. Nazar Ahmed Bhutta, Project Director (R&UEI)

PCSIR Laboratories Complex, Jamrud Road, Peshawar-25120 Ph: (Office): 091-9239360, Fax: 091-9218020

mavenpk.com

0303-44-718-44

Page 57: Furniture Tenders Sep 2012

PCSIR LABS: COMPLEX PESHAWAR “Renovation & Up-gradation of Existing Infrastructure”

Notice inviting tenders for the manufacturing and supply of Office & Guest House furniture under the PSDP project “Renovation & Up-gradation of Existing Infrastructure”

Sealed tender on prescribed form are invited from Supplier/ Manufacturer having upto date registration of Income Tax & GST for manufacturing & supplying of Office & Guest House Furniture. Terms & Conditions: Tender documents can be obtained from the office of Project Director (R&UEI), during working days from 9:00am to 4:00pm by applying for on Letterhead and payment of tender cost Rs.500/- (non-refundable) in form of Bank draft in favour of undersigned. No tender documents will be issued on the opening date of tender. Tender documents can be submitted on or before 27/09/2012 by 11:00am that will be opened in the Committee Room of PCSIR Labs Complex Peshawar on the same date at 11:30AM in the presence of tender opening Committee & bidders or, their authorized representatives.

• Conditional tender will not be accepted.

• The bid should enclosed 2% earnest money in the form of pay order/ DD in favour of Project Director (R&UEI).

• Qualified bidder will be responsible to deliver the furniture with in 10 days after getting work order.

• All Govt. Taxes will be applicable.

• Late submitted tenders will not be entertained.

• Participated bidders would have to display their samples for final approval of the Committee.

• PCSIR reserves the right to accept or reject any or all offers with assigning reason thereof.

Engr. Nazar Ahmed Bhutta, Project Director (R&UEI)

PCSIR Laboratories Complex, Jamrud Road, Peshawar-25120 Ph: (Office): 091-9239360, Fax: 091-9218020

mavenpk.com

0303-44-718-44

Page 58: Furniture Tenders Sep 2012

Ministry of Science & Technology Government of Pakistan

PCSIR LABORATORIES COMPLEX, PESHAWAR

Tender notice For the Manufacturing & Supplying of Office

& Guest House furniture under the PSDP project “Renovation & Up-gradation of Existing Infrastructure”

Sealed tenders on prescribed form are invited from Supplier/ Manufacturer

having upto date registration of Income Tax & GST for manufacturing & supplying of

Office & Guest House Furniture.

Tender documents can be obtained from the office of Project Director

(R&UEI) at the cost of Rs.500/set (non-refundable) from 10-09-2012.

Tender documents can be submitted on or before 27/09/2012 by 11:00am

that will be opened in the Committee Room of PCSIR Labs Complex Peshawar on

the same date at 11:30AM in the presence of tender opening Committee & bidders

or, their authorized representatives.

• Conditional tender will not be accepted.

• The bid should enclosed 2% earnest money in the form of pay order/ DD in favour of Project Director (R&UEI).

• Qualified bidder will be responsible to deliver the furniture with in 10 days after getting work order.

• All Govt. Taxes will be applicable.

• Late submitted tenders will not be entertained.

• Participated bidders would have to display their samples for final approval of the Committee.

• PCSIR reserves the right to accept or reject any or all offers with assigning reason thereof.

Engr. Nazar Ahmed Bhutta, Project Director (R&UEI)

PCSIR Laboratories Complex, Jamrud Road, Peshawar-25120

Ph: (Office): 091-9239360, Fax: 091-9218020

mavenpk.com

0303-44-718-44

Page 59: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 60: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 61: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 62: Furniture Tenders Sep 2012

CORRIGENDUM With reference to Tender Notice No. 21/2012 (PID (I) No. 930/2012) published in daily Jang, Express & Dawn (Rawalpindi, Lahore & Karachi) dated 28-08-2012. The tender description clause i.e. (Made in china) was added erroneously which may be deleted from the item description. Moreover tender opening date has been extended up to 24-09-2012. Other terms & conditions will remain unchange. Sr. Admin Officer PAEC General Hospital H-11/4, Islamabad Phone No. 051-9257171 Ext: 318 Fax No. 051-9258862

mavenpk.com

0303-44-718-44

Page 63: Furniture Tenders Sep 2012

COVERING SHEET TENDER NO 1290047/R-1209/310118

DATED 10-09-2012

I/we M/s ________________________________ do herby affirm to adhere to the

necessary instructions for participation in the procurement process. All the columns of DP-

I, II and III are filled, signed and stamped as per requirement. Data Sheet (for unregistered

firms only) is attached dully filled in all respects.

Yours truly, _________________ Signature of Tenderer _________________

Complete Name Seal/Stamp of Firm _________________ Capacity in which

Signing _________________ Date Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 051-9271471 ADP-32 051-9271472 ADP-33 051-9271473 ADP-34 051-9271474 ADP-36 051-9271475 ADP-37 051-9271478

mavenpk.com

0303-44-718-44

Page 64: Furniture Tenders Sep 2012

DP-1

DIRECTORATE PROCUREMENT (NAVY)

No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271474

Fax : 051-5516307 E-mail: [email protected] [email protected]

M/S SEP 2012 Invitation to Tender and General Instructions

1. Conditions Governing Contracts. The ‘Contract’ made as result of this I/T shall mean the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein. 2. Delivery of Tender. The offer is to be submitted in duplicate as under:-

a. Commercial Offer. The offer will be in duplicate and indicate prices quoted in figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned.

b Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate in an envelope and clearly marked “Technical Offer” without prices, tender number and date of opening.

a. Special Instructions. Tender documents and its conditions may please be read point by point and understood properly before quoting. All tender conditions should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected.

d. Firms shall submit their offers in two separate envelopes (i.e. two copies of commercial offer and two or more copies of the

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 65: Furniture Tenders Sep 2012

technical offer as asked in the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it.

e. The tender duly sealed will be addressed to the following:-

Directorate of Procurement (Navy)/P-31. At Ministry of Defence Production Building Secretariat No. II, Adamjee Road

Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: [email protected] 3. Date and Time For Receipt of Tender. Tender must reach this office by the date and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening. 4. Tender Opening. Tenders will be opened as mentioned in the schedule of tender. Commercial offers will be opened at later stage if Technical Offers are declared acceptable on examination by technical authorities of PN. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5. Validity of Offer.

a. The validity period of quotations must be indicated and should invariably be 90 days extendable to 120 days from the date of opening of commercial offer. Conversion rate of FE/LC components will be considered w.e.f. opening of commercial offer.

b. The quoting firm will certify that in case of an additional requirement of the contract items (s) in any qty(s) with in a period of 12 month from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 66: Furniture Tenders Sep 2012

6. Part Bid. Firm may quote for the whole or any portion, or to state in the tender that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7. Quoting of Rates. Only one rate will be quoted for entire quantity, item wise. 8. Return of I/T. In case you are Not quoting, please return the tender inquiry stating the reason of NOT quoting. In case of failure to return the ITs either quoted or not quoted consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. 9. Withdrawal of Offer. If the firm withdraws it offer within validity period the competent authority may place such firm under embargo for a period, which may be extended up to one year. 10. Provision of Documents in case of Contract on Earnest Money.. In case any firm wins a contract on EM, it will deposit following documents for provisional registration before award of contract: a. A copy of letter showing firm’s financial capability.

b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement.

11. Return of Earnest Money.

a. Earnest Money to the unsuccessful bidders will be returned on finalization of the contract.

b. Earnest Money of the firm/firms with whom contract is

concluded will be returned on submission of Bank Guarantee as stipulated in the contract.

12. Earnest Money/Tender Bond: your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount:

a. Registered/Indexed Firms: 2% of the quoted value only. b. Registered but Un-indexed Firms: 3% of the quoted value only. c. Un-registered/Un-indexed Firms: 5% of the quoted value only

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 67: Furniture Tenders Sep 2012

In case of firm wins a contract on EM, it will deposit following documents for provisional Regn before the award of contracts:

13. Treasury Challan.

a. Offers must be accompanied with a challan form of Rs.200/- (obtainable from State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan. b. In case of un-registered firms, whether they have applied for registration or not, will pay tender inquiry fee (Challan Form) at following rates: (1) Contract for value upto. Rs. 250,000/- : Rs 1,000/- (2) Contract for value from - Rs. 1,500/-

Rs. 250,000/- to Rs.5,000,000/- (3) Contracts for value - Rs. 2,000/- above 5,000,000/-

S. No.

Local Supplier Foreign Supplier

i) Three filled copies of SVA-8121 of each member of management

Three filled copies of SVA-8121-D of each member of management

ii) Three filled copies of SVA-8121-A Three filled copies of SVA-8121 iii) Three photocopy of NIC for each

member of management Three photocopy of Resident Card or equivalent identification Card for each member of management

iv) Three PP size photographs for each member of management

Three PP size photographs for each member of management

v) Challan Form (*) Challan Form (*) vi) Bank Statement for last one year Financial standing/audit balance

sheet vii) Photocopy of NTN Photocopy of passport viii) Foreign Principal Agency

Agreement in case of local agent Agency Agreement in case of Trading House/Company/ Exporter/Stockiest etc.

Attached Not Attached

Attached Not Attached

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 68: Furniture Tenders Sep 2012

14. Inspection Authority.

a. Inspection Authority will be CINS b. Joint Inspection of store, after receipt at consignee

warehouse will be carried out by Consignee and Specialist User. However, functional tests and trials prior final acceptance will be carried out by end user

15. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1.

16. Marking. Marking of stores in accordance with Spec/Misc/NS/002/80. 17. Documents Required. Following documents are required to be submitted along with the quote:

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. b. The supplier is to provide OEM conformance certificate to CINS through respective ADsP/DAs or it is to be e-mailed to CINS directly by OEM. Hard copy of conformance certificate must follow, in any case, through DHL courier. On receipt, PN can approach the OEM to confirm whether an OEM conformance certificate has been issued by them. Companies/firms rendering false OEM conformance will be blacklisted. c. Original quotation/proforma invoice. d. In case of bulk proforma invoice, a certificate that prices indicated in the bulk proforma invoice have not been decreased since the date of bulk proforma invoice from the manufacturers/suppliers. e. Submit breakup of cost of stores/services on the following lines:

(1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:-

(i) General Sales Tax (ii) Income Tax

Understood agreed

Understood agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 69: Furniture Tenders Sep 2012

(iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty.

(3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any.

(5) Any other expenditure/cost/service/remuneration as asked for in the tender.

18. Rejection of Stores/Services. The stores/services offered as a result of contract concluded against FOR tender may be rejected as follows:

a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated. 19. Security Deposit/Bank Guarantee . To ensure timely and correct supply of stores the firm will furnish an unconditional Bank Guarantee(BG) from a schedule Bank for an amount of 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given on page 1. 20. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at [email protected]. 21. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser.

22. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises..

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood agreed

mavenpk.com

0303-44-718-44

Page 70: Furniture Tenders Sep 2012

23. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract.

24. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost. 25. Price Variation.

a. Prices offered against this tender are to be firm and final.

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance.

c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly.

26. Price Reduction (PR). In case the stores on inspection are found to be below the stipulated specification and these are proposed to be accepted by the inspector under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser”

The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. 27. Buy back. The seller will buy back the spares/items supplied as a part of this tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 71: Furniture Tenders Sep 2012

28. Force Majeure. The supplier will not be held responsible for any delay occurring in supply of equipment due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Non-availability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure.

29. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under:

a. Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts

(1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law.

(2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine.

(3). Arbitration award so given will be firm and final.

b. Indigenous (FOR etc) Contracts.The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute.

30. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi shall have jurisdiction to decide the matter.

31. Liquidated Damages(LD). Liquidated Damages upto 2% per month are liable to be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 72: Furniture Tenders Sep 2012

delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value.

32. Risk Purchase. In the event of failure on the part of supplier to comply with the contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35.

33. Penalty. In case of wrong supply of the item by the supplier, a penalty of 10 % of the contract value may be imposed by DP(N) apart from any other penalties.

34. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or compensation in any form shall be paid to any local or foreign agent, consultant representative, sales promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 35. Termination of Contract.

a. If at any time during the currency of the contract the Purchaser decides to terminate the contract for any reason whatsoever (other than for reasons of Non-Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice.

b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either:

(1). To have any part thereof completed and take the delivery thereof at the contract price or.

(2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser.

(3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 73: Furniture Tenders Sep 2012

c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

36. Rights Reserved. Directorate Procurement (Navy), Rawalpindi reserves full rights to accept or reject any or all offers including the lowest, before formal Final Acceptance of any offer. Particular reasons for cancellation of tender/offer/bid will be intimated upon request of bidder. 37. Application of Official Secret Acts. All the matters connected with this enquiry and subsequent actions arising there from come within the scope of the Official Secret Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. 38. Acknowledgment. Firms will send acknowledgement slips within 07 days from the date of receipt of IT. In case IT is not received by a registered firm within 10 days IT published in the Bulletin, the firm must ask for it from concerned procurement agency in writing with intimation to Registration Section (DGDP) or visit www.ppra .org.pk to download the required tender. 39. Disqualification. Offers are liable to be rejected if:-

a. Received later than appointed/fixed date and time. b. Offers are found conditional or incomplete in any respect. c. Any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed, if NOT received with the offers. e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. f. Treasury challan is NOT attached with the offer. g. Multiple rates are quoted against one item. h. Manufacturer’s relevant brochures and technical details on major equipment assemblies are not attached in support of specifications. j. Subject to restriction of export license. k. Offers (commercial/technical) containing non-initialed/ unauthenticated amendments/corrections/overwriting. l. If the validity of the agency agreement expired at the time of submission of offer. m. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vise versa.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 74: Furniture Tenders Sep 2012

n. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. p. Earnest money is not provided. q. If validity of offer is not quoted as required in IT or made subject to confirmation later. r. Offer made through Fax/E-mail/Cable/Telex. s. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. t. If OEM and principal name and complete address is not mentioned.

u. Stores or any parts thereof are originated/manufactured from India, Israel or Taiwan.

40. The above terms and conditions are confirmed in total for acceptance. Sincerely yours,

_____________________________ (To be Signed by Officer Concerned)

Rank:__________________________

NAME:_________________________ NOTES

1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaires duly filled in are to be returned with the offer duly signed by the authorized signatory/person. It is pertinent to mention that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Registration Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of Tenderer) …………………………………….

(Capacity in which signing)

mavenpk.com

0303-44-718-44

Page 75: Furniture Tenders Sep 2012

DP-2

INVITATION TO TENDER FORM

1. Schedule to Tender No. 1290047/R-1209/310118 dated 10-09-2012. This tender will be closed for acceptance at 1000 Hrs and will be opened at 1100 Hours on 10-10-2012. Please drop tender in the Tender Box No.107.

2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected.

3. Please tick the prescribed IT instructions and confirm complied or not complied in the column given in front of each instruction.

4. You are requested not to use ink of any colour other than black and there should be no writing / overwriting except in the column / columns specified for that purpose.

5. Any overwriting will render your offer liable for rejection.

6. You are requested to please attach DP-1,DP-2 and DP-3 along with your quotation duly signed & stamped.

S.No DETAIL OF STORES QTY/ UNIT

UNIT PRICE

TOTAL PRICE

4919-72-513-6298

ESD WORK BENCHES WITH CHAIRS DETAILS

Annexes: A. Detailed Specifications B. General Requirements/Instructions

01

Special Note: All participating firms must submit technical offers in duplicate in original (one for TSR committee and one for DP(Navy)). In case of failure to comply, offer will liable for rejection.

mavenpk.com

0303-44-718-44

Page 76: Furniture Tenders Sep 2012

GENERAL CONDITION

GENERAL CONDITION S.NO CONDITION

FIRM’S REMARKS

01 Basis for Acceptance: FOR Basis

02 Quantity/Requirement: Quantity of store can be increased/ decreased as per requirement / discretion of purchaser.

03 Country of Origin Preferably UK USA, Western EU.

04 Inspection Authority CINS However Joint inspection to be carried out by CINS and end user. CRV to be issued after functional test onboard.

05 Delivery Period 06 Months after contract signing

06 Earnest Money Firms Registered / Indexed : 02 % of quoted value. Firms Registered But Un-Indexed : 03 % of quoted value. Firms Un-Registered / Un-Indexed : 05 % of quoted value.

07 Validity of Offer 90 t0 120 days After Tender Opening

08 TSR (Technical Scrutiny) Required

09 Tender Nature Open Tender Basis

10 AS PER PARA-2 OF ANNEX B

11 Marking Marking of stores in accordance with international standards.

12 Currency of Contract All participating firms are to quote in US$.

13 Following documents are also required Original quotation/Proforma invoice and in case of bulk Proforma invoice, a certificate that prices indicated in the bulk Proforma invoice have not been decreased since the date of bulk Proforma. Invoice form the manufacturers. "Suppliers" must be attached in support of the prices quoted. Only one rate will be quoted for entire quantity, item wise.

mavenpk.com

0303-44-718-44

Page 77: Furniture Tenders Sep 2012

14 Each and every clause of the tender documents is to be addressed. No clause/ column of the tender document should be un addressed. Furthermore, the specifications and IT conditions are to be confirmed in technical offer in total for acceptances.

15 Lab testing charges, if arranged out of service facility, will be borne by the supplier.

16 Certificate of Conformance by OEM The firm /supplier shall provide correct and valid e mail and fax number to CINS and DP (Navy). Supplier /contracting firm shall either provide OEM conformance certificate to CINS or is to be e mailed to CINS under information to DP(Navy) Hard copy of conformance certificate must follow, in any case, through courier. On receipt, CINS shell approach the OEM for verification of conformance certificate issued by the OEM. Companies/firms rendering false OEM conformance certificate will be black listed.

17 Compensation on breach of contract If the contractor fails to supply of contracted stores or contract is cancelled either on RE or without RE or contract become ineffective due to default of supplier / seller or stores / equipment declared defective and caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

18 Performance Bank Guarantee Successful registered bidder is to submit unconditional performance bond in shape of bank guarantee equal to 05% of contracted value .within 30 days after signing of contract. For successful unregistered bidder the said amount is 10% of contract value. The performance bond is to remain valid till the completion of Warranty Period.

19 Port Charges in case of FOB Contracts All port and Dock dues in Pakistan for FOB, CIF, FCA and CIP contracts (if applicable) will be paid by Supply Officer PN Embarkation HQ Karachi.

mavenpk.com

0303-44-718-44

Page 78: Furniture Tenders Sep 2012

ANNEX ‘A’ TO INDENT NO1290047/R-1209/310118 DATED September 2012

S No DETAILED TECHNICAL SPECIFICATIONS Firm’s Reply

/Remarks 1. a. Scope of supply: Supply and installation of 18 test/work benches in

the ESD Lab. The equipment inclusive all accessories should be compliant with international standard IEC 61340-5-1. The ESD products should meet with clean room requirements and comprising international standard EN ISO 14644-1 class 7. Detailed specifications are as follows:

b. Technical Specification:

(1) Work Bench WB-ESD (WB818 ESD TRESTON). (2) Upright profiles AL2X-W (AL2X180W TRESTON). (3) Accessory frame AKK (AKK180 TRESTON). (4) Shelf ALH-ESD (ALH180 ESD TRESTON). (5) Adjustable shelf ASH-ESD (ASH70 ESD TRESTON). (6) Swivel arm with tray AKV400 ESD (TRESTON). (7) Bench Top ESD-mat PM-157a/w accessories (TESTRON). (8) Steel cabinet with 03 Drawers (TRESTON).

(a) Cover MLS. (b) ML02 ESD (1x60, 2x120). (c) MLX1 ESD Dividers.

(9). 18 x Upholstered Chair TTJ3 ESD Chair (TRESTON). (10). Keyboard shelf (NT500 ESD Swivel arm for LCD TRESTON). (11). PC Stand CPU (PC Stand CPU TRESTON). (12). Channel with 03+10 sockets (CJK70 Set TESTRON). (13). Overlight OL (OL254/E TESTRON).

2. ESD TEST WORK BENCH. Test benches should have following specifications: a. Bench should preferably have a top area of 800 x 1800 ft2 with an essential side top extension unit of 800 x 400 ft2 or more. Side top unit should be mountable on either side of the bench. The bench should have adjustable feet for fine leveling. b. Adjustable worktop height by manual allen key between 700 to 1100 mm and load capacity of upto 250 Kg. c. Complete bench top & extension unit should be covered with ESD matting. d. Each bench should be fitted with fixed ESD shelf of 310 x 1800 ft2. Shelf should have a minimum load capacity of 50 Kg. e. Each bench should be fitted with adjustable ESD shelving units 400 x 1800 ft2 area with Continuous adjustment for depth, height and angle and a minimum load capacity of 35 Kg. Shelf should have lipped front edge.

mavenpk.com

0303-44-718-44

Page 79: Furniture Tenders Sep 2012

f. Atleast 26mm or higher static dissipative high pressure laminate on all surfaces on the test bench and its accessories with:

(1) Surface to ground resistance: 106 to 108 Ohms.

(2) Surface to surface resistance: 106 to 109 Ohms.

(3) Resistant to heat, solder flux, most chemicals and solvents. g. Proper contact between static dissipative laminate and earthing point h. Earthing cables of all accessories should be connected to the earthing point of the work bench j. Earth connection via atleast 1 Mega Ohm protective resistor. k. Mandatory accessories fitted on/provided with each work bench are as

follows:

(1) Tray attached to swivel arm for placing tools should be lockable, angle adjustable steel tray with swivel radius of 360°. Length of swivel arm should be 590 mm with Max load capacity of 15 kg. Tray and arm should be made of semi-conductive epoxy powder coated steel.

(2) Pull-out keyboard shelf with integral wrist support and mouse pad to mount underneath the bench worktop. Outer dimensions (D x L x H) 250 x 500 x 110 mm.

(3) Adjustable holder for vertical CPU to mount underneath the bench worktop and out of the operator’s way. Approx width 130 to 240 mm and height 395 to 500 mm.

(4) Swivel arm and plate to suit and fixing of LCD monitors with mounting holes at 75/100 mm centers with the bench. The arm should be double articulated, turns through a radius of 180° and will extend between 95-425 mm from the upright

(5) Electric panel/trunking with 06 power sockets within easy reach.

(6) Overhead light fitted all fixtures, capable of providing minimum of 800 lux light at the work area of the bench top.

(7) 24 basic upholstered ESD compliant swivel chairs having conductive back plastic panel, inflammable fabric with base and foot rest. Should have back rest tilt and shift adjustments with gas lift controls height adjustment. The back rest should be mechanically adjusted with Conductive swivelling twin castors, which are braked when unloaded. Minimum seat size of 440 x 440 mm.

(8) Ergonomically footrest made of black conductive polystyrene PS with corrugated surface is to prevent slip, fluted foot exercise roller.

(9) Earthing box for connecting wrist straps and other accessories to

mavenpk.com

0303-44-718-44

Page 80: Furniture Tenders Sep 2012

ground. Each box to include a 3 m earth lead for connection to ground or to the earthing point of the workbench.

l. Steel drawers as part of centrally locked high quality steel cabinet for storage of tools and small ESD components. Mounted under workbenches with brackets included. Steel cabinets are semi-conductive epoxy powder coated in paint with central locking. Drawer handle should be anodised aluminium. Load capacity 35 kg/drawer minimum with drawer size 500 x 406 mm. Top drawer to include 6-7 compartments of Conductive polystyrene (ESD).

3. SPARES Supplier/OEM is to include list of major and minor spares required to maintain the system for next ten years. Item wise price of spares is to be provided.

4. ORIGIN OF EQUIPMENT Preferably UK, USA or Western Europe.

5. ACCEPTABLE MAKES M/s TRESTON or M/s SPC, MULTICOMP, SSE or equivalent.

6. PROVISION OF SPARES/CONSUMABLES Supplier is to provide OEM recommended parts including consumables required for scheduled maintenance/operation for 01 year operation of the equipment (List to be provided with the proposal for vetting).

7. PROVISION OF BROCHURE The OEM brochure of the equipment containing all technical details is to be provided by the supplier alongwith technical offer.

8. CERTIFICATE OF CONFORMANCE BY OEM DP(N) shall ask contracting firms to either provide OEM conformance certificate to CINS or is to be e-mailed to CINS directly by the OEM. Hard copy of conformance certificate must follow in any case through courier. On receipt CINS shall approach the OEM for verification of conformance certificate issued by the OEM Companies/firms rendering false OEM conformance certificates will be black listed

9. PROVISION OF DOCUMENTATION Firm is to obtain clearance from OEM regarding availability of documentation as per PN requirement. Later on after contract conclusion no relaxation in this regard will be entertained.

10. TECHNICAL REJECTION In case of non-compliance to any of the clause of Annex A to IT, offer is subject to technical rejection.

mavenpk.com

0303-44-718-44

Page 81: Furniture Tenders Sep 2012

ANNEX ‘A’ TO INDENT NO1290047/R-1209/310118 DATED September 2012

S NO

GENERAL REQUIREMENTS/CONDITIONS FIRM’S REPLY /REMARK

1. DELIVERY SCHEDULE The equipment/stores are to be delivered within 06 months from the date of signing of contract on FOR basis.

2.

PAYMENT TERMS: a. As per DP-35 or as decided by DP(N). b. 70% payment on:

(1) Receipt of all materials, documents, and procedures etc as per acceptance criteria of contract as per agreed procedure. (2) Satisfactory acceptance by JIC (Joint Inspection Committee). (3) Issuance of CRV.

c. 30% payment on:

(1) Successful installation, commissioning and acceptance. (2) Trials of the equipment by OEM/firm to the satisfaction of the end user. (3) Issuance of EIUC (End Item Utilization Certificate), within 01 month after successful completion of test and trials by the end user.

3.

WARRANTY/GUARANTEE a. Supplier is to guarantee that product is as per specs of the contract. b. Complete equipment including accessories/software are to be warranted by the supplier for a period of 01 year, for all defects from the date of final acceptance by PN. c. The supplier is to guarantee that all the items supplied under the terms of this contract are of the latest version, OEM certified and brand new. Stores not procured directly from OEM or his authorized dealer/agent/stockist will not be acceptable. d. The supplier is to guarantee that materials used, whether or not of his manufacture, conform to the international quality standards for such equipment. e. Post delivery, the OEM will replace DDP at consignee's warehouse on the basis of free of cost within 30 days every article or part thereof which before use or in use shall be found defective or not within the limits and tolerances of specifications, or in any way not in accordance with the terms of

mavenpk.com

0303-44-718-44

Page 82: Furniture Tenders Sep 2012

the contract at the time of Joint Inspection. f. In case of OEM’s failure to replace the defective stores free of cost within 30 days he will refund relevant cost DDP at consignee's warehouse in the currency in which received along with a reasonable compensation as claimed by PN.

4.

LOGISTIC SUPPORT Manufacturer/OEM/supplier to certify that the spares will be available to support the supplied equipment for at least 15 years.

5. DOCUMENTATION a. 02 Sets of following books and catalogues be provided at the time of supply/delivery of the equipment at NSD: Operator Manual b. Operator manual containing:

(1) Equipment description, operation & specifications. (2) Standard illustrated parts list. (3) Operator level maintenance requirements.

Maintenance Manual c. Maintenance manual containing:

(1) OEM recommended trouble-shooting procedures. (2) Servicing, maintenance, adjustment / test, removal /installation of subassemblies/parts. (3) List of vendors (names/addresses). (4) Illustrated Parts Catalogue (IPC)/ Parts Identification List (PIL).

d. Firm will provide 01 set of above documents against IT for study of PN, at the time of TSR. Photocopy of the documents will not be acceptable.

6. ADDITIONAL INSTRUCTIONS Certification Requirement at the time of inspection a. Supplier/OEM will confirm through OEM certificate at the time of supply/delivery of the equipment at NSD that equipment being supplied is proven equipment. b. Supplier through certificate is to confirm that he will provide import documents at the time of delivery of stores. c. Supplier certificate for conformance of 100% contract specification, (any deviation to be clearly indicated in the offer) will be provided at the time of delivery of stores. d. Supplier is to be bound to re-calibrate the equipment during warranty period free of cost.

mavenpk.com

0303-44-718-44

Page 83: Furniture Tenders Sep 2012

e. OEM’s “Certificate of Conformity” originating from “Principle” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. Additional Purchase f. OEM/supplier is to provided an undertaking that in case purchaser wishes to buy additional quantity/number of stores within next 12 months after the completion date of the contract, the supplier will provide the equipment at the same cost. The supplier may however sell stores at a lower cost. g. OEM’s “Certificate of Conformity” originating from “Principle” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable Obtaining of Licenses h. It is the responsibility of the supplier to obtain licenses/permits etc (if any) in the seller’s country. Failure to obtain the same shall not constitute grounds for Force Majeure. Packing j. Packing of equipment should be of international quality standards to be worthy of air, sea, rail and road transportation. Joint Inspection Committee k. A joint inspection committee comprising reps from CINS, NPEC and NSD will carryout joint inspection of delivered equipment/stores at NSD within 15 days of receipt of stores. Para 3 e above also refers. Origin of Supply l. Supplier in his” Offer/Quotation” is to specifically mention country of origin for the stores which will be subsequently endorsed in the “Contract”. Discontinuation of Production m. In case of discontinuation of production of any component part as result of obsolescence of development of upgraded version, the seller is to inform the buyer at least one (01) year in advance. The seller will ensure the provision of such components /parts as demanded by the buyer prior discontinuation of the production and shall also provide alternate for such components/parts in case the original is not available. Quality Standards n. The equipment and accessories are manufactured and assembled in accordance with Western EU standards or equivalent. The Quality standards compliance certificate is to be submitted with the offer.

mavenpk.com

0303-44-718-44

Page 84: Furniture Tenders Sep 2012

p. OEM be ISO or own country’s (in case of Western EU) standards certified. Certificate to this effect of OEM is to be provided by supplier while exact mentioning of ISO classification and own country (in case of Western EU) standards, at the time of supply/delivery of the equipment at NSD.

7.

ACCEPTANCE/INSPECTION CRITERIA a. The equipment will not be acceptable in case of the following:

(1) Equipment specifications are not as per Annex ‘A’. (2) List of Spares/Consumables required for maintenance / operation for 01 year at clause 6 of Annex ‘A’ are not provided. (3) Documentation at clause 5 (a to d) of Annex ‘B’ not provided. (4) Clause 6 (a to e) “Certification Requirement” at Annex ‘B’ are not met. (5) Commissioning is not completed to the satisfaction of end user in accordance with OEM approved/recommended procedures (As mutually agreed). (6) Confirmation of performances and functions is not same as given in the contract and relevant documentation/manuals.

b. Additionally supplier is to provide OEMs certified acceptance criteria for testing of the equipment within 02 months after signing of the contract. c. PN will evaluate the supplied acceptance criteria & amend it as per its experiences as regards to operation & maintenance of equipment within 60 days of receipt of this criteria. d. The final acceptance certificate will be signed by PN within 01 week only after successful completion of all acceptance trials to the entire satisfaction of PN.

