GeneratorDec2012

Page 1

GENERATOR TENDERS DEC 2012


http://www.facebook.com/mavenpk

http://twitter.com/mavenpk

http://www.linkedin.com/in/mavenpk














Furniture, Generator, HVAC, Construction, Food etc



TENDER NOTICE Supply & Installation of 13KVA Standby Diesel Generator Set at NBP Sujawal Branch, Hyderabad Region.

Supply & Installation of 13KVA Standby Diesel Generator set at NBP Sujawal Branch, Hyderabad Region. The reputed firms having proven related experience in the field may obtain complete set of tender documents from the office of undersigned after submission of following documents upto 20/12/2012 and tender fee of Rs.1000/- (non – refundable). 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

Company profile including Organization structure of firm indicating the names of Directors / Proprietors / Partners. Nature of Company with year of establishment. Annual report/financial statements of the company (last 3 years) and offices / service centers in Pakistan. Complete list of employees, Key Personnel who will be involved in the Project along with their names, qualifications and designations. Details of related works in hand with cost, name of clients and expected year of completion. Copy of National Tax Number. Copy of Registrations with Govt. Sales Tax Department. Copy of valid Registration with Pakistan Engineering Council in Relevant Category. Banker’s certificate indicating credit worthiness of the firm with Bank. Details of after sale facilities available with plants, machinery and skilled manpower / personal. Affidavit that the firm has never been blacklisted by any Government/Semi Government organization or Autonomous Bodies. List of any arbitration / dispute with any client present or past and nature thereof. List of Generators of 500KVA & above rating, supplied during last 10 years with names of clients. Details of effective Maintenance Contracts of Generators of 100 KVA. Copy of Dealership certificate from Original Equipment Manufacturer (OEM)

The tenders must be accompanied by a pay-order or call deposit receipt (CDR) for an amount of 2 % of total tender price in favour of National Bank of Pakistan, NBP Head Office, Karachi. The tenders in sealed envelopes shall be received on 21/12/2012 at 11:00 hrs in the office of the Deputy Chief Engineer, Engineering unit south, 3rd floor NBP Head Office Building, I.I. Chandigarh Road, Karachi and will be opened on same day publicly at, 11:30 hrs in the presence of tender opening committee and contractors who opt to attend. The Bank reserves the right to reject any tender or part thereof.”

Yours faithfully, Sd/( Mirza Ishrat Baig ) Deputy Chief Engineer (S)



STATE BANK OF PAKISTAN SBP BSC (BANK), Karachi No.ED (EMD)/ 3748 /DG-3-2012

TENDER NOTICE OPERATION & MAINTNANCE OF 3 NOS. DIESEL GENERATOR SET INSTALLED AT BOLTON MARKET BUILDING, STATE BANK OF PAKISTAN, M.A. JINNAH ROAD, KARACHI Sealed tenders are invited from well reputed contractors / contracting firms or companies for operation and maintenance of following Diesel Generator Sets:LOCATION State Bank of Pakistan, Bolton market Building M.A. Jinnah Road, Karachi.

Description 625KVA Mitsubishi 320KVA Caterpillar 60KVA FG Wilson

Bidding will be conducted using the National Competitive Bidding procedure specified in the Public Procurement Rules, 2004 (PPR-2004). Contractors / contracting firms or companies that have five (05) years experience in operation and maintenance of such

Generators

in multinational companies/well reputed organization, having a registered

workshop in Karachi and who can arrange spare parts are invited to obtain tender documents from the office of the under signed latest by 18.12.2012, against non refundable cash payment of Rs.1000/- (Rupees one thousand only). Interested contractors / contracting firms or companies shall apply with their complete profile containing details of similar services presently being performed and those performed during the last five (05) years. Such information shall be supported by documentary evidence at the time of issuance of tender documents. The amount of earnest money for the above tender is 3% of the quoted amount, payable in the form of bank draft / pay order, drawn in favour of State Bank of Pakistan, SBP BSC (Bank) Head Office, Karachi. Conditional, incomplete and / or any tender without earnest money shall not be entertained. Tenders should be dropped in the sealed Tender Box kept with the P.A. to Head, Engineering Department, State Bank of Pakistan, Banking Services Corporation, Boulton Market Building, First Floor, Karachi by 11.00 A.M. on 19.12.2012. Tenders will be opened on the same day at 11.30 A.M. in the presence of tenderers who may like to be present. The above work will initially be awarded for one year which can be extended up to a maximum period of three years on satisfactory performance of the contractors as per mutual consent. In case the tender is not opened on the scheduled date due to any force de majeure then the same shall be opened on the next working day at the same time and place. Any attempt to unduly influence or receipt of recommendations from any outsider shall disqualify such bidder. This quotation is only an invitation to offer and the Bank reserves the right to accept or reject any or all quotations.

Sd/(Sukaib Iftikhar) Executive Engineer SBP. Sub Office Building Boulton Market, M.A. Jinnah Road Karachi Phone # 021-2454150


STATE BANK OF PAKISTAN SBP BSC (BANK), Karachi No. ED(EMD)/3749/DG-2-2012

TENDER NOTICE OPERATION & MAINTNANCE OF 4 NOS. DIESEL GENERATOR SET INSTALLED AT MAIN OFFICE BUILDING, STATE BANK OF PAKISTAN, I. I. CHUNDRIGAR ROAD, KARACHI Sealed tenders are invited from well reputed contractors / contracting firms or companies for operation and maintenance of following Diesel Generator Sets:Description

LOCATION State Bank of Pakistan, Main Building I.I. Chundrigar Road, Karachi.

625KVA Mitsubishi 350KVA FG Wilson 320KVA Volvo penta 150 KVA FG Wilson

(Will be replaced 500kva DG Set)

with

Bidding will be conducted using the National Competitive Bidding procedure specified in the Public Procurement Rules, 2004 (PPR-2004). Contractors / contracting firms or companies that have five (05) years experience in operation and maintenance of such Generators in multinational companies/well reputed organization having a registered workshop in Karachi and who can arrange spare parts are invited to obtain tender documents from the office of the under signed latest by 18.12.2012, against non refundable cash payment of Rs.1000/- (Rupees one thousand only). Interested contractors / contracting firms or companies shall apply with their complete profile containing details of similar services presently being performed and those performed during the last five (05) years. Such information shall be supported by documentary evidence at the time of issuance of tender documents. The amount of earnest money for the above tender is 3% of the quoted amount, payable in the form of bank draft / pay order, drawn in favour of State Bank of Pakistan, SBP BSC (Bank) Head Office, Karachi. Conditional, incomplete and / or any tender without earnest money shall not be entertained. Tenders should be dropped in the sealed Tender Box kept with the P.A. to Head, Engineering Department, State Bank of Pakistan, Banking Services Corporation, Boulton Market Building, First Floor, Karachi by 11.00 A.M. on 19.12.2012. Tenders will be opened on the same day at 11.30 A.M. in the presence of tenderers who may like to be present. The above work will initially be awarded for one year which can be extended up to a maximum period of three years on satisfactory performance of the contractors as per mutual consent. In case the tender is not opened on the scheduled date due to any force de majeure then the same shall be opened on the next working day at the same time and place. Any attempt to unduly influence or receipt of recommendations from any outsider shall disqualify such bidder. This quotation is only an invitation to offer and the Bank reserves the right to accept or reject any or all quotations.

Sd/(Sukaib Iftikhar) Executive Engineer SBP. Sub Office Building Boulton Market, M.A. Jinnah Road Karachi Phone # 021-2454150


COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DP-I, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be 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 OF PROCUREMENT (NAVY) No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

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

2.

Delivery of Tender. The offer is to be submitted in duplicate as under:-

a. Commercial Offer. The offer will be in duplicate and indicate pricesUnderstood quoted inUndersto agreed figures as well as in words alongwith essential literature/brochure. It should be clearlynot agree 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. Understood agreed

Understo not agree

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

c. Special Instructions. Tender documents and its conditions may Understood please beUndersto read point by point and understood properly before quoting. All tender agreed conditionsnot agree 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 copies ofUndersto agreed commercial offer and two or more copies of the technical offer as asked in the IT). Thenot agree 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-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

3. Date and Time For Receipt of Tender. Tender must reach this office by theUnderstood date andUndersto agreed not agree 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 Understood to tender.Understo agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable onnot agree examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5.

Validity of Offer.

a. The validity period of quotations must be indicated and should invariably be 90Understo Understood agreed days extendable to 120 days from the date of opening of Tender. Conversion rate ofnot agree 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 item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

6. Part Bid. Firm may quote for the whole or any portion, or to state in theagreed 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

Understo not agree

Understo not agree


7.

