Tent Tenders Nov 2012

Page 1

TENT TENDERS NOV 2012


http://www.facebook.com/mavenpk

http://twitter.com/mavenpk

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








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






DIRECTORATE GENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:Ser

Tender No

Nomenclature of Items

a.

15-0846-00 (FOR)

Each

51885

b.

15-0847-00 (FOR)

Each

90465

9 to 12 Months

14 Nov 12 1100 hours “

c.

15-0848-00 (FOR) 15-0849-00 (FOR) 15-0850-00 (FOR)

Vest Men’s Cotton Knitted Heavy Full Sleeves Olive Green Vest Men’s Cotton Knitted Heavy Half Sleeves Olive Green Tank Fabric Collapsible 6137 Lits Tank Fabric Collapsible 2273 Lits Tank Fabric Collapsible 228 Lits

Each

300

Each

400

Each

1000

9 to 12 Months 9 to 12 Months 9 to 12 Months

22 Nov 12 1030 Hrs

22 Nov 12 1100 Hrs

15-0851-00 (FOR) 15-0852-00 (FOR) 15-0853-00 (FOR)

Paulin (20’ x 15’) Paulin (24’ x 24’) Paulin (30’ x 30’)

Each

400

Each

400

12 Nov 12

Each

400

19 Nov 12 1030 hours “

d. e.

f. g. h.

2.

A/U

Qty

Delivery Last date for Collection of Period Tender Documents 9 to 12 08 Nov 12 Months

9 to 12 Months 9 to 12 Months 9 to 12 Months

17 Nov 12

Date & Time of Tender Submission Opening

14 Nov 12 1030 hours

Tender documents and specifications can be obtained from DGP (Army) on production of

following (a) Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP) (b) Photocopy of NTN Certificate issued by Central Board of Revenue (CBR) (c) Bank statement of last one year (d) Photocopy of moveable/immoveable property (e) In case of FOB contracts valid Agency Agreement (f) Photocopy of CNIC (g) Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer (h) Challan Form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

For Further Details Phone: 051-9280631 Fax: 051-9280909 Tender is also available at PPRA Web site www.ppra.org.pk.


INVITATION TO TENDER FORM 1. Schedule to Tender No: 225014/R-1211/330363 dated 12 Nov 2012.This tender will be closed for acceptance at 10:00 hrs and will be opened at 11�00 Hours on 13 Dec 2012. Please drop tender in the Tender Box No. 201. 2. You are requested to please use this Proforma for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. Please tick the prescribed IT instructions and confirm complied or not complied in the column given in front of each instruction. 4. You are requested not to use ink of any colour other than black and there should be no writing / overwriting except in the column / columns specified for that purpose. 5. Any overwriting will render your offer liable for rejection. 6. You are requested to please attach DP-3 along with your quotation duly signed & stamped. A copy of DP-3 form is enclosed. S.No DETAIL OF STORES

QTY/ UNIT

UNIT PRICE

CLASS AND GROUP NO.0019 PATT NO. 0019-50-000-1033 1. 3,000 Nos

Net Mosquito

Specification : PSG/301(e) Except for Mesh which should be square

GST Applicable (Please tick Yes or No) YES

NO

If GST applicable what % If GST applicable, price with GST Grand Total Earnest Money 1. 2. 3.

Registered/indexed with DGDP: 02% of quoted value only. Registered with DGDP But Un-indexed: 03% of quoted value only. Un-Registered with DGDP: 05% of quoted value only.

TOTAL PRICE


1. Basis for Acceptance:

2. Quantity/Requirement: 3. Country of Origin: 4. Inspection Authority: 5. Delivery Period:

Terms & Conditions FOR Karachi, free delivery at consignee’s Ware House at CO, PNCSD West Wharf Road Karachi all Taxes / Duties etc duly paid by the supplier. Quantity of store can be increased/ decreased as per requirement / discretion of purchaser. Indigenous CINS Karachi 30 Aug 2013 (Delivery to be made in one lot/batch.