8. INSTALLATION/COMMISSIONING Commissioning and STW of the equipment is to be arranged within 30 days of supply of equipment by the supplier through OEM or their authorized rep(s) at NPEC.

10.

SOURCE OF SUPPLY: a. Supplier in his “Offer/Quotation” is to clearly state whether equipment will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockist. b. In case the equipment is being sourced through OEM’s Authorized Dealer/Agent/Stockist, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockist is to be provided by the supplier with following endorsements:

(1) Certificate reference number with date.d (2) Name of the authorized dealer/agent/stockist. (3) Last date/duration/period for validity of dealership.

11.

PRICE OF ALL DELIVERABLES a. In his quotation the supplier should separately mention the price as per following format:

mavenpk.com

0303-44-718-44

Page 85: Furniture Tenders Sep 2012

S. No Description Price (1) Complete equipment (2) Operator manual (3) Maintenance manual (4) Depot list

b. DP (N) is requested to ensure that commercial offer clearly indicates above listed prices.

12. TSR Technical scrutiny of quotations forwarded by the bidders will be carried out.

13. BUY BACK The seller will buy back the spare parts supplied as part of this contract at the selling price, which are no longer required as indicated by the Buyer, within 05 years from the final acceptance of the equipment/system.

mavenpk.com

0303-44-718-44

Page 86: Furniture Tenders Sep 2012

DP-3

Tender No…………… Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. …………………

Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person….. To:

THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI

Tel: 051-9271468-78

Dear Sir 1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedule to the tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices offered against the said schedule and further agree that this offer will remain valid up to 120 days and will not be withdrawn or altered in terms of rates quoted and the conditions already stated therein or on before this date. I/we shall be bound by a communication of acceptance to be dispatched within the prescribed time. 2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in Form No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of Defence (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have thoroughly examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements. 3. The following pages have been added to and form part of this tender:

a. ……………………………………….

Yours faithfully, …………………………………

(Signature of Tenderer) …………………………………….

(Capacity in which signing) Address:………………………………..

Date………………………………. Signature of Witness…………… ADDRESS…………………………………..

*Individual signing tender and/or other documents connected with a contract must specify:-

mavenpk.com

0303-44-718-44

Page 87: Furniture Tenders Sep 2012

(a) Whether signing as “Sole Proprietor” of the firm or his attorney. (b) Whether signing as a “Registered Active Partner” of the firm or his attorney. (c) Whether signing for the firm “per procuration”. (d) In the case of companies and firms registered under the Act, 1913 as

amended up-to-date and under the Partnership Act 1932, the capacity in which signing e.g., the Director, Secretary, Manager, Partner, etc. or their attorney and produce copy of document empowering him so to sign, if called upon to do so.

(e) Principal’s proforma invoice (in original) (f) Earnest money (g) Treasury Challan Form for tender Fees as applicable

mavenpk.com

0303-44-718-44

Page 88: Furniture Tenders Sep 2012

DPL – 15

WARRANTY

M/S ___________________________________________________________________

CONTRACT NO. ________________________________________________ 1. We hereby guarantee that the articles supplied under the terms of this contract are produced new in conformance with approved drawings/specification and in all respect in accordance with the terms of the contract, and the materials used whether or not of our manufacture are in accordance with the latest appropriate standard specifications, as also in accordance with the terms of complete of good workmanship throughout and that we will repair/replace free of cost (FOB/CIF/FOR/C&F) Karachi as the case may be every article or part thereof which before use or in use shall be found defective or not within the limits and tolerance of specifications requirement or in any way not in accordance with the terms of the contract. 2. In case of our failure to replace the defective stores free of cost within three months of reporting by the consignee, we will refund the relevant cost (FOB/CIF/FOR/C&F/DDU) Karachi as the case may be in the currency/currencies in which received plus freight charges, upto consignees end and the purchaser shall have the right to purchase the stores declared defective at our risk and expense from elsewhere. 3. The Supplier also undertakes to make good the deficiency in supply if any. 4. This warranty will remain valid for 01 year after acceptance of system by Pakistan Navy end user. THE SIGNATURE MUST BE THE SAME AS THAT ON THE TENDER/CONTRACT, OR IF OTHERWISE MUST BE SHOWN TO BE THE SIGNATURE OF A PERSON CAPABLE OF GIVING A GUARANTEE ON BEHALF OF THE SUPPLIER/PRINCIPAL.

SIGNATURE : __________________ DATE : _______________

mavenpk.com

0303-44-718-44

Page 89: Furniture Tenders Sep 2012

NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT

Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1. Name : _____________________________________

2. Father’s Name : ______________________________ 3. Address (Residential) :

_____________________________________________________ __________________________________________________________ _________________________________________________________ 4. Designation in Firm :

_______________________________________________________

5. CNIC : _____________________________________ (Attach Copy of CNIC)

6. NTN : ______________________________________ (Attach Copy of NTN)

7. Firm’s Address : __________________________________________________________

___________________________________________________________ ___________________________________________________________

8. Date of Establishment of Firm : ________________________________________________ 9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner). (Kindly fill in the above form and forward it under your own letter head with contact details)

mavenpk.com

0303-44-718-44

Page 90: Furniture Tenders Sep 2012

RE: TENDER NOTICE #SLIC/BWP/P&GS/09/2012 PURCHASE OF FURNITURE FOR BAHAWALPUR ZONE; Date:10.09.2012 State Life Insurance Corp. of Pakistan invites sealed quotation for the purchase of following item with the specification given accordingly from the reputed Firms/Suppliers/Distributors who are registered with Sales Tax and National Income Tax.

S.No Items to Purchase Specification Quantity 01 Conference Chairs

(Cushioned) Executive quality/ modern standard / Design available in Zonal Head office.

60

TERMS AND CONDITIONS:

1. Security amount must be deposited equal to 02% of the approximate value (note above) of the tender in form of “Call Deposit receipt” in favour of the State Life Insurance Corporation of Pakistan Zonal Office Bahawalpur which will be refunded to the un-successful parties on the spot and the refundable cash payment of CDR will be detained of the successful parties till the completion of job as per quotation/purchase order. No quotation will be acceptable without earnest money. Tenders must be accompanied by a Tender Security in the amount mentioned above and must

be delivered to Secretary- (P&GS) State Life Insurance Corporation of Pakistan, Bahawalpur Zone, Barq Poly Clinic building 1st & 2nd Floor Ahmedpur Road, Bahawalpur on or before 27th September 2012 11:30 Am, mentioned date & time. Tenders will be opened on the same date/day as mentioned at 12:30 PM. in the presence of Tenders representative who choose to attend.

2. On finding sub-standard quality as and when noticed during process, the deposit security may be forfeited in favour of the Corporation.

3.The Firms/ Suppliers / Distributors in question will be bound to supply the required items as whole consignment within 25 days from the issuance date of supply order. 4. The bidders will attach their respective copies of NTN and Sales Tax Certificates. Order will be

placed to Quotationers on the lowest items rates.

5. Sealed Quotation duly completed in all respects must be reached to the undersigned by Courier

Service and by Registered Mail during the office hours i.e 8:30 am to 5:00 pm (sharp) expect Saturday & Sunday till closing date (27.09.2012) .

6. The Income Tax will be deducted @ 3.5 % at source or as per Govt. of Pakistan Law.

Cont/page

mavenpk.com

0303-44-718-44

Page 91: Furniture Tenders Sep 2012

7. The Corporation reserves the right to cancel/reject any one or all the Tenders in accordance with

rule (33) of PPRA. 8. Payments will be released after supplying the above said items and after checking quality etc.

9. Required order/quantity may be reduced in accordance with the available budget and rate given

in the quotation. (Note: The valued more than two million is not available).

For further details or any clarification the undersigned and dealing officer may be contacted during working hours in person or telephonically on phone # 062-9255363/9239183

Mirza Asad Saeed Atif

Secretary Zonal Procurement Committee BAHAWALPUR ZONE.

mavenpk.com

0303-44-718-44

Page 92: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 93: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 94: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 95: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 96: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 97: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 98: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 99: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 100: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 101: Furniture Tenders Sep 2012

Air University Federally Chartered Public Sector University Tender Notice for Procurement of Furniture

Tender No: IBD/AU/6/12 Air University Islamabad invites sealed tender, based on Single Stage Two Envelopes bid procedure,

from reputed firms, for supply of following furniture items:-

S.No Description Qty

1 Books & Files Almirah 08 Nos

2 Revolving Chairs 08 Nos

3 Visiting Chairs 20 Nos

4 Office Table with 5mm brown tinted glass on top 08 Nos

5 Computer Table 08 Nos TERMS AND CONDITIONS (i) Firms holding valid registration with any Government Department can submit their bid. The bidders

are to furnish the following details with tender documents:

• Bank statement of the firm for the last six months. • Description and value of each supply, related to the bid, completed since 1st July, 2010. • Description and value of each ongoing provision relevant to the bid. • Affidavit that firm has never been black listed nor indulged in litigation with any Government Department/Civil Agency.

(ii) Tender documents can be obtained from Project Director Office wef 15 Sept, 2012 on any working day (Except Saturday), by depositing cash Rs. 300/- (non refundable).

(iii) The bidders are invited to see the furniture samples during 0830 Hrs to 1630 Hrs on any working day (Except Saturday).

(iv) Bidders are to submit their Technical and Financial Proposals clearly marked and sealed in separate envelopes.

(v) Sealed Tenders, alongwith 2% call deposit addressed to Project Director, are to reach by 1200 hours on 03 Oct, 2012.

(vi) Technical proposals will be opened in the Project Director office at 1230 hours, on the last day of their submission, in the presence of bidders/their reps who choose to attend.

(vii) The offer must be valid for at least 30 days from the date of tender opening. (viii) Taxes (where applicable) will be deducted as per Government Rules. (ix) Air University reserves the right to accept any and/or reject any or all the bids.

Project Director

Air University Sector E-9, Islamabad Tel No:051- 9263207

mavenpk.com

0303-44-718-44

Page 102: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 103: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 104: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 105: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 106: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 107: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 108: Furniture Tenders Sep 2012

COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere

to the necessary instructions for participation in the procurement process. All

the columns of DP-I, II and III are filled, signed and stamped as per

requirement. Data Sheet (for unregistered firms only) is attached dully filled

in all respects.

Yours truly, _________________ Signature of Tenderer _________________

Complete Name Seal/Stamp of Firm _________________ Capacity in which

Signing _________________ Date Contact Numbers Assistant Directors Procurement DP(Navy) ADP-34 051-9271474

mavenpk.com

0303-44-718-44

Page 109: Furniture Tenders Sep 2012

DP-1 DIRECTORATE PROCUREMENT (NAVY)

No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78

Fax : 051-5516307 E-mail: [email protected]

M/S 2012 Invitation to Tender and General Instructions 1. Conditions Governing Contracts. The ‘Contract’ made as result of this I/T shall mean the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein. 2. Delivery of Tender. The offer is to be submitted in duplicate as under:-

a. Commercial Offer. The offer will be in duplicate and indicate prices quoted in figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned.

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” without prices, tender number and date of opening.

c. Special Instructions. Tender documents and its conditions may please be read point by point and understood properly before quoting. All tender conditions should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected.

d. Firms shall submit their offers in two separate envelopes (i.e. two copies of commercial offer and two or more copies of the technical offer as asked in the IT). The commercial offer will include rates of

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 110: Furniture Tenders Sep 2012

items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it.

e. The tender duly sealed will be addressed to the following:- Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road

Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: [email protected] [email protected] 3. Date and Time For Receipt of Tender. Tender must reach this office by the date and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening. 4. Tender Opening. Tenders will be opened as mentioned in the schedule to tender. Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5. Validity of Offer.

a. The validity period of quotations must be indicated and should invariably be 90 days extendable to 120 days from the date of opening of Tender. Conversion rate of FE/LC components will be considered w.e.f. opening of commercial offer.

b. The quoting firm will certify that in case of an additional requirement of the contract items (s) in any qty(s) with in a period of 12 month from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount.

6. Part Bid. Firm may quote for the whole or any portion, or to state in the tender that the rate quoted, shall apply only if the entire

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 111: Furniture Tenders Sep 2012

quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7. Quoting of Rates. Only one rate will be quoted for entire quantity, item wise. 8. Return of I/T. In case you are Not quoting, please return the tender inquiry stating the reason of NOT quoting. In case of failure to return the ITs either quoted or not quoted consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. 9. Withdrawal of Offer. Firms shall not withdraw their commercial offers before signing of the contract and within validity period of their offers. In case the firm withdraws its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: a. A copy of letter showing firm’s financial capability.

b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement.

11. Treasury Challan.

a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable from State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan. b. In case of un-registered firms, whether they have applied for registration or not, will pay tender inquiry fee (Challan Form) of Rs. 300/-.

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract. 13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1.

Attached Not Attached

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Attached Not Attached

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 112: Furniture Tenders Sep 2012

14. Marking. Marking of stores in accordance with Spec/Misc/NS/002/80. 15. Documents Required. Following documents are required to be submitted along with the quote:

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS and DP(N). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted. c. Original quotation/proforma invoice. d. In case of bulk proforma invoice, a certificate that prices indicated in the bulk proforma invoice have not been decreased since the date of bulk proforma invoice from the manufacturers/suppliers. e. Submit breakup of cost of stores/services on the following lines:

(1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:-

(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty.

(3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any.

(5) Any other expenditure/cost/service/remuneration as asked for in the tender.

16. Rejection of Stores/Services. The stores/services offered as a result of contract concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated. 17. Security Deposit/Bank Guarantee . To ensure timely and correct supply of stores the firm will furnish an unconditional Bank Guarantee(BG) from a schedule Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP)

Understood agreed

Understood not agreed

Understood agreed

Understood agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 113: Furniture Tenders Sep 2012

Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given on page 1. 18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at [email protected]. 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. 20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract.

21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract.

22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost. 23. Price Variation.

a. Prices offered against this tender are to be firm and final.

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance.

c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 114: Furniture Tenders Sep 2012

stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly.

24. Price Reduction (PR). In case the stores on inspection are found to be below the stipulated specification and these are proposed to be accepted by the inspector under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser”

The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. 25. Buy back. The seller will buy back the spares/items supplied as a part of this tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items. 26. Force Majeure. The supplier will not be held responsible for any delay occurring in supply of equipment due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Non-availability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure.

27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under:

a. Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts

(1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law.

(2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine.

(3). Arbitration award so given will be firm and final.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 115: Furniture Tenders Sep 2012

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute.

28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi shall have jurisdiction to decide the matter. 29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are liable to be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value.

30. Risk Purchase. In the event of failure on the part of supplier to comply with the contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35.

31. Penalty. In case of wrong supply of the item or any breach of the contractual terms & conditions by the supplier, a penalty may be imposed by DP(N).

32 COMPENSATION BREACH OF CONTRACT. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract become ineffective due to default of supplier / seller or stores / equipment declared defective and caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or compensation in any form shall be paid to any local or foreign agent, consultant representative, sales promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34. Termination of Contract.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed Understood

agreed Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 116: Furniture Tenders Sep 2012

a. If at any time during the currency of the contract the Purchaser decides to terminate the contract for any reason whatsoever (other than for reasons of Non-Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice.

b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either:

(1). To have any part thereof completed and take the delivery thereof at the contract price or.

(2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser.

(3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received.

c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full rights to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants. 36. Application of Official Secrets Act, 1923. All the matters connected with this enquiry and subsequent actions arising there from come within the scope of the Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. 37. Acknowledgment. Firms will send acknowledgement slips within 07 days from the date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38. Disqualification. Offers are liable to be rejected if:-

a. Received later than appointed/fixed date and time. b. Offers are found conditional or incomplete in any respect.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

mavenpk.com

0303-44-718-44

Page 117: Furniture Tenders Sep 2012

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed, are NOT received with the offers. d. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. e. Treasury challan is NOT attached with the offer. f. Multiple rates are quoted against one item. g. Manufacturer’s relevant brochures and technical details on major equipment assemblies are not attached in support of specifications. j. Subject to restriction of export license. k. Offers (commercial/technical) containing non-initialed/ unauthenticated amendments/corrections/overwriting. l. If the validity of the agency agreement is expired. m. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vise versa. n. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. p. Earnest money is not provided. q. If validity of offer is not quoted as required in IT or made subject to confirmation later. r. Offer made through Fax/E-mail/Cable/Telex. s. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender.

t. If OEM and principal name and complete address is not mentioned. 39. The above terms and conditions are confirmed in total for acceptance. Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTES 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaires duly filled in are to be returned with the offer duly signed by the authorized signatory/person. It is pertinent to mention that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Registration Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of Tenderer) …………………………….

(Capacity in which signing)

mavenpk.com

0303-44-718-44

Page 118: Furniture Tenders Sep 2012

D P 2

I N V I T A T I O N T O T E N D E R F O R M 1. Schedule to Tender No CICP/E/IND/210002/R-1208/340067 dated 12-9-12. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 25-10-12. Please drop tender in the Tender Box No 204. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at [email protected] 0S NO DETAIL OF STORES QTY/

UNIT UNIT PRICE

TOTAL PRICE

1. NSN NO. 0421-50-000-0011 BED IRON STEEL HOSPITAL ALONGWITH DRIP STAND ROD & ADJUST LENGTH : 7 FEET 1-1/2 INCH BREADTH: 3 FEET HEIGHT : 3 FEET & 9 INCH SPECIFICATION 1. BS 4886-PART 1 OF 1973 (EXCEPT CLAUSE 9,10 & 13) 2. ADVANCE SAMPLE TO BE APPROVED BY CINS & PNS SHIFA. 3. DETAILS SPECIFICATION ATTACHED AS PER ANNEX A.

70 NO

Above mentioned price includes 16% sale Tax (Please tick Yes or No)

Yes No

Grand Total Earnest Money

1. Registered/Indexed with DGDP: 02% of quoted value only. 2. Registered with DGDP But Un-Indexed: 03% of quoted value only. 3. Un-Registered with DGDP: 05% of quoted value only.

mavenpk.com

0303-44-718-44

Page 119: Furniture Tenders Sep 2012

Terms & Conditions 1. Special Instructions. N/A. 2. Terms of Payment. 100% on delivery of stores and issuance of CRV. 3. Origin of Stores. Indigenous 4. Origin of OEM. Local. 5. Technical Scrutiny Report. Required. 6. Delivery Period. 4-6 MONTHS. 7. Currency. Pak Rupees 8. Basis for acceptance. FOR.

9. Bid validity. At least 90 Days, extendable to 120 Days. 10. Tendering procedure Two Stage- Two Envelop bidding

procedure will be followed. PPRA Rule 36(6). 11. Earnest Money/Tender/Bid Bond: your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount:

a. Registered/Indexed Firms: 2% of the quoted value subject to maximum celling of Rs 0.200 Million. Applicable for FOR/FOB cases only.

b. Registered but Un-indexed Firms: 3% of the quoted value

subject to maximum celling of Rs 0.50 Million. Applicable for both FOR/FOB cases.

c. Un-registered/Un-indexed Firms: 5 % of the quoted value

subject to maximum ceiling of Rs 1.00 Million. Applicable for both FOR/FOB cases.

Note: (1) Please delete above mentioned condition not relevant to the firm.

(2) In case of firm wins a contract on EM, it will deposit following documents for provisional Regn before the award of contracts:

12. Return of Earnest Money.

a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR.

b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening.

mavenpk.com

0303-44-718-44

Page 120: Furniture Tenders Sep 2012

c. Earnest Money of the second & third lowest quotes will be

returned on signing of the contract with the first lowest quote (Para 32 (b) of DP-35 refers).

d. Earnest Money of the first lowest firm will be returned after the

finalization of the contract, once the firm has provided the Bank Guarantee. (Para 32 (c) of DP-35 refers).

13. Special Note.

a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project.

c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo.

d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the offer. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e. Company registration certificates are to be attached with offer.

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelop in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted.

g. Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer.

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices.

Note: In case of failure to comply above instructions, Terms and conditions, offer will liable for rejection.

mavenpk.com

0303-44-718-44

Page 121: Furniture Tenders Sep 2012

ANNEX ‘A’

SPECIFICATION OF BED IRON STEEL HOSPITAL a. Main frame 16 G pipe, sub frame & foot side & head side Bow 18 SWG pipe.

b. Tilting system is required and should available in beds.

c. Two screw Cranks one for head side other for Foot side.

d. Fowler bed with two handles on both sides for tendelenburg and Reverse

tendelenburg.

e. S.S Rod for I.V. Pole.

f. Urine Bag Hooks : 02 Nos

g. Powder Paint in any one colour as international standard.

h. Detachable head side bow with dual side finished of laminated board.

j. Detachable foot side bow with dual side finished of laminated board.

k. Four castors of 5” with 2 casters with brake.

l. Provision of four IV sets is required, two on both sides of head end and two on

the foot end. Moreover the IV stand should be of adjustable with a screw. The

Rod should be stainless steel material.

m. All nuts, screws and locking system used should be of stainless steel material.

n. Safety sides are required on both side of all beds. These should be capable of

being collapsed or lowered without removal from bed stead. When collapse

should not hamper access to patient, bed making and nursing procedures.

Collapsing of these sides should require minimum clearance between bed and its

surroundings.

SIZE: Size of Beds: a. Length 86” (7’ 2”) b. Breadth 36” (3’) c. Height 45” (3’ 9”)

mavenpk.com

0303-44-718-44

Page 122: Furniture Tenders Sep 2012

DP-3

Tender No…………… Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. …………………

Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person….. To:

THE DIRECTOR OF PROCUREMENT (Section P-34) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI

Tel: 051-9271468-78

Dear Sir 1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedule to the tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices offered against the said schedule and further agree that this offer will remain valid up to 120 days and will not be withdrawn or altered in terms of rates quoted and the conditions already stated therein or on before this date. I/we shall be bound by a communication of acceptance to be dispatched within the prescribed time. 2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in Form No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of Defence (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have thoroughly examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements. 3. The following pages have been added to and form part of this tender:

a. ………………………………………. b. ………………………………………. c. ………………………………………..

Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness……………

ADDRESS…………………………………..

mavenpk.com

0303-44-718-44

Page 123: Furniture Tenders Sep 2012

*Individual signing tender and/or other documents connected with a contract must specify:-

(a) Whether signing as “Sole Proprietor” of the firm or his attorney. (b) Whether signing as a “Registered Active Partner” of the firm or his attorney. (c) Whether signing for the firm “per procuration”. (d) In the case of companies and firms registered under the Act, 1913 as amended up-

to-date and under the Partnership Act 1932, the capacity in which signing e.g., the Director, Secretary, Manager, Partner, etc. or their attorney and produce copy of document empowering him so to sign, if called upon to do so.

(e) Principal’s proforma invoice (in original) (f) Earnest money (g) Treasury Challan Form for tender Fees as applicable

mavenpk.com

0303-44-718-44

Page 124: Furniture Tenders Sep 2012

NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY

IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1. Name : _____________________________________

2. Father’s Name : ______________________________ 3. Address (Residential) : _____________________________________________________ _______________________________________________________________________

_______________________________________________________________________ 4. Designation in Firm :

_______________________________________________________

5. CNIC : _____________________________________ (Attach Copy of CNIC)

6. NTN : ______________________________________ (Attach Copy of NTN)

7. Firm’s Address : __________________________________________________________ ________________________________________________________________________ ________________________________________________________________________

8. Date of Establishment of Firm : ________________________________________________ 9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner). (Kindly fill in the above form and forward it under your own letter head with contact details)

mavenpk.com

0303-44-718-44

Page 125: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 126: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 127: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 128: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 129: Furniture Tenders Sep 2012

SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY

AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description Specification

Mark Quantity Rate Amount

Civil items 1 Bricks 1 No 2000 nos. 2 Sand 500 cft 3 Crush ½” , 1-1/2” 500 cft 4 Cement Bestway or

equivalent 50 bags

Sanitary items 1 Bib cock Faisal/S.Asia

or equivalent 100 nos

2 PVC pipe 4 in Royal PVC or equivalent

50 links

3 Shower Rods Complete

Faisal/ Athif or equivalent

100 Nos

Hard ware items 1 Wooden kari

8’x4”x3” Soft wood 200 nos

2 Wooden gaz 8’x2”x1/2”

Soft wood 200 nos

3 Ceiling sheets (2’ x 2’)

Thermopore sheets & Jibsum (100 each)

200 nos

4 Paint (Emulsion) Burger or equivalent

64 gallons

5 Paint (Distemper) Burger or equivalent

80 gallons

6 Paint (weather shield)

Burger or equivalent

30 gallons

7 Lime Best Quality 50 bags 8 Robin Neil Best Quality 24 packets 9 Zinc Best Quality 15 kgs 10 Chalk Best Quality 15 kgs 11 Plaster of paris Best Quality 50 kgs 12 Brush 5 in Universal or

equivalent 12 nos

13 Brush 3 in Universal or equivalent

12 nos

14 Turpentine oil Tiger or equivalent

30 gallons

Electrical items 1 Power plug Hero or

equivalent 50 nos

2 Light plug Hero or equivalent

50 nos

4 Cable 3.29 Fast Cable or equivalent 20 bundle

mavenpk.com

0303-44-718-44

Page 130: Furniture Tenders Sep 2012

5 Cable 7.29 Fast Cable or equivalent 20 Bundle

6 Cable 7.64 Fast Cable or equivalent 20 Bundle

7 Cable 7.44 Fast Cable or equivalent 20 Bundle

8 Folding Ladder (Aluminum) 8’ & 12’

Best Quality (1 No each) 02 Nos

9

Drill Machine

Germany, England,

USA made or equivalent

02 Nos

TENDER NOTICE

The University of Malakand invites sealed quotations from reputed firms registered with Sale Tax & Income Tax Department for the purchase of:

1) IP Based Cameras and installation (Re-advertised) 2) Furniture and Fixtures (Fresh Tender) for Botanical Garden and Herbarium. 3) Civil works, Sanitary, Hard ware and Electric items related to “Works Department.”

Tender documents containing detail information, terms & conditions etc are available on the website of University of Malakand & PPRA. These can also be obtained from the office of the Secretary Purchase Committee on cash payment of Rs.1000/-or bank draft (Non refundable) for each category on any working day except Saturday & Sunday. Downloaded documents must also accompany the requisite tender fee and 2% as earnest money of the Total Quoted Value in the shape of CDR in favor of Dy. Director Finance University of Malakand. Tender proposals found without requisite 2% CDR will stand rejected. Intending supplier must send their Tender/Quotation along with soft copy by post/Courier Services to reach this office up to 10:30 A.M on or before 20/09/2012.Opening date, Time, Venue & other terms & conditions can be seen in the Tender documents. The competent authority reserves the right to accept or reject any or all the tenders/Quotations prior to the acceptance of a bid or proposals & can also increase or decrease the No. of items to be purchased.

BAKHT WAHAB DEPUTY DIRECTOR FINANCE/

SECRETARY PURCHASE COMMITTEE UNIVERSITY OF MALAKAND

PHONE#0945-761919 Also available on the Web: Site. www.uom.edu.pk& www.ppra.org.pk

mavenpk.com

0303-44-718-44

Page 131: Furniture Tenders Sep 2012

Terms & Conditions 1) Each page of the quotations should carry the signature and stamp of the vender. Quotations

found with over writing, cutting and interpolation will be considered cancelled. Equal rates of two firms will be finalized on draw.

2) The firm must have the relevant experience certificate for which the form has been obtained. 3) No vender has the right to hand over his work to any other firm without the prior approval of

the competent authority. Failing which the tender will be considered cancelled. 4) Income Tax and sales tax will be deducted as per approved rates of the Govt. 5) No advance payment will be made before supply of the items. 6) Cost of goods will be paid on the receipt of the pre receipted bills. 7) The acceptance of articles will be subject to the inspection and approval of the end user at the

point of delivery. 8) Items supplied with low quality will be rejected and no payment will be made to the supplier

for the rejected items. 9) Warranty/ Guarantee certificate of the items supplied must be attached with the bill. 10) Security at the rate of 8% of the total bill will be deducted for a period of three months and

will be released subject to receiving good report from the concerned office. 11) Payment will be made only after satisfactory report of the end user. 12) The firm will give one year guarantee and will be responsible for the after sales service. 13) The equipment shall be supplied in packed form and opened in front of the end user. 14) The firm will be responsible to supply the items within agreed/ stipulated time, failing which

1% of the total payment will be deducted per day. However on the basis of ground reality/ sound reasons, the competent authority may extend the period on the request of the supplier.

15) The competent authority may increase or decrease the quantity. 16) Rates offered shall be valid for a period of four months irrespective of validity period

mentioned in quotation from the date of opening of tender. 17) The tender will be opened at 11:00 O’clock on 20/09/2012 in Committee Room University of

Malakand in the presence of the intending bidders or their representative.

mavenpk.com

0303-44-718-44

Page 132: Furniture Tenders Sep 2012

TENDER DOCUMENTS FOR IP-BASED CAMERAS S.No Name of

Item Specification Quantity

1 Network IP Camera

Full HD 2 Mega pixel Day & Night Indoor IP Camera with 4.3mm/F1.6 lens,0.6lux, ICR, 3D Noise Reduction, 2D WDR, Digital PTZ, Face/Tampering /Motion Detection alarm, H. 264. Motion JPEG, Multi-Supported Protocols DDNS, PPPoE, DHCP, NTP, SNTP, TCP/IP, ICMP, SMTP,FTP, HTTP,RTP, RTSP, UPnP event Notification FTP/Email Profile Video Streaming, 3-Axis construction, Multiple Stream, DC12V, with AC adaptor OR Higher specification Digital Zooming Cameras

16

2 PC Core i-3 3.1 GHZ, 4GB RAM, 2 TB, Gbit Network Card, DVD-R, Keyboard, mouse for 30 days recordings (HP or Dell Branded)

01

3 NVR Software

NVR Software (Supported 32 Cameras) 01

4 Power cable

Cabling and Ducting Including UTP Cable, power, PVC Pipe per/duct running ft

01

5 LCD AOC LCD 21” for Cameras 01 6 Housing Outdoor Housing for cameras (weather proof) if

required 01

7 Services Installation, configuration and testing the Entire Surveillances Network.

01 job

FURNITURE AND FIXTURE FOR HERBARIUM BUILDING

S# Item Specification Qty Cost Total

A. Furniture for Lecture Theater:

1. Dice 4ft high x 2ft 6inch wide, 3ft 6inch Broad with stage inclination 450. Additional drawer for paper, inbuilt location for two pens and glass of water, with raised stage for Microphone. Material

1

mavenpk.com

0303-44-718-44

Page 133: Furniture Tenders Sep 2012

Glass/Wood. 2. Chairs for Stage

with Table Elegant, Elaborate, carved, with cushion. Front table with elaborate edge carvings

6

3. Plastic Chairs 08 chairs fixed in a row of 16ft 8inch to the theater stairs with 3 props (legs) base fixing cost included, colour red. (8x5=40 Nos)

5

4. Sound System small

Suitable for 20x30 ft hall with 4 speakers fitted in case 1

5. Table for Multimedia

2’x2’x3 ft high 1

B. Furniture & Fixture for Museum Halls

1. Office Table 5.5x3.5 ft. 2.5’ high, Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer.

2

2. Office Chair Revolving 2

3. Office Table 3.5x2.5 ft 2.5’ high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer.

2

4. Office Chair Revolving 2

5. Study Tables 8x3 ft. height 2ft 6inch with highly polished top 4

6. Study Chairs 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

32

7. Almirah Wooden, divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. Each of the eight compartments to be fitted with durable handle in the center for opening and closing, each compartment to be fitted with lock. (detail drawing of almirah is attached)

35

C. Furniture for Rooms of Research Officers 05 No:

1. Office Table 3.5x2.5 ft 2.5ft high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer.

5

2. Office Chair Revolving 5

3. Wooden Racks 4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable.

5

D. Furniture & Fixture for Laboratory:

1. Laboratory Tables

6x3ft, 2ft 6inch high, Wooden highly polished. 4

2. Laboratory Tables

7x3ft, 2ft 6inch high, Wooden highly polished. 3

3. Laboratory Tables

9x3ft, 2ft 6inch high, Wooden highly polished. 2

4. Study Chairs 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

30

5. Almirah Wooden made with glass fitted on doors divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments.

3

E. Furniture for Library:

1. Office Table 5.5x3.5 ft. 2.5’ high Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer.

1

2. Office Chair Revolving 1

mavenpk.com

0303-44-718-44

Page 134: Furniture Tenders Sep 2012

3. Open faced wooden Book Shelves

3ft broad x 7ft high x 1ft width. wooden single faced. 5 compartments 18

4. Periodical Displayer

42” wide x18”broad x45”high. wooden single faced. 4 compartments

4

5. Study Table 8x3ft, 2ft 6inch high wooden highly polished 2

6. Study Chair 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

20

F. Furniture for Office of Director & Curator 02 Rooms:

1. Executive Office Table

Executive Class 5x4 ft. height 2.5 ft. wooden highly polished durable.