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

8. Return of I/T. In case you are Not quoting, please return the tender inquiry Understood stating the reason of NOT quoting. In case of failure to return the ITs either quoted or notUndersto agreed not agree 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

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers before agreed signing of the contract and within validity period of their offers. In case the firm withdraws its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case contract, it will deposit following documents before award of contract:

any

firm

wins

Under not ag

a

Understood agreed

Under not ag

a. A copy of letter showing firm’s financial capability/Bank statement. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan.

Attached fromNot a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII,Attached Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan. Attached

b. In case of un-registered firms, whether they have applied for registration or not, shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract.Understood Understood agreed agreed

Not Attach

Under Under not not ag ag

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1. 14.

Marking.

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

15. Documents Required. with the quote:

Understood agreed

Following documents are required to be submitted along

Under not ag


a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence for respective tender. Understood agreed

Und not

b. The firm/supplier shall provide correct and valid e-mail and Fax No 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 intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted. c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers. e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

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

Under agreed


one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given at page 1. Understood agreed

Under not ag

agreed

Under not ag

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Under not ag

Understood agreed

Unde not ag

Understood

Unde not ag

20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract. 21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract. agreed 22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost.

23.

Price Variation. a.

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

Under not ag

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. 24. Price Reduction (PR). In case the stores on inspection are found to be below the Understood agreed stipulated specification and these are proposed to be accepted by the inspector under

Under not ag


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. Understood 25. Buy back. The seller will buy back the spares/items supplied as a part of this tender agreed 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.

Under not ag

26. Force Majeure. The supplier will not be held responsible for any delay occurring inUndersto Understood supply of equipment due to event of Force Majeure such as acts of God, agreed War, Civilnot agree 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 agreed

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

Under not ag

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. Understood agreed

Understo not agree


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

Understo

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month agreed are liable not agree 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. Understood

30. Risk Purchase. In the event of failure on the part of supplier to comply agreed with the contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual terms & conditions by the supplier, a penalty may be imposed by DP(Navy).

Under not ag

Under not ag

32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contractUnderstood become Underst ineffective due to default of supplier / seller or stores / equipment declared defective agreed and not agre caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

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

Under not ag

Termination of Contract.

a. If at any time during the currency of the contract the Purchaser decides toUndersto Understood terminate the contract for any reason whatsoever (other than for reasons of Non-not agree agreed Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice. b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either:


(1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full rightsUndersto agreed to accept or reject any or all offers including the lowest, by giving the reasons in writing to thenot agree participants.

36. Application of Official Secrets Act, 1923. All the matters connected Understood with thisUndersto agreedOfficialnot agree enquiry and subsequent actions arising there from come within the scope of the Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information.

37. Acknowledgment. Firms will send acknowledgement slips within 07 daysUnderstood from theUndersto agreed not agree date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38.

Disqualification. Offers may be liable to rejection if: a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

Understood agreed

Understo not agree

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are 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) amendments/corrections/overwriting. m.

containing

non-initialed/

unauthenticated

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified). r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.

Understood

Under not ag

Understood

Under not ag

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision of agreed DP(N) or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

agreed 40. Limitation. Any appeal received after the laps of timelines given in para 39 above shall not be entertained.


41.

The above terms and conditions are confirmed in total for acceptance.

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionn filled in are to be returned with the offer duly signed by the authorized signatory/person. It is pe 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 Registratio DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of ………………… (Capacity in whic


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No DCM/1290309/R-1209/320119 dated______. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 09-012013. Please drop tender in the Tender Box No 104. 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 may be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk S NO

DETAIL OF STORES

QTY/ UNIT

320 KVA/256 KW 400 V, 50 Hz DIESEL GENERATOR SET 01 EACH

Model No. 340-6C

Details: Annexes: A. Detailed Specifications B. General Requirements/Instruction Above mentioned price includes 16% sale Tax (Please tick Yes or No) Yes

No

Grand Total Terms & Conditions 1.

Special Instructions.

Not attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

As per annex ‘A’.

4.

Origin of OEM.

As per annex ‘A’.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

Pak Rupees.

Required.

UNIT PRICE

TOTAL PRICE


8.

Basis for acceptance.

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelop bidding procedure will be followed. PPRA Rule 36(6).

11.

Earnest Money/Bid Security: Earnest Money/Bid Security at the rate of 2.5 % of the bid value shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall not be accepted and render for rejection. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi.

12.

Return of Earnest Money.

FOR In FOR cases port/airport of destination be mentioned.

At least 90 Days, extendable to 120 Days.

a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers). d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, and subsequently provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers). 13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

Company registration certificates are to be attached with offer.


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

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

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.


SPECIAL INSTRUCTIONS – INDENT NO 1290309. CATEGORY- B SOURCE OF SUPPLY 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockiest will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockiest. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockiest, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockiest is to be provided by the Supplying Firm with following endorsements. a. b. c.

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

4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc). ORIGIN OF SUPPLY 5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract” UPDATES & CURRENT INFORMATION 6. Supplying Firm in his “Offer/Quotation” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided. DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009: (1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T.


c. OEM Test Certificate. d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm. e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.


ANNEX ‘A’ S. NO

DETAILED SPECIFICATIONS AND REQUIREMENTS

1.

a. Scope of Supply 01 x Air Cooled Skid Mount Diesel Generator 320 KVA / 256 KW, 400 VOLT, 50 Hz with following tech specs: b. Technical Specification The Generator (320 KVA. 256 KW) should meet the following parameters: (1) (2) (3) (4)

(8) (9) (10)

Voltage Range Frequency Frequency Deviation at Stable State Frequency deviation at: Instantaneous State Frequency Return Time Voltage Deviation at Stable State Voltage Deviation at Instantaneous State Voltage Return Time Voltage Modulation Connections

(11)

Power Factor

(5) (6) (7)

b.

400V 50 Hz < 0.5 Hz % < + 1% < 2 sec < + 1% < + 2% < 2 sec 3 3 Phase, 4 Wires Star connection 0.8

PRIME MOVER DIESEL ENGINE (1)

The prime mover should preferably be 4-stroke CUMMINS/ Caterpillar Diesel Engine for the purpose of standardization. The prime mover is to be: (a)

4-Stroke turbo charged with air cooler.

(b) Engine is to be capable to produce prime power of 256 KW, from generation end in salt laden dust environment at an ambient temperature of 50% C in Humid conditions (RH 60% - 90%) capable of withstanding direct sea breeze. (2) Battery charging system with 02 x 12 Volts heavy duty batteries having provision to charge batteries from internal and external supplies. (3) The engine should be water cooled with radiator and fan, complete with protection guards, suitable for tropical conditions. Fresh water expansion tank with water filling provision and water level indicator. (4) Residential capacity exhaust silencer with stainless steel exhaust bellows. Exhaust silencer should be protected against environmental conditions.

FIRM’S REPLY/ REMARKS


(5) Complete wet sump lubricating system with gear driven pump suction strainer and duplex oil filter having replaceable elements on discharge line for the pump. (6) Mechanical/ Hydraulic governor/Electromechanical (7) Fuel system should be duplex fuel filter with element and return fuel cooler. (8) Air filter system should be heavy-duty air filters including safety element and restriction indicator / differential pressure gauge. Overall air filtration efficiency 99%. (9) Fuel tank capacity should be sufficient enough to run DG for 8 hours at 100% load without re-filling. Fuel tank should have filling and drain points, with level indicating meters and access for tank cleaning. (10)

ENGINE MAKE: CUMMINS/CATERPILLAR

(11) BS or ASTM standard of OEM recommended fuel for engine is to be mentioned in technical offer. (12) SAE/API grade of OEM recommended LO used in the engine is to be mentioned in technical offer.

2.

(13) Gear driven cooling circulating pump. ALTERNATOR a. STAMFORD / LEROY SOMER / STAMEGNA alternator i.e. brushless, self excited, self regulating, screen protected, drip proof with cooling system and sealed for life bearings alternator having following specifications: (1) Insulation: The insulation system should be Class H. All windings should be impregnated in a triple dip thermo setting moisture, oil and acid resisting polyester varnish or vacuum pressure impregnated with a special polyester resin. Heavy coat of Anti tracking varnish for additional protection against moisture or condensation is also required. (2) Anti Vibration Mounting: Anti vibration mounting isolating pads to be supplied. (3)

Alternator should meet requirements of BSEN 60034.

