CCTV and IT Tenders Sep 2012

Page 1

CCTV & IT TENDERS SEP 2012

www.mavenpk.com







Dated:- 29th August, 2012

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

TENDER NOTICE CCTV CAMERAS # P&GS/09/2012 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 #

ITEM NAME

SPECIFICATIONS QTY

1

Fixed CCTV Camera

1/4" Micron VGA CMOS Resolution 160(H) x 112(v), 320(H) x 240(V), 640(H) x480(V) Lens Mount 4.3mm Fixed Lens Min. Illumination Min 2.0 MJPEG/H.264 Dual Streamin Audio Encoding Bandwidth Management [Protocol]HTTP, RTP/RTSP, Multicast, TCP/IP, ARP, ICMP, Telnet, Ftp,PPPoE, SMTP,

5

DHCP, NTP, UPNP, and etc.[SDK] Open HTTP API /ActiveX for live cast with audio & PTZ [Service] Image upload / notification service / special service for POS integration 32bit RISC CPU /Embeded Linux / 128 Mbyte SDRAM /8MByte Flash

Origen(Japanese, Korea, UK, USA or Europe)

2

4 Channel Surveillance Software (Licensed) for Sub Zone

limitations should based on PC hardware and Microsof Windows Supports Multiple Brands of IP Cameras simultaneous operation[Local Record, Network View Live, Local View Live, Network Multiple Video Codec Support: H.264, MPEG-4, Motion JPEG Full Duplex Audio, Full PTZ support via Client Record on alarm, motion, IO triggers, Motion Recording, Bandwidth Management, Remort Admin its own Client-Program (Setup, Control), E-mail/ftp alarm buffering event notification, Windows Server 2003 Standard Edition SP 2 Windows XP

2


Professional SP2 Operating System Support DirectX 9.0 or Higher, Microsoft. NET 3

8 Channel Surveillance Software (Licensed) for Sub Zone

limitations should based on PC hardware and Microsoft Windows Supports Multiple Brands of IP Cameras simultaneous operation[Local Record, Network View Live, Local View Live,

1

Network Multiple Video Codec Support: H.264, MPEG-4, Motion JPEG Full Duplex Audio, Full PTZ support via Client Record on alarm, motion, IO triggers, Motion Recording, Bandwidth Management, Record Admin its own Client-Program (Setup, Control), E-mail/ftp alarm buffering Event notification, Windows Server 2003 Standard Edition SP 2 Windows XP Professional SP2 Operating System Support DirectX 9.0 or Higher, Microsoft. NET Framework 2.0 Microsoft SQL Server 2005, Software must be CMS. Origen ( Japanese, Korea, UK, USA or Europe ) 4

Display LCD

18.5” LCD for Display (Acer, Sony, LG, Samsung, View Sonic or equivalent

5

COMPUTER Core i3 Processor Mother board Supported Core i3 Processor ( 3.0 GHz ) RAM 2GB PPR3 Hard Disk 500 GB SATA ( 7200 RPM. 8MB) Key Board / Mouse Normal Key Board and Optical Mouse.

3

1400 feet 5

6

Ethernet cable Cat 5E and power cabling with PVC fitting including Labour ( as per site requirement ) Installation and configuration Camera, NVR and Remote Client testing and commissioning of entire system

7

PVC pipe and ducting with laying

1400’

5

8

Cabling

Networking Switch

10/100 Mbps Network Switch ( As per site requirement )

4

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.


4. 5.

Price must be quoted inclusive of GST and Income Tax as per Govt. Rules. Successful bidder will be bound to supply the required items as whole consignment in

State Life Zonal Office Situated at 2nd Floor Sattar Complex Stadium Road Sahiwal within 20 Days from the issuance date of supply order/work order. 6. 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. 7. 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 Saturday and Sunday as per above mentioned data/time. 8. The order will be placed to the item wise lowest bidders. 9 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. 10. The Corporation reserves the rights to cancel/reject or reduce the tender quantity any on all the Tenders. 11. The envelop should be marked QUOTATION CCTV CAMERAS 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.









PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE

Subject : Smart Phone for Company’s Officials TENDER # AD/7097-LP, AD/7098-LP & AD/7099-LP Sealed bids are invited from reputed & renowned suppliers /Authorized distributers / Reseller & Dealers for the above captioned tenders. EARNEST M ONEY IN THE FORM OF PO/DD T ENDER COLLECTION (START DATE) T ENDER COLLECTION (END DATE) T ENDER SUBMISSION UP TO T ENDER OPENING DATE

2% of total bid value 30-08-2012 10-09-2012 11-09-2012; 09:15 AM 12-09-2012; 10:00 AM ONWARDS

Tender documents may be collected on submission of written request on letterhead of company on any working day between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time, if required. - Bid opening procedure will be “Single Stage – One Envelope Procedure”. The bid shall comprise one single envelope containing separately, financial proposal and technical proposal (if any), GST Certificate & NTN Certificate. - Attachment of earnest money with the bidding documents is a mandatory. - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft should be dropped in Tender Box No # 2, marked “PROCUREMENT” before 10:00 a.m. dated August 30, 2012 at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton Karachi or mailed to reach this address before aforementioned due date and time. Bids will be opened on September 12, 2012 at 10:30 a.m. onward in the presence of bidders or their authorized representatives (single representation only). Note:

-

Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract.

-

This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which dose not qualifies for other jobs in PSO.

This advertisement is available on PPRA website www.ppra.org.pk


STAT E LIFE INSURANCE CORPORATION OF PAKISTAN Islamabad Zone

TENDER NOTICE NO. GS/ISD/06/AUGUST 2012 CCTV SYSTEM/IP CAMERA AND SOFTWARE/PC State Life Insurance Corporation of Pakistan Islamabad Zone invites sealed quotations / bids on two envelop system [technical & financial bid] for the supply of CCTV SYSTEM/IP CAMERA AND SOFTWARE ALONG WITH PC from local based [Rawalpindi/Islamabad] reputable firms who are qualified /eligible and posses required experience relevant job, registered with concerned tax department and have proper office phone/Fax, E mail and NTN etc. The bidders are required to submit two [02] sealed bids in separate envelop for the said supply. 1. Bid Proposal I : Technical bid comprises of the items as per specifications given below and company profile and salient features with work executed/equipment supplied to government departments and multinational companies regarding the subject matter. 2. Bid Proposal II : Financial bid comprised of bid price of the items as per specifications mentioned below.

Specification of IP Cameras and Software 1. Item Name : Fixed CCTV Camera [Qty 8] ¼ “Micron VGA CMOS Resolution 160[H]x12[V], 320[H]x240[V], 640[H]x480[V] Lens Mount 4.3 mm Fixed Lanes Min illumination Min 2.0 MJPEG/H.264 Dual streaming Audio Encoding Bandwidth Management

1


[Protocol] HTTP, RTP/RTSP, Multicast, TCP/IP, ARP, ICMP, Telnet, Ftp, PPPOE, SMTP, DHCP, NTP, UPNP and etc[SDK] Open HTTP API/ActiveX for live cast with audio & PTZ[Service] Image upload / notification service/special service for POS integration 32 bit RISC CPU/Embedded Linux/128MByte SDRAM/8MByte Flash Origen[Japanese, Korea, UK, USA or Europe] TOTAL BID PRICE[INCLUDING GST+INCOME :______________________________

TAX]

2. Channel Surveillance Software (licensed) for Sub Zone Limitation should based on pc hardware and Microsoft windows Supports multiple brands of IP cameras. Simultaneous operations (local, record, network view live, local view live, network) Multiple video codec support: H.264,MPEG.4, Motion JPEG Full duplex audio, full PTZ support via client Record on alarm, motion, IO triggers, motion recording, bandwidth management. Remote admin its own client. Program(setup, control),email /ftp alarm buffering event notification, windows server 2003 standard edition SP2 widows XP. Professional SP2 operating system support direct 9.0 or higher, Microsoft . Net Frame work 2.0, Microsoft SQL server 2005, software must be CMS. Origen(Japanese, Korea, UK, USA or Europe) TOTAL BID PRICE[INCLUDING :______________________________