2

2. Executive Office Chair

Executive Class, revolving leather/ rexin coating. 2

3. Side Racks 4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable.

2

4. Chair for visitors

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion

12

5. Side table Glass 2x3 ft. 2

G. Blinds and carpet

1. Blinds Large 6ft 6inch x 5ft 6inch 22

2. Blinds Medium 3ft 6inch x 5ft 10inch 6

3. Blinds Small 2ft 7inch x 5ft 11inch 8

4. Carpet Three pieces (i)14x14ft (ii)14x14ft (iii)31.5x20ft = (196+196+630 ft)

1022ft

Total

SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY

AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description Specification

Mark Quantity Rate Amount

Civil items 1 Bricks 1 No 2000 nos. 2 Sand 500 cft 3 Crush ½” , 1-1/2” 500 cft 4 Cement Bestway 50 bags

Sanitary items 1 Bib cock Faisal/S.Asia 100 nos 2 PVC pipe 4 in Royal PVC 50 links 3 Shower Rods

Complete Faisal/ Athif 100 Nos

Hard ware items 1 Wooden kari

8’x4”x3” Soft wood 200 nos

mavenpk.com

0303-44-718-44

Page 135: Furniture Tenders Sep 2012

2 Wooden gaz 8’x2”x1/2”

Soft wood 200 nos

3 Ceiling sheets (2’ x 2’)

Thermopore sheets & Jibsum (100 each)

200 nos

4 Paint (Emulsion) Burger 64 gallons 5 Paint (Distemper) Burger 80 gallons 6 Paint (weather

shield) Burger 30 gallons

7 Lime Best Quality 50 bags 8 Robin Neil Best Quality 24 packets 9 Zinc Best Quality 15 kgs 10 Chalk Best Quality 15 kgs 11 Plaster of paris Best Quality 50 kgs 12 Brush 5 in Universal 12 nos 13 Brush 3 in Universal 12 nos 14 Turpentine oil Tiger 30 gallons

Electrical items 1 Power plug Hero 50 nos 2 Light plug Hero 50 nos 4 Cable 3.29 Fast Cable 20 bundle 5 Cable 7.29 Fast Cable 20 Bundle 6 Cable 7.64 Fast Cable 20 Bundle 7 Cable 7.44 Fast Cable 20 Bundle 8 Folding Ladder

(Aluminum) 8’ & 12’

Best Quality (1 No each) 02 Nos

9 Drill Machine

Germany, England,

USA made 02 Nos

-

mavenpk.com

0303-44-718-44

Page 136: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 137: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 138: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 139: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 140: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 141: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 142: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 143: Furniture Tenders Sep 2012

Tender Document

PROCUREMENT OF FURNITURE

AND AFTER SALES SERVICES

FOR

GOVERNMENT OF PUNJAB’S

TECHNOLOGY INCUBATOR

Punjab Information Technology Board (PITB)

11th Floor, Arfa Software Technology Park (ASTP),

346-B, Ferozepur Road, Lahore, Pakistan

Phone: (+ 92) (42) (35880062), Fax: (+92) (42) (99232123)

URL: www.pitb.gov.pk

mavenpk.com

0303-44-718-44

Page 144: Furniture Tenders Sep 2012

Page 2 of 60

Table of Contents

1. Invitation to Bid ............................................................................................................. 6

2. Bidding Details (Instruction to Bidders) ........................................................................ 8

TERMS AND CONDITIONS OF THE TENDER ................................................................. 10

3. Definitions.................................................................................................................... 10

4. Headings and Titles...................................................................................................... 11

5. Notice ........................................................................................................................... 11

6. Tender Scope ............................................................................................................... 11

7. Tender Eligibility ......................................................................................................... 11

8. Tender Cost .................................................................................................................. 12

9. Joint Venture/Consortium ............................................................................................ 12

10. Examination of the Tender Document ......................................................................... 12

11. Clarification of the Tender Document ......................................................................... 12

12. Amendment of the Tender Document .......................................................................... 13

13. Preparation / Submission of Tender ............................................................................. 13

14. Tender Price ................................................................................................................. 16

15. Tender Security ............................................................................................................ 16

16. Tender Validity ............................................................................................................ 17

17. Modification / Withdrawal of the Tender .................................................................... 17

18. Opening of the Tender ................................................................................................. 17

19. Clarification of the Tender ........................................................................................... 17

20. Determination of Responsiveness of the Bid (Tender) ................................................ 17

21. PARAMETERS OF TECHNICAL EVALUATION CRITERIA ............................... 18

22. Correction of errors / Amendment of Tender .............................................................. 20

23. Rejection / Acceptance of the Tender .......................................................................... 20

24. Award Criteria ............................................................................................................. 21

25. Acceptance Letter (Letter of Intent) ............................................................................ 21

26. Performance Security ................................................................................................... 21

27. Redressal of grievances by the procuring agency ........................................................ 21

TERMS & CONDITIONS OF THE DRAFT CONTRACT ................................................... 23

28. Contract ........................................................................................................................ 27

29. Contract Documents and Information .......................................................................... 27

30. Contract Language ....................................................................................................... 27

31. Standards ...................................................................................................................... 27

32. Commercial Availability .............................................................................................. 27

33. Patent Right .................................................................................................................. 27

34. Execution Schedule ...................................................................................................... 27

35. Packing ......................................................................................................................... 27

mavenpk.com

0303-44-718-44

Page 145: Furniture Tenders Sep 2012

Page 3 of 60

36. Insurance ...................................................................................................................... 28

37. Labeling ....................................................................................................................... 28

38. Delivery........................................................................................................................ 28

39. Installation and Implementation .................................................................................. 28

40. Site Preparation ............................................................................................................ 29

41. Spare Parts and Support ............................................................................................... 29

42. Inspection and Testing ................................................................................................. 29

43. Taking-Over Certificate ............................................................................................... 30

44. Warranty ...................................................................................................................... 30

45. Ownership of Goods and Replaced Components ........................................................ 31

46. Defects Liability Expiry Certificate ............................................................................. 31

47. Payment........................................................................................................................ 31

48. Price ............................................................................................................................. 31

49. Contract Amendment ................................................................................................... 31

50. Assignment / Subcontract ............................................................................................ 32

51. Extensions in time for performance of obligations under the Contract ....................... 32

52. Liquidated Damages .................................................................................................... 32

53. Blacklisting .................................................................................................................. 32

54. Forfeiture of Performance Security ............................................................................. 33

55. Termination for Default ............................................................................................... 33

56. Termination for Insolvency .......................................................................................... 33

57. Termination for Convenience ...................................................................................... 33

58. Force Majeure .............................................................................................................. 33

59. Dispute Resolution ....................................................................................................... 34

60. Statutes and Regulations .............................................................................................. 34

61. Taxes and Duties .......................................................................................................... 34

62. Contract Cost ............................................................................................................... 34

63. The Client..................................................................................................................... 34

64. Authorized Representative ........................................................................................... 35

65. Waiver .......................................................................................................................... 35

66. Training ........................................................................................................................ 35

67. Documentation ............................................................................................................. 35

68. Special Stipulations ...................................................................................................... 35

Annexure-A.............................................................................................................................. 37

Annexure-B .............................................................................................................................. 49

Annexure-C .............................................................................................................................. 50

Annexure-D.............................................................................................................................. 51

Annexure-E .............................................................................................................................. 52

mavenpk.com

0303-44-718-44

Page 146: Furniture Tenders Sep 2012

Page 4 of 60

Annexure-F .............................................................................................................................. 53

Annexure-G.............................................................................................................................. 55

Annexure-H.............................................................................................................................. 56

Annexure-I ............................................................................................................................... 57

Annexure-J ............................................................................................................................... 58

Annexure-K.............................................................................................................................. 60

mavenpk.com

0303-44-718-44

Page 147: Furniture Tenders Sep 2012

Page 5 of 60

Important Note:

Bidders must ensure that they submit all the required documents indicated in the Bidding Documents

without fail. Bids received without, undertakings, valid documentary evidence, supporting documents and

the manner for the various requirements mentioned in the Bidding Documents or test certificates are

liable to be rejected at the initial stage itself. The data sheets, valid documentary evidences for the critical

components as detailed hereinafter should be submitted by the Bidder for scrutiny. It is intimated that no

objection shall be entertained regarding the terms and conditions of the Bidding Document at the later

stages during tender process.

Applicability of Punjab Procurement Rules, 2009

This Bidding Process will be governed under Punjab Procurement Rules, 2009, as amended from time to

time and instructions of the Government of the Punjab received during the completion of the project

mavenpk.com

0303-44-718-44

Page 148: Furniture Tenders Sep 2012

Page 6 of 60

1. Invitation to Bid

1.1 PPRA Rules to be followed

Punjab Procurement Rules 2009 will be strictly followed. These may be obtained from PPRA’s website:

http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx

In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab

Procurement Rules 2009.

1.2 Mode of Advertisement(s)

As per Rule 12(1), this Tender is being placed online at PPRA's website, as well as being advertised in

print media.

As per Rule 12(3), this Tender is also placed online at the website of Purchaser. The bidding document

carrying all details can be downloaded from PITB’s website http://www.pitb.gov.pk and from

PPRA’s website www.ppra.punjab.gov.pk for information only. All prospective bidders are required

to register themselves with the Procurement Assistant, PITB at above given address, collect a Challan

Form to submit an amount Rs. 500/- in given head at State Bank of Pakistan or National Bank of

Pakistan, the deposit slip must accompany the bids, elsewise the bid will stand rejected.

1.3 Type of Open Competitive Bidding

As per Rule 36(b), Single Stage - Two Envelope Procedure shall be followed. This is as follows:

i. The bid shall comprise of a single package containing two separate envelopes. Each envelope

shall contain separately the financial proposal and the technical proposal;

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL”

in bold and legible letters to avoid confusion;

iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

procuring agency without being opened;

v. The Purchaser shall evaluate the technical proposal in a manner prescribed in Section 7, 13, 20

and Annexure-A of this document, without reference to the price and reject any proposal which

does not conform to the specified requirements as listed in said Sections.

vi. During the technical evaluation no amendments in the technical proposal shall be permitted;

vii. The financial proposals of technically qualified bidders shall be opened publicly at a time, date

and venue announced and communicated to the bidders in advance;

mavenpk.com

0303-44-718-44

Page 149: Furniture Tenders Sep 2012

Page 7 of 60

viii. After the evaluation and approval of the technical proposal the procuring agency, shall at a time

within the bid validity period, publicly open the financial proposals of the technically accepted

and qualified bids only. The financial proposal of bids found technically non-responsive shall be

returned un-opened to the respective bidders.

In accordance with these rules, interested companies (hereinafter referred to as “Bidders”) applying for

bids should submit two separate bids/envelopes for Financial Proposal and Technical Proposal.

mavenpk.com

0303-44-718-44

Page 150: Furniture Tenders Sep 2012

Page 8 of 60

2. Bidding Details (Instruction to Bidders)

All bids must be accompanied by Tender Security (As per provisions on clause “Tender Security” of this

document) in favor of “Punjab Information Technology Board”. The bids along with tender security,

Tender Forms, Affidavits, etc., must be delivered into the Tender Box No.2, placed at reception of

Punjab Information Technology Board, Lahore on or before 1500 hrs no later than 4th October, 2012.

The Technical bids will be publicly opened lot wise in the Committee Room of Punjab Information

Technology Board, 11th Floor, Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore, on

same date at 1600 hours.

Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the hardware

must be received in writing to the Purchaser within five working days from the date of Tender

advertisement. Any query received after five working days shall not be entertained. All queries shall be

responded to within due time. PITB may host a Q&A session, if required, at PITB premises (11th Floor,

Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore). All Bidders shall be informed of the

date and time in advance.

The bidder must submit bids on the basis of complete lot or lots. Failure to meet this condition will cause

disqualification of the bidder. The bidder shall submit bids which comply with the Bidding Document.

Alternative bids will not be considered. The attention of bidders is drawn to the provisions of Clause on

“Determination of Responsiveness of Bid” and “Rejection/Acceptance of the Bid”, for making their

respective bids substantially responsive to the requirements of the Bidding Document.

The Primary Contact & Secondary Contact for all correspondence in relation to this bid is as follows:

Primary Contact

Fasieh Mehta

Senior Program Manager

Email: [email protected]

11th Floor, Arfa Software Technology Park,

346-B, Ferozepur Road, Lahore, Pakistan.

Secondary Contact

Iftikhar Ahmed Khan

Project Coordinator

Email: [email protected]

11th Floor, Arfa Software Technology Park,

346-B, Ferozepur Road, Lahore, Pakistan.

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 the Primary Contact and in writing (e-mail)

only. In the case of an urgent situation where the Primary Contact cannot be contacted, the bidder may

alternatively direct their enquiries through the Secondary Contact.

mavenpk.com

0303-44-718-44

Page 151: Furniture Tenders Sep 2012

Page 9 of 60

Bidders are also required to state, in their proposals, the name, title, 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.

The Purchaser will not be responsible for any costs or expenses incurred by bidders in connection with

the preparation or delivery of bids.

As authority competent to accept the tender, the Purchaser reserves the right to cancel the tender, accept

or reject one or all bids without assigning any reason thereof.

Failure to supply required items/services within the specified time period will invoke penalty as

specified in this document.

mavenpk.com

0303-44-718-44

Page 152: Furniture Tenders Sep 2012

Page 10 of 60

TERMS AND CONDITIONS OF THE TENDER

3. Definitions

3.1 In this document, unless there is anything repugnant in the subject or context:

3.2 "Authorized Representative" means any representative appointed, from time to time, by the

Client, the Purchaser or the Contractor.

3.3 “Availability and Reliability” means the probability that a component shall be operationally

ready to perform its function when called upon at any point in time.

3.4 "Client" means the Project lead of the Purchaser for whose particular project the Goods /

Services have been procured or any other person, duly appointed in writing, by the Client, for

the time being or from time to time, to act as Client for the purposes of the Contract.

3.5 “Bidder/Tenderer” means the Firm/Company/Supplier/Distributers that may provide or provides

the furniture, etc and related services to any of the public sector organization under the contract

and have registered for the relevant business thereof.

3.6 "Commencement Date of the Contract" means the date of signing of the Contract between the

Purchaser and the Contractor.

3.7 "Contract" means the agreement entered into between the Purchaser and the Contractor, as

recorded in the Contract Form signed by the parties, including all Schedules and Attachments

thereto and all documents incorporated by reference therein.

3.8 "Contractor" means the person whose Tender has been accepted and awarded letter of Intent

followed by the Contract by the Purchaser.

3.9 "Contract Price" means the price payable to the Contractor under the Contract for the full and

proper performance of its contractual obligations.

3.10 "Contract Value" means that portion of the Contract Price adjusted to give effect to such

additions or deductions as are provided for in the Contract which is properly apportion-able to

the Goods or Services in question.

3.11 "Defects Liability Expiry Certificate" means the certificate to be issued by the Client to the

Contractor, in accordance with the Contract.

3.12 "Day" means calendar day.

3.13 "Defects Liability Period" means the warranty period following the taking over, during which

the Contractor is responsible for making good, defects and damage in Goods and Services

provided, under the Contract.

3.14 "Force Majeure" means an event beyond the control of the Contractor and not involving the

Contractor's fault or negligence and not foreseeable. Such events may include, but are not

restricted to, acts of the Purchaser in its sovereign capacity, wars, revolutions, fires, floods,

epidemics, quarantine restrictions, and freight embargoes.

3.15 "Goods" means equipment, machinery, and/or other materials which the Contractor is required

to supply to the Purchaser under the Contract.

3.16 "Person" includes individual, association of persons, firm, company, corporation, institution and

organization, etc., having legal capacity.

3.17 "Prescribed" means prescribed in the Tender Document.

3.18 "Purchaser" means the Punjab Information Technology Board (PITB), or any other person for

the time being or from time to time duly appointed in writing by the Purchaser to act as

Purchaser for the purposes of the Contract.

3.19 "Origin" shall be considered to be the place where the Goods are produced or from where the

mavenpk.com

0303-44-718-44

Page 153: Furniture Tenders Sep 2012

Page 11 of 60

Services are provided. Goods are produced when, through manufacturing, processing or

assembling of components, a commercially recognized product results that is substantially

different in basic characteristics or in purpose or utility from its components. The origin of

Goods and Services is distinct from the nationality of the Contractor.

3.20 "Services" means installation, configuration, deployment, commissioning, testing, training,

support, after sale service, etc. of Goods and other such obligations which the Contractor is

required to provide to the Purchaser under the Contract.

3.21 “Taking-Over Certificate" means the certificate to be issued by the Client to the Contractor, in

accordance with the Contract.

3.22 "Works" means work to be done by the Contractor under the Contract.

4. Headings and Titles

In this document, headings and titles shall not be construed to be part thereof or be taken into

consideration in the interpretation of the document and words importing the singular only shall

also include the plural and vice versa where the context so requires.

5. Notice

5.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice,

certificate, order, consent, approval or instructions amongst the Contractor, the Purchaser and

the Client, the same shall be:

5.1.1 in writing;

5.1.2 issued within reasonable time;

5.1.3 served by sending the same by courier or registered post to their principal office in Pakistan or

such other address as they shall notify for the purpose; and

5.1.4 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed

accordingly.

6. Tender Scope

6.1 Punjab Information Technology Board (PITB), (hereinafter referred to as “the Purchaser”)

invites / requests Proposals (hereinafter referred to as “the Tenders”) for design, supply,

installation of furniture including soft partitions (hereinafter referred to as “the Goods”) on

turnkey basis.

6.2 The execution will be carried out at 9th Floor Arfa Software Technology Park

6.3 The firm will design, assemble and deploy furniture for entire floor consisting of class room,

Incubation halls, staff offices etc and also give after sales service for any repair and maintenance

support.

7. Tender Eligibility

7.1 Eligible Tenderer is a Tenderer who:

7.1.1 has a registered office in Pakistan;

7.1.2 is a manufacturer / supplier / trader / whole seller of new furniture

7.1.3 has an after sales service office and support staff available in Lahore

mavenpk.com

0303-44-718-44

Page 154: Furniture Tenders Sep 2012

Page 12 of 60

7.1.4 has already served corporate clients

7.1.5 has quoted on Turnkey basis for each or all LOTs

7.1.6 has required relevant experience of setting up offices on a large scale with quality furniture.

7.1.7 has the required relevant qualified personnel and enough strength to fulfill the requirement of

assignment.

7.1.8 Conforms to the clause of “Responsiveness of Bid” given herein this tender document.

7.1.9 Goods and Services can only be supplied / sources / routed from “origin” in “eligible” member

countries.

a. Eligible” is defined as any country or region that is allowed to do business in Pakistan by the

law of Government of Pakistan.

b. "origin" shall be considered to be the place where the Goods are produced or from which

the Services are provided. Goods are produced when, through manufacturing, processing or

substantial and major assembling of components, a commercially recognized product results

that is substantially different in basic characteristics or in purpose or utility from its

components.

8. Tender Cost

The Tenderer shall bear all costs / expenses associated with the preparation and submission of

the Tender(s) and the Purchaser shall in no case be responsible / liable for those costs / expenses.

9. Joint Venture/Consortium

9.1 Joint ventures or Consortium are also eligible for this tender, as long as the joint venture

complies with the following conditions:

9.1.1 The Tenderers may form a joint venture of maximum two Tenderers/bidders. An Agreement

Deed to that effect, legally executed and signed by all the partners shall be submitted with the

bid.

9.1.2 One partner of formulated joint venture will be designated the lead partner and would be get into

legal contract with Purchaser and would be liable to incur liabilities, receive payments and

receive instructions for and on behalf of any or all partners. A power of attorney to that effect,

legally executed, signed by all the partners shall be submitted with the Tender/bid.

9.1.3 There must be at least one locally registered company (Partner) of good repute, with relevant

experience and proven track record, in the joint venture.

9.1.4 All the partners shall be jointly and severally liable for the execution of the Contract in

accordance with the terms and conditions of the Contract. The Tender, and in case of

successfully qualifying both technical and financial evaluation, the Contract Deed, to that effect,

shall be signed by the lead partner.

9.1.5 Partners other than the lead would also be bound by the terms and conditions of the contract.

10. Examination of the Tender Document

The Tenderer is expected to examine the Tender Document, including all instructions and terms

and conditions.

11. Clarification of the Tender Document

The prospective bidders may solicit clarification of the Tender Document, within 05 working

days of issuance of tender in writing. The clarification and its replies will be shared with all

prospective bidders.

mavenpk.com

0303-44-718-44

Page 155: Furniture Tenders Sep 2012

Page 13 of 60

12. Amendment of the Tender Document

12.1 The Purchaser may, at any time prior to the deadline for submission of the Tender, at its own

initiative or in response to a clarification requested by the Bidder(s), amend the Tender

Document, on any account, for any reason. All amendment(s) shall be part of the Tender

Document and binding on the Bidder(s).

12.2 The Purchaser shall notify the amendment(s) in writing to the prospective Tenderers.

12.3 The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the

deadline for the submission of the Tender, in which case all rights and obligations of the

Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to the

deadline as extended.

13. Preparation / Submission of Tender

13.1 The Tenderer is only allowed to bid for each or all LOTs on turnkey basis.

13.2 The Tenderer is not allowed to bid for partial LOT.

13.3 The Tender and all documents relating to the Tender, exchanged between the Tenderer and the

Purchaser, shall be in English. Any printed literature furnished by the Tenderer in another

language shall be accompanied by an English translation which shall govern for purposes of

interpretation of the Tender.

13.4 The Tender shall be filed in / accompanied by the prescribed Forms, Annexes, Schedules,

Charts, Drawings, Documents, Brochures, Literature, etc. which shall be typed, completely

filled in, stamped and signed by the Tenderer or his Authorized Representative. In case of

copies, photocopies may be submitted.

13.5 The Tender shall be in two parts i.e the technical proposal and the financial proposal. Each

proposal shall be in two sets i.e the original and the copy. In the event of any discrepancy

between the original and the duplicate, the original shall govern.

13.6 The Technical Proposal shall comprise the following, without quoting the price:

13.7 Technical Proposal Form (Annexure-B)

13.7.1 Affidavit and Undertaking (All terms & conditions and qualifications listed anywhere in the

RFP have been satisfactorily vetted) (Annexure-G&H)

13.7.2 Covering letter duly signed and stamped by authorized representative. (Annexure-E)

13.7.3 Evidence of eligibility of the Tenderer and the Goods

13.7.4 Evidence of conformity of the Goods / the Services to the Tender Document

13.7.5 Undertaking and Evidence that the quoted Goods are genuine, brand new, non- refurbished, un-

altered in any way, of the most recent / current model, imported through proper channel, and

incorporate all recent improvements in design and materials

13.7.6 Technical Brochures / Literature

13.7.7 Details of Warranty and After-Sale Service

13.7.8 The Contractor’s financial capacity to mobilize and sustain the Supply of furniture and Services

is imperative. In the Proposal, the Bidder is required to provide information on its financial

status.

13.7.9 The statement must be signed by the authorized representative of the Bidder

13.7.10 Financial Capacity as per Annexure-K

13.7.11 Valid Registration Certificate for Income Tax & Sales Tax

13.7.12 Income Tax & Sales Tax Returns for the last three tax years

13.7.13 Power of Attorney, if an authorized representative is appointed (Annexure-F)

mavenpk.com

0303-44-718-44

Page 156: Furniture Tenders Sep 2012

Page 14 of 60

13.8 The Financial Proposal shall comprise the following:

13.8.1 Financial Proposal Form (Annexure-C)

13.8.2 Price Schedule (Annexure-D)

13.8.3 Tender Security (As per provisions of the clause Tender Security of this document)

(Annexure- I)

13.9 The Tenderer shall seal the Original Technical Proposal in an envelope duly marked as under:

Original Technical Tender for

Tender Name. [Number of Tender]

LOT No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.10 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked as under:

Duplicate Technical Proposal for

Tender Name. [Name of Tender]

LOT No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.11 The Tenderer shall follow the same process for the Financial Tender.

13.12 The Tenderer shall again seal the sealed envelopes of Original Technical Proposal and the

Original Financial Proposal in an outer envelope, duly marking the envelope as under:

mavenpk.com

0303-44-718-44

Page 157: Furniture Tenders Sep 2012

Page 15 of 60

Original Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.13 The Tenderer shall again seal the sealed envelopes of Duplicate Technical Proposal and the

Duplicate Financial Proposal in an outer envelope, duly marking the envelope as under:

Duplicate Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.14 The Tenderer shall enclose soft copies of the Technical Proposal and the Financial Proposals,

including all Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature,

etc., in the form of MS Word Documents, MS Excel Worksheets and Scanned images, with the

hard copies.

13.15 The Tender shall be mailed to reach and dropped in the Tender Box placed at the Reception of

the Purchaser’s office, during office hours, up to due date and time.

13.16 This is made obligatory to affix authorized signatures with official seal on all original and

duplicate (copies) documents, annexures, copies, certificates, brochures, literature, drawings,

letters, forms and all relevant documents as part of the bids submitted by the tenderer.

Noncompliance with the same will cause the rejection of bid at the time of opening.

mavenpk.com

0303-44-718-44

Page 158: Furniture Tenders Sep 2012

Page 16 of 60

14. Tender Price

14.1 The quoted price shall be:

14.1.1 final / fixed against each Lot and valid until completion of all obligations under the Contract i.e.

not subject to variation / escalation;

14.1.2 in Pak Rupees;

14.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc.

14.2 If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as per

the above requirements.

14.3 Where no prices are entered against any item(s), the price of that item shall be deemed to have

been distributed among the prices of other items, and no separate payment shall be made for that

item(s).

14.4 In case of locally produced Items/goods, the price shall include all customs duties and sales and

other taxes already paid or payable on the components and raw materials used in the

manufacture or assembly of the item. In case of Contract of imported items offered Ex-

Warehouse/Off-the-Shelf from within the Purchaser’s country, import duties and sales and other

taxes already paid shall be shown separately.

15. Tender Security

15.1 The Tenderer shall furnish the Tender Security against each LOT as under:

15.2 As part of financial bid envelope, failing which will cause rejection of bid.

15.2.1 Tender security would be submitted by the Bidder;

15.2.2 if Total Tender Price is less than or equal to PKR 100 Million, in the form of Demand Draft /

Pay Order / Cash Deposit Receipt (CDR), in the name of the Purchaser;

15.2.3 if the Total Tender Price is more than PKR 100 Million, in the form of Bank Guarantee, issued

by a scheduled bank operating in Pakistan, in the name of the Purchaser, as per the format

provided in the Tender Document;

15.2.4 for a sum equivalent to 2% of the Total Tender Price;

15.2.5 denominated in Pak Rupees;

15.2.6 have a minimum validity period of ninety days from the last date for submission of the Tender

or until furnishing of the Performance Security, whichever is later.

15.3 The proceeds of the Tender Security shall be payable to the Purchaser, on the occurrence of any

/ all of the following conditions:

15.3.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified by the

Tenderer on the Tender Form; or

15.3.2 If the Tenderer does not accept the corrections of his Total Tender Price; or

15.3.3 If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser during the

period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance

with the Tender Document.

15.4 The Tender security shall be returned to the technically unsuccessful Tenderer with

unopened/sealed financial bid while the unsuccessful bidders of financial bid opening procedure

will be returned the tender security only. The Tender Security shall be returned to the successful

Tenderer on furnishing the Performance Security.

mavenpk.com

0303-44-718-44

Page 159: Furniture Tenders Sep 2012

Page 17 of 60

16. Tender Validity

The Tender shall have a minimum validity period of ninety days from the last date for

submission of the Tender. The Purchaser may solicit the Tenderer's consent to an extension of

the validity period of the Tender. The request and the response thereto shall be made in writing.

If the Tenderer agrees to extension of validity period of the Tender, the validity period of the

Tender security shall also be suitably extended. The Tenderer may refuse extension of validity

period of the Tender, without forfeiting the Tender security.

17. Modification / Withdrawal of the Tender

17.1 The Tenderer may, by written notice served on the Purchaser, modify or withdraw the Tender

after submission of the Tender, prior to the deadline for submission of the Tender.

17.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the

expiration of the period of the Tender validity, shall result in forfeiture of the Tender Security.

18. Opening of the Tender

18.1 Tenders shall be opened, at PITB head office at given time and date, in the presence of the

Tenderer(s) for which they shall ensure their presence without further invitation.

18.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such

other details as the Purchaser may, at its exclusive discretion, consider appropriate, shall be

announced and recorded.

18.3 No tenderer or its representative will be allowed to keep any digital device (camera, audio

recorder, cell phone etc.) during tender opening meeting at given time and location. Non-

compliance will cause the rejection of respective bidder.