(4) AVR should consist of droop Current Transformer (CT) to permit parallel operation with other AC generators of 50 Hz. (5) Generator stator winding pitch 2/3 for trouble free supply of non-linear loads.


(6)

Generator rotor balanced to ISO Grade 2.5.

(7) Stator voltage regulation as per BS 6861 Part-I within the limits of criteria ‘B’ of EN 61000-6-2 2001. (8)

IP protection IP23.

a.

3.

Power Cable Supply laying and termination of Power Cable 4 Core (55 meters). CONTROL / DISTRIBUTION PANEL a. The control panel of DG is to incorporate standard indications, warning and shutdown features as per the monitoring and safety requirement s of the GENSET. Following features are relevant however, the brochure of Control Panel to be provided for technical scrutiny for acceptance or otherwise for the minimum desired parameters.

4.

(1) Auto Voltage Regulation (2) AC Voltmeter and Ammeter with Selector Switch (3) KW Meter (4) Frequency Meter (5) Power Factor Meter (6) RPM Meter (7) Engine Battery Charging indication (8) Winding over temperature protecting time delay relay (9) Protection against single phasing and reverse current (10) Anti Condensation Heater ON/OFF relay and current indicator (11) Audible Alarm System (12) Over Cranking Control Facility (13) Low lube oil level alarm and shut down (14) High lube oil temperature shut down (15) Light indications for power ON/OFF (16) Circuit Breaker for load isolation (over current protection) (17) Fuel level Indicator (18) Modern and Robust Control switches with silver alloy contacts (19) Reverse power relay (20) High coolant temperature shutdown (21) Over speed shutdown (22) Emergency stop (23) Over voltage shutdown (24) Over frequency shut down (25) Cooling water temperature gauge (26) Lub oil pressure gauge MANUAL CHANGE OVER SWITCH A manual change over switch is to be provided on the generator connection box to switch between generator and shore supply.


NOISE LEVEL The equipment should be designed for residential type noise level. The canopy and silencer should be specially designed for noise attenuation.

5.

INSTALLATION MOUNTING Skid mounting DG with vibration damper/pads is to be provided. Supplier is to undertake all necessary civil wok etc for installation of DG & Accessories. ACOUSTIC CANOPY

7.

Suitable canopy is to be provided for outdoor installation. ORIGIN OF EQUIPMENT Preferably USA , UK. ACCEPTABLE MAKES

8.

CUMMINS, CATERPILLAR. PROVISION OF SPARES/CONSUMABLES

6.

Supplier is to provide all OEM recommended parts including consumables required for scheduled maintenance/operation for 01 year operation of the equipment. (List is to be provided with the proposal for vetting) and 3 ½ years Depot level spares may be provided.


ANNEX ‘B’ S. No

GENERAL INSTRUCTIONS

1.

DELIVERY SCHEDULE

FIRM’S REPLY/ REMARKS

The equipment/stores are to be delivered within 06 months from the date of signing of contract on FOR Karachi basis. 2.

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 Committee). (3)

acceptance

by

JIC

(Joint

Inspection

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.


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. UPDATES & CURRENT INFORMATION

5.

Supplier in his “Offer/Quotation� is to provide latest updates and current information about technical specifications/date. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the supplier will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, then detail of those parts are also to be provided. LOGISTIC SUPPORT a. Running spares for 1000 hours are to be included in the package as per standard manufacturer/OEM recommended list. b. Manufacturer/OEM/supplier to certify that the spares will be available to support the supplied equipment for at least 10 years. c. List of Spare parts required for top overhaul of engine is to be provided with offer alongwith part Nos.

6.

d. The Generator will be provided with lube oil, coolant and all types of oil & air filters necessary for installation & commissioning. DOCUMENTATION a. 02 Sets of following original books and catalogues be provided at the time of supply/delivery of the equipment at NSD: Operator Manual b.

Operator manual containing: (1) (2) (3)

Equipment description, operation & specifications. Standard illustrated parts list. Operator level maintenance requirements.

Maintenance Manuals c. Maintenance manuals covering maintenance upto level IV containing following:


(1) OEM recommended trouble shooting procedures. (2) Servicing, maintenance, adjustment / test, removal / installation of subassemblies / parts. (3) List of vendors (names/addresses). (4) Illustrated Parts Catalogue (IPC)/ Parts Identification List(PIL). (5) List of OEM recommended all applicable scheduled maintenance routines (calibration routines) alongwith periodicity and detailed procedures. (6) List of OEM recommended spares to conduct each scheduled maintenance routine alongwith relevant information as mentioned in sub para c below. (7) List of OEM recommended tools/test equipment to conduct each scheduled maintenance routine alongwith complete details for identification purposes. (8) Drawings for mechanical and electrical system, assemblies/sub assemblies and components. (Note: Photocopies of documentation will not be accepted). Depot List d.

Provision of depot level spares list with following details: (1) Part No. (2) Patt No. (3) Description (4) Denomination (5) Price (6) OEM/Address, e-mail address, phone, fax & website etc. (7) Special storage requirement, (if any) (8) Shelf life (if any)

e. Firm will provide 01 set of above documents against IT for study of PN, at the time of TSR. f. The OEM's original brochure of the equipment containing all technical details is to be provided by the supplier alongwith technical offer.

7.

g. Firm is to obtain 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. 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.

8.

Provision of computer based training CDs/DVDs.

c. Training charges (if any) to be mentioned in the quotation by supplier. 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. g. DP(N) shall ask contracting firms to either provide OEM conformance certificate to CINS or is to be e-mailed to CINS directly by the OEM. Hard copy of conformance certificate must follow in any case through courier. On receipt CINS shall approach the OEM for verification of conformance certificate issued by the OEM Companies/firms rendering false OEM conformance certificates will be black listed Obtaining of Licenses h. It is the responsibility of the supplier to obtain licenses/permits etc (if any) in the seller’s country. Failure to obtain the same shall not constitute grounds for Force Majeure.


Packing j. Packing of equipment should be of international quality standards to be worthy of air, sea, rail and road transportation. Joint Inspection Committee k. A joint inspection committee comprising reps from CINS, PNPI, and NSD will carryout joint inspection of delivered equipment/stores at NSD within 15 days of receipt of stores. Para 3 e above also refers. Origin of Supply l. Supplier in his” Offer/Quotation” is to specifically mention country of origin for the stores which will be subsequently endorsed in the “Contract. Discontinuation of Production m. In case of discontinuation of production of any component part as result of obsolescence 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 n. The equipment and accessories are manufactured and assembled in accordance with Western EU standards or equivalent. The Quality standards compliance certificate is to be submitted with the offer.

9.

p. OEM be ISO or own country’s (in case of Western EU) standards certified. Certificate to this effect of OEM is to be provided by supplier while exact mentioning of ISO classification and own country (in case of Western EU) standards, at the time of supply/delivery of the equipment at NSD. 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 8 of Annex ‘A’ are not provided. (3) Documentation at clause 6 (a to e) of Annex ‘B’ not provided.


(4) ‘B’.

Training is not conducted as per clause 7 (a to b) of Annex

(5) Clause 8 (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.

10.

b. The final acceptance certificate will be signed by PN only after successful completion of all acceptance trials to the entire satisfaction of PN. TRIALS Full Power Trials as per OEM criteria at purchaser’s site under supervision of a qualified engineer of the manufacturer for testing integrity and satisfactory operation of the entire system would be carried out in presence of PNPI staff. The trials team comprise of 01 rep of end user (PNPI staff) and reps of SIM (kci) mechanical and electrical staff. Trials criteria to be agreed prior contract and to be added in contract. During trials DG will run at 25%, 50%, 75%, 100% and 110% of maximum load, for mutually agreed duration. In case of DG failure during trials, the supplier will be responsible to replace the defective part of the DG or complete DG at firm’s expense (including transportation, labour & service charges) and complete the trials. A trial report upon completion of trials to be forwarded to NWE Dte by end user duly signed by the trials team.

11.

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 PNPI b. Arrangements for Securing and (Civil Works) masonry work (basement preparation) for installation/commissioning/STW of said machine at PNPI is to be done by supplier

c. Commissioning charges (if any) to be mentioned in the quotation by supplier. 12. SOURCE OF SUPPLY a Supplier in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockist. b In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockist, a documentary proof to this effect comprising


OEM’s Dealership Certificate in respect of Dealer/Agent/Stockist is to be provided by the supplier with following endorsements: (1)

Certificate reference number with date.

(2)

Name of the authorized Dealer/Agent/Stockist.