GST+INCOME

TAX]

3. 8 Channel Surveillance Software(licensed)for Zone Limitation should based on pc hard ware and Microsoft windows Supports multiple brands of IP cameras Simultaneous operations (local record, Network view life, Local view life, network) Multiple video codec support: H.264,MPEG-4, MOTION JPEG Full duplex audio, full PTZ support via client

2


Record on alarm, motion, IO triggers, Motion recording, bandwidth management, remote admin its own client program (setup, Control), email/ftp alarm buffering event notification, windows server 2003 standard edition SP2 windows XP professional SP2 operating system support direct X 9.0 or higher, Microsoft. NET frame work 2.0, micro soft SQL server 2005, software must be CMS. TOTAL BID PRICE[INCLUDING :______________________________

GST+INCOME

TAX]

4. Display LED [Qty required 3 for Zone & 3 for sub Zone] 18.5” LED Black wide Screen TOTAL BID PRICE[INCLUDING :______________________________

GST+INCOME

TAX]

5. Network switch 10/100 Mbps Network (as per site requirements) TOTAL BID PRICE[INCLUDING :______________________________

GST+INCOME

TAX]

6. Cabling Ethernet cable Cat SE and cabling with PVL fitting including labor (as per site requirements) TOTAL BID PRICE[INCLUDING :______________________________ 7. PC Systems

GST+INCOME

TAX]

[QTY One for Zone /Three for Sub Zone]

CPU Intel core i5-2470-3.1GHz, 1333 6MB Sandy Bridge Mother Board Intel DH77 or Q67 Chipset RAM 4GB DDR3 1333 MHz HDD 500 GB SATA Chassis Min 350 W power supply [Tested] or as per MNC OEM spec DVD ROM Samsung/Sony DVR RE/WR Key Board Standard USB 3


Mouse

Standard USB

TOTAL BID PRICE[INCLUDING GST+INCOME TAX] :______________________________ 8. UPS 2000 VA with minimum 4 hour backup as per Usage Supported by two batteries [24 volt, 200 Amp each]

TOTAL BID PRICE[INCLUDING :______________________________

GST+INCOME

TAX]

GENERAL TERMS AND CONDITIONS 1. The tenders shall be accompanied with the Earnest Money [Refundable] equivalent to 5% of the bid price along with the offer in shape of pay order/Bank draft in the name of State Life Insurance Corporation of Pakistan and shall be delivered to the Incharge Personnel & General Service, State Life Islamabad Zone. 2. One envelops should invariably bear the word “TECHNICAL QUALIFICATION INFORMATION” and the other “FINANCIAL BID DOCUMENTS 3. Envelope containing technical qualification will be opened in the Office of Incharge P&GS Islamabad Zone at 03:30 p.m in the presence of bidders. Whereas the envelope containing Financial Bid document shall be opened in the presence of their representative on specified time which shall be intimated to them after technical evaluation. 4. THE COMMITTEE RESERVES THE RIGHT TO REJECT ANY BID ON TECHNICAL GROUNDS [TECHNICAL BID] BEFORE OPENING THE FINICIAL BIDS. 5. The financial bid document of the tender[s] who fail to qualify due to UNMATCHED SPECIFICATIONS shall be returned unopened. Competent authority reserves the right to accept/reject any / all bids or proposals at any time prior to acceptance of bids or proposals. However State Life on request shall communicate to any suppliers or contractors who submits a bid or proposal the grounds for rejection of all bids or proposals. 4


6. 7.

8.

9. 10. 11. 12. 13. 14. 15.

State Life Insurance shall not entertain any claim on the basis of the cost incurred by the tendered[s] for preparation of tender. The Tender received after the due date and time will not be entertained. The supply should be made as per Schedule. In case of failure, penalty @ of 5% weekly will be imposed on late delivery or the order can be cancelled and earnest money will be forfeited without serving any notice. The bids of qualified tendered with specifications mentioned in the tender shell be entertained and opened before the evaluation committee The offer received incomplete or not according to criteria shall not be considered. Only those firms should participate that agree to our terms and conditions. State Life Insurance Corporation has rights to increase or decrease the Quantity without consulting as and when required. The Tender shall be required to quote their rates inclusive of all taxes. Any defective delivery will be taken back by suppliers at their own risk and cost. It will be the responsibility of the supplier to supply the required items within delivery time for timely completion of work. Tender Fee [Non Refundable] amounting Rs 400/- in shape of Bank draft/Pay Order in favour of State Life Insurance Corporation of Pakistan Islamabad zone required to be deposited along with the tender documents.

NOTE : ONLY RAWALPINDI/ISLAMABAD BASED REPUTABLE FIRMS CAN PARTICIPATE IN THIS TENDER. THE BIDS RECIVED BY THE FIRMS OUT OF TWIN CITY CAN NOT BE ENTERTAINED. 21st September 2012 at 03:00 p.m 21st September 2012 at 03:30 p.m

DATE OF CLOSING OF BIDS DATE OF OPENING OF BIDS

[ZUBAIR ASLAM MARWAT] SECT Z.P.C STATE LIFE INSURANCE CORPORATION OF PAKISTAN BUILDING NO. 9 33-E BLUE AREA ISLAMABAD

5


6



TENDER NOTICE FOR INSTALLATION OF PTZ CCTV CAMERA PAKISTAN NAVY SHIP HAIDER, KARACHI 1. Sealed quotation are invited from sales tax and income tax registered firms for installation of 3 x PTZ CCTV Cameras, 4 x Channel DVR and other related accessories at remote location. 2. Only those firms and contractors may approach for tender documents which are security wise clear for working at military installation. 3. Only those firms and contactors may approach for tender documents which have experience of installing PTZ CCTV Cameras at three (03) different locations at least. 4. Only those firms and contractors may approach for tender documents which can complete the installation within 15 days time after award of the contract. 5. Further information about location, specifications of CCTV Cameras and other related accessories alongwith terms and conditions in the form of Tender Documents may be obtained from PNS HAIDER, Clifton Karachi by 17 Sep 12 at any time between 0800-1500 hours except Saturday and Sunday by depositing Rs. 1000/- as tender document fee in cash or pay order in the name of Commanding Officer PNS HAIDER. 6. Sealed Quotations must reach to Supply Officer PNS HAIDER by 21 Sep 12 latest by 1000 hrs. Quotations will be opened in the presence of representatives of the firms on 21 Sep 12 at 1100 hrs. For any query and information, please contact on 021-48501652, 021-48501660 7. Commanding Officer may reject any or all proposals in accordance with PPRA rules.


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


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.


TENDER DOCUMENTS FOR IP-BASED CAMERAS S.No Name of Item 1 Network IP Camera

2

PC

3

5 6

NVR Software Power cable LCD Housing

7

Services

4

Specification

Quantity

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, 3Axis construction, Multiple Stream, DC12V, with AC adaptor OR Higher specification Digital Zooming Cameras 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) NVR Software (Supported 32 Cameras)

16

Cabling and Ducting Including UTP Cable, power, PVC Pipe per/duct running ft AOC LCD 21� for Cameras Outdoor Housing for cameras (weather proof) if required Installation, configuration and testing the Entire Surveillances Network.

01

01

01

01 01 01 job


FURNITURE AND FIXTURE FOR HERBARIUM BUILDING S#

Item

Specification

Qty

A. Furniture for Lecture Theater: 1.

2. 3.

Dice

Chairs for Stage with Table Plastic Chairs

4.

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. Elegant, Elaborate, carved, with cushion. Front table with elaborate edge carvings 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) Suitable for 20x30 ft hall with 4 speakers fitted in case

1

6 5

Sound System small 5. Table for 2’x2’x3 ft high Multimedia B. Furniture & Fixture for Museum Halls

1

1.

Office Table

2

2.

Office Chair

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

3.

Office Table

2

4.

Office Chair

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

5.

Study Tables

8x3 ft. height 2ft 6inch with highly polished top

4

6.

