Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
TENDER NOTICE
Govt. Secondary Special Education Centre, Rahim Yar Khan, invites sealed tenders by
registered post/courier service/by hand for the purchase of uniform according to PPRA Rule,
Single Stage Two Envelop Procedure, marked as Technical & Financial Proposal, for the boys
and girls up to 10:00 AM of 15/12/2020. Tender shall be opened at 10:30 AM on
15/12/2020. Tender forms along with rules and regulations as well as detail of items can be
had from the day of publications from the office against Rs.500/- (non-refundable). Tenders
complete in every respect will have to be submitted in Govt. Secondary Special Education
Centre, Rahim Yar Khan within the stipulated period. Tender form can be purchased from
the office of under signed with in the fifteen days from the date of tender publication. Items
must be according to specifications mentioned in the tender form. An earnest money of 3%
(Three percent) of the total estimated cost in the shape of CDR/Pay Order/DD in favor of
Principal Govt. Secondary Special Education Centre, Rahim Yar Khan must be attached with
the tender. Tenders/firms must have a good repute and registered with the sales tax,
income tax, department. Successful Tenders/contractor shall be bound to deposit all taxes
as per the current tax rate or the ones revised by the government from time to time.
Note: This tender can be visited on the website of PPRA website www.ppra.punjab.gov.pk
Principal Govt. Secondary Special Education Centre, Rahim Yar Khan
Tender fee: 500/-
Proforma Tender Inquiry of Uniform for Govt.
Secondary School of Special Education Rahim Yar
Khan for the Financial Year 2020-21.
Date of Receipt of Tender: ________________ at _________ in the
office of Principal, Govt. Secondary School
of Special Education Rahim Yar Khan.
Date of Opening: 15/12/2020 10:30 a.m
Delivery Periods: As per Supply Order(s) issued.
Sealed tenders are requires for purchase of uniform for special students of Govt. Secondary Special Education Centre Rahim Yar Khan.
Note: please read the following notes and instructions carefully:-
Any offer not received as per term and condition of the tender enquiry is liable to be ignored.
No offer shall be considered if;
• Received without earnest money and form not signed and issued by this office and the firm not registered for the items mentioned in the tender.
• Received after the time & Date fixed for its receipt.
• The tender is un-signed.
• The offer is conditional.
• The offer is ambiguous.
• The offer is from the firm, blacklisted suspended or removed from the approved list.
• The offer is received by the telegram.
• Offer received with shorter validity than required in the tender enquiry.
• The offer is for the stores not confirming to specification indicate in the tender enquiry.
• The offer is received from the firm not registered with Sales Tax, Income Tax and Professional Tax Department for which they will have to quote their tax Registration No. with documentary proof.
• Offer will remains valid up to period of Three months.
• All the tenders must be submitted into double cover. The outer cover should indicate the name and the address, tender number and date of opening but not the name of the firm, which must appear in the inner, envelopes clearly mentioning tender number, type and the name of the firm. The envelopes must properly be sealed.
• The tender will follow the PPRA Rule-2014 (Amend) 36 (2) (b) Single Stage Double Envelope Procedure. Technical Offer & Financial Offer.
• The Technical Offer must contains the tender form of technical proposal duly signed by Owner, CNIC of the Owner & CNIC of the representative, Income Tax, Sales Tax and Professional Tax certificates, Affidavit on Stamp Paper (appropriate value), Call Deposit Receipt/Pay Order/Demand Draft, References from the Clients, Detail of similar type of work in hand or done of last Three Years, Income Tax/Sales Tax Paid Receipts (CPR) & Returns and detail of Last Three Years. Shortage of any document means the disqualification of the firm.
• The Financial offer must contain the tender form related to financial proposal and copy call deposit receipt.
• The purchaser reserves the right of the purchase of full or parts of the store or
ignores/cancel the tender without assigning any reason.
• 3% call deposit of estimated budget 1Million must be deposit with the tender.
• The bidder must attach the fresh bank certificate of financial soundness and Bank statement
of last two year with the technical bid.
• a) If the tender issued during the validity period of the offer is not accepted by the
tender, the Earnest Money shall be forfeited and the store shall be purchased at the risk and
expense of the tender.
b) In case the contractor fails to execute the contract strictly in accordance with terms
and conditions laid down in the contract the security deposit by him shall be forfeited and
the store shall be purchased at the risk and expenses.
c) In case the offer is withdrawn, amended or revised during the validity period of the
offer, the earnest money is liable to be forfeited.
• The buyer reserves the right to claim compensation for the loss caused by the delay in the
delivery of store.
• The terms and conditions will be applicable in accordance to the tender notices.