19. Clarification of the Tender

The Purchaser shall have the right, at his exclusive discretion, to require, in writing, further

information or clarification of the Tender, from any or all the Tenderer(s). No change in the

price or substance of the Tender shall be sought, offered or permitted except as required to

confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such

correction is sold discretion of the purchaser

20. Determination of Responsiveness of the Bid (Tender)

20.1 The Purchaser shall determine the substantial responsiveness of the Tender to the Tender

Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself

without recourse to extrinsic evidence. A substantially responsive Tender is one which:

20.1.1 meets the eligibility criteria for the Tenderer / the Goods / the Services;

20.1.2 meets the Technical Specifications for the Goods / the Services;

20.1.3 meets the delivery period / point for the Goods / the Services;

20.1.4 meets the rate and limit of liquidated damages;

20.1.5 offers fixed price quotations for the Goods / the Services;

20.1.6 is accompanied by the required Tender Security as part of financial bid envelope;

20.1.7 The original receipt of tender fee submitted, attached with technical bid envelope;

20.1.8 is otherwise complete and generally in order;

mavenpk.com

0303-44-718-44

Page 160: Furniture Tenders Sep 2012

Page 18 of 60

20.1.9 Conforms to all terms and conditions of the Tender Document, without material deviation or

reservation.

20.2 A material deviation or reservation is one which affects the scope, quality or performance of the

Goods or limits the Purchaser's rights or the Tenderer's obligations under the Contract.

20.3 The Tender determined as not substantially responsive shall not subsequently be made

responsive by the Tenderer by correction or withdrawal of the material deviation or reservation.

However, the Purchaser may waive off any minor non-conformity or inconsistency or

informality or irregularity in the Tender.

21. PARAMETERS OF TECHNICAL EVALUATION CRITERIA

A point system will be used for qualifying the contractors. Annexure A here gives the details: PASS MARKS: A technically eligible bidder, based on conditions listed in Clause 7, not meeting the 70% pass mark limit will be rejected in Technical Valuation, and its Financial Proposal will be returned to it unopened. All bidders scoring greater than or equal to 70% of the marks will be accepted in technical proposal, and their financial bids will be opened. PROVISO: Provided that if NONE or ONLY ONE (single) bidder exceeds the 70% pass mark, then the Purchaser SHALL decrease the Pass Mark limit to 60%. In other words, if TWO or more bidders exceed 70%, then the Pass Mark will NOT be decreased to 60%. If Pass Marks are decreased to 60%, then ALL bidders with scores greater than or equal to 60% will be

considered EQUALLY as approved in the Technical Proposal, and their Financial Bids will be opened.

According to the Technical Proposal, the Technical Specifications will be rated as follows. Bidders may fill

in the below evaluation sheet and do their own evaluation for submission, but the evaluation done by

the Purchaser shall be the valid evaluation and shall hold:

Category Description Points

Legal

(Mandatory)

Certificate of Registration Mandatory

Income Tax Registration Mandatory

General Sales Tax Registration Mandatory

Undertaking that the firm is not

blacklisted and involved in litigation

with Government

Mandatory

Financial /

Experience

Annual net turnover (Max Points

100)

10-15 million 10 Points

16-30 million 20 Points

31-40 million 30 Points

41-50 million 60 Points

mavenpk.com

0303-44-718-44

Page 161: Furniture Tenders Sep 2012

Page 19 of 60

51-60 million 80 Points

61 million or

above

100 Points

Audited Financial Reports (Max

Points 75)

For the past 3 years 25 Points for each

year

Income tax returns (Max points 75) For the past 3 years 25 points for each

year

Projects (Max Points 100)

Number of Similar Corporate

Projects Successfully Deployed

20 Projects

5 Points for Each

Successful Project

Cost of projects (supply of furniture

on turnkey basis to corporates /

companies) in the past 3 years

(Max Points 100)

5-10 million 25

11-15 million 50

16-25 million 75

26 million or above 100

Human

Resource

Total No of employees (Max

Points 100)

10-20 20 Points

21-30 40 Points

31-40 60 Points

41-50 80 Points

51 or above 100 Points

Quality of

Service

Lead time (Delivery time for supply

of furniture) from the date of

issuance of Letter of Intent (Max

100 points)

>4 weeks 0 points

3 – 4 weeks 50 points

2– 3 weeks 75 points

Within 2 weeks 100 points

After sales service (free of cost

repair and maintenance against

normal wear and tear of parts /

accessories) – (Max 100 points)

Less than 1 year 0 points

1 – 3 years 50 points

3 years or more 100 points

Note: Verifiable documentary proof for all above requirements and criteria points are mandatory requirement

and marks will be awarded on the basis of these verifiable proofs. All bidders shall be obligated and held liable

against the responses given against the above requirements. Contractor’s performance security maybe with held

in case of non-compliance or filling in misleading facts just to win the tender.

mavenpk.com

0303-44-718-44

Page 162: Furniture Tenders Sep 2012

Page 20 of 60

22. Correction of errors / Amendment of Tender

22.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:

22.1.1 if there is a discrepancy between the amount in figures and the amount in words for the Total

Tender Price entered in the Tender Form, the amount which tallies with the Total Tender Price

entered in the Price Schedule, shall govern.

22.1.2 if there is a discrepancy between the unit rate and the total price entered in the price Schedule,

resulting from incorrect multiplication of the unit rate by the quantity, the unit rate as quoted

shall govern and the total price shall be corrected, unless there is an obvious and gross

misplacement of the decimal point in the unit rate, in which case the total price as quoted shall

govern and the unit rate shall be corrected.

22.1.3 if there is a discrepancy in the actual sum of the itemized total prices and the total tender price

quoted in the Price Schedule, the actual sum of the itemized total prices shall govern.

22.2 The Tender price as determined after arithmetic corrections shall be termed as the Corrected

Total Tender Price which shall be binding upon the Tenderer.

22.3 Adjustment shall be based on corrected Tender Prices. The price determined after making such

adjustments shall be termed as Evaluated Total Tender Price.

22.4 The cost of making good any deficiency resulting from any acceptable, quantifiable variations

and deviations from the terms and conditions of the Contract / Technical Specifications, shall be

added to the corrected Tender Price for comparison purposes only. No credit shall be given for

offering delivery period earlier than the specified period.

22.5 The Tenderer shall state the Tender Price for the payment terms outlined in the Conditions of

Contract which will be considered for the evaluation of the Tender. The Tenderer may state

alternate payment terms and indicate the reduction in the Tender price offered for such

alternative payment terms. The Purchaser may consider the alternative payment terms offered by

the Tenderer.

22.6 The Tenderers may offer discounts for items which shall be taken into account in the evaluation

of the Tenders so as to determine the Tender offering the lowest evaluated cost for the Purchaser

in deciding award(s) for whole tender.

23. Rejection / Acceptance of the Tender

23.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity

of any or all item(s) without any change in unit prices or other terms and conditions, accept a

Tender reject any or all tender(s), cancel / annul the Tendering process at any time prior to

award of Contract, without assigning any reason or any obligation to inform the Tenderer of the

grounds for the Purchaser's action, and without thereby incurring any liability to the Tenderer

and the decision of the Purchaser shall be final.

23.2 The Tender shall be rejected if it is:

23.2.1 substantially non-responsive; or

23.2.2 submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents / by

other than specified mode; or

23.2.3 incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or

23.2.4 subjected to interlineations / cuttings / corrections / erasures / overwriting; or

23.2.5 the Tenderer submits more than one bids; or

23.2.6 the Tenderer refuses to accept the corrected Total Tender Price; or

23.2.7 the Tenderer has conflict of interest with the Purchaser; or

mavenpk.com

0303-44-718-44

Page 163: Furniture Tenders Sep 2012

Page 21 of 60

23.2.8 the Tenderer tries to influence the Tender evaluation / Contract award; or

23.2.9 the Tenderer engages in corrupt or fraudulent practices in competing for the Contract award.

23.3 there is any discrepancy between bidding documents and bidder’s proposal i.e. any non-

conformity or inconsistency or informality or irregularity in the submitted bid.

23.4 the Tenderer submits any financial conditions as part of its bid which are not in conformity with

tender document.

24. Award Criteria

24.1. At first step, tenderer(s) fulfilling mandatory requirements and qualification criteria will stand

qualified technically.

24.2. At second step, technically qualified & successful tenderer(s) will be selected on lowest cost

quoted, irrespective of their score in previous step.

25. Acceptance Letter (Letter of Intent)

The Purchaser shall, send the Acceptance Letter to the successful Tenderer, prior to the expiry of

the validity period of the Tender, which shall constitute a contract, until execution of the formal

Contract. However, the Purchaser reserves exclusive rights to cancel the letter of Intent at any

time, without giving any reason thereof. The supply time of the Tenderer / Contractor shall start

from the date of issuance of the Letter of Intent.

26. Performance Security

26.1 The technically and financially successful Tenderer shall furnish Performance Security against

each LOT as under:

26.1.1 within five (5) working days of the receipt of the Acceptance Letter from the Purchaser;

26.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the

format provided in the Tender Document;

26.1.3 for a sum equivalent to 10% of the contract value;

26.1.4 denominated in Pak Rupees;

26.1.5 have a minimum validity period of ninety days from the date of Award Notification or until the

date of expiry of warranty period, support period or termination of services, whichever is later.

26.2 The proceeds of the Performance Security shall be payable to the Purchaser, on occurrence of

any / all of the following conditions:

26.2.1 If the Contractor commits a default under the Contract;

26.2.2 If the Contractor fails to fulfill any of the obligations under the Contract;

26.2.3 If the Contractor violates any of the terms and conditions of the Contract.

26.3 The Contractor shall cause the validity period of the performance security to be extended for

such period(s) as the contract performance may be extended. The Performance Security shall be

returned to the Tenderer within thirty working days after the expiry of its validity on written

request from the Contractor.

27. Redressal of grievances by the procuring agency

27.1 The procuring agency shall constitute a committee comprising of odd number of persons, with

proper powers and authorizations, to address the complaints of bidders that may occur prior to

the entry into force of the procurement contract.

27.2 Any bidder feeling aggrieved by any act of the procuring agency after the submission of his bid

may lodge a written complaint concerning his grievances not later than fifteen days after the

mavenpk.com

0303-44-718-44

Page 164: Furniture Tenders Sep 2012

Page 22 of 60

announcement of the bid evaluation report under rule 35 of PPRA rules 2009.

27.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt

of the complaint.

27.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.

27.5 Any bidder not satisfied with the decision of the committee of the procuring agency may lodge

an appeal in the relevant court of jurisdiction.

mavenpk.com

0303-44-718-44

Page 165: Furniture Tenders Sep 2012

Page 23 of 60

TERMS & CONDITIONS OF THE DRAFT CONTRACT

Contract Title:

Contract for

PROCUREMENT OF FURNITURE AND AFTER SALES SERVICES

FOR

GOVERNMENT OF PUNJAB’S TECHNOLOGY INCUBATOR

between

Punjab Information Technology Board (PITB)

and

[name of Contractor]

Dated:

mavenpk.com

0303-44-718-44

Page 166: Furniture Tenders Sep 2012

Page 24 of 60

TABLE OF CONTENTS

I. Agreement

II. General Conditions of Contract

28. Contract

29. Contract Documents and Information

30. Contract Language

31. Standards

32. Commercial Availability

33. Patent Right

34. Execution Schedule

35. Packing

36. Insurance

37. Labeling

38. Delivery

39. Installation and Implementation

40. Site Preparation

41. Spare Parts and Support

42. Inspection and Testing

43. Taking-Over Certificate

44. Warranty

45. Ownership of Goods and Replaced Components

46. Defects Liability Expiry Certificate

47. Payment

48. Price

49. Contract Amendment

50. Assignment / Subcontract

51. Extensions in time for performance of obligations under the Contract

52. Liquidated Damages

53. Blacklisting

54. Forfeiture of Performance Security

55. Termination for Default

56. Termination for Insolvency

57. Termination for Convenience

58. Force Majeure

59. Dispute Resolution

60. Statutes and Regulations

61. Taxes and Duties

62. The Client

63. Authorized Representative

64. Waiver

65. Training

66. Documentation III. Technical Specifications

mavenpk.com

0303-44-718-44

Page 167: Furniture Tenders Sep 2012

Page 25 of 60

I. Agreement

This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month], [year], between

[full legal name of the Purchaser] (the “Purchaser”), on the one part,

and

[full legal name of Contractor], on the other part severally liable to the Purchaser for all of the

Contractor’s obligations under this Contract and is deemed to be included in any reference to the term

“Contractor.”

RECITALS

WHEREAS,

(a) The Government through the Purchaser intends to spend a part of its budget / funds

for making eligible payments under this contract. Payments made under this contract

will be subject, in all respects, to the terms and conditions of the Contract in lieu of

the consulting services as described in the contract.

(b) The Purchaser has requested the Contractor to provide certain supply of Goods/items

as described in Tender Document; and

(c) The Contractor, having represented to the Purchaser that it has the required

professional skills, and personnel and technical resources, has agreed to provide such

services on the terms and conditions set forth in this Contract.

NOW THEREFORE, the Parties to this Contract agree as follows:

1. The Contractor hereby covenants with the Purchaser to supply the Goods and provide the

Services and to remedy defects / damage therein, at the time and in the manner, in conformity in

all respects with the provisions of the Contract, in consideration of the payments to be made by

the Purchaser to the Contractor.

2. The Purchaser hereby covenants with the Contractor to pay the Contractor, the Contract Price or

such other sum as may become payable, at the times and in the manner, in conformity in all

respects with the provisions of the Contract, in consideration of supply of the Goods and

provision of the Services and remedying of defects / damage therein.

3. The following shall be deemed to form and be read and construct as part of this Contract:

a. The Tender Document

b. Bidder’s Proposal

c. Terms and Conditions of the Contract

d. Special Stipulations

e. The Technical Specifications

mavenpk.com

0303-44-718-44

Page 168: Furniture Tenders Sep 2012

Page 26 of 60

f. Tender Form

g. Price Schedule

h. Affidavit(s)

i. Authorized Dealership / Agency Certificate

j. Performance Security

k. Service Level Agreement ( SLA ) (if required)

l. Non-Disclosure Agreement (if required)

m. Any Standard Clause acceptable for Purchaser

4. This Contract shall prevail over all other documents. In the event of any discrepancy /

inconsistency within the Contract, the above Documents shall prevail in the order listed above.

IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the

laws of Pakistan as of the day, month and year first indicated above.

For [full legal name of the Purchaser]: For [full legal name of the Contractor]:

Signature

Signature

Name Name

Witnessed By: Witnessed By:

WITNESSES

Signature __________________ Signature ____________________

CNIC # __________________ CNIC # ____________________

Name __________________ Name ____________________

Designation__________________ Designation ____________________

Address _________________ Address __________________

mavenpk.com

0303-44-718-44

Page 169: Furniture Tenders Sep 2012

Page 27 of 60

II General Conditions of Contract

28. Contract

The Purchaser shall, after receipt of the Performance Security from the successful Tenderer,

send the Contract provided in the Tender Document, to the successful Tenderer. Within three

working days of the receipt of such Contract, the Tenderer shall sign and date the Contract and

return it to the Purchaser.

29. Contract Documents and Information

The Contractor shall not, without the Purchaser's prior written consent, make use of the

Contract, or any provision thereof, or any document(s), specifications, drawing(s), pattern(s),

sample(s) or information furnished by or on behalf of the Purchaser in connection therewith,

except for purposes of performing the Contract or disclose the same to any person other than a

person employed by the Contractor in the performance of the Contract. Disclosure to any such

employed person shall be made in confidence and shall extend only as far as may be necessary

for purposes of such performance.

30. Contract Language

The Contract and all documents relating to the Contract, exchanged between the Contractor and

the Purchaser, shall be in English. The Contractor shall bear all costs of translation to English

and all risks of the accuracy of such translation.

31. Standards

The Goods supplied and the Services provided under this Contract shall conform to the

authoritative latest industry standards.

32. Commercial Availability

The Goods supplied under this Contract shall be commercially available at the time of signing of

the contract. Commercial availability means that such Goods shall have been sold, installed and

operationalized in more than two installations initiated under two separate contracts by

manufacturer globally.

33. Patent Right

The Contractor shall indemnify and hold the Purchaser harmless against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the Goods / the

Service or any part thereof.

34. Execution Schedule

The Contractor shall submit an Execution Schedule, giving details of customs clearance, supply,

installation, configuration, deployment, commissioning, testing, training, etc., as required under

the Contract, to the Client, within three days of the signing of the Contract.

35. Packing

The Contractor shall provide such packing of the Goods as is sufficient to prevent their damage

or deterioration during storage / transit to their final destination as indicated in the Contract.

mavenpk.com

0303-44-718-44

Page 170: Furniture Tenders Sep 2012

Page 28 of 60

Packing case size and weights shall take into consideration, where appropriate, the remoteness

of the final destination and withstand, without limitation, rough handling, exposure to extreme

temperatures, salt and precipitation at all points in storage / transit. The Contractor shall arrange

and pay for the packing of the Goods to the place of destination as specified in the Contract, and

the cost thereof shall be included in the Contract Price.

36. Insurance

The Contractor shall provide such insurance of the Goods as is sufficient to protect against their

damage or deterioration during storage / transit to their final destination as indicated in the

Contract. The Contractor shall arrange and pay for the insurance of the Goods to the place of

destination as specified in the Contract, and the cost thereof shall be included in the Contract

Price.

37. Labeling

The Goods supplied under the Contract, shall be clearly labeled so as to correspond with the

delivered documentation, with proper labeling scheme provided by the Client. All networking

equipment, cables, connectors, ports, boxes shall be clearly labeled.

38. Delivery

38.1 The Contractor shall indicate his delivery approach clearly specifying the requirements for

packing, shipping and unpacking of deliverable hardware and documentation. The approach

shall address shipment of deliverables to the various designated (installation) sites. The approach

shall also specify any special shipping constraints such as custom requirements, security

requirements, access arrangement or loading dock requirements. The Contractor shall deliver the

Goods at PITB’s Technology Incubator at the 9th floor of Arfa Software Technology Park, 346-

B Ferozepur Road, Lahore, as specified by the Purchaser at the time of delivery.

38.2 The Service shall remain at the risk and under the physical custody of the Contractor until the

delivery and testing of the Goods is completed.

38.3 The Contractor shall ensure that the Goods shall be delivered complete to enable the testing and

training to proceed without interruption. If it shall appear to the Client that the Goods have been

or are likely to be delayed by reason of incomplete delivery or for any other reasons, he may

require the Contractor at the expense of the Contractor to dispatch the missing items of the

Goods or suitable replacements thereof to the site of delivery by the fastest available means

including air freight.

38.4 The Contractor shall include in the Tender a detailed logistics plan which shall include support

details for transportation, mobilization and personnel scheduling during project implementation

and the warranty period. The Contractor shall provide maintenance, supply and procurement

support necessary for Client to maintain all system, at the contracted performance and reliability

level. The Contractor shall arrange and pay for the transport of the Goods to the place of

destination as specified in the Contract, and the cost thereof shall be included in the Contract

Price.

39. Installation and Implementation

39.1 The Contractor shall ensure that the implementation design conforms to an open standard by

which new services can be added without disruption to existing services.

39.2 The Contractor shall ensure that the implementation is fault tolerant. This is accomplished by

supplying a set of programs and procedures that allow the system recovery or roll back when a

fault is detected.

mavenpk.com

0303-44-718-44

Page 171: Furniture Tenders Sep 2012

Page 29 of 60

39.3 The Contractor shall provide a document stating step-by-step procedures for installation and

disaster recovery to the Purchaser.

39.4 The Contractor shall provide all the recent patches and updates for Firmware/Hardware, on a

reliable media, with proper labeling, during the installation to the Purchaser.

39.5 The Contractor shall configure the system for high availability and reliability, of all hardware

and software.

39.6 The Contractor shall submit detailed and complete installation, transition and cutover plan for

the new system, installation procedures for the new components specifying equipment checkout,

installation constraints, operational cutover, maintenance prior to Client acceptance and if

special security and/or access arrangements are required.

39.7 New equipment, shall be installed with existing equipment, and shall require close coordination

between the Contractor and the Client personnel.

40. Site Preparation

40.1 The Contractor shall be responsible to survey the site, prepare the site, determine power, air

conditioning and floor space requirements.

40.2 The Purchaser and the Client shall facilitate the Contractor in discharge of the above

responsibilities.

41. Spare Parts and Support

41.1 The Contractor shall ensure that the Services provided by the Contractor, under the Contract are

standard.

41.2 The Contractor shall further ensure that the Services provided by the Contractor, under the

Contract shall have no defect, arising from design, materials, installation, configuration, or from

any act or omission of the Contractor that may develop under normal use of the provided

Service.

41.3 The Contractor shall maintain sufficient backup stock of spare parts and tools locally at sites, for

the maintenance of the supplied Goods, during the warranty period.

41.4 The Contractor shall ensure availability of spare parts and technical assistance for all

components for at least three years, without major changes, after the completion of final

acceptance.

41.5 The Contractor shall give six months advance notice on any discontinued part(s) with a

suggestion for appropriate alternatives failing which will cause forfeiture of Performance

Security.

41.6 The Contractor shall also identify and provide the following:

41.6.1 items (repairable spares, parts and consumable supplies) that are needed to maintain design

performance, reliability and availability standards prescribed in the Technical Specifications.

The quantity of spare parts and consumable items provided and kept shall be equal to the

requirements for one year of operating stock;

41.6.2 items of high cost and/or long lead time (over thirty working days);

41.6.3 items whose design reliability is such that normal stock replenishment would not justify

maintaining a level of the item in stock.

42. Inspection and Testing

42.1 The Client shall inspect and test the Goods supplied, the Services provided or the Works carried

out, under the Contract, to verify their conformity to the Technical Specifications.

42.2 The inspections and tests shall be conducted at the premises of the Contractor / its

mavenpk.com

0303-44-718-44

Page 172: Furniture Tenders Sep 2012

Page 30 of 60

subcontractor(s) / at the final destination. Where conducted at the premises of the Contractor / its

subcontractor(s), the Contractor / its subcontractor(s) shall provide all-reasonable facilities and

assistance, including access to drawings, production data and online verification from official

web site of the Manufacture, to the inspectors, at no charge to the Purchaser.

42.3 The Purchaser may reject the Goods, the Services or the Works if they fail to conform to the

Technical Specifications, in any test(s) or inspection(s) and the Contractor shall either replace

the rejected Goods, Services or Works or make all alterations necessary to meet the Technical

Specifications, within three working days, free of cost to the Purchaser.

42.4 The Purchaser’s post-delivery right to inspect, test and, where necessary, reject the Goods shall

in no way be limited or waived by reason of pre-delivery inspection, testing or passing of the

Goods.

42.5 Nothing contained in Clauses 41.1 and 41.2 shall, in any way, release the Contractor from any

Warranty or other obligations under the Contract.

43. Taking-Over Certificate

43.1 The Contractor shall, by written notice served on the Client with a copy to the Purchaser, apply

for a Taking-Over Certificate.

43.2 The Client shall, within seven days of receipt of Contractor's application, either issue the

Taking-Over Certificate to the Contractor with a copy to the Purchaser, stating the date of

successful inspection / testing of the Goods or any portion thereof, for their intended purposes;

or reject the application giving the reasons and specifying the work required to be done by the

Contractor to enable the Taking-Over Certificate to be issued.

43.3 Nothing contained in Clauses 42.1 and 42.2 shall, in any way, release the Contractor from any

Warranty or other obligations under the Contract.

44. Warranty

44.1 The Contractor shall warrant to the Purchaser that the Goods/Services supplied by the

Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered in any way,

of the most recent or current model, imported through proper channel, and incorporate all recent

improvements in design and materials, unless provided otherwise in the Contract.

44.2 The Contractor shall further warrant that the Goods/Services supplied by the Contractor, under

the Contract shall have no defect, arising from design, materials, workmanship or from any act

or omission of the Contractor that may develop under normal use of the supplied

Goods/Services.

44.3 The Contractor shall provide Manufacturer’s warranty (if applicable) for minimum three years

(hereinafter referred as Warranty Period), after the issue of Taking-over Certificate in respect of

Goods, the Services and the Works, or any portion thereof, as the case may be, which will

include:

44.3.1 Free, on site repair / replacement of defective / damaged parts and labor, within 48 hours;

44.3.2 On site replacement of defective / damaged Goods, if repair of such Goods involves a duration

exceeding 48 hours.

44.4 The Contractor shall clearly mention Terms and Conditions of service agreements for the Goods

supplied after the expiry of initial warranty period. In case of International Warranties, the local

authorized dealers shall mention their service and warranty setup, details of qualified engineers,

etc.

44.5 The Warranty Period shall start from the date of installation / configuration / deployment of the

Goods on site.

44.6 The Client shall, by written notice served on the Contractor with a copy to the Purchaser,

promptly indicate any claim(s) arising under the warranty.

44.7 The Contractor shall, within the prescribed time period, after receipt of such notice, repair or

mavenpk.com

0303-44-718-44

Page 173: Furniture Tenders Sep 2012

Page 31 of 60

replace the defective / damaged Goods or parts thereof on site, without any cost to the

Purchaser.

44.8 The end user licenses, end user warranties and end user contracting support services shall be in

the name of Purchaser, for the Goods supplied, the Services provided and the Works done, under

the Contract.

45. Ownership of Goods and Replaced Components

Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the property of the

Purchaser when the Goods are taken over by the Purchaser. Defective components to be

replaced by the Contractor, pursuant to the Contract, shall become the property of the Contractor

as and where it lies.

46. Defects Liability Expiry Certificate

46.1 The Contractor shall, after expiry of the warranty period, by written notice served on the Client

with a copy to the Purchaser, apply for a Defects Liability Expiry Certificate.

46.2 The Client shall, within seven days of receipt of such notice, either issue the Defects Liability

Expiry Certificate to the Contractor with a copy to the Purchaser, stating the date of expiry of

the Warranty Period for all the Goods supplied and fulfillment of all obligations by the

Contractor, under the Contract; or reject the application giving the reasons and specifying the

work required to be done by the Contractor to enable the Defects Liability Expiry Certificate to

be issued.

47. Payment

47.1 The Contractor shall submit an Application for Payment, in the prescribed form, to the Client.

The Application for Payment shall: be accompanied by such invoices, receipts or other

documentary evidence as the Client may require; state the amount claimed; and set forth in

detail, in the order of the Price Schedule, particulars of the Goods supplied, the Services

provided and the Works done, up to the date of the Application for Payment and subsequent to

the period covered by the last preceding Certificate of Payment, if any.

47.2 The Client shall issue a Certificate of Payment, in the prescribed form, to the Purchaser, with a

copy to the Contractor, verifying the amount due, within seven days of receipt of an Application

for Payment. The Client may withhold a Certificate of Payment on account of defect(s) / short

coming(s) in the Goods supplied / non-satisfactory performance of the Services / the Works. The

Client may make any correction or modification in a Certificate of Payment that properly be

made in respect of any previous certificate.

47.3 The Purchaser shall pay the amount verified in the Certificate of Payment within twenty one

(21) days of receipt of a Certificate of Payment. Payment shall not be made in advance. The

Purchaser shall make payment for the Goods supplied, the Services provided and the Works

done, to the Contractor, as per Government policy, in Pak Rupees, through treasury cheque.

48. Price

The Contractor shall not charge prices for the Goods supplied, the Services provided and for

other obligations discharged, under the Contract, varying from the prices quoted by the

Contractor in the Price Schedule.

49. Contract Amendment

49.1 The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit,

increase, decrease or otherwise change the nature, quality, quantity and scope, of all / any of the

mavenpk.com

0303-44-718-44

Page 174: Furniture Tenders Sep 2012

Page 32 of 60

Goods / the Services / the Works, in whole or in part.

49.2 The Contractor shall, within ten working days of receipt of such notice, submit a cost estimate

and execution schedule of the proposed change (hereinafter referred to as the Change), to the

Purchaser.

49.3 The Contractor shall not execute the Change until and unless the Purchaser has allowed the said

Change, by written order served on the Contractor with a copy to the Client.

49.4 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.

49.5 No variation in or modification in the Contract shall be made, except by written amendment

signed by both the Purchaser and the Contractor.

50. Assignment / Subcontract

50.1 The Contractor shall not assign or sub-contract its obligations under the Contract, in whole or in

part, except with the Purchaser's prior written consent.

50.2 The Contractor shall guarantee that any and all assignees / subcontractors of the Contractor

shall, for performance of any part / whole of the work under the contract, comply fully with the

terms and conditions of the Contract applicable to such part / whole of the work under the

contract.

51. Extensions in time for performance of obligations under the Contract

If the Contractor encounters conditions impeding timely performance of any of the obligations,

under the Contract, at any time, the Contractor shall, by written notice served on the Purchaser

with a copy to the Client, promptly indicate the facts of the delay, its likely duration and its

cause(s). As soon as practicable after receipt of such notice, the Purchaser shall evaluate the

situation and may, at its exclusive discretion, without prejudice to any other remedy it may have,

by written order served on the Contractor with a copy to the Client, extend the Contractor's time

for performance of its obligations under the Contract.

52. Liquidated Damages

If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, without prejudice to any other right of action /

remedy it may have, deduct from the Contract Price, as liquidated damages, a sum of money

@0.25% of the Contract Price which is attributable to such part of the Goods / the Services / the

Works as cannot, in consequence of the failure / delay, be put to the intended use, for every day

between the scheduled delivery date(s), with any extension of time thereof granted by the

Purchaser, and the actual delivery date(s). Provided that the amount so deducted shall not

exceed, in the aggregate, 50% of the Contract Price.

53. Blacklisting

53.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of

action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period,

for future tenders in public sector.

53.2 If the Contractor is found to have engaged in corrupt or fraudulent practices in competing for the

award of contract or during the execution of the contract, the Purchaser may, at any time,

without prejudice to any other right of action / remedy it may have, blacklist the Contractor,

either indefinitely or for a stated period, for future tenders in public sector.

mavenpk.com

0303-44-718-44

Page 175: Furniture Tenders Sep 2012

Page 33 of 60

54. Forfeiture of Performance Security

If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, without prejudice to any other right of action /

remedy it may have, forfeit Performance Security of the Contractor.

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.

55. Termination for Default

55.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of

action / remedy it may have, by written notice served on the Contractor with a copy to the

Client, indicate the nature of the default(s) and terminate the Contract, in whole or in part,

without any compensation to the Contractor. Provided that the termination of the Contract shall

be resorted to only if the Contractor does not cure its failure / delay, within fifteen working days

(or such longer period as the Client may allow in writing), after receipt of such notice.

55.2 If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser may

procure, upon such terms and conditions and in such manner as it deems appropriate, Goods /

Services / Works, similar to those undelivered, and the Contractor shall be liable to the

Purchaser for any excess costs for such similar Goods / Services / Works. However, the

Contractor shall continue performance of the Contract to the extent not terminated.

56. Termination for Insolvency

If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any time,

without prejudice to any other right of action / remedy it may have, by written notice served on

the Contractor with a copy to the Client, indicate the nature of the insolvency and terminate the

Contract, in whole or in part, without any compensation to the Contractor.

57. Termination for Convenience

57.1 The Purchaser may, at any time, by written notice served on the Contractor with a copy to the

Client, terminate the Contract, in whole or in part, for its convenience, without any

compensation to the Contractor.