Study Chairs

1

2

2

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 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) C. Furniture for Rooms of Research Officers 05 No:

32

1.

Office Table

5

2.

Office Chair

3.

Wooden Racks

4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. D. Furniture & Fixture for Laboratory:

5

1.

Laboratory Tables

4

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

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

35

5

Cost

Total


2. 3. 4.

Laboratory Tables Laboratory Tables Study Chairs

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

3

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

2

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 5. Almirah Wooden made with glass fitted on doors divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. E. Furniture for Library:

3

1.

Office Table

2.

Office Chair

3.

5.

Open faced wooden Book Shelves Periodical Displayer Study Table

6.

Study Chair

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion F. Furniture for Office of Director & Curator 02 Rooms:

20

1.

Executive Office Table Executive Office Chair Side Racks

Executive Class 5x4 ft. height 2.5 ft. wooden highly polished durable. Executive Class, revolving leather/ rexin coating.

2

4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion Glass 2x3 ft.

2 12

4.

2. 3. 4. 5.

Chair for visitors Side table

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

30

3ft broad x 7ft high x 1ft width. wooden single faced. 5 compartments 42” wide x18”broad x45”high. wooden single faced. 4 compartments 8x3ft, 2ft 6inch high wooden highly polished

1 1 18 4 2

2

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) Total

1022ft


SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description

1 2 3 4

Bricks Sand Crush Cement

1 2 3

Bib cock PVC pipe 4 in Shower Rods Complete

1

Wooden kari 8’x4”x3” Wooden gaz 8’x2”x1/2” Ceiling sheets (2’ x 2’)

2 3

4 5 6 7 8 9 10 11 12 13 14 1 2 4

Paint (Emulsion) Paint (Distemper) Paint (weather shield) Lime Robin Neil Zinc Chalk Plaster of paris Brush 5 in Brush 3 in Turpentine oil

Specification Quantity Mark Civil items 1 No 2000 nos. 500 cft ½” , 1-1/2” 500 cft Bestway 50 bags Sanitary items Faisal/S.Asia 100 nos Royal PVC 50 links Faisal/ Athif 100 Nos Hard ware items Soft wood 200 nos Soft wood

200 nos

Thermopore sheets & Jibsum (100 each) Burger Burger Burger

200 nos

64 gallons 80 gallons 30 gallons

Power plug Light plug

Best Quality 50 bags Best Quality 24 packets Best Quality 15 kgs Best Quality 15 kgs Best Quality 50 kgs Universal 12 nos Universal 12 nos Tiger 30 gallons Electrical items Hero 50 nos Hero 50 nos

Cable 3.29

Fast Cable

20 bundle

Rate

Amount


5

Cable 7.29

Fast Cable

20 Bundle

6

Cable 7.64

Fast Cable

20 Bundle

7

Cable 7.44 Folding Ladder (Aluminum) 8’ & 12’

Fast Cable

20 Bundle

8

9 Drill Machine

Best Quality (1 No each)

02 Nos

Germany, England, USA made

02 Nos -






“Tender for Acquiring Services for conducting Penetration Testing of NBP Internet Banking� Tender id: NBP/ITD/PT/06092012 National Bank of Pakistan (NBP) is the largest commercial bank operating in Pakistan and is planning to launch the Internet banking services to its valuable customers. In consideration of above and to meet the State Bank of Pakistan requirement, NBP has decided to acquire the services of renowned vendors to carry out end to end Penetration Testing for this Internet Banking application to reveal any vulnerabilities / weaknesses that can: 1.

Be exploited by any threat agent that can endanger or compromise the availability, integrity and confidentiality of the data.

2.

Endanger the data and communication channels, data in transit and any other vulnerability that can compromise the availability, integrity and confidentiality of the data.

3.

Be used to create foot print that can used to map an attack which can compromise the availability, integrity and confidentiality of the data

The scope of Penetration Testing will include all the components required to test end to end path of internet banking. This includes but not limited to the following. 1. Internet Banking Application of NBP 2. All the systems involved in internet banking including databases, webservers etc. 3. All the network components involved to entertain internet banking request that includes public IP(s), firewalls, routers, switches etc. In order to perform the above assignment , sealed bids addressed to Head I.T. Procurement and Vendor Management Wing, NBP, Head Office, Karachi, are invited from renowned vendors /who must be registered with Sales Tax, Income Tax Departments. Bidding will be conducted using Single Stage Two envelope bidding procedure of PPRA Rules, 2004. Interested vendors may collect the bidding documents / RFP from undersigned office on or before Friday September 14th , 2012, after submitting a Non-Disclosure Agreement valid for 5 years (specimen of NDA may be obtained from the undersigned office) along with Copy of CNIC and Authority Letter. Bids must be submitted accompanying all requisite documents on Tuesday September 25th, 2012 at 11:00 AM and will be opened in the presence of interested bidders on the same day at 11:30 AM. All bids must be accompanied by a bid security of not less than 2% of the total Bid Value, in currency of Pak Rupees. The details of services required, including technical requirements, Bill of quantity, completion schedule and evaluation criteria is mentioned in RFP package. NBP reserves the right to cancel this tender at any stage. This advertisement is also available on NBP and PPRA websites. Head IT Procurement, Information Technology Division, National Bank of Pakistan, 6th Floor, Jubilee Insurance House, I.I.Chundrigar Road, Karachi







“Tender for Acquiring Services for conducting Penetration Testing of NBP Internet Banking� Tender id: NBP/ITD/PT/06092012 National Bank of Pakistan (NBP) is the largest commercial bank operating in Pakistan and is planning to launch the Internet banking services to its valuable customers. In consideration of above and to meet the State Bank of Pakistan requirement, NBP has decided to acquire the services of renowned vendors to carry out end to end Penetration Testing for this Internet Banking application to reveal any vulnerabilities / weaknesses that can: 1.

Be exploited by any threat agent that can endanger or compromise the availability, integrity and confidentiality of the data.

2.

Endanger the data and communication channels, data in transit and any other vulnerability that can compromise the availability, integrity and confidentiality of the data.

3.

Be used to create foot print that can used to map an attack which can compromise the availability, integrity and confidentiality of the data

The scope of Penetration Testing will include all the components required to test end to end path of internet banking. This includes but not limited to the following. 1. Internet Banking Application of NBP 2. All the systems involved in internet banking including databases, webservers etc. 3. All the network components involved to entertain internet banking request that includes public IP(s), firewalls, routers, switches etc. In order to perform the above assignment , sealed bids addressed to Head I.T. Procurement and Vendor Management Wing, NBP, Head Office, Karachi, are invited from renowned vendors /who must be registered with Sales Tax, Income Tax Departments. Bidding will be conducted using Single Stage Two envelope bidding procedure of PPRA Rules, 2004. Interested vendors may collect the bidding documents / RFP from undersigned office on or before Friday September 14th , 2012, after submitting a Non-Disclosure Agreement valid for 5 years (specimen of NDA may be obtained from the undersigned office) along with Copy of CNIC and Authority Letter. Bids must be submitted accompanying all requisite documents on Tuesday September 25th, 2012 at 11:00 AM and will be opened in the presence of interested bidders on the same day at 11:30 AM. All bids must be accompanied by a bid security of not less than 2% of the total Bid Value, in currency of Pak Rupees. The details of services required, including technical requirements, Bill of quantity, completion schedule and evaluation criteria is mentioned in RFP package. NBP reserves the right to cancel this tender at any stage. This advertisement is also available on NBP and PPRA websites. Head IT Procurement, Information Technology Division, National Bank of Pakistan, 6th Floor, Jubilee Insurance House, I.I.Chundrigar Road, Karachi


TENDER NOTICE

No. CIIT/PS/9/Net-Eqpt (A)/2012

Supply of Networking Equipment Sealed bids are invited for Supply of Active Networking Equipment from the renowned, well established and experienced firms/companies as per following detail: S#

Equipment Detail

Quantity

1.