• The tax payer’s should be active on FBR List.
Special Instructions:
• The store is required by the consignee
_____________________________________________ .
• The must quote in prescribed invitation to the tender PR-III in the limited tender as well as in
the advertised tender. Cash receipt in original of having purchased tender must accompany
with the tender.
• The tenderer should quote their full and final rates both in words as well as in figures
• Tenderer should deposit bid security of estimated value of ________________ 2% as earnest
money in shape of call at deposit in favor of Principal, Govt. Secondary Special Education
Centre Rahim Yar Khan against the tender. The successful bidder may be required to furnish
security up to 10% in form of call at deposit in favor of Govt. Secondary Special Education
Centre Rahim Yar Khan, within seven days after the acceptance of tender, fail to furnish
would lead the cancellation of offer and blacklisting of the firm.
• This is to certify that M/S
___________________________________________________________________________
Obtain the quotation from against invitation to tender no. ___________________________
And the firm has agreed to supply the said store strictly. In accordance with the specification
laid down in the said invitation to the tender No.___________________________________.
• No supplementary or revised offer for the opening of the tender will be entertained.
• The Tenderer shall indicate in their tender the complete address or the place/ places where
store will be offered for inspection.
• The Tenderer shall have to submit the catalogue / manufacturer’s leaflet / literature /
brochure along with the tender to clearly define the specifications.
• All pages of the tender must properly be signed. Offer with any overwriting shall in no
circumstances be accepted.
• Self Production Facilities require complete detail of Manufacturing Unit, Type of
Manufacturing, Address, Machinery and Work Force Detail. The Procuring Agency may visit
the site to ensure the physical existence for verification Purpose.
• If Tenderer is out-sourcing, the certificate from the vendor (manufacturer) must be deposit
for the manufacturing and arrangement of supply.
• The bidders are advised to eximine the uniform design and quality of the school carefully.
• A certificate should be given by the Supplier that he will be responsible for the free
replacement of the store if same is found to be substandard and or in variance with the
specification given in the tender enquiry. Store offer for a specification superior to the one
specified in the tender shall however be acceptable.
• Samples Testing Charges against the tender enquiry will be borne by the Tenderer /
Contractor irrespective of the result(s) of the sample(s). The charges must be deposited after
the opening of technical bid.
• Sample of items as mentioned in Technical List will be evaluated and financial bid of those
firms will be opened whose sample will be qualified. Tenders will be rejected for those firms
which will not provide the samples and Sample Testing Charges.
• The financial proposals of bids meeting the technical specifications during technical
evaluation and qualifying the samples during evaluation of samples, shall be opened publicly
at a time, date and venue announced and communicated to the bidders in advance. The
financial bids of unsuccessful bidders will be returned unopened after technical evaluation.
Seal & Stamp of the bidder
Procedural guidelines for theTender process:
The following schedule will be followed for the procurement and award of tender. The
chairman purchase committee has right to change the dates and schedule. Any change shall be
communite to the bidder(s) in advance.
Sr. Event /Procedure Date
1 Date and time of opening of tender As Mentioned in Tender
Advertisement.
2 Technical evaluation committee meeting in the office of Principal by
Technical Committee.
As Mentioned
3
Announcement of Technical Evaluation Result 2 Days after Opening of
Tender subject to arrival
of LAB Reports of
Samples.
4 Opening of financial Bids of Technical Eligible Bidder(s) Announce Later
5
Announcement of Bid Evaluation Report 2 Days after the
opening of Financial
Bids.
6 Issuance of award of contract Letter of Successful Bider(s) 15 Days after the Bid
Evaluation Report
Name of Firm: ________________________________
Signature: ___________________________ ________
Designation: __________________________________
Stamp of Firm: ___________________________ _____
UNDERTAKING / AFFIDAVIT (on value of 100/- Stamp)
1. I/We hereby confirm to have read carefully the description of stores and all items and condition of your
tender and also all the Special Instructions attached to the said tender enquiry. We agree to abide by all those
instructions/conditions unconditionally.
2. I/We also hereby categorically confirm that quality of uniform items to be provided shall be equal or better
than the approved sample(s) of the procuring agency and shall be supplied according to the laid down
instructions/conditions in the BIDDING DOCUMENTS.
3. I/We accept that if the required bid security is not furnished or offer is found lacking in any respect of your
tender enquiry, our offer may be rejected and may not be considered at all.
4. I/We hereby confirm to adhere to the delivery procedure, schedule and all other requirements and
conditions mentioned in the tender enquiry which would be the essence of the contract and in case of non-
compliance by me/us, I/we agree un-conditionally to accept the recovery of belated damages on the supply at
the rate mentioned in the tender form.