(3)

Last date/duration/period for validity of dealership.

Supplier in his “Offer/Quotation” is to provide OEM’s contact (address, email address, phone, fax and website etc). 13.

PRICE OF ALL DELIVERABLES a. In his quotation the supplier should separately mention the price as per following format: S. No (1) (2) (3) (4)

14.

Description Complete equipment Mandatory accessories Operator manual Maintenance manual

Price

b. DP (N) is requested to ensure that commercial offer clearly indicates above listed prices. TSR Technical scrutiny of quotations forwarded by the bidders will be carried out by a committee comprising 02 or more officers nominated by NHQs. In case of non-compliance to any of the clause of Annex ‘A’ to indent, offer is subject to technical rejection.

15. DISTRIBUTION OF CONTRACT

16.

Copies of the contract are to be forwarded to DCM (NHQ), DNWE (NHQ), HQs COMLOG, PNPI, CO NSD and CINS. CONSIGNEE The Commanding Officer Naval Store Dept at PN Dockyard KARACHI Ph: 48508500 E-Mail:

CCD-I@PAK.NAVY.COM


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 TO THE TENDER INQUIRY OR SUCH PORTION THEREOF AS YOU MAY SPECIFY IN THE ACCEPTANCE OF TEND PRICES OFFERED AGAINST THE SAID SCHEDULE AND FURTHER AGREE THAT THIS OFFER WILL REMAIN VALID DAYS AND WILL NOT BE WITHDRAWN OR ALTERED IN TERMS OF RATES QUOTED AND THE CONDITIONS ALREA THEREIN OR ON BEFORE THIS DATE. I/WE SHALL BE BOUND BY A COMMUNICATION OF ACCEPTANCE TO BE D WITHIN THE PRESCRIBED TIME.

2. I/WE HAVE UNDERSTOOD THE INSTRUCTIONS TO TENDERS AND GENERAL CONDITIONS GOVERNING CO FORM NO. DP-35 (REVISED 2002) INCLUDED IN THE PAMPHLET ENTITLED, GOVERNMENT OF PAKISTAN, M DEFENCE (DIRECTORATE GENERAL DEFENCE PURCHASE) “GENERAL CONDITIONS GOVERNING CONTRA HAVE THOROUGHLY EXAMINED THE SPECIFICATIONS/DRAWINGS AND/ OR PATTERNS QUOTED IN THE HERETO AND AM/ARE FULLY AWARE OF THE NATURE OF THE STORES REQUIRED AND MY/OUR OFFER IS T STORES STRICTLY IN ACCORDANCE WITH THE REQUIREMENTS. 3. THE FOLLOWING PAGES HAVE BEEN ADDED TO AND FORM PART OF THIS TENDER: A. ………………………………………. B. ………………………………………. C. ………………………………………..

YOURS FAITHFULLY, ………………………………… (SIGNATURE OF TENDERER) ……………………………………. (CAPACITY IN WHICH SIGNING) ADDRESS:……………………………….. DATE………………………………. SIGNATURE OF WITNESS…………… ADDRESS…………………………………..


*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 UNDER THE PARTNERSHIP ACT 1932, THE CAPACITY IN WHICH SIGNING E.G., THE DIRECTOR, SE MANAGER, PARTNER, ETC. OR THEIR ATTORNEY AND PRODUCE COPY OF DOCUMENT EMPOWERI 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


NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

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

6. 7.

________________________________________________________________________ ________________________________________________________________________ 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)



Gwadar Port Authority GPA Head Office at Port area , Gwadar 92100 Phone:0864-210073 Fax: 0864-210075

TENDER NOTICE

Gwadar Port Authority invites sealed Tenders from reputed firms for following Electric works in GPA.

S.NO.

NATURE OF WORKS

TENDER DOCUMENTS FEE

1

Repairing of 40 KW Gen-set installed in GPA Head Office.

Rs.1000/= refundable)

(Non

TENDER DOCUMENTS ISSUANCE DATE 06-12-2012 To 24-12-2012

TENDER SUMISSION DATE & TIME 26-12-2012 11:30 am

TENDER OPENING DATE & TIME 26-12-2012 11:30 am

The tender documents containing detailed specifications, Drawings, terms and conditions can be obtained from the office of the undersigned Tenders will be opened in the presence of contractors or their representatives, who may wish to be present. The Earnest Money @ 2% of tender cost must be attached with the tender in the shape of pay order/Bank Draft in the favour of GPA. Bidding will be conducted using the National competitive Bidding Procedure specified in the public procurement rule 2004 (PPRA Rule 2004). GPA reserves the right regarding rejection of bids as defined in clause 33(1) of PPRA rule 2004.

DY. DIRECTOR (ELECT) Gwadar Port Authority















PAKISTAN BROADCASTING CORPORATION PROCUREMENT CELL, ISLAMABAD. TENDER NOTICE Sealed tenders are invited on their letter head from reputed and financially sound manufacturers/dealers having their own office telephone number, registered with Income and Sales Tax Departments and enlisted in Government/ Semi Govt. Organizations for the supply of the following Equipment on F.O.R Islamabad basis:

Tender No.

Description

Qty.

(i) Supply & Installation of three Phase 500 KVA, Diesel Generator (Branded), alongwith CANOPY and all necessary accessories (Make: USA/UK/EUcountries)

01 No

PROC-4(122)/12 (ii) Automatic Change Over Switch (Imported), for three Phase 500 KVA, Diesel Generator, (Make: USA/UK/EUcountries)

Time/Date of Tender Opening

Delivery period

Tender fee (nonrefundable)

1100 Hrs. 26-12-2012

30 Days

Rs.1,500/-

01 No

Tender documents and other details can be obtained from this office as well as from the office of Deputy Controller (Engineering), PBC, Broadcasting House, Gulshan-e-Iqbal, near Civic Centre, Karachi (Telephone No.021-99230467) on any working day during office hours. The tenders along with 02% of the total quoted cost in shape of call deposit/Demand Draft as earnest money will be received in this office up to 1030 hours on 27-12-2012 and will be opened at 1100 hours on the same date as mentioned above in the presence of the bidders or their authorized representatives who may care to attend. The competent authority reserves the right to accept/reject any or all tenders as per PPRA rule.

(Syed Azmat Ali Shah) Dy. Controller For Controller (Procurement) Phone: 051-9215823 Fax: 051-9215821


UNIVERSITY OF ENGINEERING AND TECHNOLOGY, LAHORE (BUILDING AND WORKS DEPARTMENT.) (NOTICE INVITED TENDER) Sealed items/percentage rate tender for the works detailed below are invited from the approved contractors of the University of Engineering and Technology, Lahore on the following terms and conditions: 1.

2. 3. 4. 5. 6. 7. 8.

9. 10.

The tenders will be received at 11.00 AM on the dates given below and will be opened at the same time and date in the presence of the contractors or their authorized agents, who care to be present. No telegraphic tender or tender by post will be entertained. No conditional tender will be entertained/ accepted. No tender will be issued without earnest money in the shape of deposit-at-call of any scheduled bank. Detailed particulars of work can be seen in the office of the undersigned on any working day during the office hours. For getting the tender documents, fee must be deposited with the Habib Bank Limited, University of Engineering and Technology, Lahore. The undersigned reserves the right to reject any or all tenders without assigning any reason thereof. Tender documents can be obtained by the intending tenderers during office hours on payment of the prescribed tender fee, which is non refundable. No tender will be issued on the date of receipt of tenders. The tender from a firm or company participating as a joint venture should be accompanied with power of attorney on proper judicial papers. Tenders will be issued to those contractors/firm who will satisfy the undersigned regarding their past performance. No tender will be issued to any contractor/firm as a matter of right.

Sr. No

Name of Works

1.

Supply and Erection of 4x500 KVA Diesel Genset Synchronization with Step-up 400 Volts to 11 KV System at Power House in the Campus. Supply and Erection of 2500 KVA Step-Up Transformer for Synchronization System with 400 Volts to 11KV Systems at Power House in the Campus. Construction of Room (Two Numbers) for Changeover Panel Near R.T House, Chemical Engineering Department UET, Lahore. P/F Car Parking Shed for Faculty Members for I.M.E in the Campus. Construction of Chamber for New Main Block Tubewell in the Campus. Supply and Erection, Services Earth Pit Testing & Commissioning Charges of 4x500 KVA Diesel Genset Synchronization with StepUp 400 Votls to 11 KV System at Power House in the Campus. Supply and Erection of H.T Line for WAPDA Supply Officer Colony Changeover Switch Near Chemical Department UET, Lahore. Supply and Erection of H.T Line for WAPDA Supply of Jamia Mosque to R.T House Changeover Switch for Hostels UET, Lahore.