57.2 The Goods and the Services which are complete or to be completed by the Contractor, within

thirty working days after the receipt of such notice, shall be accepted by the Purchaser. For the

remaining Goods, the Purchaser may elect:

57.2.1 to have any portion thereof completed and delivered; and/or

57.2.2 to cancel the remainder and pay to the Contractor an agreed amount for partially completed

Goods, Services, Works and materials / parts previously procured by the Contractor for the

purpose of the Contract, together with a reasonable allowance for overhead & profit.

58. Force Majeure

58.1 Force majeure shall mean any event, act or other circumstances not being an event, act or

circumstance under the control of the purchaser or of the contractor. Non-availability of

materials/supplies or of import license or of export permit shall not constitute Force majeure. If

mavenpk.com

0303-44-718-44

Page 176: Furniture Tenders Sep 2012

Page 34 of 60

by reasons of Force Majeure supplies cannot be delivered by the due delivery date then the

delivery date may be extended appropriately by the purchaser keeping in view all the

circumstances and requirements of the Purchaser.

58.2 The Contractor shall not be liable for liquidated damages, forfeiture of its Performance Security,

blacklisting for future tenders, termination for default, if and to the extent his failure / delay in

performance /discharge of obligations under the Contract is the result of an event of Force

Majeure.

58.3 If a Force Majeure situation arises, the Contractor shall, by written notice served on the

Purchaser with a copy to the Client, indicate such condition and the cause thereof. Unless

otherwise directed by the Purchaser in writing, the Contractor shall continue to perform under

the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

59. Dispute Resolution

59.1 The Purchaser and the Contractor shall make every effort to amicably resolve, by direct informal

negotiation, any disagreement or dispute arising between them under or in connection with the

Contract.

59.2 If, after thirty working days, from the commencement of such informal negotiations, the

Purchaser and the Contractor have been unable to amicably resolve a Contract dispute, either

party may, require that the dispute be referred for resolution by arbitration under the Pakistan

Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said

Law. The place for arbitration shall be Lahore, Pakistan. The award shall be final and binding on

the parties.

60. Statutes and Regulations

60.1 The Contract shall be governed by and interpreted in accordance with the laws of Pakistan.

60.2 The Contractor shall, in all matters arising in the performance of the Contract, conform, in all

respects, with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and

By-Laws in force in Pakistan, and shall give all notices and pay all fees required to be given or

paid and shall keep the Purchaser indemnified against all penalties and liability of any kind for

breach of any of the same.

60.3 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any dispute or

difference of any kind arising out of or in connection with the Contract.

61. Taxes and Duties

The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed

make inquiries on income tax / sales tax to the concerned authorities of Income Tax and Sales

Tax Department, Government of Pakistan.

62. Contract Cost

The Contractor shall bear all costs / expenses associated with the preparation of the Contract and

the Purchaser shall in no case be responsible / liable for those costs / expenses.

63. The Client

63.1 The Client shall only carry out such duties and exercise such authority as specified in the

Contract. The Client shall have no authority to relieve the Contractor of any of his obligations

under the Contract, except as expressly stated in the Contract.

63.2 The Contractor shall proceed with the decisions, instructions or approvals given by the Client in

accordance with these Conditions.

63.3 The Client shall conform with all the relevant clauses of this Tender Document to carry out all

mavenpk.com

0303-44-718-44

Page 177: Furniture Tenders Sep 2012

Page 35 of 60

responsibilities assigned thereto in a timely manner.

64. Authorized Representative

64.1 The Purchaser, the Client or the Contractor may, at their exclusive discretion, may appoint their

Authorized Representative and may, from time to time, delegate any / all of the duties /

authority, vested in them, to their authorized Representative(s), including but not limited to,

signing on their behalf to legally bind them, and may, at any time, revoke such delegation.

64.2 The Authorized Representative shall only carry out such duties and exercise such authority as

may be delegated to him, by the Purchaser, the Client or the Contractor.

64.3 Any such delegation or revocation shall be in writing and shall not take effect until notified to

the other parties to the Contract.

64.4 Any decision, instruction or approval given by the Authorized Representative, in accordance

with such delegation, shall have the same effect as though it had been given by the Principal.

64.5 Notwithstanding Clause 65.4, any failure of the Authorized Representative to disapprove any

Goods or Services or Works shall not prejudice the right of the Client to disapprove such Goods

or Services or Works and to give instructions for the rectification thereof.

64.6 If the Contractor questions any decision or instruction of the Authorized Representative of the

Purchaser / the Client, the Contractor may refer the matter to the Purchaser / the Client who shall

confirm, reverse or vary such decision or instruction.

65. Waiver

Failure of either party to insist upon strict performance of the obligations of the other party,

under the Contract, shall in no way be deemed or construed to affect in any way the right of that

party to require such performance.

66. Training

66.1 The Contractor shall arrange and undertake a comprehensive training program for the staff

nominated by the Purchaser / the Client to ensure that they shall acquire a good working

knowledge of the operation, and general maintenance of the Goods to be supplied under the

Contract.

66.2 In case of non-compliance with instructions, non-cooperation or other difficulties experienced

by the Contractor with regard to any of these personnel, the Contractor shall apprise the

Purchaser / Client and proceed to implement suitable remedial measures after consultation with

them.

67. Documentation

The Contractor shall furnish the user documentation, the operation manuals, and service

manuals for each appropriate unit of the supplied Goods and other information pertaining to the

performance of the Goods, in hard copy format, in soft copy format and in the form of on-line

help, before the Goods are taken over by the Purchaser.

68. Special Stipulations

SCHEDULE-A, SPECIAL STIPULATIONS

For ease of Reference, certain special stipulations are as under:

Tender Security The Contractor shall furnish the Tender Security as under:

mavenpk.com

0303-44-718-44

Page 178: Furniture Tenders Sep 2012

Page 36 of 60

For each Lot separately (if bidder is submitting their bids against

multiple Lots);

if Total Tender Price is less than or equal to PKR 100 Million, in the

form of Demand Draft / Pay Order / Cash Deposit Receipt (CDR), in

the name of the Purchaser; if Total Tender Price is more than PKR

100 Million, in the form of Bank Guarantee, issued by a scheduled

bank operating in Pakistan, in the name of the Purchaser, as per the

format provided in the Tender Document; for a sum equivalent to 2%

of the Total Tender Price; denominated in Pak Rupees;

Have a minimum validity period of ninety days from the last date for

submission of the Tender or until furnishing of the Performance

Security, whichever is later

Performance Security

The successful Contractor shall furnish Performance Security as

under:

For each Lot separately (if bidder is technically and financially

successful for more than one LOTs);

within five (5) working days of the receipt of the Acceptance Letter

from the Purchaser;

in the form of a Bank Guarantee, issued by a scheduled bank

operating in Pakistan, as per the format provided in the Tender

Document;

for a sum equivalent to 10% of the contract value;

denominated in Pak Rupees;

Have a minimum validity period of ninety days from the date of

Award Notification or until the date of expiry of warranty period,

whichever is later

Delivery Period Within four (04) weeks from the issuance of acceptance letter.

Liquidated damages for

failure / delay in supply /

installation / configuration of

Goods / Services / Works by

the Contractor

Liquidated damages shall be levied @ 0.25% of the Contract Price

which is attributable to such part of the Goods / the Services / the

Works as cannot, in consequence of the failure / delay, be put to the

intended use, for every day between the scheduled delivery date(s),

with any extension of time thereof granted by the Purchaser, and the

actual delivery date(s). Provided that the amount so deducted shall not

exceed, in the aggregate, 50% of the Contract Price. (This penalty will

also be invoked on the commitments given by the Contractor in the

technical proposal)

mavenpk.com

0303-44-718-44

Page 179: Furniture Tenders Sep 2012

Page 37 of 60

Annexure-A

TECHNICAL SPECIFICATIONS

INTERIOR DESIGNING, SUPPLY AND FIXING OF FURNITURE ON

TURNKEY BASIS FOR EACH OR ALL LOT(s)

Execution of work will carried out on 9th Floor of ASTP (Arfa Software Technology Park)

9th Floor of ASTP is 10924 square feet

The successful firm will design, supply, affix and deploy the furniture and fixtures for class room,

incubation halls, staff offices, executive offices, conference rooms, multipurpose room, etc.

Bidders would have to submit detailed plan along with images, specifications, colors available for

each furniture type and lead time for individual LOTs.

The firm will execute the work on turnkey basis and will provide three years warranty on

following term and conditions

1st Year- The item will be replaced under warranty term and conditions

2nd Year and 3rd Year the item will be repaired under warrant term and conditions

The firm will supply the furniture with complete deployment and fixing

Detailed Bill of quantity along specifications and draft design images are as below. However all

the given specifications are at minimum and the prospective bidder may bid with higher

specifications.

The Purchaser reserves the right to place order for some or all of the items and in a quantity less,

equal to or more than the one listed in the table below, thus pricing and payment will be done as

per the rate quoted per unit.

A detailed drawing - floor plan (for sample purposes) in AUTO-CAD format is also available

with the Purchaser upon request, for which the primary / secondary contacts may be reached.

mavenpk.com

0303-44-718-44

Page 180: Furniture Tenders Sep 2012

BOQ along with Specifications

LOT.#

Item Description Size Specification Image Qty Unit

A INCUBATION ROOM FURNITURE :

1 WORKSTATIONS / WORKBENCHES (for 2 persons)

W:1200 mm D:600 mm

TOP MADE OF 18MM THICK LAMINATED BOARD WITH MATCHING PVC EDGING & TRIANGULAR WIRE CUP. WITH M.S. PIPE DULY POWDER COATED LEGS, NO KEY BOARD TRAY REQUIRED, NO CPU TROLLY REQUIRD, NO FRONT SOFT BOARD PARTITION REQUIRED.

160 Nos.

2 CHAIRS Design as per image

MEDIUM BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP.REVOLVING, RECLINING AND HYDLROIC SYSTEMS WITH 5 STAR PEDESTAL PU BASE.

80 Nos

mavenpk.com

0303-44-718-44

Page 181: Furniture Tenders Sep 2012

Page 39 of 60

3 CONFERENCE TABLES (for 6 persons)

H: 760mm W: 1650mm D: 900mm

TABLE FOR 06 PERSONS WITH OVER ALL STURCTURE MADE OF MS POWDER COATED. TOP MADE OF THICK LAMINATED BOARD WITH WITH MATCHING PVC EDGING. NORMAL LEGS.

03 Nos.

4 CHAIRS

VISITOR MEDIUM BACK (OVER ALL STRUCTURE MADE OF ARMS IN SOLID WOOD + UPHOLSTRY WITH BEST QUALITY FOAM & LEATHRITE + M.S PIPE POWDER COATED. POLISH FINISH.

18 Nos

B STAFF OFFICES:

1 MANAGER’S DESKS H: 760mm W: 1520mm D: 760mm

TOP & VANITY PANEL MADE OF LAMINATED BOARD WITH METAL BASE AT BOTH SIDES OF THE TABLE DULY POWDER COATED.

13 Nos

mavenpk.com

0303-44-718-44

Page 182: Furniture Tenders Sep 2012

Page 40 of 60

2 DRAWER PADESTAL Design as per image

OVER ALL STRUCTURE SHOULD BE MADE OF AT LEAST 18MM THICK LAMINATED BOARD WITH PVC EDGING AND SS HANDLES. SHOULD HAVE AT LEAST THREE DRAWERS WITH THE CENTER LOCK SYSTEM AND WHEEL CASTERS. TWO TOP DRAWERS STANDARD SIZE, LAST ONE SHOULD BE BIGGER FOR STORING BOX FILES.

13 Nos

3 BASE CABINET (SMALL) H: 825mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR BOX FILES, TWO ADJUSTABLE SHELVES BOTH SIDES.

4 Nos

mavenpk.com

0303-44-718-44

Page 183: Furniture Tenders Sep 2012

Page 41 of 60

4 BASE CABINET (MEDIUM) H: 1200mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR BOX FILES, AT LEAST THREE ADJUSTABLE SHELVES BOTH SIDES.

2 Nos

5 MANAGER CHAIRS (HIGH BACK)

Design as per image

HIGH BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP.REVOLVING, RECLINING AND HYDLROIC SYSTEMS WITH 5 STAR PEDESTAL PU BASE.

13 Nos

mavenpk.com

0303-44-718-44

Page 184: Furniture Tenders Sep 2012

Page 42 of 60

6 VISITOR’S CHAIRS Design As per Image

MEDIUM BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP. NON RECLINING WITH NON REVOLVING BASE.

26 Nos

C EXECUTIVE ROOMS AND CONFERENCE ROOM:

1 EXECUTIVE TABLES H: 760mm W: 1800mm D: 900mm

44MM THICK TOP WITH PARTAL PACKING + HONEYCOMB + 6MM MDF ON BOTH SIDES SAPELE VENEER PRESSED HAVING CABLEDUCTING. STRUCTURE MADE OF 18MM THICK PARTICLEBOARD VENEERED. SMOKED WALNUT POLISH FINISH. OVER ALL IN KD FITTING AS PER DRAWING. 40% GLOSS, MADE OF - WOOD AND VENEER, POLISH - SMOKED WALNUT. .

4 Nos. mavenpk.com

0303-44-718-44

Page 185: Furniture Tenders Sep 2012

Page 43 of 60

2 EXECUTIVE SIDE RACK H: 760mm W: 1200mm D: 550mm

44MM THICK WITH PARTAL PACKING + HONEYCOMB + 6MM MDF ON BOTH SIDES SAPELE VENEER PRESSED HAVING CABLE DUCTING. STRUCTURE MADE OF 18MM THICK PARTICLEBOARD VENEERED HAVING DRAWER, KEYBOARD TRAY & ONE OPENABLE SHUTTER. SMOKED WALNUT POLISH FINISH. OVER ALL IN KD FITTING 40% GLOSS, MADE OF - WOOD AND VENEER, POLISH - SMOKED WALNUT

4 Nos.

3 CONFERENCE TABLE FOR 08 PERSONS

H:760 mm W:2400 mm D:1200 mm

OVER ALL STRUCTURE SHOULD BE MADE OF 18MM THICK PARTICLE BOARD TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES.LEGS WITH M.S PIPE DULY POWDER COATED AND POLISHED IN JECONEAN FINISH AND OVER ALL KD FITTING.

2 Nos mavenpk.com

0303-44-718-44

Page 186: Furniture Tenders Sep 2012

Page 44 of 60

4 EXECUTIVE CHAIRS Design as per image

CHESTER TUFTED. ARMS MADE OF SOLID ASH WOOD AND UPHOLSTRED WITH BEST QUALITY FOAM & LEATHERITTE. REVOLVING & RECLINING. PU GAS LIFTER MECHANSIM. PEDESTAL POLISH IN JACOBEAN FINISH. OVER ALL IN KD FITTING.

20 Nos

5 COAT HANGER STAND Design as per image

COMPLETELY MADE OF SOLID WOOD, POLISH FINISH. WOOD - BEECH, POLISH - JACOBEAN

10 Nos

mavenpk.com

0303-44-718-44

Page 187: Furniture Tenders Sep 2012

Page 45 of 60

6 EXECUTIVE VISITOR CHAIRS

Design as per image

STRUCTURE MADE UP OF SOLID BEECH WOOD AND ARMS MADE UP OF MS PIPE POWDER COATED. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & BLACK LEATHERITE.

8 Nos.

7 SOFAS (SINGLE SEATER) H: 660mm W: 760mm D: 785mm

FULLY UPHOLSTERED WITH BEST QUALITY FOAM AND LEATHERITE WITH M.S. PIPE POWDER COATED FRAME AND LEGS. BASE SHOULD BE MADE UP OF M.S PIPE WITH CHARCOAL GREY POWDER COATING.

8 Nos.

8 SOFAS (TWO SEATER) W: 1600mm H: 660mm D: 785mm

FULLY UPHOLSTERED WITH BEST QUALITY FOAM AND LEATHERITE WITH M.S. PIPE POWDER COATED FRAME AND LEGS. BASE SHOULD BE MADE UP OF M.S. PIPE WITH CHARCOAL GREY POWDER COATING.

6 Nos.

mavenpk.com

0303-44-718-44

Page 188: Furniture Tenders Sep 2012

Page 46 of 60

9 CENTER TABLE Design as per image

OVER ALL STRUCTURE MADE OF 18MM THICK CHIPBOARD TABLE TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES + LEGS IN BEECH WOOD POLISH IN JACOBEAN FINISH. AS PER DRAWING.), , MADE OF - WOOD AND VENEER, WOOD - BEECH, POLISH - JACOBEAN, TOP MADE OF - VENEER

04 Nos.

10 SIDE TABLE Design as per image

OVER ALL STRUCTURE MADE OF 18MM THICK CHIPBOARD TABLE TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES + LEGS IN BEECH WOOD POLISH IN JACOBEAN FINISH. AS PER DRAWING.), , MADE OF - WOOD AND VENEER, WOOD - BEECH, POLISH - JACOBEAN, TOP MADE OF - VENEER

06 Nos.

D CLASS ROOM AND DINING AREA:

1 CHAIR TABLET ARM Design As per Image

SEAT AND BACK SHOULD BE IN BEST QUALITY BLACK FIBRE. FRAME OF CHAIR SHOULD BE IN IN CHROME FINISH. WITH TABLET.

40 Nos.

mavenpk.com

0303-44-718-44

Page 189: Furniture Tenders Sep 2012

Page 47 of 60

2 WHITE BOARD WITH STAND

6ft. X 3ft.

OVERALL STRUCTURE SHOULD BE MADE UP OF WHITE LAMINATION ALONG WITH PROVISION OF A STAND AND DUSTER TRAY.

12 Nos.

3 TABLE FOR DINING AREA / RECREATION ROOM (for 6 persons)

H: 760mm W: 1650mm D: 900mm

TABLE FOR 06 PERSONS WITH OVER ALL STURCTURE MADE OF MS POWDER COATED. TOP MADE OF THICK LAMINATED BOARD WITH WITH MATCHING PVC EDGING. NORMAL LEGS.

03 Nos.

4 CHAIRS FOR DINING AREA / RECREATION ROOM and ADMIN ROOM

VISITOR MEDIUM BACK (OVER ALL STRUCTURE MADE OF ARMS IN SOLID WOOD + UPHOLSTRY WITH BEST QUALITY FOAM & LEATHRITE + M.S PIPE POWDER COATED. POLISH FINISH.

18 Nos.

mavenpk.com

0303-44-718-44

Page 190: Furniture Tenders Sep 2012

Page 48 of 60

7 BASE CABINET (MEDIUM) FOR STORING CROCKERY, etc.

H: 1200mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR CROCKERY, AT LEAST THREE ADJUSTABLE SHELVES BOTH SIDES OR 2 ADJUSTABLE SHELVES WITH 1 DRAWER.

2 Nos

E RECREATION ROOM

1 FOOSE BALL TABLE As per image Wooden table with 8 rods as per image, without glass top

01 Nos.

2 BEAN BAGS As per image Leatherite covered bean bags stuffed with ball fiber, various colors, as per image

10 Nos.

mavenpk.com

0303-44-718-44

Page 191: Furniture Tenders Sep 2012

Annexure-B

Technical Proposal Submission Form

[Location, Date]

To

(Name and address of Client / Purchaser)_

Dear Sir,

We, the undersigned, offer to provide the _(insert title of assignment)_ in accordance with your

Request for Proposal/Tender Document dated _(insert date)_ and our Proposal. We are hereby submitting

our Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two separate

envelopes.

We undertake, if our Proposal is accepted, to provide supply of _________related to the

assignment.

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.

We remain,

Yours sincerely,

Authorized Signature

(In full and initials)

Name and Designation of Signatory

Name of Firm

Address

mavenpk.com

0303-44-718-44

Page 192: Furniture Tenders Sep 2012

Page 50 of 60

Annexure-C

Financial Proposal Submission Form (Part of Financial Bid Envelope)

[Location, Date]

To (Name and address of Client / Purchaser)_

Dear Sir,

We, the undersigned, offer to provide the _(Insert title of assignment)_ in accordance with your

Request for Proposal dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal is

for the sum of _(insert amount in words and figures)_. This amount is inclusive of all taxes.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated

in _______ of the Proposal Data Sheet.

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.

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

Signed

In the capacity of:

Duly authorized to sign the proposal on behalf of the Applicant.

Date:

mavenpk.com

0303-44-718-44

Page 193: Furniture Tenders Sep 2012

Page 51 of 60

Annexure-D

Price Schedule/ Financial Cost Sheet for Each or All LOT(s) the bidder is applying for

S.No. Item

Description

Units Price per unit

(Excluding all

taxes)

Total

Taxes

Unit Price

(Including

all taxes)

Total Cost (No. of units x unit

cost) (including all taxes)

X

X will determine the total bid cost

Total Cost (in words) Rs. ________

Date ___________

Place __________

Signature of authorized person

Name:

(Company Seal)

__________________

In the capacity of

Dully authority by

Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection

of the financial bid.

mavenpk.com

0303-44-718-44

Page 194: Furniture Tenders Sep 2012

Page 52 of 60

Annexure-E

Format for Covering Letter

To

(Name and address of Purchaser)

Sub: ________________________________________________.

Dear Sir,

a) Having examined the tender document 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.

b) We undertake, if our proposal is accepted, to provide the items/services comprise in the contract

within time frame specified, starting from the date of receipt of notification of award from the

client Department / Office.

c) We agree to abide by this proposal for the period of ____ days (as per requirement of the project)

from the date of bid opening and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

d) We agree to execute a contract in the form to be communicated by the _(insert name of the

Purchaser)_, incorporating all agreements with such alterations or additions thereto as may be

necessary to adapt such agreement to the circumstances of the standard.

e) Unless and until a formal agreement is prepared and executed this proposal together with your

written acceptance thereof shall constitute a binding contract agreement.

f) We understand that you are not bound to accept a lowest or any bid you may receive, not to give

any reason for rejection of any bid and that you will not defray any expenses incurred by us in

biding.

g) We would like to clearly state that we qualify for this work as our company meets all the pre-F

criteria indicated on your tender document. The details are as under:

_________________________

Authorized Signatures with Official Seal

mavenpk.com

0303-44-718-44

Page 195: Furniture Tenders Sep 2012

Page 53 of 60

Annexure-F

INSTRUCTION FOR PREPARATION OF POWER OF ATTORNEY

a) To be executed by an authorized representative of the bidder.

b) The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executants and when

it is so required the same should be under common seal affixed in accordance with the

required procedure.

c) Also, wherever required, the Bidder should submit for verification the extract of the charter

documents and documents such as a resolution/power of attorney in favor of the Person

executing this Power of Attorney for the delegation of power hereunder on behalf of the

Bidder.

d) In case the Application is signed by an authorized Director / Partner or Proprietor of the

Applicant, a certified copy of the appropriate resolution / document conveying such authority

may be enclosed in lieu of the Power of Attorney. mavenpk.com

0303-44-718-44

Page 196: Furniture Tenders Sep 2012

Page 54 of 60

Format of Power-of-Attorney

POWER OF ATTORNEY

(On Stamp Paper of relevant value)

Know all men by these presents, we (name of the company and address of the registered office)

do hereby appoint and authorize Mr. (full name and residential address) who is presently

employed with us and holding the position of as our attorney, to do in our name and on our

behalf, all such acts, deeds and things necessary in connection with or incidental to our proposal

for (name of the project) in response to the tenders invited by the (name of the Purchaser)

including signing and submission of all documents and providing information/responses to

(name of the Purchaser) in all matters in connection with our Bid.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant

to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall

and shall always be deemed to have been done by us.

Dated this _____ day of ____________________ 20__

For ________________________________

(Signature)

(Name, Designation and Address)

Accepted

(Signature)

(Name, Title and Address of the Attorney)

Date:

mavenpk.com

0303-44-718-44

Page 197: Furniture Tenders Sep 2012

Page 55 of 60

Annexure-G

UNDERTAKING

It is certified that the information furnished here in and as per the document submitted is true and

correct and nothing has been concealed or tampered with. We have gone through all the

conditions of tender and is liable to any punitive action for furnishing false information /

documents.

Dated this _____ day of ____________________ 20__

Signature

(Company Seal)

__________________

In the capacity of

Duly authorized to sign bids for and on behalf of:

mavenpk.com

0303-44-718-44

Page 198: Furniture Tenders Sep 2012

Page 56 of 60

Annexure-H

AFFIDAVIT

Integrity Pact

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent / representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

_________________

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

mavenpk.com

0303-44-718-44

Page 199: Furniture Tenders Sep 2012

Page 57 of 60

Annexure-I

TENDER SECURITY FORM

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has submitted

Tender against Tender Name/LOT No. ______ (hereinafter called "the Tender") to the [Name and

Address of the Purchaser] (hereinafter called "the Purchaser") for the Total Tender Price of PKR (in

figures ____________________) (in words ___________________________________).

AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter

called "the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the

Purchaser, for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Purchaser, upon receipt of his

written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without

cavil / argument and without the Purchaser having to substantiate / prove or to show grounds / reasons for

such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor withdraws the Tender during the period of the Tender validity specified by the

Contractor on the Tender Form; or

2. If the Contractor does not accept the corrections of his Total Tender Price; or

3. If the Contractor, having been notified of the acceptance of the Tender by the Purchaser during

the period of the Tender validity, fails or refuses to furnish the Performance Security, in

accordance with the Tender Document.

Provided that the Purchaser shall specify the occurred condition(s) owing to which the said sum is due to

him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within thirty

working days after the expiry of the Guarantee.

This guarantee shall remain valid up to ___________________ or until furnishing of the Performance

Security, whichever is later.

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

mavenpk.com

0303-44-718-44

Page 200: Furniture Tenders Sep 2012

Page 58 of 60

Annexure-J

PERFORMANCE SECURITY

Issuing Authority:

Date of Issuance:

Date of Expiry:

Claim Lodgment Date:

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has agreed to

supply the Goods and render the Services against Tender Name/LOT No. ______ (hereinafter called "the

Contract") for the Contract Value of PKR (in figures ____________________) (in words

___________________________________).

AND WHEREAS it has been stipulated in the Tender Document that the successful Contractor shall

furnish Performance Security, within seven working days of the receipt of the Acceptance Letter from

the Purchaser, in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per

the format provided in the Tender Document or in another form acceptable to the Purchaser, for a sum

equivalent to Rs.____________________(10% of the contract value) valid from the date of issue until

all obligations have been fulfilled in accordance with the Contract;

AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter

called "the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the

Purchaser, for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Purchaser, upon receipt of his

written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without

cavil / argument and without the Purchaser having to substantiate / prove or to show grounds / reasons for

such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor commits a default under the Contract;

2. If the Contractor fails to fulfill any of the obligations under the Contract;

3. If the Contractor violates any of the provisions of the Contract.

Provided that the Purchaser shall specify the occurred condition(s) owing to which the said sum is due to

him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within thirty

working days after the expiry of the Guarantee.

This guarantee shall remain valid up to ___________________ or until expiry of warranties or all

obligations have been fulfilled in accordance with the Contract, whichever is later.

mavenpk.com

0303-44-718-44

Page 201: Furniture Tenders Sep 2012

Page 59 of 60

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

mavenpk.com

0303-44-718-44

Page 202: Furniture Tenders Sep 2012

Page 60 of 60

Annexure-K

Financial Capacity of the Bidder

Additionally, the following financial data form shall be filled out for the Bidder. The Purchaser reserves

the right to request additional information about the financial capacity of the Bidder. A Bidder that fails

to demonstrate through its financial records that it has the financial capacity to perform the required

Supply/Services may be disqualified.

Financial Information Historical information for the previous three years

(most recent to oldest in (PAK Rupees)

Year 1

(Year)

Year 2

(Year)

Year 3

(Year)

Information from Balance Sheet:

(1) Total Assets (TA)

(2) Current Assets (CA)

(3) Total Liabilities (TL)

(4) Current Liabilities

(CL)

Information from Income Statement:

(5) Total Revenue (TR)

(6) Profits before Taxes

(PBT)

Net Worth (1) – (3)

Current Ratio (2) / (4)

Provide information on current or past litigation or arbitration over the last three (3) years as shown in

the form below.

Litigation or arbitration in the last three (3) years: No:_____Yes:______ (See below)

Litigation and Arbitration During Last three (3) Years

Year Matter in Dispute Value of Award Against

Contractor in PAK

Rupees

_________________________

Authorized Signatures with Official Seal

mavenpk.com

0303-44-718-44

Page 203: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 204: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 205: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 206: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 207: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 208: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 209: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 210: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 211: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 212: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 213: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 214: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 215: Furniture Tenders Sep 2012

TENDER NOTICE No. CIIT/WD/220/01

SUPPLY OF OFFICE & CLASSROOMS FURNITURE

Sealed tenders are invited from reputed, experienced NTN/GST registered furniture manufacturing

firms for Supply of Office & Classroom Furniture at CIIT Islamabad. Tender details are given below: Detail of items, quantity & specifications:

Available in prescribed Tender Documents of CIIT

Estimated Cost of Tender: 06 Million

Bidding Procedure: Single Stage-Two Envelopes as per PPRA rules

Tender Documents Cost: Rs.2000/- in form of DD/Pay Order favouring CIIT Islamabad

Tender Documents Sale: Up to 16 October 2012 at 1600 hrs by Purchase Officer CIIT

Amount of Earnest Money: 01% amount of total bid price (be attached with financial tender) in form of DD/Pay Order favouring CIIT Islamabad

Pre-bid Meeting: 11 October 2012 (Thursday) at 1130 hrs in Conference Room, 2nd Floor, Faculty Block-II, CIIT Islamabad

Tender Submission: 17 October 2012 at 1130 hrs in office of the Purchase Officer

Tender Opening: 17 October 2012 at 1200 hrs in public at Purchase Section CIIT Islamabad

2. CIIT reserves the right to accept/reject any tender or cancel the tender process at any time as per PPRA rules.

3. This tender notice is also available on PPRA website www.ppra.org.pk

PURCHASE OFFICER COMSATS Institute of Information Technology,

Faculty Block-II, Park Road, Chak Shahzad, Islamabad Tel: 051-9247000-3 (Ext: 5039, 5040)

Cell: 0333-5531126 Fax: 051-9247006

mavenpk.com

0303-44-718-44

Page 216: Furniture Tenders Sep 2012

Zonal Office State Life Building Minara Road Sukkur –65200 Phone: 9310514-6 Fax No. 071-9310502 UAN No. 111-111-888

Tender Notice NO.06/2012 for Supply of Furniture/Fixture. Sealed financial bids are invited from National Tax registered firms/ suppliers preferably based at Sukkur for supply of items/ specifications mentioned here below. S #

Name of Item Quantity Specifications

01

Visiting Chair 15 Visitor chair with arms Seat and Back with green lather solid seasond shesham wood with sprit polish.

02 Revolving Chair 7 Revolving chair with arms Seat and Back with green lather made of iron having five legs with revolving base.