Network Switch Brand: Alcatel Lucent or Equivalent Managable L2 24 Ports 10/100 Access Points (PoE) Brand: Alcatel Lucent or Equivalent IEEE 802.11 b/g 54 Mbps 24 Port L2 Manageable Switch (Alcatel Lucent) or Equivalent 1 Gbit Uplink Support WLAN

02

2.

3.

2.

01

02

Tender Documents containing terms & conditions of contract 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

1130 hrs on 24 September, 2012 (Monday). 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 1200 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

2nd

COMSATS Institute of Information Technology Floor, Faculty Block-II, Park Road, Chak Shahzad, Islamabad Ph # 051-9247000-3 (Ext: 5039, 5040) Fax: 051-9247006




COVERING SHEET TENDER NO 1290284/B-1209/310121 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 DPI, 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 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478


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: dpnrwp2007@gmail.com adpn31@paknavy.gov.pk 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.

Understood agreed

Understood not agreed

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 nonacceptance 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 agreed

Understood not agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed


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: dpnrwp2007@gmail.com

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.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

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.


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. Understood agreed

Understood not agreed

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.

Understood agreed

Understood not agreed

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.

Understood agreed

Understood not agreed

7. Quoting of Rates. Only one rate will be quoted for entire quantity, item wise.

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:

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

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


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

S. No. i)

Local Supplier

Foreign Supplier

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

Three filled copies of SVA-8121D of each member of management Three filled copies of SVA-8121 Three photocopy of Resident Card or equivalent identification Card for each member of management Three PP size photographs for each member of management Challan Form (*) Financial standing/audit balance sheet Photocopy of passport Agency Agreement in case of Trading House/Company/ Exporter/Stockiest etc.

ii) iii)

Three filled copies of SVA-8121-A Three photocopy of NIC for each member of management

iv)

Three PP size photographs for each member of management Challan Form (*) Bank Statement for last one year

v) vi) vii) viii)

Photocopy of NTN Foreign Principal Agency Agreement in case of local agent

13. Treasury Challan.

Attached

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.

Not Attached

Attached

Not Attached

Understood agreed

Understood not agreed

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. 250,000/- to Rs.5,000,000/-

Rs. 1,500/-

(3) Contracts for value above 5,000,000/-

Rs. 2,000/-

-


14.

Inspection Authority. Understood agreed

a.

Understood not agreed

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 Spec/Misc/NS/002/80.

of

stores

in

accordance

17. Documents Required. submitted along with the quote:

Following documents are required to be

Understood agreed

Understood not agreed

with

Understood agreed

Understood not agreed

Understood agreed

Understood agreed

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 alongwith 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.

Understood agreed

Understood agreed

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

1st rejection on Govt. expense 2nd rejection on supplier expense 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 dpnrwp2007@gmail.com.

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


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.

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

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.


The supplier will not be held responsible for 28. Force Majeure. 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. Nonavailability 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.

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

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


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.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

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.

Understood agreed

Understood not agreed

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 stores/goods/services the Purchaser may elect either:

undelivered

(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


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 agreed

Understood agreed

Understood agreed

Understood not agreed

Understood not agreed

Understood not agreed

Understood not agreed


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)


DP-2

INVITATION TO TENDER FORM 1. Schedule to Tender No. 1290284/B-1209/310121dated 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

910 R

GPS CONTROLLED FREQUENCY STANDARD OR EQUIVALENT

QTY/ UNIT

UNIT PRICE

04 DETAILS Annexes: A. B.

Detailed Specifications General Requirements/Instructions

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.

TOTAL PRICE


GENERAL CONDITION GENERAL CONDITION S.NO

CONDITION

01

Basis for Acceptance:

02

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

03

Country of Origin Preferably USA, UK,Western EU, Japan

04

05

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

06

06 Months after contract signing 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 08 09 10

11 12

13

Validity of Offer 90 t0 120 days After Tender Opening TSR (Technical Scrutiny) Required Tender Nature Open Tender Basis Terms of Payment AS PER DP-35. Marking Marking of stores in accordance with international standards. Currency of Contract All participating firms are to quote in Pak Rupees 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.

FIRM’S REMARKS


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. Certificate of Conformance by OEM

16

17

18

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. 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. 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.


ANNEX ‘A’ TO INDENT NO 1290284/B-1209/310121 DATED

September 2012

S. NO

DETAILED SPECIFICATIONS

1.

a. Scope of supply: 04 x GPS Controlled Frequency Standard Model 910R or Equivalent alongwith accessories and having following specification: b.

Technical Specifications:

GPS Controlled Rubidium Frequency Standard 5 x 10 MHz and 1 x 5 MHz Sine Wave Outputs Common Reference Outputs (BNC) 10 MHz Sine Wave, 0.6 v rms into 50 Ω 5 MHz Sine Wave, 0.6 v rms into 50 Ω 1 pps: TTL-levels; low < 0.4V , high > 2 V into 50Ω load 1-pps output (locked to GPS) Duty cycle Approx 20% Jitter: <60 ns rms relative to UTC or GPS (position hold, SA on) Display Indicators 7-segment area: 24h mean freq. Offset (if valid data exist) Time of day (if GPS gives valid time) “910R” (if GPS contact not sufficient) Alarm text (plus Alarm LED) REMOTE segment: Local lock-out (from PC): Analog bar graph: Satellite signal strength GPS – receiver Antenna connector: Type N Channels: 8, parallel tracking Carrier, code: L1, C/A PC – connection Interface: RS-232, DTE Communication Port: Connector: RJ45 Protocol: 10Base-T Buffer RAM: 1 kbit Configuration Port: Connector: Dsub9, RS-232 Internal data storage 24h-freq. Offset: 2 years data, Non-volatile memory Adjustment data: 2 years data, Non-volatile memory

FIRM’S REPLY /REMARKS


Phase data (TIE): 40 days data, Volatile LED indicators Locked to GPS, Alarm, Manual Hold-over Environmental Temperature: 0 ºC to + 50 ºC (operating); - 40 ºC to + 70 ºC (storage) Safety: Complaint to CE: EN 61010-1 + A1 (1992) + A2 (1995) EMI: Compliant to CE: EN 61326-1 (1997) Power consumption Line voltage: 100 to 240 V (± 10 %) Line voltage: 47 to 63 Hz Power 910R: < 75 W at warm-up and < 35 W continuous operation

2.

MANDATORY ACCESSORIES:

3.

a. GPS view software b. 910R-71 multiple reference outputs (0.1Mhz, 1 Mhz, and 10 MHz sinewave plus a 0.1 MHz squarewave output) c. 910R - 60 Soft Carrying Case c.. Hard Carrying Case d. 910R-01 GPS Antenna e. 910R-01/50 GPS Antenna Mounting Kit f. 910R-02/20 Antenna Cable 20 Meters PROVISION OF CALIBRATION CERTIFICATE a. Calibration Certificate traceable to international standards is to be provided by the OEM, with recent calibration at the time of delivery. To calibrate the system, system calibration procedure be also provided.

4.

b. Supplier is to be bound to re-calibrate the equipment during warranty period free of cost (if required). ORIGIN OF OEM Preferably, USA, UK, EU, Western European, Japan

5.

ACCEPTABLE MAKES

6.

FLUKE, Agilent & Pendulum or equivalent. PROVISION OF SPARES / CONSUMABLES

7.

Suppliers is to provide OEM recommended parts including consumables required for scheduled to maintenance / operation for 01 year operation of the equipment (list to be provided with the proposal for vetting) PROVISION OF BROCHURE

8.

The OEM’s original brochure of the equipment containing all technical details is to be provided by the supplier along with technical offer. CERTIFICATE OF CONFORMANCE BY OEM The contracting firm is to provide OEM conformance certificate to CINS through respective ADsP/Das or is to be e-mailed to CINS directly by OEM. Hard copy of conformance certificate must follow, in any case, through DHL courier. On the receipt, PN can approach the OEM to confirm whether an OEM


9.

conformance certificate has been issued by them. Companies / firms rendering false OEM conformance certificate will be black listed. PROVISION OF DOCUMENTATION

10.