2.

3.

4. 5.

6.

7.

8.

Estimated Cost.

Earnest Money

Time Limit

Tender Fee.

Date of Receipt

Rs.55,56,400/-

Rs.1,11,128/-

One Month

Rs.2,780/-

31-12-2012

Rs.30,16,000/-

Rs.60,320/-

-do-

Rs.1,510/-

-do-

Rs.8,64,000/-

Rs.17,280/-

-do-

Rs.450/-

-do-

Rs.3,50,000/-

Rs.7,000/-

-do-

Rs.200/-

-do-

Rs.4,11,200/-

Rs.8,224/-

-do-

Rs.250/-

-do-

Rs.29,45,947/-

Rs.58,920/-

15-Days

Rs.1,475/-

-do-

Rs.5,64,500/-

Rs.11,290/-

-do-

Rs.300/-

-do-

Rs.9,84,300/-

Rs.19,686/-

-do-

Rs.500/-

-do-

(Engr. Mian Shahid Latif) Project Director.



















PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE

ANNUAL MAINTENANCE SERVICE CONTRACT FOR 500 KVA DG SET AT LAHORE AIRPORT TENDER # AM/2711-AC Sealed bids are invited from reputed & renowned contractors for the above captioned tender. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING DATE

2% of total bid value 14-12-2012 28-12-2012 31-12-2012; 09:15 AM 31-12-2012; 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. Bidding Procedure will be “Single Stage – One Envelope”. The bid shall comprise one single envelope containing separately, financial proposal and technical proposal. Bidder must submit all relevant documents, Technical Details, Company profile, National Tax Number (NTN) & General Sales Tax (GST) / Sind Sales Tax (SST) Certificates where applicable, Work Experience Details or any other information deemed necessary , along with bid documents. PSO may ask for any further information at any time during evaluation period if required and PSO may reject any/all bid(s) according to PPRA rule 33. 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. Bids will be opened on the aforementioned date & time in the presence of bidders or their authorized representatives. Prospective bidders are invited to attend the tender opening. (Single representation only). Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft (only acceptable) is amendatory requirement of tender and should be dropped in Tender Box No # 2, marked “PROCUREMENT” at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton Karachi or mailed to reach this address before aforementioned due date and time. Those bidders who conform technical specifications & requirements including terms & conditions of the contract shall be eligible for award of contract. This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualify for other similar future jobs in PSO.

This advertisement is also available on PSO website www.psopk.com and PPRA website www.ppra.org.pk




m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0










GOVERNMENT OF PAKISTAN BENAZIR INCOME SUPPORT PROGRAMME ISLAMABAD IFB # 1-25/PSG/2011

(Purchase of Generators) The Benazir Income Support Programme (BISP) invites sealed bids from the original manufacturers/ their authorized distributors/suppliers in Pakistan registered with Income Tax & Sales Tax Dept. for supply of following capacity of Generators to Regional/Tehsil Offices of Punjab, Sindh, KPK, Balochistan, AJK and GB:S. No

Generator Type as per Rated Output

Quantity

1

3KVA

406

2

7 KVA

09

3

10 KVA

02

2. Interested eligible bidders may purchase a complete set of bidding documents containing detailed terms and conditions & specifications of required items from Room No. 232, Benazir Income Support Programme, F-Block, Pak. Secretariat, Islamabad on submission of written application (company letter head) supported by copy of NTN & GST certificates and on payment of non-refundable fee (in shape of pay order/demand draft/call deposit) of Rs. 1,000/- (Rupees one thousand only) till 15th January, 2013. Copy of tender notice is also available on the website of PPRA (www.ppra.org.pk) & BISP (www.bisp.gov.pk). 3. Single stage-one envelope procedure shall apply. Sealed bids supported by earnest money @ 2% of the total bid value in the shape of pay order/demand draft/ call deposit should reach the Benazir Income Support Programme, F-Block, Pak. Secretariat, Islamabad on/or before 1100 hours by 16th January, 2013. A Sealed Bid Box is placed at the reception counter of said premises. Bids will be opened on the same date at 1130 hours in the presence of the bidders/ their authorized representatives, who may choose to be present. 4. The bidders are requested to give their best and final prices inclusive of all taxes and transportation cost etc. as no negotiations on the prices are allowed. The Procuring Agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal by invoking rule 33 of PPR-2004. (Director Procurement) Benazir Income Support Programme F-Block, Pak. Secretariat Islamabad Tel: 051- 9246302





















LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

INVITATION OF BIDS FOR PROCUREMENT OF DIESEL GENERATOR 100 KVA Sealed Bids are invited from prequalified firms for the supply of Diesel Generator 100 KVA. Interested eligible Bidders may obtain further information from General Manager (P & C) Office LWMC and inspect the Bidding Document at the address given below from 0900 to 1500 hours. The Bidding Document, in the English language, may be purchased by the interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of Pak Rs.2,000/- A pre-bid meeting will be held at the address given below at 1100 hours on Jan 02, 2013. Bids must be delivered to the address below at or before January 08, 2013 on 1100 hours. All Bids must be accompanied by a Bid Security of not less than PKR 100,000/-of the bid price in Pak Rupees in the form of CDR. Late bids shall be rejected. Bids will be opened on the same day on 1130 Hours in the presence of the Bidders’ representatives who choose to attend at the address below. The total time period for supply of aforementioned items will be 15 days after issuance of purchase order/award letter. M/s Lahore Waste Management Company will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

General Manager (P & C) Office No. 4&5, 4 Floor, Shaheen Complex, Egertan Road, Lahore Ph: 092-42- 99205153-55, Fax: +92-42-99205156 Email: procurement@lwmc.com.pk th

Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore Tell: +92-42-99205153-55 Fax: +92-42-99205156 Email: info@lwmc.com.pk





COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DP-I, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be 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 OF PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

Understood 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 agreed ‘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.

Understo not agree

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 Understood quoted agreed be in figures as well as in words alongwith essential literature/brochure. It should 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. Understood agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening. c. Special Instructions. Tender documents and its conditions may please be Understood read point by point and understood properly before quoting. All tender conditions agreed should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies of Understood agreed 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 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

Understo not agree

Understo not agree

Understo not agree

Understo not agree


be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

Understood 3. Date and Time For Receipt of Tender. Tender must reach this office by the date agreed and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

4. Tender Opening. Tenders will be opened as mentioned in the schedule to Understood tender. agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5.

Understo not agree

Understo not agree

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

Understo not agree

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

6. Part Bid. Firm may quote for the whole or any portion, or to state inagreed the tender that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. 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 quotedUnderstood or not agreed quoted consequently on three occasions, this Directorate, in the interest of economy, will

Understo not agree

Understo not agree

Understo not agree


consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Under not ag

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers before agreed signing of the contract and within validity period of their offers. In case the firm withdraws its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year.

10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood

Under not ag

agreed

a. A copy of letter showing firm’s financial capability/Bank statement. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. 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 Attach

b. In case of un-registered firms, whether they have applied for registration or not, shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms ofUnderstood the agreed contract. Understood agreed

Under not ag Under not ag

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on email address given on page 1. 14.

Marking.

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

15. Documents Required. along with the quote:

Understood agreed

Under not ag

Following documents are required to be submitted

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence for respective tender. Understood agreed

b. The firm/supplier shall provide correct and valid e-mail and Fax No 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 intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall

Und not


approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted. c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers. e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Under agreed

Understood 17. Security Deposit/Bank Guarantee . To ensure timely and correct supply of agreed stores the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site 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 at page 1.

Under not ag

Understood agreed

Under not ag

agreed

Under not ag

agreedof 16. Rejection of Stores/Services. The stores/services offered as a result contract concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood


19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Under not ag

Understood agreed

Unde not ag

Understood

Unde not ag

20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract. 21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract.

22. Discrepancy. The consignee will render a discrepancy report 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. 23.

Price Variation. a.

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

Under not ag

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. 24. Price Reduction (PR). In case the stores on inspection are found to be below Understood agreed 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:

Under not ag

“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

Under not ag


25. Buy back. The seller will buy back the spares/items supplied as a part of this tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items. 26. Force Majeure. The supplier will not be held responsible for anyUnderstood delay occurring in supply of equipment due to event of Force Majeure such as acts of God, agreed 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 agreed

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

Understo not agree

Under not ag

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

Understood agreed

Understo not agree

Understood

Understo not agree

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month agreedare 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.