04 Office Table 3 (5x3X2/1/2) with three drawers, three side closed seasond shisham vineer board with sprit polish.

05 Side Rack 3 (3x2/1/2X15”) with two shelves and two drawers all made Shisham vineer board with sprit polish.

06 Sofa Set five Seater

3 Sofa set with green lather seat and back made of molty foam with shesham wood.

07 Centre Table 3 (36”X18”) made of shisham vineer board with sprit polish.

08 Office Table 4 (3x2.5X2/1/2) with one drawer, three side closed seasond shisham vineer board with sprit polish.

Terms and Conditions 1. Security Amount must be deposited equal to 5% of the total

value of the Tender Cost by the bidders. 2. If the firm / supplier provides / supplies sub-standard product,

the Security Deposit may be forfeited in favour of the Corporation.

3. The firm / supplier will be bound to supply the required items at, State Life Building Minara Road Sukkur, within prescribed time to be notified.

4. The bidders will have to attach copies of their NTN, GST Payer Number with the Tender.

5. Income Tax and GST or as per Government Policy will be deducted on the total value of the Tender.

6. No change will be acceptable in given specification of required items. Such bid(s) will be rejected.

7. The sealed quotations must be reached by Post / Courier / by hand to Secretary Zonal Procurement Committee, State Life

mavenpk.com

0303-44-718-44

Page 217: Furniture Tenders Sep 2012

Insurance Corporation of Pakistan, Ground floor, State Life Building Minara Road, Sukkur up to 11:00 a.m. on 08.10.2012. The time of opening the bids before the Representatives of Firms / Suppliers will be 11:30 a.m. (Sharp) on same day, envelop must bear the “Quotation for Furniture” at its right corner for identification.

8. The State Life reserves the right to cancel any bid or bids assigning reason thereof.

9. Specimens are available in the office of the under singed and may be seen during office hours.

(SECRETARY) Zonal Procurement Committee,

State Life Insurance Corporation, of Pakistan, Zonal Office,

(P&GS) Department, Ground Floor, State Life Building.

Minara Road, Sukkur.

Phone # 071-9310506

mavenpk.com

0303-44-718-44

Page 218: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 219: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 220: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 221: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 222: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 223: Furniture Tenders Sep 2012

Tender Document

PROCUREMENT OF FURNITURE

AND AFTER SALES SERVICES

FOR

GOVERNMENT OF PUNJAB’S

TECHNOLOGY INCUBATOR

Punjab Information Technology Board (PITB)

11th Floor, Arfa Software Technology Park (ASTP),

346-B, Ferozepur Road, Lahore, Pakistan

Phone: (+ 92) (42) (35880062), Fax: (+92) (42) (99232123)

URL: www.pitb.gov.pk

mavenpk.com

0303-44-718-44

Page 224: Furniture Tenders Sep 2012

Page 2 of 60

Table of Contents

1. Invitation to Bid ............................................................................................................. 6

2. Bidding Details (Instruction to Bidders) ........................................................................ 8

TERMS AND CONDITIONS OF THE TENDER ................................................................. 10

3. Definitions.................................................................................................................... 10

4. Headings and Titles...................................................................................................... 11

5. Notice ........................................................................................................................... 11

6. Tender Scope ............................................................................................................... 11

7. Tender Eligibility ......................................................................................................... 11

8. Tender Cost .................................................................................................................. 12

9. Joint Venture/Consortium ............................................................................................ 12

10. Examination of the Tender Document ......................................................................... 12

11. Clarification of the Tender Document ......................................................................... 12

12. Amendment of the Tender Document .......................................................................... 13

13. Preparation / Submission of Tender ............................................................................. 13

14. Tender Price ................................................................................................................. 16

15. Tender Security ............................................................................................................ 16

16. Tender Validity ............................................................................................................ 17

17. Modification / Withdrawal of the Tender .................................................................... 17

18. Opening of the Tender ................................................................................................. 17

19. Clarification of the Tender ........................................................................................... 17

20. Determination of Responsiveness of the Bid (Tender) ................................................ 17

21. PARAMETERS OF TECHNICAL EVALUATION CRITERIA ............................... 18

22. Correction of errors / Amendment of Tender .............................................................. 20

23. Rejection / Acceptance of the Tender .......................................................................... 20

24. Award Criteria ............................................................................................................. 21

25. Acceptance Letter (Letter of Intent) ............................................................................ 21

26. Performance Security ................................................................................................... 21

27. Redressal of grievances by the procuring agency ........................................................ 21

TERMS & CONDITIONS OF THE DRAFT CONTRACT ................................................... 23

28. Contract ........................................................................................................................ 27

29. Contract Documents and Information .......................................................................... 27

30. Contract Language ....................................................................................................... 27

31. Standards ...................................................................................................................... 27

32. Commercial Availability .............................................................................................. 27

33. Patent Right .................................................................................................................. 27

34. Execution Schedule ...................................................................................................... 27

35. Packing ......................................................................................................................... 27

mavenpk.com

0303-44-718-44

Page 225: Furniture Tenders Sep 2012

Page 3 of 60

36. Insurance ...................................................................................................................... 28

37. Labeling ....................................................................................................................... 28

38. Delivery........................................................................................................................ 28

39. Installation and Implementation .................................................................................. 28

40. Site Preparation ............................................................................................................ 29

41. Spare Parts and Support ............................................................................................... 29

42. Inspection and Testing ................................................................................................. 29

43. Taking-Over Certificate ............................................................................................... 30

44. Warranty ...................................................................................................................... 30

45. Ownership of Goods and Replaced Components ........................................................ 31

46. Defects Liability Expiry Certificate ............................................................................. 31

47. Payment........................................................................................................................ 31

48. Price ............................................................................................................................. 31

49. Contract Amendment ................................................................................................... 31

50. Assignment / Subcontract ............................................................................................ 32

51. Extensions in time for performance of obligations under the Contract ....................... 32

52. Liquidated Damages .................................................................................................... 32

53. Blacklisting .................................................................................................................. 32

54. Forfeiture of Performance Security ............................................................................. 33

55. Termination for Default ............................................................................................... 33

56. Termination for Insolvency .......................................................................................... 33

57. Termination for Convenience ...................................................................................... 33

58. Force Majeure .............................................................................................................. 33

59. Dispute Resolution ....................................................................................................... 34

60. Statutes and Regulations .............................................................................................. 34

61. Taxes and Duties .......................................................................................................... 34

62. Contract Cost ............................................................................................................... 34

63. The Client..................................................................................................................... 34

64. Authorized Representative ........................................................................................... 35

65. Waiver .......................................................................................................................... 35

66. Training ........................................................................................................................ 35

67. Documentation ............................................................................................................. 35

68. Special Stipulations ...................................................................................................... 35

Annexure-A.............................................................................................................................. 37

Annexure-B .............................................................................................................................. 49

Annexure-C .............................................................................................................................. 50

Annexure-D.............................................................................................................................. 51

Annexure-E .............................................................................................................................. 52

mavenpk.com

0303-44-718-44

Page 226: Furniture Tenders Sep 2012

Page 4 of 60

Annexure-F .............................................................................................................................. 53

Annexure-G.............................................................................................................................. 55

Annexure-H.............................................................................................................................. 56

Annexure-I ............................................................................................................................... 57

Annexure-J ............................................................................................................................... 58

Annexure-K.............................................................................................................................. 60

mavenpk.com

0303-44-718-44

Page 227: Furniture Tenders Sep 2012

Page 5 of 60

Important Note:

Bidders must ensure that they submit all the required documents indicated in the Bidding Documents

without fail. Bids received without, undertakings, valid documentary evidence, supporting documents and

the manner for the various requirements mentioned in the Bidding Documents or test certificates are

liable to be rejected at the initial stage itself. The data sheets, valid documentary evidences for the critical

components as detailed hereinafter should be submitted by the Bidder for scrutiny. It is intimated that no

objection shall be entertained regarding the terms and conditions of the Bidding Document at the later

stages during tender process.

Applicability of Punjab Procurement Rules, 2009

This Bidding Process will be governed under Punjab Procurement Rules, 2009, as amended from time to

time and instructions of the Government of the Punjab received during the completion of the project

mavenpk.com

0303-44-718-44

Page 228: Furniture Tenders Sep 2012

Page 6 of 60

1. Invitation to Bid

1.1 PPRA Rules to be followed

Punjab Procurement Rules 2009 will be strictly followed. These may be obtained from PPRA’s website:

http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx

In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab

Procurement Rules 2009.

1.2 Mode of Advertisement(s)

As per Rule 12(1), this Tender is being placed online at PPRA's website, as well as being advertised in

print media.

As per Rule 12(3), this Tender is also placed online at the website of Purchaser. The bidding document

carrying all details can be downloaded from PITB’s website http://www.pitb.gov.pk and from

PPRA’s website www.ppra.punjab.gov.pk for information only. All prospective bidders are required

to register themselves with the Procurement Assistant, PITB at above given address, collect a Challan

Form to submit an amount Rs. 500/- in given head at State Bank of Pakistan or National Bank of

Pakistan, the deposit slip must accompany the bids, elsewise the bid will stand rejected.

1.3 Type of Open Competitive Bidding

As per Rule 36(b), Single Stage - Two Envelope Procedure shall be followed. This is as follows:

i. The bid shall comprise of a single package containing two separate envelopes. Each envelope

shall contain separately the financial proposal and the technical proposal;

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL”

in bold and legible letters to avoid confusion;

iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

procuring agency without being opened;

v. The Purchaser shall evaluate the technical proposal in a manner prescribed in Section 7, 13, 20

and Annexure-A of this document, without reference to the price and reject any proposal which

does not conform to the specified requirements as listed in said Sections.

vi. During the technical evaluation no amendments in the technical proposal shall be permitted;

vii. The financial proposals of technically qualified bidders shall be opened publicly at a time, date

and venue announced and communicated to the bidders in advance;

mavenpk.com

0303-44-718-44

Page 229: Furniture Tenders Sep 2012

Page 7 of 60

viii. After the evaluation and approval of the technical proposal the procuring agency, shall at a time

within the bid validity period, publicly open the financial proposals of the technically accepted

and qualified bids only. The financial proposal of bids found technically non-responsive shall be

returned un-opened to the respective bidders.

In accordance with these rules, interested companies (hereinafter referred to as “Bidders”) applying for

bids should submit two separate bids/envelopes for Financial Proposal and Technical Proposal.

mavenpk.com

0303-44-718-44

Page 230: Furniture Tenders Sep 2012

Page 8 of 60

2. Bidding Details (Instruction to Bidders)

All bids must be accompanied by Tender Security (As per provisions on clause “Tender Security” of this

document) in favor of “Punjab Information Technology Board”. The bids along with tender security,

Tender Forms, Affidavits, etc., must be delivered into the Tender Box No.2, placed at reception of

Punjab Information Technology Board, Lahore on or before 1500 hrs no later than 4th October, 2012.

The Technical bids will be publicly opened lot wise in the Committee Room of Punjab Information

Technology Board, 11th Floor, Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore, on

same date at 1600 hours.

Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the hardware

must be received in writing to the Purchaser within five working days from the date of Tender

advertisement. Any query received after five working days shall not be entertained. All queries shall be

responded to within due time. PITB may host a Q&A session, if required, at PITB premises (11th Floor,

Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore). All Bidders shall be informed of the

date and time in advance.

The bidder must submit bids on the basis of complete lot or lots. Failure to meet this condition will cause

disqualification of the bidder. The bidder shall submit bids which comply with the Bidding Document.

Alternative bids will not be considered. The attention of bidders is drawn to the provisions of Clause on

“Determination of Responsiveness of Bid” and “Rejection/Acceptance of the Bid”, for making their

respective bids substantially responsive to the requirements of the Bidding Document.

The Primary Contact & Secondary Contact for all correspondence in relation to this bid is as follows:

Primary Contact

Fasieh Mehta

Senior Program Manager

Email: [email protected]

11th Floor, Arfa Software Technology Park,

346-B, Ferozepur Road, Lahore, Pakistan.

Secondary Contact

Iftikhar Ahmed Khan

Project Coordinator

Email: [email protected]

11th Floor, Arfa Software Technology Park,

346-B, Ferozepur Road, Lahore, Pakistan.

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 the Primary Contact and in writing (e-mail)

only. In the case of an urgent situation where the Primary Contact cannot be contacted, the bidder may

alternatively direct their enquiries through the Secondary Contact.

mavenpk.com

0303-44-718-44

Page 231: Furniture Tenders Sep 2012

Page 9 of 60

Bidders are also required to state, in their proposals, the name, title, 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.

The Purchaser will not be responsible for any costs or expenses incurred by bidders in connection with

the preparation or delivery of bids.

As authority competent to accept the tender, the Purchaser reserves the right to cancel the tender, accept

or reject one or all bids without assigning any reason thereof.

Failure to supply required items/services within the specified time period will invoke penalty as

specified in this document.

mavenpk.com

0303-44-718-44

Page 232: Furniture Tenders Sep 2012

Page 10 of 60

TERMS AND CONDITIONS OF THE TENDER

3. Definitions

3.1 In this document, unless there is anything repugnant in the subject or context:

3.2 "Authorized Representative" means any representative appointed, from time to time, by the

Client, the Purchaser or the Contractor.

3.3 “Availability and Reliability” means the probability that a component shall be operationally

ready to perform its function when called upon at any point in time.

3.4 "Client" means the Project lead of the Purchaser for whose particular project the Goods /

Services have been procured or any other person, duly appointed in writing, by the Client, for

the time being or from time to time, to act as Client for the purposes of the Contract.

3.5 “Bidder/Tenderer” means the Firm/Company/Supplier/Distributers that may provide or provides

the furniture, etc and related services to any of the public sector organization under the contract

and have registered for the relevant business thereof.

3.6 "Commencement Date of the Contract" means the date of signing of the Contract between the

Purchaser and the Contractor.

3.7 "Contract" means the agreement entered into between the Purchaser and the Contractor, as

recorded in the Contract Form signed by the parties, including all Schedules and Attachments

thereto and all documents incorporated by reference therein.

3.8 "Contractor" means the person whose Tender has been accepted and awarded letter of Intent

followed by the Contract by the Purchaser.

3.9 "Contract Price" means the price payable to the Contractor under the Contract for the full and

proper performance of its contractual obligations.

3.10 "Contract Value" means that portion of the Contract Price adjusted to give effect to such

additions or deductions as are provided for in the Contract which is properly apportion-able to

the Goods or Services in question.

3.11 "Defects Liability Expiry Certificate" means the certificate to be issued by the Client to the

Contractor, in accordance with the Contract.

3.12 "Day" means calendar day.

3.13 "Defects Liability Period" means the warranty period following the taking over, during which

the Contractor is responsible for making good, defects and damage in Goods and Services

provided, under the Contract.

3.14 "Force Majeure" means an event beyond the control of the Contractor and not involving the

Contractor's fault or negligence and not foreseeable. Such events may include, but are not

restricted to, acts of the Purchaser in its sovereign capacity, wars, revolutions, fires, floods,

epidemics, quarantine restrictions, and freight embargoes.

3.15 "Goods" means equipment, machinery, and/or other materials which the Contractor is required

to supply to the Purchaser under the Contract.

3.16 "Person" includes individual, association of persons, firm, company, corporation, institution and

organization, etc., having legal capacity.

3.17 "Prescribed" means prescribed in the Tender Document.

3.18 "Purchaser" means the Punjab Information Technology Board (PITB), or any other person for

the time being or from time to time duly appointed in writing by the Purchaser to act as

Purchaser for the purposes of the Contract.

3.19 "Origin" shall be considered to be the place where the Goods are produced or from where the

mavenpk.com

0303-44-718-44

Page 233: Furniture Tenders Sep 2012

Page 11 of 60

Services are provided. Goods are produced when, through manufacturing, processing or

assembling of components, a commercially recognized product results that is substantially

different in basic characteristics or in purpose or utility from its components. The origin of

Goods and Services is distinct from the nationality of the Contractor.

3.20 "Services" means installation, configuration, deployment, commissioning, testing, training,

support, after sale service, etc. of Goods and other such obligations which the Contractor is

required to provide to the Purchaser under the Contract.

3.21 “Taking-Over Certificate" means the certificate to be issued by the Client to the Contractor, in

accordance with the Contract.

3.22 "Works" means work to be done by the Contractor under the Contract.

4. Headings and Titles

In this document, headings and titles shall not be construed to be part thereof or be taken into

consideration in the interpretation of the document and words importing the singular only shall

also include the plural and vice versa where the context so requires.

5. Notice

5.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice,

certificate, order, consent, approval or instructions amongst the Contractor, the Purchaser and

the Client, the same shall be:

5.1.1 in writing;

5.1.2 issued within reasonable time;

5.1.3 served by sending the same by courier or registered post to their principal office in Pakistan or

such other address as they shall notify for the purpose; and

5.1.4 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed

accordingly.

6. Tender Scope

6.1 Punjab Information Technology Board (PITB), (hereinafter referred to as “the Purchaser”)

invites / requests Proposals (hereinafter referred to as “the Tenders”) for design, supply,

installation of furniture including soft partitions (hereinafter referred to as “the Goods”) on

turnkey basis.

6.2 The execution will be carried out at 9th Floor Arfa Software Technology Park

6.3 The firm will design, assemble and deploy furniture for entire floor consisting of class room,

Incubation halls, staff offices etc and also give after sales service for any repair and maintenance

support.

7. Tender Eligibility

7.1 Eligible Tenderer is a Tenderer who:

7.1.1 has a registered office in Pakistan;

7.1.2 is a manufacturer / supplier / trader / whole seller of new furniture

7.1.3 has an after sales service office and support staff available in Lahore

mavenpk.com

0303-44-718-44

Page 234: Furniture Tenders Sep 2012

Page 12 of 60

7.1.4 has already served corporate clients

7.1.5 has quoted on Turnkey basis for each or all LOTs

7.1.6 has required relevant experience of setting up offices on a large scale with quality furniture.

7.1.7 has the required relevant qualified personnel and enough strength to fulfill the requirement of

assignment.

7.1.8 Conforms to the clause of “Responsiveness of Bid” given herein this tender document.

7.1.9 Goods and Services can only be supplied / sources / routed from “origin” in “eligible” member

countries.

a. Eligible” is defined as any country or region that is allowed to do business in Pakistan by the

law of Government of Pakistan.

b. "origin" shall be considered to be the place where the Goods are produced or from which

the Services are provided. Goods are produced when, through manufacturing, processing or

substantial and major assembling of components, a commercially recognized product results

that is substantially different in basic characteristics or in purpose or utility from its

components.

8. Tender Cost

The Tenderer shall bear all costs / expenses associated with the preparation and submission of

the Tender(s) and the Purchaser shall in no case be responsible / liable for those costs / expenses.

9. Joint Venture/Consortium

9.1 Joint ventures or Consortium are also eligible for this tender, as long as the joint venture

complies with the following conditions:

9.1.1 The Tenderers may form a joint venture of maximum two Tenderers/bidders. An Agreement

Deed to that effect, legally executed and signed by all the partners shall be submitted with the

bid.

9.1.2 One partner of formulated joint venture will be designated the lead partner and would be get into

legal contract with Purchaser and would be liable to incur liabilities, receive payments and

receive instructions for and on behalf of any or all partners. A power of attorney to that effect,

legally executed, signed by all the partners shall be submitted with the Tender/bid.

9.1.3 There must be at least one locally registered company (Partner) of good repute, with relevant

experience and proven track record, in the joint venture.

9.1.4 All the partners shall be jointly and severally liable for the execution of the Contract in

accordance with the terms and conditions of the Contract. The Tender, and in case of

successfully qualifying both technical and financial evaluation, the Contract Deed, to that effect,

shall be signed by the lead partner.

9.1.5 Partners other than the lead would also be bound by the terms and conditions of the contract.

10. Examination of the Tender Document

The Tenderer is expected to examine the Tender Document, including all instructions and terms

and conditions.

11. Clarification of the Tender Document

The prospective bidders may solicit clarification of the Tender Document, within 05 working

days of issuance of tender in writing. The clarification and its replies will be shared with all

prospective bidders.

mavenpk.com

0303-44-718-44

Page 235: Furniture Tenders Sep 2012

Page 13 of 60

12. Amendment of the Tender Document

12.1 The Purchaser may, at any time prior to the deadline for submission of the Tender, at its own

initiative or in response to a clarification requested by the Bidder(s), amend the Tender

Document, on any account, for any reason. All amendment(s) shall be part of the Tender

Document and binding on the Bidder(s).

12.2 The Purchaser shall notify the amendment(s) in writing to the prospective Tenderers.

12.3 The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the

deadline for the submission of the Tender, in which case all rights and obligations of the

Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to the

deadline as extended.

13. Preparation / Submission of Tender

13.1 The Tenderer is only allowed to bid for each or all LOTs on turnkey basis.

13.2 The Tenderer is not allowed to bid for partial LOT.

13.3 The Tender and all documents relating to the Tender, exchanged between the Tenderer and the

Purchaser, shall be in English. Any printed literature furnished by the Tenderer in another

language shall be accompanied by an English translation which shall govern for purposes of

interpretation of the Tender.

13.4 The Tender shall be filed in / accompanied by the prescribed Forms, Annexes, Schedules,

Charts, Drawings, Documents, Brochures, Literature, etc. which shall be typed, completely

filled in, stamped and signed by the Tenderer or his Authorized Representative. In case of

copies, photocopies may be submitted.

13.5 The Tender shall be in two parts i.e the technical proposal and the financial proposal. Each

proposal shall be in two sets i.e the original and the copy. In the event of any discrepancy

between the original and the duplicate, the original shall govern.

13.6 The Technical Proposal shall comprise the following, without quoting the price:

13.7 Technical Proposal Form (Annexure-B)

13.7.1 Affidavit and Undertaking (All terms & conditions and qualifications listed anywhere in the

RFP have been satisfactorily vetted) (Annexure-G&H)

13.7.2 Covering letter duly signed and stamped by authorized representative. (Annexure-E)

13.7.3 Evidence of eligibility of the Tenderer and the Goods

13.7.4 Evidence of conformity of the Goods / the Services to the Tender Document

13.7.5 Undertaking and Evidence that the quoted Goods are genuine, brand new, non- refurbished, un-

altered in any way, of the most recent / current model, imported through proper channel, and

incorporate all recent improvements in design and materials

13.7.6 Technical Brochures / Literature

13.7.7 Details of Warranty and After-Sale Service

13.7.8 The Contractor’s financial capacity to mobilize and sustain the Supply of furniture and Services

is imperative. In the Proposal, the Bidder is required to provide information on its financial

status.

13.7.9 The statement must be signed by the authorized representative of the Bidder

13.7.10 Financial Capacity as per Annexure-K

13.7.11 Valid Registration Certificate for Income Tax & Sales Tax

13.7.12 Income Tax & Sales Tax Returns for the last three tax years

13.7.13 Power of Attorney, if an authorized representative is appointed (Annexure-F)

mavenpk.com

0303-44-718-44

Page 236: Furniture Tenders Sep 2012

Page 14 of 60

13.8 The Financial Proposal shall comprise the following:

13.8.1 Financial Proposal Form (Annexure-C)

13.8.2 Price Schedule (Annexure-D)

13.8.3 Tender Security (As per provisions of the clause Tender Security of this document)

(Annexure- I)

13.9 The Tenderer shall seal the Original Technical Proposal in an envelope duly marked as under:

Original Technical Tender for

Tender Name. [Number of Tender]

LOT No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.10 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked as under:

Duplicate Technical Proposal for

Tender Name. [Name of Tender]

LOT No.

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.11 The Tenderer shall follow the same process for the Financial Tender.

13.12 The Tenderer shall again seal the sealed envelopes of Original Technical Proposal and the

Original Financial Proposal in an outer envelope, duly marking the envelope as under:

mavenpk.com

0303-44-718-44

Page 237: Furniture Tenders Sep 2012

Page 15 of 60

Original Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.13 The Tenderer shall again seal the sealed envelopes of Duplicate Technical Proposal and the

Duplicate Financial Proposal in an outer envelope, duly marking the envelope as under:

Duplicate Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Purchaser]

[Address of the Purchaser]

[Name of the Tenderer]

[Address of the Tenderer]

[Phone No. of the Tenderer]

13.14 The Tenderer shall enclose soft copies of the Technical Proposal and the Financial Proposals,

including all Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature,

etc., in the form of MS Word Documents, MS Excel Worksheets and Scanned images, with the

hard copies.

13.15 The Tender shall be mailed to reach and dropped in the Tender Box placed at the Reception of

the Purchaser’s office, during office hours, up to due date and time.

13.16 This is made obligatory to affix authorized signatures with official seal on all original and

duplicate (copies) documents, annexures, copies, certificates, brochures, literature, drawings,

letters, forms and all relevant documents as part of the bids submitted by the tenderer.

Noncompliance with the same will cause the rejection of bid at the time of opening.

mavenpk.com

0303-44-718-44

Page 238: Furniture Tenders Sep 2012

Page 16 of 60

14. Tender Price

14.1 The quoted price shall be:

14.1.1 final / fixed against each Lot and valid until completion of all obligations under the Contract i.e.

not subject to variation / escalation;

14.1.2 in Pak Rupees;

14.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc.

14.2 If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as per

the above requirements.

14.3 Where no prices are entered against any item(s), the price of that item shall be deemed to have

been distributed among the prices of other items, and no separate payment shall be made for that

item(s).

14.4 In case of locally produced Items/goods, the price shall include all customs duties and sales and

other taxes already paid or payable on the components and raw materials used in the

manufacture or assembly of the item. In case of Contract of imported items offered Ex-

Warehouse/Off-the-Shelf from within the Purchaser’s country, import duties and sales and other

taxes already paid shall be shown separately.

15. Tender Security

15.1 The Tenderer shall furnish the Tender Security against each LOT as under:

15.2 As part of financial bid envelope, failing which will cause rejection of bid.

15.2.1 Tender security would be submitted by the Bidder;

15.2.2 if Total Tender Price is less than or equal to PKR 100 Million, in the form of Demand Draft /

Pay Order / Cash Deposit Receipt (CDR), in the name of the Purchaser;

15.2.3 if the Total Tender Price is more than PKR 100 Million, in the form of Bank Guarantee, issued

by a scheduled bank operating in Pakistan, in the name of the Purchaser, as per the format

provided in the Tender Document;

15.2.4 for a sum equivalent to 2% of the Total Tender Price;

15.2.5 denominated in Pak Rupees;

15.2.6 have a minimum validity period of ninety days from the last date for submission of the Tender

or until furnishing of the Performance Security, whichever is later.

15.3 The proceeds of the Tender Security shall be payable to the Purchaser, on the occurrence of any

/ all of the following conditions:

15.3.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified by the

Tenderer on the Tender Form; or

15.3.2 If the Tenderer does not accept the corrections of his Total Tender Price; or

15.3.3 If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser during the

period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance

with the Tender Document.

15.4 The Tender security shall be returned to the technically unsuccessful Tenderer with

unopened/sealed financial bid while the unsuccessful bidders of financial bid opening procedure

will be returned the tender security only. The Tender Security shall be returned to the successful

Tenderer on furnishing the Performance Security.

mavenpk.com

0303-44-718-44

Page 239: Furniture Tenders Sep 2012

Page 17 of 60

16. Tender Validity

The Tender shall have a minimum validity period of ninety days from the last date for

submission of the Tender. The Purchaser may solicit the Tenderer's consent to an extension of

the validity period of the Tender. The request and the response thereto shall be made in writing.

If the Tenderer agrees to extension of validity period of the Tender, the validity period of the

Tender security shall also be suitably extended. The Tenderer may refuse extension of validity

period of the Tender, without forfeiting the Tender security.

17. Modification / Withdrawal of the Tender

17.1 The Tenderer may, by written notice served on the Purchaser, modify or withdraw the Tender

after submission of the Tender, prior to the deadline for submission of the Tender.

17.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the

expiration of the period of the Tender validity, shall result in forfeiture of the Tender Security.

18. Opening of the Tender

18.1 Tenders shall be opened, at PITB head office at given time and date, in the presence of the

Tenderer(s) for which they shall ensure their presence without further invitation.

18.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such

other details as the Purchaser may, at its exclusive discretion, consider appropriate, shall be

announced and recorded.

18.3 No tenderer or its representative will be allowed to keep any digital device (camera, audio

recorder, cell phone etc.) during tender opening meeting at given time and location. Non-

compliance will cause the rejection of respective bidder.

19. Clarification of the Tender

The Purchaser shall have the right, at his exclusive discretion, to require, in writing, further

information or clarification of the Tender, from any or all the Tenderer(s). No change in the

price or substance of the Tender shall be sought, offered or permitted except as required to

confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such

correction is sold discretion of the purchaser

20. Determination of Responsiveness of the Bid (Tender)

20.1 The Purchaser shall determine the substantial responsiveness of the Tender to the Tender

Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself

without recourse to extrinsic evidence. A substantially responsive Tender is one which:

20.1.1 meets the eligibility criteria for the Tenderer / the Goods / the Services;

20.1.2 meets the Technical Specifications for the Goods / the Services;

20.1.3 meets the delivery period / point for the Goods / the Services;

20.1.4 meets the rate and limit of liquidated damages;

20.1.5 offers fixed price quotations for the Goods / the Services;

20.1.6 is accompanied by the required Tender Security as part of financial bid envelope;

20.1.7 The original receipt of tender fee submitted, attached with technical bid envelope;

20.1.8 is otherwise complete and generally in order;

mavenpk.com

0303-44-718-44

Page 240: Furniture Tenders Sep 2012

Page 18 of 60

20.1.9 Conforms to all terms and conditions of the Tender Document, without material deviation or

reservation.

20.2 A material deviation or reservation is one which affects the scope, quality or performance of the

Goods or limits the Purchaser's rights or the Tenderer's obligations under the Contract.

20.3 The Tender determined as not substantially responsive shall not subsequently be made

responsive by the Tenderer by correction or withdrawal of the material deviation or reservation.

However, the Purchaser may waive off any minor non-conformity or inconsistency or

informality or irregularity in the Tender.

21. PARAMETERS OF TECHNICAL EVALUATION CRITERIA

A point system will be used for qualifying the contractors. Annexure A here gives the details: PASS MARKS: A technically eligible bidder, based on conditions listed in Clause 7, not meeting the 70% pass mark limit will be rejected in Technical Valuation, and its Financial Proposal will be returned to it unopened. All bidders scoring greater than or equal to 70% of the marks will be accepted in technical proposal, and their financial bids will be opened. PROVISO: Provided that if NONE or ONLY ONE (single) bidder exceeds the 70% pass mark, then the Purchaser SHALL decrease the Pass Mark limit to 60%. In other words, if TWO or more bidders exceed 70%, then the Pass Mark will NOT be decreased to 60%. If Pass Marks are decreased to 60%, then ALL bidders with scores greater than or equal to 60% will be

considered EQUALLY as approved in the Technical Proposal, and their Financial Bids will be opened.