Firm is to obtained clearance from OEM regarding availability of original documentation as per PN requirement. Later on after contract conclusion no relaxation in this regard will be entertained. TECHNICAL REJECTION In case of non-compliance to any of the clause of annex A to IT, offer is subject to technical rejection.


ANNEX ‘B’ TO INDENT NO 1290284/B-1209/310121 DATED

S. NO

GENERAL REQUIREMENTS/CONDITIONS

1.

DELIVERY SCHEDULE:

September 2012

a. The equipment/stores/accessories/tools are to be delivered within 06 months from the date of signing of contract on FOB basis.

2.

b. All Port and dock charges will be paid at actual (if applicable) by Supply Officer PN Embarkation Headquarters, West Wharf Road Karachi on submission of the bills duly verified by Commanding Officer PN EHQ in Pak Currency. PAYMENT TERMS: a.

As per DP-35 or as decided by DP(N).

b.

80% 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 (certificate Receipt Voucher).

c. 20% payment on: (1)

Successful installation, commissioning and acceptance.

(2) Trials of the equipment by OEM/firm to the satisfaction of the end user.

3.

(3) Issuance of EIUC (End Item Utilization Certificate), within 01 month after successful completion of test and trials by the end user. 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.

FIRM’S REPLY/ REMARKS


e. Post delivery, the supplier 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 the contract at the time of Joint Inspection.

4.

f. In case of supplier 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. LOGISTIC SUPPORT

5.

Manufacturer/OEM/supplier to certify that the spares will be available to support the supplied equipment for at least 10 years. DOCUMENTATION: a. Two sets of following original documents are to provided by the firm for each system: (1)

Operator manuals

(2) Maintenance manuals with circuit maintenance routines of the equipment.

diagram

with

all

(3) Complete priced spare parts list alongwith part Nos to be provided. (4) Routine wise list of all items with their Part No/NSN No, quantities, denomination and prices are to be provided which will be mandatory used in the routines. Any item that is to be changed on "condition base" or uncertain requirement, may be separately indicated.

6.

b. 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. TRAINING (OPERATOR / MAINTAINER): a. 03 working days OJT for 05 personnel of PN to be arranged by the supplier/OEM at the unit premises, so that trained personnel are capable of: (1) Operating machine to its full capabilities, while ensuring all safety aspects of equipment. (2) Carryout all types of maintenance routines. (4) Carryout fault diagnosis and rectification upto the module level of the equipment. (3) Be able to set to work, trial and commission equipment after routine maintenance and repair. b.

Provision of computer based training CDs/DVDs.

c. Training charges (if any) to be mentioned in the technical offer by supplier.


7.

ADDITIONAL INSTRUCTIONS Certification Requirement 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. Calibration certificate traceable to international standards is to be provided by the OEM which is valid at the time of delivery. e. Supplier is to be bound to re-calibrate the equipment during warranty period free of cost. f. 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 g. 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. h. 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 FATs j. OEM is to provide FATs certificate with date conducted afer manufacturing at time/delivery. Obtaining of Licenses k. 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 l. Packing of equipment should be of international quality standards to be worthy of air, sea, rail and road transportation.


Joint Inspection Committee m. 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 n. Supplier in his” Offer/Quotation” is to specifically mention country of origin for the stores which will be subsequently endorsed in the “Contract”. Origin of the equipment should be preferably from UK/USA, Western European countries or Japan. Discontinuation of Production p. In case of discontinuation of production of any component part as result of obsolescence or 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 q The equipment and accessories are manufactured and assembled in accordance with British/US MIL specifications/ Western EU standards or equivalent. The Quality standards compliance certificate is to be submitted with the offer.

8.

r 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. 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 b) of Annex ‘B’ not provided. (4) Training is not conducted as per clause 6 (a to c) of Annex ‘B’. (5) Clause 7(a to f) “Certification Requirement” at Annex ‘B’ are not met. (6) Commissioning is not completed to the satisfaction of end user in accordance with OEM approved/recommended procedures (As mutually agreed). (7) Confirmation of performances and functions is not same as given in the contract and relevant documentation/manuals.

b. 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.


9.

INSTALLATION/COMMISSIONING: a. Installation/commissioning and STW of the system/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.

b. Commissioning charges (if any) to be mentioned in the quotation by supplier. PRICE OF ALL DELIVERABLES: a. In his quotation the supplier should separately mention the price as per following format: S No

Description

(1) (2) (3) (4) (5)

Complete equipment Mandatory accessories Operator manual Maintenance manual Depot list

Price

11.

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

12.

Technical scrutiny of quotations forwarded by the bidders will be carried out by a committee nominated by NHQ. SOURCE OF SUPPLY: a. 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) (2) (3)

Certificate reference number with date. Name of the authorized dealer/agent/stockist. Last date/duration/period for validity of dealership.


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:-


(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. 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) (f) (g)

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


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

: _______________


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 _______________________________________________________

CNIC : _____________________________________ (Attach Copy of CNIC) 6. NTN : ______________________________________ (Attach Copy of NTN) 7. Firm’s Address __________________________________________________________

:

5.

:

___________________________________________________________ ___________________________________________________________ 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)
















COVERING SHEET TENDER NO 1290050/R-1209/310153 DATED 13-09-2012

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 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478


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: dpnrwp2007@gmail.com adpn31@paknavy.gov.pk 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.

Understood agreed

Understood not agreed

Delivery of Tender. The offer is to be submitted in duplicate as under:a. Commercial Offer. The offer will be in duplicate and indicateUnderstood prices quoted in figures as well as in words alongwith essentialagreed 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.

Understood agreed

a. Special Instructions. Tender documents and its conditionsUnderstood may please be read point by point and understood properly beforeagreed 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. twoUnderstood agreed 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 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

Understood not agreed

Understood not agreed

Understood not agreed

Understood not agreed


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: dpnrwp2007@gmail.com

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.

Understood agreed

4. Tender Opening. Tenders will be opened as mentioned in theUnderstood schedule of tender. Commercial offers will be opened at later stage ifagreed 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.

Understood not agreed

Understood not agreed

Validity of Offer. a. The validity period of quotations must be indicated and shouldUnderstood invariably be 90 days extendable to 120 days from the date ofagreed 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 not agreed

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. Understood agreed

Understood not agreed


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 theUnderstood agreed 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.

Understood not agreed

9. Withdrawal of Offer. If the firm withdraws it offer within validityUnderstood period the competent authority may place such firm under embargo for aagreed period, which may be extended up to one year.

Understood not agreed

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:

Understood agreed

Understood not agreed

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. Understood

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

Understood not agreed

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. Understood

12. Earnest Money/Tender Bond: your tender must be accompaniedagreed 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

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

S. No. i)

Local Supplier

Foreign Supplier

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

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

Understood not agreed


ii) iii)

Three filled copies of SVA-8121-A Three photocopy of NIC for each member of management

iv)

Three PP size photographs for each member of management Challan Form (*) Bank Statement for last one year

v) vi) vii) viii)

Attached 13.

Photocopy of NTN Foreign Principal Agency Agreement in case of local agent

Three filled copies of SVA-8121 Three photocopy of Resident Card or equivalent identification Card for each member of management Three PP size photographs for each member of management Challan Form (*) Financial standing/audit balance sheet Photocopy of passport Agency Agreement in case of Trading House/Company/ Exporter/Stockiest etc.

Not Treasury Challan. Attached

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.

Attached

Not Attached

Understood agreed

Understood not agreed

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/- :

14.

Rs 1,000/-

(2) Contract for value from Rs. 250,000/- to Rs.5,000,000/-

Rs. 1,500/-

(3) Contracts for value above 5,000,000/-

Rs. 2,000/-

Inspection Authority.

-


Understood agreed

a.

Understood not agreed

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.

Understood agreed

Understood not agreed

Marking of stores in accordance with Spec/Misc/NS/002/80.

17. Documents Required. submitted along with the quote:

Following documents are required to be

Understood agreed

Understood not agreed

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 dutiesUnderstood imposed by the federal/provincial government as applicable:- agreed (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. Understood agreed (5) Any other expenditure/cost/service/remuneration as asked for in the tender.