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

Under not ag


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

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

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

Under not ag

Underst not agre

Under not ag

Termination of Contract. a. If at any time during the currency of the contract the Purchaser decides to Understood terminate the contract for any reason whatsoever (other than for reasons of Nonagreed Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice. b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either: (1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received.

Understo not agree


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. Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full agreed rights to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connected with this Understood agreed enquiry and subsequent actions arising there from come within the scope of the Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. Understood 37. Acknowledgment. Firms will send acknowledgement slips within 07 days from agreed the date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk

38.

Disqualification. Offers may be liable to rejection if: a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

Understood agreed

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are 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. m.

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed.

Understo not agree

Understo not agree

Understo not agree

Understo not agree


q. Earnest money is not provided with the technical offer (or as specified). r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.

Understood

Under not ag

Understood

Under not ag

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision agreedof DP(N) or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

agreed 40. Limitation. Any appeal received after the laps of timelines given in para 39 above shall not be entertained.

41.

The above terms and conditions are confirmed in total for acceptance.

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaire filled in are to be returned with the offer duly signed by the authorized signatory/person. It is pertin 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 Regis Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.


(Signatures of Ten ……………………… (CAPACITY IN WHICH


DP2

INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229058/R-1208/320051 dated . This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 23-01-2013. Please drop tender in the Tender Box No 108. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email

dpnrwp2007@gmail.com S NO

DETAIL OF STORES PARENT EQUIPMENT DORMAN D/G 500 FOR PERKIN DIESEL GENERATOR MODEL 4008 TAG 1 ( S NO DGA080849U0613D)(BROCHURE ATTACHED) NSN 2815-79-506-6510 ROD CONNECTING STEEL LG350MM OD6.5MM END HOLE OD16MM ID4.5MM PART NO: SE91 B /10000-55275

QTY/ UNIT

UNIT PRICE

16 NOS OR 02 KITS CONTAINING O8 ITEMS EACH

Specification OEM GENUINE STORE IS REQUIRED IN OEM ORIGINAL SELED PACKING OEM ADDRESS M/S DORMAN DIESEL LIMITED CENTRAL SPARES DIVISION, P.O. BOX 17, BEEVOR STREET, LINCOLN LN6 7AD ENGLAND TELE: (0522) 21241 FAX: 0522 29204 Above mentioned price includes 16% sale Tax (Please tick Yes or No) No Yes Grand Total Terms & Conditions 1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

ENGLAND.

4.

Origin of OEM.

ENGLAND.

TOTAL PRICE


5.

Technical Scrutiny Report.

Required.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

Pak Rupees. FOR In FOR cases mentioned.

port/airport

of

destination

be

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelop bidding procedure will be followed. PPRA Rule 36(6).

11.

Earnest Money/Bid Security: Earnest Money/Bid Security at the rate of 2.5 % of the bid value shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall not be accepted and render for rejection. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi.

12.

Return of Earnest Money.

At least 90 Days, extendable to 120 Days.

a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers). d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, and subsequently provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers). 13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED.


e.

Company registration certificates are to be attached with offer.

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelope in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g. Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer. h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.


Annex ‘A’ to Indent No. 229058 SPECIAL INSTRUCTIONS Source of Supply 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockist will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockist. 3. In case the stores are 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 Supplying Firm with following endorsements. a. Certificate reference number with date. b. Name of the authorized dealer/agent/stockiest. c. Last date/duration/period for validity of dealership. 4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc). ORIGIN OF SUPPLY 5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract” UPDATES & CURRENT INFORMATION 6. Supplying Firm in his “Offer/Quotatio” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided. DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009: (1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. (6). Contracting firm to either provide OEM conformance certificate to CINS or is to be e-mailed to CINS directly by the OEM. Hard copy of conformance certificate must follow, in any case, through DHL courier. On receipt, CINS shall approach to OEM for verification of conformance certificate issued by the OEM. In case of companies/firms rendering false OEM conformance certificate, disciplinary action will be initiated against such firms/companies.

c. OEM Test Certificate. d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm. e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.


BROCHURE S No a. b. c. d. e.

NSN NO

DESCRIPTION

PART NO

PARENT EQUIPMENT

2815-79-509-2988 2815-79-511-0628 2815-79-506-6510 2815-79-515-9165 2815-79-509-0491

Kit Con Rod Kit Con Rod Kit Con Rod Kit Con Rod Kit Con Rod

SE91/Q SE91/Q SE91 B SE91 T SE91

Perkin 4008 Perkin 4008 TAG 1 Dorman 500 KVA Perkin4008 TAG 2A Dorman 500 KVA

The connecting rod used in Perkin 4008 Series and Dorman 500 KVA Engines are same Being similar items, procurement under any of the above mentioned particulars at S no b, c or d is acceptable Copies of part catalogues showing S No b, c and d are also enclosed for further necessary action, please.








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 DETA SCHEDULE TO THE TENDER INQUIRY OR SUCH PORTION THEREOF AS YOU MAY SPECIFY IN THE ACCEPTAN TENDER AT THE PRICES OFFERED AGAINST THE SAID SCHEDULE AND FURTHER AGREE THAT THIS OFFE REMAIN VALID UP TO 120 DAYS AND WILL NOT BE WITHDRAWN OR ALTERED IN TERMS OF RATES QUOTED A CONDITIONS ALREADY STATED THEREIN OR ON BEFORE THIS DATE. I/WE SHALL BE BOUND BY A COMMUNICAT ACCEPTANCE TO BE DISPATCHED WITHIN THE PRESCRIBED TIME.

2. I/WE HAVE UNDERSTOOD THE INSTRUCTIONS TO TENDERS AND GENERAL CONDITIONS GOVERNING CON IN FORM NO. DP-35 (REVISED 2002) INCLUDED IN THE PAMPHLET ENTITLED, GOVERNMENT OF PAK MINISTRY OF DEFENCE (DIRECTORATE GENERAL DEFENCE PURCHASE) “GENERAL CONDITIONS GOVE CONTRACTS” AND HAVE THOROUGHLY EXAMINED THE SPECIFICATIONS/DRAWINGS AND/ OR PATTERNS QUO THE SCHEDULE HERETO AND AM/ARE FULLY AWARE OF THE NATURE OF THE STORES REQUIRED AND MY/OUR IS TO SUPPLY STORES STRICTLY IN ACCORDANCE WITH THE REQUIREMENTS. 3. THE FOLLOWING PAGES HAVE BEEN ADDED TO AND FORM PART OF THIS TENDER: A. ………………………………………. B. ………………………………………. C. ………………………………………..

YOURS FAITHFULLY, ………………………………… (SIGNATURE OF TENDERER) ……………………………………. (CAPACITY IN WHICH SIGNING) ADDRESS:……………………………….. DATE………………………………. SIGNATURE OF WITNESS…………… ADDRESS…………………………………..

*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 AND UNDER THE PARTNERSHIP ACT 1932, THE CAPACITY IN WHICH SIGNING E.G., THE DIR SECRETARY, MANAGER, PARTNER, ETC. OR THEIR ATTORNEY AND PRODUCE COPY OF DOC 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

NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.


1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

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

6. 7.

________________________________________________________________________ ________________________________________________________________________ 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)




ADVERTISEMENT DETAILS

PROCUREMENT & SERVICES

PRESS TENDER ADVERTISEMENT TEXT: PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE Sr. No 1 2 3

Subject Annual Contract for Preventive & Corrective Maintenance of DG Sets at PSO Operating Locations (South Zone). Annual Contract for Preventive & Corrective Maintenance of DG Sets at PSO Operating Locations (Central Zone). Annual Contract for Preventive & Corrective Maintenance of DG Sets at PSO Operating Locations (North Zone).

Tender # OP/2712-AC OP/2713-AC OP/2714-AC

Sealed bids are invited from reputed & renowned suppliers / contractors for the above captioned tenders.

EARNEST M ONEY IN THE FORM OF PO/DD C OST OF TENDER IN THE FORM OF PO/DD: T ENDER COLLECTION (START DATE) T ENDER COLLECTION (END DATE) T ENDER SUBMISSION UP T O T ENDER OPENING DATE

2% of total bid value Rs. 2,000/- in favour of Pakistan State Oil Co Ltd (for each tender). 28-12-2012; 03:00 P.M till 04:30 P.M.