5. It is also certified that the prices quoted herewith are according to the prevailing prices in the market, in
case it is found otherwise I hereby undertake to refund the difference.
6. It is certified that rates quoted in financial bid are valid for Three months (90 days) from the date of opening
of tender.
7. It is certified that our firm has not been blacklisted/debarred by PPRA or any other Govt. /Public agency for
participation in the procurement / tender process.
8. It is also certified that prices quoted in the financial proposal are inclusive of all taxes and I/we shall abide
by all tax deductions at source as per prevailing tax rules at the time of payment.
9. I/we undertake that in case of any confusion in interpretation of rules, procedure, sizing, terms & conditions
and /or conflict, decision of Principal, Govt. Secondary Special Education Centre Rahim Yar Khan shall be
final and I shall be bound to accept his decision.
Name of Firm: ________________________________
Signature: ___________________________ ________
Designation: __________________________________
Stamp of Firm: ___________________________ _____
Witness __________________________________
Sign. & Date ______________________________
Full Address ______________________________
Detail Required:
Company/Firm Name: __________________________________
N T N & G S T No. __________________________________
__________________________________
Name of the Tenderer __________________________________
CNIC No. of the Tenderer __________________________________
Signature of Tenderer; _________________________________
Name (Owner of Firm) __________________________________
CNIC No. of owner __________________________________
Signature Owner; _________________________________
Designation of Tenderer __________________________________
Seal: _________________________________
Contact No.(Owner) __________________________________
Contact No. (Representative) __________________________________
Full Address: __________________________________
__________________________________
1. Technical Evaluation Criteria
All the documents require in tender form must be submitted by the bidder and below is also the qualifying
criteria (Marking) will be as follows:
Sr. No.
Documents Required
( Maximum Marks Shown Below)
Marks Allocated
Annex-No.
And Marks
A Basic / Mandatory Requirement Mandatory
CNIC of owner (Attested)
Valid CDR of appropriate Value Mandatory
Income Tax & Sales Tax Registration (Attested) Mandatory
Active Tax Payers List Enrolment Mandatory
Affidavit of Rates & Validity of firm Mandatory
Sample List & Samples Deposited with the Tender Mandatory
FBR Tax Returns Compliance Report 100% Mandatory
B Previous Work Credits
Relevant Contracts awarded (Textile Field)
More than 4 years Experience 20
3-4 Years Experience 10
1-2 Years Experience 05
Less than 1 year experience or no prior experience 2
C Previous Work Credits (in Special Education).
Relevant Contract awarded
More than 4 years experience 20
3-4 Years Experience 10
1-2 Years Experience 5
Less than 1 year experience or no prior experience 2
D Tax Returns Submission Annual Sales Tax & Income Tax.
(Attach Relevant Documents from FBR).
3 years 10
2 Years 05
1 year 02
Financial Soundness of Firm
Tax Deposited More Than 10 Million of Supply 20
Tax Deposited More Than 5 Million of Supply 10
Tax Deposited More Than 3 Million of Supply 05
E Financial Statements/Bank Statement
Firm Balance Sheet
More Than 3 years 10
2-3 Years 05
1 year 02
F Annual Turnover of Firm
More Than 10 Million 20
More Than 5 Million 10
More Than 2.5 Million 05
F Relevant (Textile) In-time work completion Certificates and Supply Orders (1 Mark for 1 Certificate).
5+5=10
Supply Orders Attached of Relevant Field (Textile) 5
In-Time Certificates Attached 5
G Technical Expertise (Textile)
Production Facility
Self Production Facility ( Detail Required) 10
Maximum Marks: 100
Qualifying Marks: 75
2. Samples Evaluation Criteria The samples will be finalized on the criteria mentioned below and marking will be from 1-10. 1
for low quality and 10 for the Samples which are exactly as per departmental Required
Specifications.
To qualify for the Financial bid the firm must Score 75% Marks in Samples.
The Bidders are required to submit samples as per colour and design require by the Institute.
The Design and Colour other than required Samples will not be accepted and liable to rejection.
The Samples submitted with the bid would remain in the custody of Purchase Committee for the Audit and are not returnable.
The following Table are just for Samples Marking Purpose. The actual detailed marking can be vary.
Boys Pent Shirt Shoes Socks Jursi Vest Tie Trouser Total
Marks
Girls Qamiz Shalwar
Shawl Shoes Socks Jursi Slip Dopetta Total
Marks
TECHNICAL SPECIFICATIONS
Boys Items required:
Item(s) Name Specification
Dress Pent Blue (Iqbal
Fabric) with best quality belt.