Understood agreed

Understood agreed


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

1st rejection on Govt. expense 2nd rejection on supplier expense 3rd rejection contract cancellation will be initiated. Understood

agreed 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.

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

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 dpnrwp2007@gmail.com.

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

Understood not agreed

Understood

Understood not agreed

23. Amendment to Contract. Contract may be amended/modified toagreed 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 toagreed 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. Understood agreed

Understood not agreed


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 foundUnderstood agreed 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:

Understood not agreed

“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. Understood agreed

Understood not agreed

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. 28. Force Majeure. The supplier will not be held responsible for anyUnderstood agreed 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.

Understood not agreed

Understood agreed

Understood not agreed


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 mutualUnderstood agreement and if they do not agree a judge of the Superioragreed Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law.

Understood not agreed

(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

b. Indigenous (FOR etc) Contracts.The settlement of dispute, isagreed 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 theUnderstood agreed account of such proceeding unless they are subject of the dispute.

Understood not agreed

Understood not agreed

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 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.

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

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 theUnderstood Manufacturer/Supplier except the agent commission payable as per the agentagreed

Understood not agreed


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 stores/goods/services the Purchaser may elect either:

Understood agreed

Understood not agreed

undelivered

(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. 36. Rights Reserved. Directorate Procurement (Navy), RawalpindiUnderstood reserves full rights to accept or reject any or all offers including theagreed 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.

Understood agreed

Understood not agreed

Understood not agreed


38. Acknowledgment. Firms will send acknowledgement slips within 07Understood days from the date of receipt of IT. In case IT is not received by a registeredagreed 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:-

Understood agreed

Understood not agreed

Understood not agreed

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. 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)


DP-2

INVITATION TO TENDER FORM 1. Schedule to Tender No. 1290050/R-1209/310153 dated 13-09-2012. This tender will be closed for acceptance at 1000 Hrs and will be opened at 1100 Hours on 17-10-2012. 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

1. ESTABLISHMENT OF LOCAL AREA NETWORK AT HQ COMKAR, COMLOG COMPAK AND FOST

01

Technical specifications at as per Annex ‘A’ General Instruction at as per Annex ‘B’

Firm is to clarify in technical as well as in commercial offer whether the quoted price is with GST or without GST

%

GRAND TOTAL 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.


GENERAL CONDITION GENERAL CONDITION S.NO

CONDITION

01

Basis for Acceptance:

02

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

03

Country of Origin. EU and Chinese.

04

ACCEPTABLE MAKES

06

Any make and model complying international quality and performance standards set for of such equipment. Inspection Authority CINS However Joint inspection to be carried out by CINS and end user. CRV to be issued after functional test onboard. Delivery Period

07

06 Months after contract signing Earnest Money

05

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. 08 09

Validity of Offer 90 t0 120 days After Tender Opening TSR (Technical Scrutiny) Required Technical scrutiny of the offers will be carried out in 02 stages. Stage 1 Evaluation / Scrutiny of offers will be carried out by Technical scrutiny committee. The firms qualifying stage one will be asked for 2nd stage of evaluation. In case of any revision and modification required in scope of deliverable, design, plan or make and model of equipment by user or suggested by firms during the course of 1st phase of evaluation, to make a uniform workable solution for project, then

FIRM’S REMARKS


this Directorate may ask the bidders to resubmit the revised technical and commercial offer to evaluate in 2nd phase of TSR. This directorate may request for demonstration of offered/quoted if considered necessary by TSR committee in Second stage. Stage 2 Evaluation of revised offers and demonstration(if required by TSR committee) will be carried out .

10 11

The firms qualifying 2nd stage will be informed about the time of commercial bidding at DP(N) through FAX. Tender Nature Open Tender Basis Terms of Payment AS PER PARA-2 OF ANNEX B

12 13

Marking Marking of stores in accordance with international standards. Currency of Contract All participating firms are to quote in Pak Rupees.

14

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.

15

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.

16

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

17

18

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. 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


19

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. 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.

20

Port Charges in case of FOB Contracts

21

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


Annex ‘A’ of Tender No 1290055/R-1209/310153 Dated 13 September 2012 TECHNICAL SPECIFICATIONS AND SPECIAL INSTRUCTIONS Scope of Work 1. The project would be carried out on turnkey basis. The Contracting firm is to Install Local Area Network at Field Headquarters with Fiber Connectivity between switches and Copper Cabling within the buildings. The list of sites with number of Nodes is as follows: • • • •

Headquarters COMPAK COMKAR COMLOG FOST

No of Nodes 80 150 80 80

2. The implementation of this network is to be carried out in the form of Wired (UTP Structured) LAN with Fiber Connectivity between the switches and using Copper Cables inside the building areas. 3. The proposed project involves installation of Local Area Networks (Wired) as mentioned above. In scope Site Preparation

Installation

Connectivity

Testing Warranty Documentation

Training

Security

The Contracting Firm will be responsible for establishment of network & server equipment at respective Headquarter. Design of the network is to be submitted to the Project coordinator within 15 days of signing of the contract. For fiber/Copper Networking at the Headquarter, the Contracting Firm is to do all the digging/re-filling with similar material/Painting with similar quality (where applicable) The Contracting Firm must complete the installation of the networks at the locations designated by the Headquarter within 03 months of signing of contract. The Contracting Firm is responsible for providing the connectivity of Different buildings/Locations with RMC/Telephone Exchanges. The Contracting Firm is responsible for testing and reporting of each node through latest testing equipment like fluke tester. The Contracting Firm is responsible for providing warranty on active network components for a period of one year. The contracting Firm is responsible for providing complete network diagrams, documentation (user manuals, installation manuals, configuration manuals etc.) and testing certification. The Contracting Firm is responsible for providing training of 15 working days to 08 x personnel nominated by PN on Windows 2008 Server and maintenance/configuration of Network. The solution provider has to provide a security concept for the network which will cover physical network security, virtual


Configuration

security and processes necessary for successful implementation of a secure network. VLANs are to be configured on the network and inter VLAN routing is to be done using OSPF.

General Terms 4. The firm should be in IT business for at least three years or the directors of the company should be in IT Business since the last 3 years. 5. Should have successfully completed three similar projects, nature & Value as per parameters provided below: Provision of Structure UTP (Wired) 3 x projects of Delivery, Configuration & Network Support of similar size Network with Configuration & Support of at least ten layer-2 managed switches. 6.

All the products quoted and/or assembling facilities should be ISO certified.

7. At least one certified professional in the filed of Routing, switching, Security on the equipment quoted, there certified Networking professionals on the equipment quoted and one certified CCNP. 8. The responding organization (RO) should be authorized Partner, from the original manufacturer, for the active Networking components. The responding organization (RO) should be authorized Partner/reseller/distributor, from the original manufacturer, for the passive Networking components. 9. All active networking equipment within a category should be of same brand and should have one year comprehensive onsite warranty including parts and labour. All passive networking equipment should have twenty years comprehensive onsite warranty including parts and labour. 10. All Software loaded on active equipment should have warranties for five years against defects/bugs as well as updates form date of final acceptance of the project. 11. The project is to be completed on turnkey basis, wherein minimum BOQ should be as mentioned in ensuing paragraph. However, it the supplier firm consider any other items beyond the scope of supply (BOQ) during designing, that should also be included and clearly mentioned in Technical proposal.


MINIMUM BILL OF QUANTITY S. No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11. 12. 13. 14. 15. 16.

17. 18. 19. 20. 21.

22. 23.