10-01-2013; till 4:30 P.M. 14-01-2013; 02:15 PM 14-01-2013; 03:00 PM ONWARDS

DOCUMENTS COLLECTION: -

Documents for the subject tenders may be obtained on submission of a written request on company’s letterhead / email and tender fee during the aforementioned date and time from the address given below:

CONTACT INFORMATION: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, C LIFTON, KARACHI TEL: 111-111-PSO (776), Ext. 2267 FAX: 021 – 9920 3796 Email: procurement@psopk.com

NOTES: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. Bid opening procedure will be “Single Stage – One Envelope”. The bid shall comprise of one single envelope containing separately, financial proposal and technical proposal (if any). Technical proposal shall contain company profile, experience detail, technical details, National Tax Number (NTN) & General Sales Tax (GST) / Sind Sales Tax (SST) Certificates where applicable or any other information deemed necessary. Attachment of earnest money in the form of Pay Order / Demand Draft with the bidding documents is mandatory. PSO may ask for any further information and details at any time during evaluation period if required and PSO may reject any/all bid(s) according to PPRA rule 33. - 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. Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for award of contract. - This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualifies for other jobs in PSO.


PROCUREMENT & SERVICES

ADVERTISEMENT DETAILS

Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft (only acceptable) should be dropped in Tender Box No # 2, marked “PROCUREMENT” 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 publically opened in the presence of bidders or their authorized representatives (single representation only). ATTENTION! Vendors are requested to visit PSO website regularly for all uploaded tenders / pre-qualification notices. In near future, tenders / pre-qualification documents would have to be downloaded directly from PSO website by vendors. This advertisement is also available on PSO website www.psopk.com and PPRA website www.ppra.org.pk









CENTRAL ORDNANCE DEPOT - KARACHI Central Ordnance Depot Karachi 15 Tel : Mil: 6702/2019 1002 / PPRA / KRD-6 / 12-13 / LP 26 Dec 2012 To:

____________________________ ____________________________

Subject: 1.

Tender Inquiry AM Pkg Items FY 2012-13

Date and time of closing of tender is 11 Jan 2013 upto 1030 hours.

2. Date and time of opening of tender is 11 Jan 2013 at 1130 hours at the premises of Central Ordnance Depot Karachi. 3. Rates are invited for supply of stores as mentioned in the list attached as Anx ‘A’, ‘B’, ‘C’ and ‘D’ of tender inquiry. 4. TERM AND CONDITION GOVERNING BIDDING / PURCHASES AND GENERAL INSTRUCTION FOR BIDDERS:- Following are the term / conditions and general instruction:a.

The purchase can be waive off any of the condition (s) stipulated in this Tender Inquiry and reserves the right to accept or reject thereto.

b.

Bidders should note that decision of Commandant Central Ordnance Depot Karachi will be final and binding in respect of acceptance / rejection of the offer (s).

c.

All supplies will be subject to tests and inspection (s) either by a Board of Officers constituted for the purpose or. Any cost incurred on tests / inspection (s) and store (s) consumed in the same will be born by suppliers(s).

d.

Successful bidders will have to complete the supplies within period as specified in the purchase order(s), failing which appropriate penalty as decided by Commandant Central Ordnance Depot Karachi / Commanding Officer(s) of Ordnance Units(s) will be imposed alongwith necessary / appropriate disciplinary action will also be taken.

e.

During warranty period (if store(s) supplied is/are backed by warranty) if a fault (s) occurs in supplied store (s) then supplier will be responsible to either rectify the fault(s) communicated or get the faulty part(s) replaced with 7 (seven) days of receipt of information in this regard from the purchaser at his specified place(s) which can be other then the place of delivery of store (s). In case supplier fails to rectify the fault(s) or replace the faulty part(s) in a specified time then purchaser will have the right to take disciplinary action against the supplier and also impose penalty if considered necessary/ appropriate.

f.

During warranty period it will be the responsibility of the supplier to carry out periodic maintenance of supplied store (s) as prescribed by the manufacturers free of cost at purchaser’s specified place (s) which can be other than the place of delivery of store(s)


5.

g.

Store offered would be brand new, unused, as per approved specifications, drawing and sample(s) where applicable.

h.

In case of an item has no specifications, drawing or approved sample then a Board of Officers appointed for the purpose will decide its acceptable standard(s)

i.

Make / Model / Brand and Country of Origin of store(s) must be mentioned where applicable.

j.

Price / Rate(s) will be quoted for store(s) as per Specification(s), drawing (s) and approved sample(s) where applicable.

k.

Price(s) / Rate(s) will be quoted on delivery basis at locations as mentioned in Para 4 above.

l.

Price(s) / Rate(s) quoted must be inclusive of all applicable taxes / duties.

m.

Price(s) / Rate(s) quoted must be net per accounting unit.

n.

Only one price / rate will be quoted against an item, multi prices / rates if quoted will lead to rejection of the offer(s).

o.

Price/Rate (s) will be quoted in Pakistani Currency.

p.

Price(s) / Rate(s) quoted will be valid for six months from date of opening of tender(s).

q.

Bid Security / Performance Guarantee may be asked, if required.

r.

Successful bidder(s) will have to supply store(s) as per price(s) / rate(s) quoted for six months from date of opening of tender’s or else appropriate disciplinary action will be taken against that.

s.

Sample(s) test/inspection for acceptance of store(s) to be supplied against purchase order(s) will not be untaken as test / inspection processes will only commerce when complete / ordered quantity(s) has been supplied.

t.

Part delivery / Part payment will not be accepted / made.

u.

Payment will be made after acceptance of ordered store(s).

Special Instructions. a.

Bidders are prohibited from making changes / amendment in soft copy (CD) provided by Central Ordnance Depot with tender inquiry documents.

b.

As far as possible price(s) / rate(s) must be quoted against each item, were price(s) / rate(s) are not being quoted this should be reflected by words “Not Quoted”.

c.

List of store(s) (hard copy) will be submitted duly typed, (not hand written) signed and stamped on each paper or else offer will be rejected.

d.

Price(s) / Rate(s) quoted must be typed and not hand written on hard copy or else offer will be rejected.


e.

Hard copy (list of store(s) having quoted rates(s) will be taken as “Offer” instead of “Soft Copy” submitted with it.

f.

No change should be made in soft copy of tender inquiry provided (list of store(s) and bidders should fill price(s) / rate(s) in front of the item(s) without deleting / amending any column / row and without disturbing the serial number(s).

6. Purchaser’s Right. Purchaser does not pledge to accept the lowest or any tender and reserves the right of accepting the whole or any part of the offer made. 7. Delivery of Tender. The offer is to be submitted while using CD (soft copy) / List of stores(s) (hard copy) issue with tender inquiry documents in one envelope. 8. Date and Time of Receipt of Tender. Your tender must reach this office / dropped in tender box placed at reception of Local Purchase Branch by time and date as specified in para above. This office 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 fall on next working day in case of closed / forced holiday. 9. Tender Opening. day (as of closing day).

Tender will be opened an hour after the above timing on same

10. Validity of Offer(s). The validity of offer(s) will be six months. The period of which will commence from the date of opening of the tender (s). 11. With-drawl of Offer. If a bidder / firm withdraw(s) its offer within validity period the competent authority (Commandant Central Ordnance Depot Karachi) may place such bidder / firm under embargo or blacklist the same. 12. Pre-Qualification of Supplier and Contractors. under:a.

Pre-qualifications

are

as

On provision of valid security clearance of GHQ Military Intelligence Directorate and proper registration letter from any military installation can participate in the tender inquiry.

b.

Valid NTN Certificate

c.

Valid Sales Tax Certificate

d.

Valid Professional Sales Tax Certificate.

e.

Copy of CNIC of the proprietor.

f.

2 x photographs of proprietor.

g.

Bank statement for last six month.

h.

Application for registration in Central Ordnance Depot Karachi with complete profile.

i.

Incase firm is not properly registered with this installation would provide performance certificate from the installation where properly registered.


13.

Disqualification. a. b.

Offer (s) are liable to be rejected if:-

There is any deviation from General / Special Instructions/Pre qualification of supplier/contractors. Price(s) / Rate(s) are offer excluding / applicable duties / taxes.

c.

If price(s) / rate(s) are not quoted (where applicable) against store(s) / item(s) with approved specification(s), drawing(s) / sample(s).

d.

Offers are found conditional or incomplete in any respect.

e.

Multiple price(s) / rate(s) quoted against an item.

f.

More then one offer is made / submitted in same envelope.

g.

Received later than appointed / fixed date and time.

h.

Offers containing non – initialed un authenticated correction / over writing(s).

j.

Offers not submitted while using CD (soft copy) / List of store(s) (Hard Copy) issued with tender inquiry documents.

k.