According to the Technical Proposal, the Technical Specifications will be rated as follows. Bidders may fill

in the below evaluation sheet and do their own evaluation for submission, but the evaluation done by

the Purchaser shall be the valid evaluation and shall hold:

Category Description Points

Legal

(Mandatory)

Certificate of Registration Mandatory

Income Tax Registration Mandatory

General Sales Tax Registration Mandatory

Undertaking that the firm is not

blacklisted and involved in litigation

with Government

Mandatory

Financial /

Experience

Annual net turnover (Max Points

100)

10-15 million 10 Points

16-30 million 20 Points

31-40 million 30 Points

41-50 million 60 Points

mavenpk.com

0303-44-718-44

Page 241: Furniture Tenders Sep 2012

Page 19 of 60

51-60 million 80 Points

61 million or

above

100 Points

Audited Financial Reports (Max

Points 75)

For the past 3 years 25 Points for each

year

Income tax returns (Max points 75) For the past 3 years 25 points for each

year

Projects (Max Points 100)

Number of Similar Corporate

Projects Successfully Deployed

20 Projects

5 Points for Each

Successful Project

Cost of projects (supply of furniture

on turnkey basis to corporates /

companies) in the past 3 years

(Max Points 100)

5-10 million 25

11-15 million 50

16-25 million 75

26 million or above 100

Human

Resource

Total No of employees (Max

Points 100)

10-20 20 Points

21-30 40 Points

31-40 60 Points

41-50 80 Points

51 or above 100 Points

Quality of

Service

Lead time (Delivery time for supply

of furniture) from the date of

issuance of Letter of Intent (Max

100 points)

>4 weeks 0 points

3 – 4 weeks 50 points

2– 3 weeks 75 points

Within 2 weeks 100 points

After sales service (free of cost

repair and maintenance against

normal wear and tear of parts /

accessories) – (Max 100 points)

Less than 1 year 0 points

1 – 3 years 50 points

3 years or more 100 points

Note: Verifiable documentary proof for all above requirements and criteria points are mandatory requirement

and marks will be awarded on the basis of these verifiable proofs. All bidders shall be obligated and held liable

against the responses given against the above requirements. Contractor’s performance security maybe with held

in case of non-compliance or filling in misleading facts just to win the tender.

mavenpk.com

0303-44-718-44

Page 242: Furniture Tenders Sep 2012

Page 20 of 60

22. Correction of errors / Amendment of Tender

22.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:

22.1.1 if there is a discrepancy between the amount in figures and the amount in words for the Total

Tender Price entered in the Tender Form, the amount which tallies with the Total Tender Price

entered in the Price Schedule, shall govern.

22.1.2 if there is a discrepancy between the unit rate and the total price entered in the price Schedule,

resulting from incorrect multiplication of the unit rate by the quantity, the unit rate as quoted

shall govern and the total price shall be corrected, unless there is an obvious and gross

misplacement of the decimal point in the unit rate, in which case the total price as quoted shall

govern and the unit rate shall be corrected.

22.1.3 if there is a discrepancy in the actual sum of the itemized total prices and the total tender price

quoted in the Price Schedule, the actual sum of the itemized total prices shall govern.

22.2 The Tender price as determined after arithmetic corrections shall be termed as the Corrected

Total Tender Price which shall be binding upon the Tenderer.

22.3 Adjustment shall be based on corrected Tender Prices. The price determined after making such

adjustments shall be termed as Evaluated Total Tender Price.

22.4 The cost of making good any deficiency resulting from any acceptable, quantifiable variations

and deviations from the terms and conditions of the Contract / Technical Specifications, shall be

added to the corrected Tender Price for comparison purposes only. No credit shall be given for

offering delivery period earlier than the specified period.

22.5 The Tenderer shall state the Tender Price for the payment terms outlined in the Conditions of

Contract which will be considered for the evaluation of the Tender. The Tenderer may state

alternate payment terms and indicate the reduction in the Tender price offered for such

alternative payment terms. The Purchaser may consider the alternative payment terms offered by

the Tenderer.

22.6 The Tenderers may offer discounts for items which shall be taken into account in the evaluation

of the Tenders so as to determine the Tender offering the lowest evaluated cost for the Purchaser

in deciding award(s) for whole tender.

23. Rejection / Acceptance of the Tender

23.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity

of any or all item(s) without any change in unit prices or other terms and conditions, accept a

Tender reject any or all tender(s), cancel / annul the Tendering process at any time prior to

award of Contract, without assigning any reason or any obligation to inform the Tenderer of the

grounds for the Purchaser's action, and without thereby incurring any liability to the Tenderer

and the decision of the Purchaser shall be final.

23.2 The Tender shall be rejected if it is:

23.2.1 substantially non-responsive; or

23.2.2 submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents / by

other than specified mode; or

23.2.3 incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or

23.2.4 subjected to interlineations / cuttings / corrections / erasures / overwriting; or

23.2.5 the Tenderer submits more than one bids; or

23.2.6 the Tenderer refuses to accept the corrected Total Tender Price; or

23.2.7 the Tenderer has conflict of interest with the Purchaser; or

mavenpk.com

0303-44-718-44

Page 243: Furniture Tenders Sep 2012

Page 21 of 60

23.2.8 the Tenderer tries to influence the Tender evaluation / Contract award; or

23.2.9 the Tenderer engages in corrupt or fraudulent practices in competing for the Contract award.

23.3 there is any discrepancy between bidding documents and bidder’s proposal i.e. any non-

conformity or inconsistency or informality or irregularity in the submitted bid.

23.4 the Tenderer submits any financial conditions as part of its bid which are not in conformity with

tender document.

24. Award Criteria

24.1. At first step, tenderer(s) fulfilling mandatory requirements and qualification criteria will stand

qualified technically.

24.2. At second step, technically qualified & successful tenderer(s) will be selected on lowest cost

quoted, irrespective of their score in previous step.

25. Acceptance Letter (Letter of Intent)

The Purchaser shall, send the Acceptance Letter to the successful Tenderer, prior to the expiry of

the validity period of the Tender, which shall constitute a contract, until execution of the formal

Contract. However, the Purchaser reserves exclusive rights to cancel the letter of Intent at any

time, without giving any reason thereof. The supply time of the Tenderer / Contractor shall start

from the date of issuance of the Letter of Intent.

26. Performance Security

26.1 The technically and financially successful Tenderer shall furnish Performance Security against

each LOT as under:

26.1.1 within five (5) working days of the receipt of the Acceptance Letter from the Purchaser;

26.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the

format provided in the Tender Document;

26.1.3 for a sum equivalent to 10% of the contract value;

26.1.4 denominated in Pak Rupees;

26.1.5 have a minimum validity period of ninety days from the date of Award Notification or until the

date of expiry of warranty period, support period or termination of services, whichever is later.

26.2 The proceeds of the Performance Security shall be payable to the Purchaser, on occurrence of

any / all of the following conditions:

26.2.1 If the Contractor commits a default under the Contract;

26.2.2 If the Contractor fails to fulfill any of the obligations under the Contract;

26.2.3 If the Contractor violates any of the terms and conditions of the Contract.

26.3 The Contractor shall cause the validity period of the performance security to be extended for

such period(s) as the contract performance may be extended. The Performance Security shall be

returned to the Tenderer within thirty working days after the expiry of its validity on written

request from the Contractor.

27. Redressal of grievances by the procuring agency

27.1 The procuring agency shall constitute a committee comprising of odd number of persons, with

proper powers and authorizations, to address the complaints of bidders that may occur prior to

the entry into force of the procurement contract.

27.2 Any bidder feeling aggrieved by any act of the procuring agency after the submission of his bid

may lodge a written complaint concerning his grievances not later than fifteen days after the

mavenpk.com

0303-44-718-44

Page 244: Furniture Tenders Sep 2012

Page 22 of 60

announcement of the bid evaluation report under rule 35 of PPRA rules 2009.

27.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt

of the complaint.

27.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.

27.5 Any bidder not satisfied with the decision of the committee of the procuring agency may lodge

an appeal in the relevant court of jurisdiction.

mavenpk.com

0303-44-718-44

Page 245: Furniture Tenders Sep 2012

Page 23 of 60

TERMS & CONDITIONS OF THE DRAFT CONTRACT

Contract Title:

Contract for

PROCUREMENT OF FURNITURE AND AFTER SALES SERVICES

FOR

GOVERNMENT OF PUNJAB’S TECHNOLOGY INCUBATOR

between

Punjab Information Technology Board (PITB)

and

[name of Contractor]

Dated:

mavenpk.com

0303-44-718-44

Page 246: Furniture Tenders Sep 2012

Page 24 of 60

TABLE OF CONTENTS

I. Agreement

II. General Conditions of Contract

28. Contract

29. Contract Documents and Information

30. Contract Language

31. Standards

32. Commercial Availability

33. Patent Right

34. Execution Schedule

35. Packing

36. Insurance

37. Labeling

38. Delivery

39. Installation and Implementation

40. Site Preparation

41. Spare Parts and Support

42. Inspection and Testing

43. Taking-Over Certificate

44. Warranty

45. Ownership of Goods and Replaced Components

46. Defects Liability Expiry Certificate

47. Payment

48. Price

49. Contract Amendment

50. Assignment / Subcontract

51. Extensions in time for performance of obligations under the Contract

52. Liquidated Damages

53. Blacklisting

54. Forfeiture of Performance Security

55. Termination for Default

56. Termination for Insolvency

57. Termination for Convenience

58. Force Majeure

59. Dispute Resolution

60. Statutes and Regulations

61. Taxes and Duties

62. The Client

63. Authorized Representative

64. Waiver

65. Training

66. Documentation III. Technical Specifications

mavenpk.com

0303-44-718-44

Page 247: Furniture Tenders Sep 2012

Page 25 of 60

I. Agreement

This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month], [year], between

[full legal name of the Purchaser] (the “Purchaser”), on the one part,

and

[full legal name of Contractor], on the other part severally liable to the Purchaser for all of the

Contractor’s obligations under this Contract and is deemed to be included in any reference to the term

“Contractor.”

RECITALS

WHEREAS,

(a) The Government through the Purchaser intends to spend a part of its budget / funds

for making eligible payments under this contract. Payments made under this contract

will be subject, in all respects, to the terms and conditions of the Contract in lieu of

the consulting services as described in the contract.

(b) The Purchaser has requested the Contractor to provide certain supply of Goods/items

as described in Tender Document; and

(c) The Contractor, having represented to the Purchaser that it has the required

professional skills, and personnel and technical resources, has agreed to provide such

services on the terms and conditions set forth in this Contract.

NOW THEREFORE, the Parties to this Contract agree as follows:

1. The Contractor hereby covenants with the Purchaser to supply the Goods and provide the

Services and to remedy defects / damage therein, at the time and in the manner, in conformity in

all respects with the provisions of the Contract, in consideration of the payments to be made by

the Purchaser to the Contractor.

2. The Purchaser hereby covenants with the Contractor to pay the Contractor, the Contract Price or

such other sum as may become payable, at the times and in the manner, in conformity in all

respects with the provisions of the Contract, in consideration of supply of the Goods and

provision of the Services and remedying of defects / damage therein.

3. The following shall be deemed to form and be read and construct as part of this Contract:

a. The Tender Document

b. Bidder’s Proposal

c. Terms and Conditions of the Contract

d. Special Stipulations

e. The Technical Specifications

mavenpk.com

0303-44-718-44

Page 248: Furniture Tenders Sep 2012

Page 26 of 60

f. Tender Form

g. Price Schedule

h. Affidavit(s)

i. Authorized Dealership / Agency Certificate

j. Performance Security

k. Service Level Agreement ( SLA ) (if required)

l. Non-Disclosure Agreement (if required)

m. Any Standard Clause acceptable for Purchaser

4. This Contract shall prevail over all other documents. In the event of any discrepancy /

inconsistency within the Contract, the above Documents shall prevail in the order listed above.

IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the

laws of Pakistan as of the day, month and year first indicated above.

For [full legal name of the Purchaser]: For [full legal name of the Contractor]:

Signature

Signature

Name Name

Witnessed By: Witnessed By:

WITNESSES

Signature __________________ Signature ____________________

CNIC # __________________ CNIC # ____________________

Name __________________ Name ____________________

Designation__________________ Designation ____________________

Address _________________ Address __________________

mavenpk.com

0303-44-718-44

Page 249: Furniture Tenders Sep 2012

Page 27 of 60

II General Conditions of Contract

28. Contract

The Purchaser shall, after receipt of the Performance Security from the successful Tenderer,

send the Contract provided in the Tender Document, to the successful Tenderer. Within three

working days of the receipt of such Contract, the Tenderer shall sign and date the Contract and

return it to the Purchaser.

29. Contract Documents and Information

The Contractor shall not, without the Purchaser's prior written consent, make use of the

Contract, or any provision thereof, or any document(s), specifications, drawing(s), pattern(s),

sample(s) or information furnished by or on behalf of the Purchaser in connection therewith,

except for purposes of performing the Contract or disclose the same to any person other than a

person employed by the Contractor in the performance of the Contract. Disclosure to any such

employed person shall be made in confidence and shall extend only as far as may be necessary

for purposes of such performance.

30. Contract Language

The Contract and all documents relating to the Contract, exchanged between the Contractor and

the Purchaser, shall be in English. The Contractor shall bear all costs of translation to English

and all risks of the accuracy of such translation.

31. Standards

The Goods supplied and the Services provided under this Contract shall conform to the

authoritative latest industry standards.

32. Commercial Availability

The Goods supplied under this Contract shall be commercially available at the time of signing of

the contract. Commercial availability means that such Goods shall have been sold, installed and

operationalized in more than two installations initiated under two separate contracts by

manufacturer globally.

33. Patent Right

The Contractor shall indemnify and hold the Purchaser harmless against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the Goods / the

Service or any part thereof.

34. Execution Schedule

The Contractor shall submit an Execution Schedule, giving details of customs clearance, supply,

installation, configuration, deployment, commissioning, testing, training, etc., as required under

the Contract, to the Client, within three days of the signing of the Contract.

35. Packing

The Contractor shall provide such packing of the Goods as is sufficient to prevent their damage

or deterioration during storage / transit to their final destination as indicated in the Contract.

mavenpk.com

0303-44-718-44

Page 250: Furniture Tenders Sep 2012

Page 28 of 60

Packing case size and weights shall take into consideration, where appropriate, the remoteness

of the final destination and withstand, without limitation, rough handling, exposure to extreme

temperatures, salt and precipitation at all points in storage / transit. The Contractor shall arrange

and pay for the packing of the Goods to the place of destination as specified in the Contract, and

the cost thereof shall be included in the Contract Price.

36. Insurance

The Contractor shall provide such insurance of the Goods as is sufficient to protect against their

damage or deterioration during storage / transit to their final destination as indicated in the

Contract. The Contractor shall arrange and pay for the insurance of the Goods to the place of

destination as specified in the Contract, and the cost thereof shall be included in the Contract

Price.

37. Labeling

The Goods supplied under the Contract, shall be clearly labeled so as to correspond with the

delivered documentation, with proper labeling scheme provided by the Client. All networking

equipment, cables, connectors, ports, boxes shall be clearly labeled.

38. Delivery

38.1 The Contractor shall indicate his delivery approach clearly specifying the requirements for

packing, shipping and unpacking of deliverable hardware and documentation. The approach

shall address shipment of deliverables to the various designated (installation) sites. The approach

shall also specify any special shipping constraints such as custom requirements, security

requirements, access arrangement or loading dock requirements. The Contractor shall deliver the

Goods at PITB’s Technology Incubator at the 9th floor of Arfa Software Technology Park, 346-

B Ferozepur Road, Lahore, as specified by the Purchaser at the time of delivery.

38.2 The Service shall remain at the risk and under the physical custody of the Contractor until the

delivery and testing of the Goods is completed.

38.3 The Contractor shall ensure that the Goods shall be delivered complete to enable the testing and

training to proceed without interruption. If it shall appear to the Client that the Goods have been

or are likely to be delayed by reason of incomplete delivery or for any other reasons, he may

require the Contractor at the expense of the Contractor to dispatch the missing items of the

Goods or suitable replacements thereof to the site of delivery by the fastest available means

including air freight.

38.4 The Contractor shall include in the Tender a detailed logistics plan which shall include support

details for transportation, mobilization and personnel scheduling during project implementation

and the warranty period. The Contractor shall provide maintenance, supply and procurement

support necessary for Client to maintain all system, at the contracted performance and reliability

level. The Contractor shall arrange and pay for the transport of the Goods to the place of

destination as specified in the Contract, and the cost thereof shall be included in the Contract

Price.

39. Installation and Implementation

39.1 The Contractor shall ensure that the implementation design conforms to an open standard by

which new services can be added without disruption to existing services.

39.2 The Contractor shall ensure that the implementation is fault tolerant. This is accomplished by

supplying a set of programs and procedures that allow the system recovery or roll back when a

fault is detected.

mavenpk.com

0303-44-718-44

Page 251: Furniture Tenders Sep 2012

Page 29 of 60

39.3 The Contractor shall provide a document stating step-by-step procedures for installation and

disaster recovery to the Purchaser.

39.4 The Contractor shall provide all the recent patches and updates for Firmware/Hardware, on a

reliable media, with proper labeling, during the installation to the Purchaser.

39.5 The Contractor shall configure the system for high availability and reliability, of all hardware

and software.

39.6 The Contractor shall submit detailed and complete installation, transition and cutover plan for

the new system, installation procedures for the new components specifying equipment checkout,

installation constraints, operational cutover, maintenance prior to Client acceptance and if

special security and/or access arrangements are required.

39.7 New equipment, shall be installed with existing equipment, and shall require close coordination

between the Contractor and the Client personnel.

40. Site Preparation

40.1 The Contractor shall be responsible to survey the site, prepare the site, determine power, air

conditioning and floor space requirements.

40.2 The Purchaser and the Client shall facilitate the Contractor in discharge of the above

responsibilities.

41. Spare Parts and Support

41.1 The Contractor shall ensure that the Services provided by the Contractor, under the Contract are

standard.

41.2 The Contractor shall further ensure that the Services provided by the Contractor, under the

Contract shall have no defect, arising from design, materials, installation, configuration, or from

any act or omission of the Contractor that may develop under normal use of the provided

Service.

41.3 The Contractor shall maintain sufficient backup stock of spare parts and tools locally at sites, for

the maintenance of the supplied Goods, during the warranty period.

41.4 The Contractor shall ensure availability of spare parts and technical assistance for all

components for at least three years, without major changes, after the completion of final

acceptance.

41.5 The Contractor shall give six months advance notice on any discontinued part(s) with a

suggestion for appropriate alternatives failing which will cause forfeiture of Performance

Security.

41.6 The Contractor shall also identify and provide the following:

41.6.1 items (repairable spares, parts and consumable supplies) that are needed to maintain design

performance, reliability and availability standards prescribed in the Technical Specifications.

The quantity of spare parts and consumable items provided and kept shall be equal to the

requirements for one year of operating stock;

41.6.2 items of high cost and/or long lead time (over thirty working days);

41.6.3 items whose design reliability is such that normal stock replenishment would not justify

maintaining a level of the item in stock.

42. Inspection and Testing

42.1 The Client shall inspect and test the Goods supplied, the Services provided or the Works carried

out, under the Contract, to verify their conformity to the Technical Specifications.

42.2 The inspections and tests shall be conducted at the premises of the Contractor / its

mavenpk.com

0303-44-718-44

Page 252: Furniture Tenders Sep 2012

Page 30 of 60

subcontractor(s) / at the final destination. Where conducted at the premises of the Contractor / its

subcontractor(s), the Contractor / its subcontractor(s) shall provide all-reasonable facilities and

assistance, including access to drawings, production data and online verification from official

web site of the Manufacture, to the inspectors, at no charge to the Purchaser.

42.3 The Purchaser may reject the Goods, the Services or the Works if they fail to conform to the

Technical Specifications, in any test(s) or inspection(s) and the Contractor shall either replace

the rejected Goods, Services or Works or make all alterations necessary to meet the Technical

Specifications, within three working days, free of cost to the Purchaser.

42.4 The Purchaser’s post-delivery right to inspect, test and, where necessary, reject the Goods shall

in no way be limited or waived by reason of pre-delivery inspection, testing or passing of the

Goods.

42.5 Nothing contained in Clauses 41.1 and 41.2 shall, in any way, release the Contractor from any

Warranty or other obligations under the Contract.

43. Taking-Over Certificate

43.1 The Contractor shall, by written notice served on the Client with a copy to the Purchaser, apply

for a Taking-Over Certificate.

43.2 The Client shall, within seven days of receipt of Contractor's application, either issue the

Taking-Over Certificate to the Contractor with a copy to the Purchaser, stating the date of

successful inspection / testing of the Goods or any portion thereof, for their intended purposes;

or reject the application giving the reasons and specifying the work required to be done by the

Contractor to enable the Taking-Over Certificate to be issued.

43.3 Nothing contained in Clauses 42.1 and 42.2 shall, in any way, release the Contractor from any

Warranty or other obligations under the Contract.

44. Warranty

44.1 The Contractor shall warrant to the Purchaser that the Goods/Services supplied by the

Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered in any way,

of the most recent or current model, imported through proper channel, and incorporate all recent

improvements in design and materials, unless provided otherwise in the Contract.

44.2 The Contractor shall further warrant that the Goods/Services supplied by the Contractor, under

the Contract shall have no defect, arising from design, materials, workmanship or from any act

or omission of the Contractor that may develop under normal use of the supplied

Goods/Services.

44.3 The Contractor shall provide Manufacturer’s warranty (if applicable) for minimum three years

(hereinafter referred as Warranty Period), after the issue of Taking-over Certificate in respect of

Goods, the Services and the Works, or any portion thereof, as the case may be, which will

include:

44.3.1 Free, on site repair / replacement of defective / damaged parts and labor, within 48 hours;

44.3.2 On site replacement of defective / damaged Goods, if repair of such Goods involves a duration

exceeding 48 hours.

44.4 The Contractor shall clearly mention Terms and Conditions of service agreements for the Goods

supplied after the expiry of initial warranty period. In case of International Warranties, the local

authorized dealers shall mention their service and warranty setup, details of qualified engineers,

etc.

44.5 The Warranty Period shall start from the date of installation / configuration / deployment of the

Goods on site.

44.6 The Client shall, by written notice served on the Contractor with a copy to the Purchaser,

promptly indicate any claim(s) arising under the warranty.

44.7 The Contractor shall, within the prescribed time period, after receipt of such notice, repair or

mavenpk.com

0303-44-718-44

Page 253: Furniture Tenders Sep 2012

Page 31 of 60

replace the defective / damaged Goods or parts thereof on site, without any cost to the

Purchaser.

44.8 The end user licenses, end user warranties and end user contracting support services shall be in

the name of Purchaser, for the Goods supplied, the Services provided and the Works done, under

the Contract.

45. Ownership of Goods and Replaced Components

Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the property of the

Purchaser when the Goods are taken over by the Purchaser. Defective components to be

replaced by the Contractor, pursuant to the Contract, shall become the property of the Contractor

as and where it lies.

46. Defects Liability Expiry Certificate

46.1 The Contractor shall, after expiry of the warranty period, by written notice served on the Client

with a copy to the Purchaser, apply for a Defects Liability Expiry Certificate.

46.2 The Client shall, within seven days of receipt of such notice, either issue the Defects Liability

Expiry Certificate to the Contractor with a copy to the Purchaser, stating the date of expiry of

the Warranty Period for all the Goods supplied and fulfillment of all obligations by the

Contractor, under the Contract; or reject the application giving the reasons and specifying the

work required to be done by the Contractor to enable the Defects Liability Expiry Certificate to

be issued.

47. Payment

47.1 The Contractor shall submit an Application for Payment, in the prescribed form, to the Client.

The Application for Payment shall: be accompanied by such invoices, receipts or other

documentary evidence as the Client may require; state the amount claimed; and set forth in

detail, in the order of the Price Schedule, particulars of the Goods supplied, the Services

provided and the Works done, up to the date of the Application for Payment and subsequent to

the period covered by the last preceding Certificate of Payment, if any.

47.2 The Client shall issue a Certificate of Payment, in the prescribed form, to the Purchaser, with a

copy to the Contractor, verifying the amount due, within seven days of receipt of an Application

for Payment. The Client may withhold a Certificate of Payment on account of defect(s) / short

coming(s) in the Goods supplied / non-satisfactory performance of the Services / the Works. The

Client may make any correction or modification in a Certificate of Payment that properly be

made in respect of any previous certificate.

47.3 The Purchaser shall pay the amount verified in the Certificate of Payment within twenty one

(21) days of receipt of a Certificate of Payment. Payment shall not be made in advance. The

Purchaser shall make payment for the Goods supplied, the Services provided and the Works

done, to the Contractor, as per Government policy, in Pak Rupees, through treasury cheque.

48. Price

The Contractor shall not charge prices for the Goods supplied, the Services provided and for

other obligations discharged, under the Contract, varying from the prices quoted by the

Contractor in the Price Schedule.

49. Contract Amendment

49.1 The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit,

increase, decrease or otherwise change the nature, quality, quantity and scope, of all / any of the

mavenpk.com

0303-44-718-44

Page 254: Furniture Tenders Sep 2012

Page 32 of 60

Goods / the Services / the Works, in whole or in part.

49.2 The Contractor shall, within ten working days of receipt of such notice, submit a cost estimate

and execution schedule of the proposed change (hereinafter referred to as the Change), to the

Purchaser.

49.3 The Contractor shall not execute the Change until and unless the Purchaser has allowed the said

Change, by written order served on the Contractor with a copy to the Client.

49.4 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.

49.5 No variation in or modification in the Contract shall be made, except by written amendment

signed by both the Purchaser and the Contractor.

50. Assignment / Subcontract

50.1 The Contractor shall not assign or sub-contract its obligations under the Contract, in whole or in

part, except with the Purchaser's prior written consent.

50.2 The Contractor shall guarantee that any and all assignees / subcontractors of the Contractor

shall, for performance of any part / whole of the work under the contract, comply fully with the

terms and conditions of the Contract applicable to such part / whole of the work under the

contract.

51. Extensions in time for performance of obligations under the Contract

If the Contractor encounters conditions impeding timely performance of any of the obligations,

under the Contract, at any time, the Contractor shall, by written notice served on the Purchaser

with a copy to the Client, promptly indicate the facts of the delay, its likely duration and its

cause(s). As soon as practicable after receipt of such notice, the Purchaser shall evaluate the

situation and may, at its exclusive discretion, without prejudice to any other remedy it may have,

by written order served on the Contractor with a copy to the Client, extend the Contractor's time

for performance of its obligations under the Contract.

52. Liquidated Damages

If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, without prejudice to any other right of action /

remedy it may have, deduct from the Contract Price, as liquidated damages, a sum of money

@0.25% of the Contract Price which is attributable to such part of the Goods / the Services / the

Works as cannot, in consequence of the failure / delay, be put to the intended use, for every day

between the scheduled delivery date(s), with any extension of time thereof granted by the

Purchaser, and the actual delivery date(s). Provided that the amount so deducted shall not

exceed, in the aggregate, 50% of the Contract Price.

53. Blacklisting

53.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of

action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period,

for future tenders in public sector.

53.2 If the Contractor is found to have engaged in corrupt or fraudulent practices in competing for the

award of contract or during the execution of the contract, the Purchaser may, at any time,

without prejudice to any other right of action / remedy it may have, blacklist the Contractor,

either indefinitely or for a stated period, for future tenders in public sector.

mavenpk.com

0303-44-718-44

Page 255: Furniture Tenders Sep 2012

Page 33 of 60

54. Forfeiture of Performance Security

If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, without prejudice to any other right of action /

remedy it may have, forfeit Performance Security of the Contractor.

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.

55. Termination for Default

55.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract /

violates any of the provisions of the Contract / commits breach of any of the terms and

conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of

action / remedy it may have, by written notice served on the Contractor with a copy to the

Client, indicate the nature of the default(s) and terminate the Contract, in whole or in part,

without any compensation to the Contractor. Provided that the termination of the Contract shall

be resorted to only if the Contractor does not cure its failure / delay, within fifteen working days

(or such longer period as the Client may allow in writing), after receipt of such notice.

55.2 If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser may

procure, upon such terms and conditions and in such manner as it deems appropriate, Goods /

Services / Works, similar to those undelivered, and the Contractor shall be liable to the

Purchaser for any excess costs for such similar Goods / Services / Works. However, the

Contractor shall continue performance of the Contract to the extent not terminated.

56. Termination for Insolvency

If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any time,

without prejudice to any other right of action / remedy it may have, by written notice served on

the Contractor with a copy to the Client, indicate the nature of the insolvency and terminate the

Contract, in whole or in part, without any compensation to the Contractor.

57. Termination for Convenience

57.1 The Purchaser may, at any time, by written notice served on the Contractor with a copy to the

Client, terminate the Contract, in whole or in part, for its convenience, without any

compensation to the Contractor.

57.2 The Goods and the Services which are complete or to be completed by the Contractor, within

thirty working days after the receipt of such notice, shall be accepted by the Purchaser. For the

remaining Goods, the Purchaser may elect:

57.2.1 to have any portion thereof completed and delivered; and/or

57.2.2 to cancel the remainder and pay to the Contractor an agreed amount for partially completed

Goods, Services, Works and materials / parts previously procured by the Contractor for the

purpose of the Contract, together with a reasonable allowance for overhead & profit.

58. Force Majeure

58.1 Force majeure shall mean any event, act or other circumstances not being an event, act or

circumstance under the control of the purchaser or of the contractor. Non-availability of

materials/supplies or of import license or of export permit shall not constitute Force majeure. If

mavenpk.com

0303-44-718-44

Page 256: Furniture Tenders Sep 2012

Page 34 of 60

by reasons of Force Majeure supplies cannot be delivered by the due delivery date then the

delivery date may be extended appropriately by the purchaser keeping in view all the

circumstances and requirements of the Purchaser.

58.2 The Contractor shall not be liable for liquidated damages, forfeiture of its Performance Security,

blacklisting for future tenders, termination for default, if and to the extent his failure / delay in

performance /discharge of obligations under the Contract is the result of an event of Force

Majeure.

58.3 If a Force Majeure situation arises, the Contractor shall, by written notice served on the

Purchaser with a copy to the Client, indicate such condition and the cause thereof. Unless

otherwise directed by the Purchaser in writing, the Contractor shall continue to perform under

the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

59. Dispute Resolution

59.1 The Purchaser and the Contractor shall make every effort to amicably resolve, by direct informal

negotiation, any disagreement or dispute arising between them under or in connection with the

Contract.

59.2 If, after thirty working days, from the commencement of such informal negotiations, the

Purchaser and the Contractor have been unable to amicably resolve a Contract dispute, either

party may, require that the dispute be referred for resolution by arbitration under the Pakistan

Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said

Law. The place for arbitration shall be Lahore, Pakistan. The award shall be final and binding on

the parties.

60. Statutes and Regulations

60.1 The Contract shall be governed by and interpreted in accordance with the laws of Pakistan.

60.2 The Contractor shall, in all matters arising in the performance of the Contract, conform, in all

respects, with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and

By-Laws in force in Pakistan, and shall give all notices and pay all fees required to be given or

paid and shall keep the Purchaser indemnified against all penalties and liability of any kind for

breach of any of the same.

60.3 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any dispute or

difference of any kind arising out of or in connection with the Contract.