Description Switch Cisco WS-C2960-24TC-L 24 Port with 2 SFP Switch Cisco WS-C3650V2-24TS-E CISCO Multimode MiniGBIC Modules Clipsal 24 Port CAT-6 Patch Panel Cable Manger at each patch panel Clipsal Cat 6 UTP cable role 1000 FT/box Clipsal Dual Shutter Face Plate I/O with Back Box Clipsal Cat 6 UTP Patch Cord 1 Meter Clipsal Cat 6 UTP Patch Cord 3 Meter Adamjee 16 x 25mm channel duct with all fitting material Adamjee 25 x 38mm channel duct with all fitting material Adamjee 40 x 40mm channel duct with all fitting material Adamjee 60 x 60mm channel duct with all fitting material PVC pipe 1.5” with all fitting material PVC pipe 2” Toten 42U Floor mount cabinet with lockable front glass door, two way exhaust fan, 1 fixed tray & 4 socket Clipsal power distribution unit (800MM X 1000MM) Rack 9U with Fan (Imported) APC UPS 650 VA Dry Battery APC 3 KVA On-Line UPS with 2 year warranty D-Link Giga LAN card HP Proliant DL 160 G6 Server Intel Xeon E5506 2.13 GHz Processor 8 GB (2 x 4GB) PC3-10600 CL9 ECC DDR3 1333MHz 3 x 500 GB Hard drives Smart array controller card (512 MB Cache) HP 18.5 inch LCD Clipsal 6 core Multimode Fiber Armored Fiber Optic Patch Cord 3 Mtr, ODF, pigtails and installations

HQ COMKAR 7 1 14 8 8 32 150 150 150 6000 ft 400 ft 300 ft 1000 ft 1000 ft 2000 ft 1

HQ COMPAK 5 1 10 6 6 15 80 80 80 3000 ft 7000 ft

1

1

300 ft 1

20 4 40 24 24 71 390 390 390 14500 ft 12400 ft 4300 ft 1000 ft 3500 ft 2300 ft 4

7 7 1 60

5 5 1 25

4 4 1 25

4 4 1 25

20 20 4 135

1

1

1

1

4

1000 ft

HQ COMLOG 4 1 8 5 5 9 80 80 80 3000 ft 2000 ft 2000 ft

HQ FOST 4 1 8 5 5 15 80 80 80 2500 ft 3000 ft 2000 ft

2500 ft

3000 ft 1000 ft 1000 ft S per Requirement

TOTAL

6000 ft


Annex ‘B’ to Tender No. 1290050/R-1209/310153 Dated 13 September 2012 GENERAL REQUIREMENTS AND CONDITIONS WARRANTY 1. The equipment and all its associated accessories are to be warranted by the supplier for a period of One (01) years, for all defects in hardware from the date of final acceptance by PN. 2. The supplier will guarantee that the articles supplied under the terms of this contract are of the latest configurations as demanded. 3. The supplier will guarantee that the equipment produced are of the current production and brand new. 4. The supplier will replace within 01 month period, free of cost during warranty every article or part thereof which before user or in user shall be found defective or not within the limits and tolerances of specifications requirements, or in any way not in accordance with the terms of the contract. LIQUIDATED DAMAGES 5. Liquidated Damages (LD) upto 2% per month are liable to be imposed on the supplier/principal by the purchase for equipment in delay in accordance with DP-35, if the stores are supplied after the expiry of the delivery date without an valid reasons, provided that liquidated damages does not exceed 10% of value of equipment in delay. DELIVERY SCHEDULE 6. The equipment/stores are to be delivered within six (06) months from signing of the Contract on DDP at consignee’s ware house. Joint Inspection of the Stores is to be carried out within 15 days of delivery of stores by the team nominated by NHQ. The firm has to install and configure the switches at consignee’s end. Installation, Commissioning and final acceptance of the equipment is to be completed within 2 months of delivery of stores accepted by inspection team. END USER 7.

Director Information technology (DIT), NHQ

Terms of Payment 8.

Terms of payment are as follows: a.

50% payment on (1)

Supplier Bill duly completed (In duplicate).


(2) Copy of the Inspection duly accepted joint inspection report duly endorsed by the Inspection Officer i.e Director Information Technology.

b.

(3)

Delivery Challan duly receipted by the Consignee.

(4)

A certificate from the OEM that equipment is brand new and from the latest production.

(5)

Supply Completion Certificate by the Supplier.

50% Payment on (1)

Supplier Bill duly completed (In duplicate).

(2)

Copy of the Inspection Note duly endorsed by the Inspection Officer Director Information Technology.

(3)

Delivery Receipt issued by the Consignee.

(4)

Copy of DPL-15.

(5)

Successful commissioning of system.

(6)

Issuance of CRV.

PENALTY 9. The supplier before making the delivery to PN will carryout complete test of the equipment at his facilities to ensure that the same has been manufactured as per the specifications. However, the buyer after its receipt will carryout inspection and test/trials. In case the equipment/machinery does not pass the test/trials, the buyer has the right to out rightly reject the equipment or impose penalty at rate 2-5% of the value of the relevant equipment/item. 10. The penalty shall not absolver the supplier to undertake the repairs in Pakistan at his cost and expense. This shall be in addition to other penalties and obligations covered in the contract like warranty/guarantee obligations on form DPL-15. OEM RELATIONSHIP AND WARRANTIES 11.

The following should be ensured: a. The responding organization (RO) should be authorized Partner, from the original manufacturer, for the active Networking components. The responding organization (RO) should be authorized Partner/reseller/distributor, form the original manufacturer, for the passive Networking components. ROs having Gold, Silver or Premier Partnerships with the original Manufacturer will be given preference in final evaluation. b. one

All active networking equipment should be of same brand and should have year comprehensive onsite warranty including parts and labour. All passive


networking equipment should have twenty years comprehensive onsite warranty including parts and labour. c. All Software loaded on active equipment should have warranties for one year against defects/bugs as well as updates. d. The equipment supplied should be through verifiable distribution channel in Pakistan. e. The end user licenses, end user warranties and end user contracting support services will be in the name of Customer, for all the equipment and Software loaded on the equipment delivered during the course of the project. f. No refurbished and used equipment will be supplied during the course of the project. g. If the contracted equipment becomes obsolete the supplier will replace the same with modified/substitute equipment on the request of the purchaser and shall charge from the buyer the difference of price of modified/substitute equipment. The seller is bound to provide latest updates/modifications of the contracted system as and when they occur. h. Selected vendor will provide maintenance/support service on annual basis, after expiry of warranty, for reach category of products at a rate, which is not more than 10% of the initial purchase/license cost. PRICES OF THE ITEMS 12. Prices for each of the items/services that are to form the scope of supply are to be indicated separately n the proposal. RISK PURCHASE 13. 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 expenses limited to the amount of the contract. DISCREPANCY 14. The consignee will render a discrepancy report to all concerned within 30 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 on DDP at consignee’s ware house within 30 days. SOFTWARE 15. The software of the switch should have latest modular OS and features applicable to this mode. This should be fully supportable in case of an upgrade in hardware is necessitated due maintainability and/or technological advancement. The supplier should render a certificate, obtained from the manufacturer that software supplied is f latest version. Any up-gradation in the software should be provided free of charge. Necessary


software for running the diagnostic tests should also be provided. It is the responsibility of the supplier to obtain licenses/permits etc (if any). ENVIRONMENTAL CONDITIONS 16.

The system should conform to following environmental standards: a.

Temperature range

0O to 40OC

b.

Storage Temperature

-05O to 45OC

c.

Relative Humidity

45% to 50% non condensing

MISCELLANEOUS 17. OEM certified brand new equipment/stores warranty/guarantee on DPL-15 at consignee’s end.

to

be

accepted

on

firm’s

18. Contract to be back loaded from payment point of view, A reasonable percentage of payment should be linked with the supply of each deliverable and acceptance trials. 19. TSR will be done through TSR Committee nominated by DCM Naval Headquarters Islamabad after receipt of proposals from DP (N). 20. The performance Guarantee equal to 10% contract value, valid 02 months beyond the warranty period be obtained from the supplier on signing of contract. 21. If purchaser wishes to make additional purchase within one year after the completion date of the contract, the supplier will provide the stores/equipment on the same price. CERTIFICATE OF CONFORMANCE BY OEM 22. In case of difference in IT specs and specs mentioned in supplied broucher, and OEM certificate regarding conformance to technical specs of IT is to be provided by the firm alongwith technical offer. In case of non-provisioning of the same, specs mentioned in brouchers/OEM website will be considered final. PROVISION OF DOCUMENTATION 23. Firm is to provide requisite documentation (user’s manual) in hard copy of soft copy (CD) format as under:

log

a. Administrator/Operating Manual. This document should provide equipment pre start checks, detailed operating & switching off procedures alongwith sheets.

b. Installation Manual. This documents should cover in detail preinstallation checks, detailed installation procedure alongwith drawings and post installation checks, should also cover setting to work & commissioning procedure alongwith relevant settings, configurations and performance data sheet. This should also provide installation specifications and test & trial procedure alongwith test forms.


c.