If validity of offer is not quoted as required (as mentioned in tender inquiry) or made subject to confirmation later.

l.

Offr made through Fax / E – mail / Telex.

m.

If offer is found to be based on cartel action in connivance with other sources / participants of the tender.

n.

A certificate will be deposited with this depot as per Anx ‘C’ to this letter alongwith quotation(s).

14. Right’s Reserved. Commandant Central Ordnance Depot Karachi reserves the rights to accept or reject any or all offers including the lowest. 15.

Application of Official Secret Act.

All the matter connected with the inquiry

and subsequent actions arising there from are within the scope of official secret Act, 1923 Note: This tender inquiry is also available on PPRA website www.PPRA.Org.Pk

JOMO For Comdt (Asif Ali)


Anx ‘A’ To COD Karachi letter no.1002 / PPRA / KRD-6/12-13/LP dated 26 Dec 2012 TENDER AM PKG ITEMS Ser

Part No

1

6115-ZO-210-0549

Nomenclature

A/U

Gen Set Engine Driven 400/230V, 3 Phase, 50 C/S (Hzs) 50 Nos KVA Contonous alongwith ATS Pannel ( as per attached GSR )




Anx ‘B’ To COD Karachi letter no.1002 / PPRA / KRD-6/12-13/LP dated 26 Dec 2012 TENDER AM PKG DEF BRICKS STORES/GEN STORES Ser

Part No

Nomenclature

A/U

1

5150-ZO-250-7691

Sand Bag Polypropylene Khaki 85 cm x 35 cm, 70gm with twin Jute as Tying Cord

Nos

2

9510-ZP-103-3223

Steel I Sec 6 Ft Long (wt 17.690 Kg)

Nos

3

8465-ZO-250-9641

Belt Waist Ribbed Black Large

Nos

4

8465-ZO-250-9642

Belt Waist Ribbed Black Medium

Nos

5

8465-ZO-250-9643

Belt Waist Ribbed Black Small

Nos

6

8405-ZO-250-3851

Cap Comforter Khaki

Nos

7

8405-ZO-250-3852

Gloves Knitted Khaki Size-0

Pair

8

8405-ZO-250-3853

Gloves Knitted Khaki Size-1

Pair

9

8405-ZO-250-3854

Gloves Knitted Khaki Size-2

Pair

10

8405-ZO-250-3855

Gloves Knitted Khaki Size-3

Pair

11

8405-ZO-250-7318

Beret Red (Sind) Size-6 48"

Nos

12

NIV

Iron Pipe Conduct 5 FT Long

Ft

13

NIV

Bamboo 3" 20 Ft Long

Ft

14

NIV-3899

Cook Hard

Kg

15

NIV-3896

Iron Mild Sheet 8x1/8"

Kg

16

NIV-753

Iron Netting 24 BG

Ft

17

8310-ZO-250-0416

Thread Cotton White 3/10

18

NIV-614

Line Cotton 1/2

19

8305-ZO_250-1009 Web Cotton Khaki 1/2

Mtr

20

NIV-560

Web Cotton Green 1 1/2

Mtr

21

8305-ZO-250-7523

Canvas Cotton Green 36"

Mtr

Tube Kg


Anx ‘C’ To COD Karachi letter no.1002 / PPRA / KRD-6/12-13/LP dated 26 Dec 2012 TENDER QC LAB ITEMS Ser

Nomenlature

A/U

1

Hydro Static Meter Dia 8" (for Pressure Head Test)

Nos

2

Crucible (for Ash Testing)

Nos

3

Seave Mash (for Bowel Test)

Nos

4

Rope Guage (Measurement of Rope)

Nos


Anx ‘D’ To COD Karachi letter no.1002 / PPRA / KRD-6/12-13/LP dated 26 Dec 2012 FIRE FIGHTING EQUIPMENT Ser 1

Nomenclature

A/U

KG-9501 Trailer Fire Pump Medium 500 GPM alongwith complete accessories or

Nos

equivalent:Engine (a)

Make

-

ATS PERKINS

(b)

Model

-

ATS 75 HP

(c)

No of Cylinders

-

4 Cylinder Diesel

(d)

Cooling System

-

Water Cooled

(e)

Fuel Tank Capacity

-

57 Liters (15 Gallon)

(f)

Starting

-

Electric 12 V Battery

Fire Pump (a)

Make

-

Meraj

(b)

Model

-

FP-500 Centrifugal Pump

(c)

Material

-

Impeller of Cast Bronze, Shaft of Stainless Steel

(d)

Output

-

500 GPM at 150psi (with 3 meter suction head)

(e)

Pump Drive

-

Directly coupled with Diesel Engine

(f)

Priming

-

12 Volt Rotary Vane Electric Primer

(g)

Suction

-

4” BSS coupling with blank cap & chain

(h)

Delivery

-

2x2 1/2" BSS instantaneous coupling with blank cap & chain

Note: Connected data/technical literature be attached with quotation


Anx ‘E’ To COD Karachi letter no.1002 / PPRA / KRD-6/12-13/LP dated 26 Dec 2012

CERTIFICATE “Certified that the rates are reasonable and we have not quoted lower rates to any other department or organization. In case of stores found substandard or rates found higher than quoted by us to the other department/organizations, punitive action may be taken against our firm”.

Signature: ___________________ Name: ______________________ Firm’ Stamp

Designation: __________________

Dated ____ Dec 2012

Firm: ________________________ Mob: ________________________

POSTAL ADDRESS & TELEPHONE NUMBERS (Changes if any will communicated on immediate basis) _______________________________ _______________________________ _______________________________ _______________________________ Rep: ___________________________ CNIC No: ________________________ Mob: ___________________________



PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE INSTALLATION ,TESTING AND COMMISSIONING OF 300 KVA DG SET AT SHIKARPUR TERMINAL TENDER # CF /7352-MR Sealed bids are invited from reputed & renowned Suppliers/Contractors for the above captioned tenders. EARNEST M ONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (E ND DATE) TENDER SUBMISSION U P TO TENDER OPENING DATE

2% of total bid value 30-11-2012 12-12-2012 17-12-2012; 02:15 PM 17-12-2012; 03:00 PM 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. - Bidding procedure will be “Single Stage – One Envelope”. The bid shall comprise of one single envelope containing separately, financial proposal and technical proposal (if any). Technical proposal shall contain company profile, experience detail, technical details, National Tax Number (NTN) & General Sales Tax (GST) / Sind Sales Tax (SST) Certificates where applicable or any other information deemed necessary. Attachment of earnest money in the form of Pay Order / Demand Draft with the bidding documents is mandatory. - PSO may ask for any further information and details at any time during evaluation period if required and PSO may reject any/all bid(s) according to PPRA rule 33. - 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. - Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for award of contract. - This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualify for other jobs in PSO. -

Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft (only acceptable) should be dropped in Tender Box No # 2, marked “PROCUREMENT” 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 December 17, 2012 at 03:00 p.m. onwards at tender room, 2nd floor, PSO House, Karachi

This advertisement is also available on PSO Website www.psopk.com




PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE SUBJECT: INSTALLATION, TESTING & COMMISSIONING OF 500 KVA DG SET AT KEAMARI TERMINAL - A. TENDER # CF/7357-CP Sealed bids are invited from reputed & renowned suppliers for the above captioned tender. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING DATE

2% of total bid value in favor of Pakistan State Oil Co Ltd 03-12-2012 14-12-2012 18-12-2012; TILL 02:15 PM 18-12-2012; 03:00 PM ONWARDS

Tender documents may be collected on submission of written request on company’s letterhead during the aforementioned dates 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 NOTES: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of the bid. - Bid opening procedure will be “Single Stage – One Envelope”. The bid shall comprise of one single envelope containing separately, financial proposal and technical proposal (if any). Technical proposal shall contain company profile, experience detail, technical details, National Tax Number (NTN) & General Sales Tax (GST) / Sind Sales Tax (SST) Certificates / PEC Certificate in relevant category where applicable or any other information deemed necessary. Attachment of earnest money in the form of Pay Order / Demand Draft with the bidding documents is mandatory. - PSO may ask for any further information and details at any time during evaluation period if required and PSO may reject any/all bid(s) according to PPRA rule 33. - 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. - Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for award of contract. - This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualifies for other jobs in PSO. Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft (only acceptable) should be dropped in Tender Box No # 2, marked “PROCUREMENT” 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 publically opened in the presence of bidders or their authorized representatives (single representation only). This advertisement is available on PPRA website www.ppra.org.pk



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