(Jamal Din or equivalent)
Fabric: Color Navy Blue GSM 200 ± 5 %
Ends per inch 42 + 5 Picks per inch 40 + 5
Warp Count 20/2 ± 10% (Ne) Weft Count 20/2 ± 10% (Ne)
Weave 1/1 Plane Blend Ratio 100% Polyester ± 10%
Dying Disperse / Reactive
Color fastness to washing (AATCC 61 2A, GS rating = 3-4)
Shirt Check Blue
School name on departmental
Mono Gram
Collar 2 Piece Buckram Minimum 160 GSM
Fabric: Color Navy GSM 110 ± 5%
Ends per inch 100-115
Picks per inch 75-90
Warp Count 36s ± 5% (Ne)
Weft Count 46s ± 5% (Ne)
Weave 1/1 Plane
Blend Ratio 80% ± 5% Polyester & 20% ± 5%
Viscose/Rayon CIE
Whiteness 130 ± 5%.
Shoes Servis/Bata Branded Shoes with Latest available Articles will be preferred.
Socks Black (Afser Hosiery 0r Equivalent)
Jursi Blue Full Sleeves
with LOGO
(Brown Baby Hosiery 0r Equivalent)
Color: Navy Blue Design: V-Neck Composition: Acrylic 70% ± 5 % & Polyester 30% ±
5 % Yarn Count: 20/2 Ne GSM: 500 ± 5 % Rib (Neck): 1” Rib (Bottom & Cuffs): 2.5”
– 3” Color Fastness to Washing: 3-4
Vest Cotton White 100% Combed Cotton
Tie Polyester Material Fabric Blue Color
Trouser Underwear Trouser for Winter
TECHNICAL SPECIFICATIONS
Girls Items required
Item(s) Name Specification Avrg.
White Qamiz,
Shalwar White with LOGO
White Fabric Qamiz & Shalwar: Fabric: Color White GSM 110 ± 5%
Ends per inch 100-115
Picks per inch 75-90
Warp Count 36s ± 5% (Ne) Weft Count 46s ± 5% (Ne)
Weave 1/1 Plane Blend Ratio 80% ± 5% Polyester & 20% ± 5% Viscose/Rayon
CIE Whiteness 130 ± 5%.
Qamiz Fashion: Collar Buckram Minimum 160 GSM, check Blue Fabric.
Jursi Girls Blue with LOGO
of School
(Brown Baby Hosiery or
equivalent)
Color: Blue
Design: Front Open with Buttons, Two pockets
Composition: Acrylic 70% ± 5 % & Polyester 30% ± 5 %
Yarn Count: 20/2 Ne
GSM: 500 ± 5 % Rib (Neck & Front): 1” Rib (Bottom & Cuffs): 2.5” – 3”
Color Fastness to Washing: 3-4
Shoes Servis/Bata Branded Shoes with Latest available Articles will be preferred.
Shawl Blue
GSM 300 ± 5%
Shams Qamar Brand or Equivalent.
Dopetta White with
Border
Fabric: Color White GSM 110 ± 5% Ends per inch 110 -115 Picks per inch 75-90 Warp
Count 36s ± 5% (Ne) Weft Count 46s ± 5% (Ne) Weave 1/1 Plane Blend Ratio 80% ±
5% Polyester & 20% ± 5% Viscose/Rayon CIE Whiteness 130 ± 5%
2 meter to 2.50 meter Size.
Socks Black (Afser Hosiery 0r Equivalent)
Slip White 100% Cotton fabric. Stitched.
FINANICAL OFFER
ANNEX-“A”
LIST OF UNIFORM ITEMS FOR SPECIAL STUDENTS TO BE PURCHASE FOR GOVT.
SECONDARY SCHOOL OF SPECIAL EDUCATION RAHIM YAR KHAN, DISTT. RAHIM YAR
KHAN.
1. All the uniform items are to be supplied according to laid down conditions, instructions and
procedures given in the tender form.
2. Uniforms items are divided in size blocks.
3. Single rate should be provided for whole block of uniform items.
4. Quality of supplied uniform items should be equal or better then approved samples(s) of the
purchase committee.
5. Rates of all Blocks/ seasons (Winter & Summer) for Boys or for Girls MUST be provided else
financial offer will be considered as incomplete and bid shall be rejected.