Maintenance Manual.

This document should include following:

(1) Technical data/specifications & general technical description of the equipment/system, including its sub assemblies/sub systems. (2) Level-1 maintenance routine alongwith detailed procedure to complete maintenance job. (3)

Fault diagnostic procedure.

TECHNICAL REJECTION 24. In case of non-compliance to any of the clause of Annex ‘A’ to IT, offer is subject to technical rejection. OBTAINING OF LICENSES 25. It is the responsibility of the supplier to obtain licenses/permits etc (it any) in the seller’s or OEM’s country. Failure to obtain the same shall not constitute grounds for Force Majeure. COUNTRY OF ORIGIN 26.

European and Chinese

27. Supplier shall be bound to provide spares for the system for at least 5 years. Maintenance support for a least 5 years shall also be provided. Firm will be bound to provide hardware and maintenance services/support for 01 year without any charges as the system shall remain under warranty. JOINT INSPECTION COMMITTEE 28. Joint Inspection Committee will inspect the delivery of equipment. Committee will comprise of Reps of Concerned Units. CINS and HQ COMKAR. PACKING 29. Packing of the equipment should be of international quality standards to be worthy of air, sea, rail and road transportation.


Tender No……………

DP-3 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:(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. 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) (f) (g)

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


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

: _______________


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 _______________________________________________________

CNIC : _____________________________________ (Attach Copy of CNIC) 6. NTN : ______________________________________ (Attach Copy of NTN) 7. Firm’s Address __________________________________________________________

:

5.

:

___________________________________________________________ ___________________________________________________________ 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)




SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description Specification Quantity Rate Amount Mark Civil items 1 Bricks 1 No 2000 nos. 2 Sand 500 cft 3 Crush ½” , 1-1/2” 500 cft 4 Cement Bestway or 50 bags equivalent Sanitary items 1 Bib cock Faisal/S.Asia 100 nos or equivalent 2 PVC pipe 4 in Royal PVC 50 links or equivalent 3 Shower Rods Faisal/ Athif 100 Nos Complete or equivalent Hard ware items 1 Wooden kari Soft wood 200 nos 8’x4”x3” 2 Wooden gaz Soft wood 200 nos 8’x2”x1/2” 3 Ceiling sheets Thermopore 200 nos (2’ x 2’) sheets & Jibsum (100 each) 4 Paint (Emulsion) Burger or 64 gallons equivalent 5 Paint (Distemper) Burger or 80 gallons equivalent 6 Paint (weather Burger or 30 gallons shield) equivalent 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 12 nos equivalent 13 Brush 3 in Universal or 12 nos equivalent 14 Turpentine oil Tiger or 30 gallons equivalent Electrical items 1 Power plug Hero or 50 nos equivalent 2 Light plug Hero or 50 nos equivalent 4 Fast Cable or 20 bundle Cable 3.29 equivalent


5 6 7 8

Fast Cable or equivalent Fast Cable or equivalent Fast Cable or equivalent

Cable 7.29 Cable 7.64 Cable 7.44

20 Bundle 20 Bundle 20 Bundle

Folding Ladder (Aluminum) 8’ & 12’

Best Quality (1 No each)

02 Nos

Drill Machine

Germany, England, USA made or equivalent

02 Nos

9

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


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.


TENDER DOCUMENTS FOR IP-BASED CAMERAS S.No Name of Item 1 Network IP Camera

2

PC

3

5 6

NVR Software Power cable LCD Housing

7

Services

4

Specification

Quantity

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, 3Axis construction, Multiple Stream, DC12V, with AC adaptor OR Higher specification Digital Zooming Cameras 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) NVR Software (Supported 32 Cameras)

16

Cabling and Ducting Including UTP Cable, power, PVC Pipe per/duct running ft AOC LCD 21� for Cameras Outdoor Housing for cameras (weather proof) if required Installation, configuration and testing the Entire Surveillances Network.

01

01 01 01 01 01 job

FURNITURE AND FIXTURE FOR HERBARIUM BUILDING S#

Item

Specification

Qty

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

Cost

Total


2. 3.

Chairs for Stage with Table Plastic Chairs

4.

Glass/Wood. Elegant, Elaborate, carved, with cushion. Front table with elaborate edge carvings 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) Suitable for 20x30 ft hall with 4 speakers fitted in case

6 5

Sound System small 5. Table for 2’x2’x3 ft high Multimedia B. Furniture & Fixture for Museum Halls

1

1.

Office Table

2

2.

Office Chair

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

3.

Office Table

2

4.

Office Chair

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

5.

Study Tables

8x3 ft. height 2ft 6inch with highly polished top

4

6.

Study Chairs

1

2

2

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 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) C. Furniture for Rooms of Research Officers 05 No:

32

1.

Office Table

5

2.

Office Chair

3.

Wooden Racks

4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. D. Furniture & Fixture for Laboratory:

5

1.

Laboratory Tables Laboratory Tables Laboratory Tables Study Chairs

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

4

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

3

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

2

2. 3. 4.

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

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 5. Almirah Wooden made with glass fitted on doors divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. E. Furniture for Library: 1.

Office Table

2.

Office Chair

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

35

5

30 3

1 1


3.

5.

Open faced wooden Book Shelves Periodical Displayer Study Table

6.

Study Chair

1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion F. Furniture for Office of Director & Curator 02 Rooms:

20

1.

Executive Office Table Executive Office Chair Side Racks

Executive Class 5x4 ft. height 2.5 ft. wooden highly polished durable. Executive Class, revolving leather/ rexin coating.

2

4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion Glass 2x3 ft.

2 12

4.

2. 3. 4. 5.

Chair for visitors Side table

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

18

42” wide x18”broad x45”high. wooden single faced. 4 compartments 8x3ft, 2ft 6inch high wooden highly polished

4 2

2

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) Total

1022ft

SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description

1 2 3 4

Bricks Sand Crush Cement

1 2 3

Bib cock PVC pipe 4 in Shower Rods Complete

1

Wooden kari 8’x4”x3”

Specification Quantity Mark Civil items 1 No 2000 nos. 500 cft ½” , 1-1/2” 500 cft Bestway 50 bags Sanitary items Faisal/S.Asia 100 nos Royal PVC 50 links Faisal/ Athif 100 Nos Hard ware items Soft wood 200 nos

Rate

Amount


2 3

4 5 6

Wooden gaz 8’x2”x1/2” Ceiling sheets (2’ x 2’)

Soft wood

200 nos

Thermopore sheets & Jibsum (100 each) Burger Burger Burger

200 nos

7 8 9 10 11 12 13 14

Paint (Emulsion) Paint (Distemper) Paint (weather shield) Lime Robin Neil Zinc Chalk Plaster of paris Brush 5 in Brush 3 in Turpentine oil

1 2 4

Power plug Light plug Cable 3.29

Best Quality 50 bags Best Quality 24 packets Best Quality 15 kgs Best Quality 15 kgs Best Quality 50 kgs Universal 12 nos Universal 12 nos Tiger 30 gallons Electrical items Hero 50 nos Hero 50 nos Fast Cable 20 bundle

5

Cable 7.29

Fast Cable

20 Bundle

6

Cable 7.64

Fast Cable

20 Bundle

7

Cable 7.44 Folding Ladder (Aluminum) 8’ & 12’

Fast Cable

20 Bundle

8

9 Drill Machine

64 gallons 80 gallons 30 gallons

Best Quality (1 No each)

02 Nos

Germany, England, USA made

02 Nos -





















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.


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


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!


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.


Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.