61. Taxes and Duties

The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed

make inquiries on income tax / sales tax to the concerned authorities of Income Tax and Sales

Tax Department, Government of Pakistan.

62. Contract Cost

The Contractor shall bear all costs / expenses associated with the preparation of the Contract and

the Purchaser shall in no case be responsible / liable for those costs / expenses.

63. The Client

63.1 The Client shall only carry out such duties and exercise such authority as specified in the

Contract. The Client shall have no authority to relieve the Contractor of any of his obligations

under the Contract, except as expressly stated in the Contract.

63.2 The Contractor shall proceed with the decisions, instructions or approvals given by the Client in

accordance with these Conditions.

63.3 The Client shall conform with all the relevant clauses of this Tender Document to carry out all

mavenpk.com

0303-44-718-44

Page 257: Furniture Tenders Sep 2012

Page 35 of 60

responsibilities assigned thereto in a timely manner.

64. Authorized Representative

64.1 The Purchaser, the Client or the Contractor may, at their exclusive discretion, may appoint their

Authorized Representative and may, from time to time, delegate any / all of the duties /

authority, vested in them, to their authorized Representative(s), including but not limited to,

signing on their behalf to legally bind them, and may, at any time, revoke such delegation.

64.2 The Authorized Representative shall only carry out such duties and exercise such authority as

may be delegated to him, by the Purchaser, the Client or the Contractor.

64.3 Any such delegation or revocation shall be in writing and shall not take effect until notified to

the other parties to the Contract.

64.4 Any decision, instruction or approval given by the Authorized Representative, in accordance

with such delegation, shall have the same effect as though it had been given by the Principal.

64.5 Notwithstanding Clause 65.4, any failure of the Authorized Representative to disapprove any

Goods or Services or Works shall not prejudice the right of the Client to disapprove such Goods

or Services or Works and to give instructions for the rectification thereof.

64.6 If the Contractor questions any decision or instruction of the Authorized Representative of the

Purchaser / the Client, the Contractor may refer the matter to the Purchaser / the Client who shall

confirm, reverse or vary such decision or instruction.

65. Waiver

Failure of either party to insist upon strict performance of the obligations of the other party,

under the Contract, shall in no way be deemed or construed to affect in any way the right of that

party to require such performance.

66. Training

66.1 The Contractor shall arrange and undertake a comprehensive training program for the staff

nominated by the Purchaser / the Client to ensure that they shall acquire a good working

knowledge of the operation, and general maintenance of the Goods to be supplied under the

Contract.

66.2 In case of non-compliance with instructions, non-cooperation or other difficulties experienced

by the Contractor with regard to any of these personnel, the Contractor shall apprise the

Purchaser / Client and proceed to implement suitable remedial measures after consultation with

them.

67. Documentation

The Contractor shall furnish the user documentation, the operation manuals, and service

manuals for each appropriate unit of the supplied Goods and other information pertaining to the

performance of the Goods, in hard copy format, in soft copy format and in the form of on-line

help, before the Goods are taken over by the Purchaser.

68. Special Stipulations

SCHEDULE-A, SPECIAL STIPULATIONS

For ease of Reference, certain special stipulations are as under:

Tender Security The Contractor shall furnish the Tender Security as under:

mavenpk.com

0303-44-718-44

Page 258: Furniture Tenders Sep 2012

Page 36 of 60

For each Lot separately (if bidder is submitting their bids against

multiple Lots);

if Total Tender Price is less than or equal to PKR 100 Million, in the

form of Demand Draft / Pay Order / Cash Deposit Receipt (CDR), in

the name of the Purchaser; if Total Tender Price is more than PKR

100 Million, in the form of Bank Guarantee, issued by a scheduled

bank operating in Pakistan, in the name of the Purchaser, as per the

format provided in the Tender Document; for a sum equivalent to 2%

of the Total Tender Price; denominated in Pak Rupees;

Have a minimum validity period of ninety days from the last date for

submission of the Tender or until furnishing of the Performance

Security, whichever is later

Performance Security

The successful Contractor shall furnish Performance Security as

under:

For each Lot separately (if bidder is technically and financially

successful for more than one LOTs);

within five (5) working days of the receipt of the Acceptance Letter

from the Purchaser;

in the form of a Bank Guarantee, issued by a scheduled bank

operating in Pakistan, as per the format provided in the Tender

Document;

for a sum equivalent to 10% of the contract value;

denominated in Pak Rupees;

Have a minimum validity period of ninety days from the date of

Award Notification or until the date of expiry of warranty period,

whichever is later

Delivery Period Within four (04) weeks from the issuance of acceptance letter.

Liquidated damages for

failure / delay in supply /

installation / configuration of

Goods / Services / Works by

the Contractor

Liquidated damages shall be levied @ 0.25% of the Contract Price

which is attributable to such part of the Goods / the Services / the

Works as cannot, in consequence of the failure / delay, be put to the

intended use, for every day between the scheduled delivery date(s),

with any extension of time thereof granted by the Purchaser, and the

actual delivery date(s). Provided that the amount so deducted shall not

exceed, in the aggregate, 50% of the Contract Price. (This penalty will

also be invoked on the commitments given by the Contractor in the

technical proposal)

mavenpk.com

0303-44-718-44

Page 259: Furniture Tenders Sep 2012

Page 37 of 60

Annexure-A

TECHNICAL SPECIFICATIONS

INTERIOR DESIGNING, SUPPLY AND FIXING OF FURNITURE ON

TURNKEY BASIS FOR EACH OR ALL LOT(s)

Execution of work will carried out on 9th Floor of ASTP (Arfa Software Technology Park)

9th Floor of ASTP is 10924 square feet

The successful firm will design, supply, affix and deploy the furniture and fixtures for class room,

incubation halls, staff offices, executive offices, conference rooms, multipurpose room, etc.

Bidders would have to submit detailed plan along with images, specifications, colors available for

each furniture type and lead time for individual LOTs.

The firm will execute the work on turnkey basis and will provide three years warranty on

following term and conditions

1st Year- The item will be replaced under warranty term and conditions

2nd Year and 3rd Year the item will be repaired under warrant term and conditions

The firm will supply the furniture with complete deployment and fixing

Detailed Bill of quantity along specifications and draft design images are as below. However all

the given specifications are at minimum and the prospective bidder may bid with higher

specifications.

The Purchaser reserves the right to place order for some or all of the items and in a quantity less,

equal to or more than the one listed in the table below, thus pricing and payment will be done as

per the rate quoted per unit.

A detailed drawing - floor plan (for sample purposes) in AUTO-CAD format is also available

with the Purchaser upon request, for which the primary / secondary contacts may be reached.

mavenpk.com

0303-44-718-44

Page 260: Furniture Tenders Sep 2012

BOQ along with Specifications

LOT.#

Item Description Size Specification Image Qty Unit

A INCUBATION ROOM FURNITURE :

1 WORKSTATIONS / WORKBENCHES (for 2 persons)

W:1200 mm D:600 mm

TOP MADE OF 18MM THICK LAMINATED BOARD WITH MATCHING PVC EDGING & TRIANGULAR WIRE CUP. WITH M.S. PIPE DULY POWDER COATED LEGS, NO KEY BOARD TRAY REQUIRED, NO CPU TROLLY REQUIRD, NO FRONT SOFT BOARD PARTITION REQUIRED.

160 Nos.

2 CHAIRS Design as per image

MEDIUM BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP.REVOLVING, RECLINING AND HYDLROIC SYSTEMS WITH 5 STAR PEDESTAL PU BASE.

80 Nos

mavenpk.com

0303-44-718-44

Page 261: Furniture Tenders Sep 2012

Page 39 of 60

3 CONFERENCE TABLES (for 6 persons)

H: 760mm W: 1650mm D: 900mm

TABLE FOR 06 PERSONS WITH OVER ALL STURCTURE MADE OF MS POWDER COATED. TOP MADE OF THICK LAMINATED BOARD WITH WITH MATCHING PVC EDGING. NORMAL LEGS.

03 Nos.

4 CHAIRS

VISITOR MEDIUM BACK (OVER ALL STRUCTURE MADE OF ARMS IN SOLID WOOD + UPHOLSTRY WITH BEST QUALITY FOAM & LEATHRITE + M.S PIPE POWDER COATED. POLISH FINISH.

18 Nos

B STAFF OFFICES:

1 MANAGER’S DESKS H: 760mm W: 1520mm D: 760mm

TOP & VANITY PANEL MADE OF LAMINATED BOARD WITH METAL BASE AT BOTH SIDES OF THE TABLE DULY POWDER COATED.

13 Nos

mavenpk.com

0303-44-718-44

Page 262: Furniture Tenders Sep 2012

Page 40 of 60

2 DRAWER PADESTAL Design as per image

OVER ALL STRUCTURE SHOULD BE MADE OF AT LEAST 18MM THICK LAMINATED BOARD WITH PVC EDGING AND SS HANDLES. SHOULD HAVE AT LEAST THREE DRAWERS WITH THE CENTER LOCK SYSTEM AND WHEEL CASTERS. TWO TOP DRAWERS STANDARD SIZE, LAST ONE SHOULD BE BIGGER FOR STORING BOX FILES.

13 Nos

3 BASE CABINET (SMALL) H: 825mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR BOX FILES, TWO ADJUSTABLE SHELVES BOTH SIDES.

4 Nos

mavenpk.com

0303-44-718-44

Page 263: Furniture Tenders Sep 2012

Page 41 of 60

4 BASE CABINET (MEDIUM) H: 1200mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR BOX FILES, AT LEAST THREE ADJUSTABLE SHELVES BOTH SIDES.

2 Nos

5 MANAGER CHAIRS (HIGH BACK)

Design as per image

HIGH BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP.REVOLVING, RECLINING AND HYDLROIC SYSTEMS WITH 5 STAR PEDESTAL PU BASE.

13 Nos

mavenpk.com

0303-44-718-44

Page 264: Furniture Tenders Sep 2012

Page 42 of 60

6 VISITOR’S CHAIRS Design As per Image

MEDIUM BACK. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & FABRIC WITH ARMS IN PP. NON RECLINING WITH NON REVOLVING BASE.

26 Nos

C EXECUTIVE ROOMS AND CONFERENCE ROOM:

1 EXECUTIVE TABLES H: 760mm W: 1800mm D: 900mm

44MM THICK TOP WITH PARTAL PACKING + HONEYCOMB + 6MM MDF ON BOTH SIDES SAPELE VENEER PRESSED HAVING CABLEDUCTING. STRUCTURE MADE OF 18MM THICK PARTICLEBOARD VENEERED. SMOKED WALNUT POLISH FINISH. OVER ALL IN KD FITTING AS PER DRAWING. 40% GLOSS, MADE OF - WOOD AND VENEER, POLISH - SMOKED WALNUT. .

4 Nos. mavenpk.com

0303-44-718-44

Page 265: Furniture Tenders Sep 2012

Page 43 of 60

2 EXECUTIVE SIDE RACK H: 760mm W: 1200mm D: 550mm

44MM THICK WITH PARTAL PACKING + HONEYCOMB + 6MM MDF ON BOTH SIDES SAPELE VENEER PRESSED HAVING CABLE DUCTING. STRUCTURE MADE OF 18MM THICK PARTICLEBOARD VENEERED HAVING DRAWER, KEYBOARD TRAY & ONE OPENABLE SHUTTER. SMOKED WALNUT POLISH FINISH. OVER ALL IN KD FITTING 40% GLOSS, MADE OF - WOOD AND VENEER, POLISH - SMOKED WALNUT

4 Nos.

3 CONFERENCE TABLE FOR 08 PERSONS

H:760 mm W:2400 mm D:1200 mm

OVER ALL STRUCTURE SHOULD BE MADE OF 18MM THICK PARTICLE BOARD TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES.LEGS WITH M.S PIPE DULY POWDER COATED AND POLISHED IN JECONEAN FINISH AND OVER ALL KD FITTING.

2 Nos mavenpk.com

0303-44-718-44

Page 266: Furniture Tenders Sep 2012

Page 44 of 60

4 EXECUTIVE CHAIRS Design as per image

CHESTER TUFTED. ARMS MADE OF SOLID ASH WOOD AND UPHOLSTRED WITH BEST QUALITY FOAM & LEATHERITTE. REVOLVING & RECLINING. PU GAS LIFTER MECHANSIM. PEDESTAL POLISH IN JACOBEAN FINISH. OVER ALL IN KD FITTING.

20 Nos

5 COAT HANGER STAND Design as per image

COMPLETELY MADE OF SOLID WOOD, POLISH FINISH. WOOD - BEECH, POLISH - JACOBEAN

10 Nos

mavenpk.com

0303-44-718-44

Page 267: Furniture Tenders Sep 2012

Page 45 of 60

6 EXECUTIVE VISITOR CHAIRS

Design as per image

STRUCTURE MADE UP OF SOLID BEECH WOOD AND ARMS MADE UP OF MS PIPE POWDER COATED. SEAT & BACK UPHOLSTERED WITH BEST QUALITY FOAM & BLACK LEATHERITE.

8 Nos.

7 SOFAS (SINGLE SEATER) H: 660mm W: 760mm D: 785mm

FULLY UPHOLSTERED WITH BEST QUALITY FOAM AND LEATHERITE WITH M.S. PIPE POWDER COATED FRAME AND LEGS. BASE SHOULD BE MADE UP OF M.S PIPE WITH CHARCOAL GREY POWDER COATING.

8 Nos.

8 SOFAS (TWO SEATER) W: 1600mm H: 660mm D: 785mm

FULLY UPHOLSTERED WITH BEST QUALITY FOAM AND LEATHERITE WITH M.S. PIPE POWDER COATED FRAME AND LEGS. BASE SHOULD BE MADE UP OF M.S. PIPE WITH CHARCOAL GREY POWDER COATING.

6 Nos.

mavenpk.com

0303-44-718-44

Page 268: Furniture Tenders Sep 2012

Page 46 of 60

9 CENTER TABLE Design as per image

OVER ALL STRUCTURE MADE OF 18MM THICK CHIPBOARD TABLE TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES + LEGS IN BEECH WOOD POLISH IN JACOBEAN FINISH. AS PER DRAWING.), , MADE OF - WOOD AND VENEER, WOOD - BEECH, POLISH - JACOBEAN, TOP MADE OF - VENEER

04 Nos.

10 SIDE TABLE Design as per image

OVER ALL STRUCTURE MADE OF 18MM THICK CHIPBOARD TABLE TOP WITH MOHAGONY VENEER PRESSED ON BOTH SIDES + LEGS IN BEECH WOOD POLISH IN JACOBEAN FINISH. AS PER DRAWING.), , MADE OF - WOOD AND VENEER, WOOD - BEECH, POLISH - JACOBEAN, TOP MADE OF - VENEER

06 Nos.

D CLASS ROOM AND DINING AREA:

1 CHAIR TABLET ARM Design As per Image

SEAT AND BACK SHOULD BE IN BEST QUALITY BLACK FIBRE. FRAME OF CHAIR SHOULD BE IN IN CHROME FINISH. WITH TABLET.

40 Nos.

mavenpk.com

0303-44-718-44

Page 269: Furniture Tenders Sep 2012

Page 47 of 60

2 WHITE BOARD WITH STAND

6ft. X 3ft.

OVERALL STRUCTURE SHOULD BE MADE UP OF WHITE LAMINATION ALONG WITH PROVISION OF A STAND AND DUSTER TRAY.

12 Nos.

3 TABLE FOR DINING AREA / RECREATION ROOM (for 6 persons)

H: 760mm W: 1650mm D: 900mm

TABLE FOR 06 PERSONS WITH OVER ALL STURCTURE MADE OF MS POWDER COATED. TOP MADE OF THICK LAMINATED BOARD WITH WITH MATCHING PVC EDGING. NORMAL LEGS.

03 Nos.

4 CHAIRS FOR DINING AREA / RECREATION ROOM and ADMIN ROOM

VISITOR MEDIUM BACK (OVER ALL STRUCTURE MADE OF ARMS IN SOLID WOOD + UPHOLSTRY WITH BEST QUALITY FOAM & LEATHRITE + M.S PIPE POWDER COATED. POLISH FINISH.

18 Nos.

mavenpk.com

0303-44-718-44

Page 270: Furniture Tenders Sep 2012

Page 48 of 60

7 BASE CABINET (MEDIUM) FOR STORING CROCKERY, etc.

H: 1200mm W: 1000mm D: 425mm

OVERALL STRUCTURE MADE OF LAMINATION BOARD WITH MATCHING PVC EDGING. WITH SS HANDLES. LOCK & KEY FOR BOTH DOORS. INTERNAL STORAGE FOR CROCKERY, AT LEAST THREE ADJUSTABLE SHELVES BOTH SIDES OR 2 ADJUSTABLE SHELVES WITH 1 DRAWER.

2 Nos

E RECREATION ROOM

1 FOOSE BALL TABLE As per image Wooden table with 8 rods as per image, without glass top

01 Nos.

2 BEAN BAGS As per image Leatherite covered bean bags stuffed with ball fiber, various colors, as per image

10 Nos.

mavenpk.com

0303-44-718-44

Page 271: Furniture Tenders Sep 2012

Annexure-B

Technical Proposal Submission Form

[Location, Date]

To

(Name and address of Client / Purchaser)_

Dear Sir,

We, the undersigned, offer to provide the _(insert title of assignment)_ in accordance with your

Request for Proposal/Tender Document dated _(insert date)_ and our Proposal. We are hereby submitting

our Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two separate

envelopes.

We undertake, if our Proposal is accepted, to provide supply of _________related to the

assignment.

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.

We remain,

Yours sincerely,

Authorized Signature

(In full and initials)

Name and Designation of Signatory

Name of Firm

Address

mavenpk.com

0303-44-718-44

Page 272: Furniture Tenders Sep 2012

Page 50 of 60

Annexure-C

Financial Proposal Submission Form (Part of Financial Bid Envelope)

[Location, Date]

To (Name and address of Client / Purchaser)_

Dear Sir,

We, the undersigned, offer to provide the _(Insert title of assignment)_ in accordance with your

Request for Proposal dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal is

for the sum of _(insert amount in words and figures)_. This amount is inclusive of all taxes.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated

in _______ of the Proposal Data Sheet.

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.

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

Signed

In the capacity of:

Duly authorized to sign the proposal on behalf of the Applicant.

Date:

mavenpk.com

0303-44-718-44

Page 273: Furniture Tenders Sep 2012

Page 51 of 60

Annexure-D

Price Schedule/ Financial Cost Sheet for Each or All LOT(s) the bidder is applying for

S.No. Item

Description

Units Price per unit

(Excluding all

taxes)

Total

Taxes

Unit Price

(Including

all taxes)

Total Cost (No. of units x unit

cost) (including all taxes)

X

X will determine the total bid cost

Total Cost (in words) Rs. ________

Date ___________

Place __________

Signature of authorized person

Name:

(Company Seal)

__________________

In the capacity of

Dully authority by

Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection

of the financial bid.

mavenpk.com

0303-44-718-44

Page 274: Furniture Tenders Sep 2012

Page 52 of 60

Annexure-E

Format for Covering Letter

To

(Name and address of Purchaser)

Sub: ________________________________________________.

Dear Sir,

a) Having examined the tender document 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.

b) We undertake, if our proposal is accepted, to provide the items/services comprise in the contract

within time frame specified, starting from the date of receipt of notification of award from the

client Department / Office.

c) We agree to abide by this proposal for the period of ____ days (as per requirement of the project)

from the date of bid opening and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

d) We agree to execute a contract in the form to be communicated by the _(insert name of the

Purchaser)_, incorporating all agreements with such alterations or additions thereto as may be

necessary to adapt such agreement to the circumstances of the standard.

e) Unless and until a formal agreement is prepared and executed this proposal together with your

written acceptance thereof shall constitute a binding contract agreement.

f) We understand that you are not bound to accept a lowest or any bid you may receive, not to give

any reason for rejection of any bid and that you will not defray any expenses incurred by us in

biding.

g) We would like to clearly state that we qualify for this work as our company meets all the pre-F

criteria indicated on your tender document. The details are as under:

_________________________

Authorized Signatures with Official Seal

mavenpk.com

0303-44-718-44

Page 275: Furniture Tenders Sep 2012

Page 53 of 60

Annexure-F

INSTRUCTION FOR PREPARATION OF POWER OF ATTORNEY

a) To be executed by an authorized representative of the bidder.

b) The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executants and when

it is so required the same should be under common seal affixed in accordance with the

required procedure.

c) Also, wherever required, the Bidder should submit for verification the extract of the charter

documents and documents such as a resolution/power of attorney in favor of the Person

executing this Power of Attorney for the delegation of power hereunder on behalf of the

Bidder.

d) In case the Application is signed by an authorized Director / Partner or Proprietor of the

Applicant, a certified copy of the appropriate resolution / document conveying such authority

may be enclosed in lieu of the Power of Attorney. mavenpk.com

0303-44-718-44

Page 276: Furniture Tenders Sep 2012

Page 54 of 60

Format of Power-of-Attorney

POWER OF ATTORNEY

(On Stamp Paper of relevant value)

Know all men by these presents, we (name of the company and address of the registered office)

do hereby appoint and authorize Mr. (full name and residential address) who is presently

employed with us and holding the position of as our attorney, to do in our name and on our

behalf, all such acts, deeds and things necessary in connection with or incidental to our proposal

for (name of the project) in response to the tenders invited by the (name of the Purchaser)

including signing and submission of all documents and providing information/responses to

(name of the Purchaser) in all matters in connection with our Bid.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant

to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall

and shall always be deemed to have been done by us.

Dated this _____ day of ____________________ 20__

For ________________________________

(Signature)

(Name, Designation and Address)

Accepted

(Signature)

(Name, Title and Address of the Attorney)

Date:

mavenpk.com

0303-44-718-44

Page 277: Furniture Tenders Sep 2012

Page 55 of 60

Annexure-G

UNDERTAKING

It is certified that the information furnished here in and as per the document submitted is true and

correct and nothing has been concealed or tampered with. We have gone through all the

conditions of tender and is liable to any punitive action for furnishing false information /

documents.

Dated this _____ day of ____________________ 20__

Signature

(Company Seal)

__________________

In the capacity of

Duly authorized to sign bids for and on behalf of:

mavenpk.com

0303-44-718-44

Page 278: Furniture Tenders Sep 2012

Page 56 of 60

Annexure-H

AFFIDAVIT

Integrity Pact

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent / representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

_________________

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

mavenpk.com

0303-44-718-44

Page 279: Furniture Tenders Sep 2012

Page 57 of 60

Annexure-I

TENDER SECURITY FORM

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has submitted

Tender against Tender Name/LOT No. ______ (hereinafter called "the Tender") to the [Name and

Address of the Purchaser] (hereinafter called "the Purchaser") for the Total Tender Price of PKR (in

figures ____________________) (in words ___________________________________).

AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter

called "the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the

Purchaser, for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Purchaser, upon receipt of his

written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without

cavil / argument and without the Purchaser having to substantiate / prove or to show grounds / reasons for

such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor withdraws the Tender during the period of the Tender validity specified by the

Contractor on the Tender Form; or

2. If the Contractor does not accept the corrections of his Total Tender Price; or

3. If the Contractor, having been notified of the acceptance of the Tender by the Purchaser during

the period of the Tender validity, fails or refuses to furnish the Performance Security, in

accordance with the Tender Document.

Provided that the Purchaser shall specify the occurred condition(s) owing to which the said sum is due to

him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within thirty

working days after the expiry of the Guarantee.

This guarantee shall remain valid up to ___________________ or until furnishing of the Performance

Security, whichever is later.

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

mavenpk.com

0303-44-718-44

Page 280: Furniture Tenders Sep 2012

Page 58 of 60

Annexure-J

PERFORMANCE SECURITY

Issuing Authority:

Date of Issuance:

Date of Expiry:

Claim Lodgment Date:

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has agreed to

supply the Goods and render the Services against Tender Name/LOT No. ______ (hereinafter called "the

Contract") for the Contract Value of PKR (in figures ____________________) (in words

___________________________________).

AND WHEREAS it has been stipulated in the Tender Document that the successful Contractor shall

furnish Performance Security, within seven working days of the receipt of the Acceptance Letter from

the Purchaser, in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per

the format provided in the Tender Document or in another form acceptable to the Purchaser, for a sum

equivalent to Rs.____________________(10% of the contract value) valid from the date of issue until

all obligations have been fulfilled in accordance with the Contract;

AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter

called "the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the

Purchaser, for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Purchaser, upon receipt of his

written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without

cavil / argument and without the Purchaser having to substantiate / prove or to show grounds / reasons for

such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor commits a default under the Contract;

2. If the Contractor fails to fulfill any of the obligations under the Contract;

3. If the Contractor violates any of the provisions of the Contract.

Provided that the Purchaser shall specify the occurred condition(s) owing to which the said sum is due to

him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within thirty

working days after the expiry of the Guarantee.

This guarantee shall remain valid up to ___________________ or until expiry of warranties or all

obligations have been fulfilled in accordance with the Contract, whichever is later.

mavenpk.com

0303-44-718-44

Page 281: Furniture Tenders Sep 2012

Page 59 of 60

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

mavenpk.com

0303-44-718-44

Page 282: Furniture Tenders Sep 2012

Page 60 of 60

Annexure-K

Financial Capacity of the Bidder

Additionally, the following financial data form shall be filled out for the Bidder. The Purchaser reserves

the right to request additional information about the financial capacity of the Bidder. A Bidder that fails

to demonstrate through its financial records that it has the financial capacity to perform the required

Supply/Services may be disqualified.

Financial Information Historical information for the previous three years

(most recent to oldest in (PAK Rupees)

Year 1

(Year)

Year 2

(Year)

Year 3

(Year)

Information from Balance Sheet:

(1) Total Assets (TA)

(2) Current Assets (CA)

(3) Total Liabilities (TL)

(4) Current Liabilities

(CL)

Information from Income Statement:

(5) Total Revenue (TR)

(6) Profits before Taxes

(PBT)

Net Worth (1) – (3)

Current Ratio (2) / (4)

Provide information on current or past litigation or arbitration over the last three (3) years as shown in

the form below.

Litigation or arbitration in the last three (3) years: No:_____Yes:______ (See below)

Litigation and Arbitration During Last three (3) Years

Year Matter in Dispute Value of Award Against

Contractor in PAK

Rupees

_________________________

Authorized Signatures with Official Seal

mavenpk.com

0303-44-718-44

Page 283: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 284: Furniture Tenders Sep 2012

COMSATS Institute of Information Technology Sahiwal Campus COMSATS Road , Off G.T. Road Sahiwal

Tender Notice No.CIIT-SWL/PUR-022

CIIT SAHIWAL

1. COMSATS Institute of information Technology (CIIT), Sahiwal Campus intends to

purchase furniture and fixture for Computer and electronics lab.

2. Sealed tenders are invited from reputed GST registered firms for the above items.

The tender document containing detailed specifications & quantity of the required

items can be obtained from the office of the undersigned upon payment of Rs. 1000/-

(Non-refundable) in the form of pay order/Bank draft in the name of CIIT Sahiwal

during office hours on any working day from 24-09-2012 to 9-10-12.

3. The tender completed in all aspects should reach this office latest by 09-10-12 at 1100

hours along with 2 % earnest money of the quoted cost in the form of Pay Order/Bank

Draft in the name of COMSATS Institute of Information Technology, Sahiwal. The

tender will be opened on the same day at 1130 Hours in public.

4. The acceptance or rejection of all the proposals or bids shall be based on the criteria

mentioned in tender document.

Purchase Officer

COMSATS Institute of Information Technology COMSATS Road , Off G.T. Road Sahiwal, Sahiwal

040-4305001-3Fax # 040-9200102 [email protected]

mavenpk.com

0303-44-718-44

Page 285: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 286: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 287: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 288: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 289: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 290: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 291: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 292: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 293: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 294: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 295: Furniture Tenders Sep 2012

mavenpk.com

0303-44-718-44

Page 296: Furniture Tenders Sep 2012

Benefits of Maven Tenders

A subscription to Maven will ensure your organization has access

to the latest tenders being called by all levels of Government along

with the private and public sectors. As the smartest provider of

tender opportunities in the Pakistan market, Maven lead the way in

ensuring all relevant tenders for your business are captured and

distributed to you in a timely manner. Our capture rates (finding

what tenders are available in the market) are considered the best

available. What are you currently missing out on?

There are many good reasons to subscribe to a tender notification

service. Think of your subscription as an investment, an

investment that will more than pay for itself when you win new

business called through the tender process. Even if you already

have a tender notification provider, having two subscriptions will

ensure nothing slips through the net.

If you buy your local newspaper and check the tenders advertised

column yourself, and this suffices for your business, then you

probably don't need our services. However if you are serious about

winning new business through the complete capture of all relevant

tenders for your business, then a subscription to Maven will

deliver.

Page 297: Furniture Tenders Sep 2012

The following pages outline the main benefits of using our service.

Complete Coverage:

Maven is your single source. 95% of all publicly advertised tenders

in Pakistan pass through our system. We are the only tender

notification company that provides customized service. Our

research team are highly experienced in hunting down the latest

tenders, and our daily media search extends to printed media such

as newspapers, trade journals and industry magazines. We also

search known industry websites for new tenders being published

including all levels of government, councils, and corporate

procurers.

Rest assured, we know all the sources of tenders and they know us!

Benefit to you

Your organization receives the widest possible coverage. When

you subscribe to Maven you can be assured that all tenders are

being captured that are relevant to your business, and that nothing

is being missed. You need confidence in this area.

Relevancy:

We realise the importance of ensuring you only receive tenders

that are relevant to your business and industry. Time is precious

Page 298: Furniture Tenders Sep 2012

and we also understand that you are very busy in your day-to-day

work. That is why we have developed an industry matching system

that ensures accuracy and relevancy to your specific needs. With

many industry categories available, you pick and choose which

categories you require tenders from. We also provide keyword

profile matching for the most highly targeted matches.

Benefit to you

You spend less time searching and filtering for tenders in the

market and more time running your business. Only receive tenders

that are of direct interest to you, and only tenders you are capable

of responding to. We keep it quick and simple!

Timeliness:

We guarantee to have a minimum of 95% of all publicly available

tenders to you within 24 business hours of publication. If a tender

is published in a newspaper or website today, and it matches your

profile, we will send that to you within one business day usually

Benefit to you

You receive notification in a timely and efficient manner. The

earlier the notification to you the more time you have to prepare

and respond. With tight closing times becoming the norm, you

need to receive notification of tenders at the earliest point possible!

Page 299: Furniture Tenders Sep 2012

Many of our clients claim that this benefit alone saves them the

equivalent of our annual subscription costs!

Users:

You can have up to five users under your subscription. So if you

have a branch network or multiple offices, five people within your

business can receive or access tenders we publish. This is useful

when each of your branches require tenders for their own region,

or where your business has different operating divisions.

Benefit to you

A subscription can be set-up with 5 users in your organization.

Each user can have access to Maven and can receive tenders via

email. This means tenders being captured can easily be distributed

to your staff or colleagues based on their location or the division

they work in.