6. Firms interested in one type (boys or girls) shall submit rates for both.
Winter Boys
Sr. Items Size Rate
1 Jursi (Dark Blue, Woolen)
Small
2 Pent (Dark Blue, Wash-n-Wear)
3 Shirt ( Full Sleeve, Wash-n-wear)
4 Trouser (Dark Blue, Wash-n-wear)
5 Cap (Dark Blue, Woolen)
6 Vest (Cotton)
7 Tie
8 Shoes (Bata / Service or Equivalent)
9 Socks
1 Jursi (Dark Blue, Woolen)
Medium
2 Pent (Dark Blue, Wash-n-Wear)
3 Shirt ( Full Sleeve, Wash-n-wear)
4 Trouser (Dark Blue, Wash-n-wear)
5 Cap (Dark Blue, Woolen)
6 Vest (Cotton)
7 Tie
8 Shoes (Bata / Service or Equivalent)
9 Socks
1 Jursi (Dark Blue, Woolen)
LARGE
2 Pent (Dark Blue, Wash-n-Wear)
3 Shirt ( Full Sleeve, Wash-n-wear)
4 Trouser (Dark Blue, Wash-n-wear)
5 Cap (Dark Blue, Woolen)
6 Vest (Cotton)
7 Tie
8 Shoes (Bata / Service or Equivalent)
9 Socks
1 Jursi (Dark Blue, Woolen)
X-LARGE
2 Pent (Dark Blue, Wash-n-Wear)
3 Shirt ( Full Sleeve, Wash-n-wear)
4 Trouser (Dark Blue, Wash-n-wear)
5 Cap (Dark Blue, Woolen)
6 Vest (Cotton)
7 Tie
8 Shoes (Bata / Service or Equivalent)
9 Socks
Summer Boys
1 Pent (Dark Blue, Wash-n-Wear)
SMALL
2 Shirt ( Full Sleeve, Wash-n-wear)
3 Cap (Dark Blue, P-cap)
4 Vest (Cotton)
5 Tie
6 Shoes (Bata / Service or Equivalent)
7 Socks
1 Pent (Dark Blue, Wash-n-Wear)
MEDIUM
2 Shirt ( Full Sleeve, Wash-n-wear)
3 Cap (Dark Blue, P-cap)
4 Vest (Cotton)
5 Tie
6 Shoes (Bata / Service or Equivalent)
7 Socks
1 Pent (Dark Blue, Wash-n-Wear)
LARGE
2 Shirt ( Full Sleeve, Wash-n-wear)
3 Cap (Dark Blue, P-cap)
4 Vest (Cotton)
5 Tie
6 Shoes (Bata / Service or Equivalent)
7 Socks
1 Pent (Dark Blue, Wash-n-Wear)
X-LARGE
2 Shirt ( Full Sleeve, Wash-n-wear)
3 Cap (Dark Blue, P-cap)
4 Vest (Cotton)
5 Tie
6 Shoes (Bata / Service or Equivalent)
7 Socks
Winter Girls
Sr. Items Size Rate Complete Block
1 Jursi (Dark Blue, Woolen)
SMALL
2 Shawl (Dark Blue, Woolen)
3 Shalwar & Qamiz
4 Slip (White, Cotton)
5 Shoes (Bata / Service or Equivalent)
6 Socks
1 Jursi (Dark Blue, Woolen)
MEDIUM
2 Shawl (Dark Blue, Woolen)
3 Shalwar & Qamiz
4 Slip (White, Cotton)
5 Shoes (Bata / Service or Equivalent)
6 Socks
1 Jursi (Dark Blue, Woolen)
LARGE
2 Shawl (Dark Blue, Woolen)
3 Shalwar & Qamiz
4 Slip (White, Cotton)
5 Shoes (Bata / Service or Equivalent)
6 Socks
1 Jursi (Dark Blue, Woolen)
X-LARGE
2 Shawl (Dark Blue, Woolen)
3 Shalwar & Qamiz
4 Slip (White, Cotton)
5 Shoes (Bata / Service or Equivalent)
6 Socks
Summer Girls
1 Shalwar & Qamiz
SMALL
2 Slip (White, Cotton)
3 Shoes (Bata / Service or Equivalent)
4 Socks
5 Dupetta White
1 Shalwar & Qamiz
MEDIUM
2 Slip (White, Cotton)
3 Shoes (Bata / Service or Equivalent)
4 Socks
5 Dupetta White
1 Shalwar & Qamiz
LARGE
2 Slip (White, Cotton)
3 Shoes (Bata / Service or Equivalent)
4 Socks
5 Dupetta White
1 Shalwar & Qamiz
X-LARGE
2 Slip (White, Cotton)
3 Shoes (Bata / Service or Equivalent)
4 Socks
5 Dupetta White
Name of Firm: ___________________________
Signature: ___________________________
Designation: ___________________________
Sealed: ____________________________