6. Terms of Payment:

100% payment on delivery of stores and issuance of CRV. Part payment/delivery is allowed.

7. Bid validity

At least 120 Days

8. Marking:

Marking of stores in accordance with Spec/Misc/NS/002/80. Each Net Mosquito (duly bar coded) is to be packed in thick polythene bag and further 50 Net Mosquito are to be packed in a bale i.e packed in poly propylene bags duly pressed and iron striped from all sides.

9. Packing

INSPECTION/PACKING/DELIVERY TERMS 1.

Inspection by CINS.

2. CO PNCSD may order 15% contracted quantity against DPL-15 to meet urgent/critical requirement under intimation to CINS. CINS. CINS may draw sample from supplies received by PNCSD against DPL-15 to verify quality suitable price reduction clause may be applied by CINS in case of slight deviation/non-conformance of DPL-15 supplies after detailed laboratory analysis of these samples. 3. Advance sample to be approved by CINS. Firm is to get advance sample approved from CINS within 03 months from date of award of contract. 4. In case firm is unable to get approval of advance sample after 06 months from date of contract. Then contract cancellation should be recommended. 5. As per NHQs instructions promulgated vide NHQ letter ST-P/9314/INS/04 dated 05 Apr 06. Rejection of stores supplied by contractors will be dealt as under: a. 1st rejection on Govt expense. b. 2nd rejection on supplier’s expense. c. On 3rd rejection contract cancellation be recommended. 4. 5. 6.

Firm will give two week clear notice for the inspection. Free delivery to consignee warehouses. Bar Code sticker to be attached on each plastic packet containing Net Mosquito.


Special Note a. b. c.

d. e. f. g. h.

All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. Unregistered firms are to submit a certificate alongwith their Technical Offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. In case of Pakistani firms, sales tax and income tax registration certificates are to be attached with the offer. Company registration certificates are to be attached with offer. 03 copies of treasury challan are to be attached with the Technical Offer. Requisite amount of earnest money (in shape of Bank Draft) is to be attached in separate envelop in sealed condition with the Technical Offer. Duly completed Form DP-I and DP-3 are to be attached with Technical Offer.

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


DP-1 DIRECTORATE PROCUREMENT (NAVY) No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

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

2.

Delivery of Tender. The offer is to be submitted in duplicate as under:a. Commercial Offer. The offer will be in duplicate and indicate prices quotedUnderstood in Understood agreed not agreed figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned. Understood agreed

Understood not 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 read Understood Understood point by point and understood properly before quoting. All tender conditions should agreed notbe agreed 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 copiesUnderstood of Understood agreed commercial offer and two or more copies of the technical offer as asked inagreed the IT). not The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall


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

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-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 byUnderstood the date Understood and agreed not agreed time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening. 4. Tender Opening. Tenders will be opened as mentioned in the schedule to tender. Understood Understood agreed noton agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable 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 90 Understood beUnderstood agreed agreed days extendable to 120 days from the date of opening of Tender. Conversion ratenot of FE/LC components will be considered w.e.f. opening of commercial offer. b. The quoting firm will certify that in case of an additional requirement of the contract items (s) in any qty(s) with in a period of 12 month from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount.

6. Part Bid. Firm may quote for the whole or any portion, or to state in theUnderstood tender that Understood agreed not agreed the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7. Quoting of Rates. Only one rate will be quoted for entire quantity, item wise.

Understood agreed

Understood not agreed

Understood

Understood

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


consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Understood

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers agreed before not 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. will deposit following documents before award of contract:

In case any firm wins a contract, it Understood agreed

Understood not agreed

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

Treasury Challan. Not Attached a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable from Attached 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 b. In case of un-registered firms, whether they have applied for registration or not, will pay tender inquiry fee (Challan Form) of Rs. 300/-.

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

not agreed

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.

Understood agreed Understood

15. Documents Required. the quote: a.

Understood not agreed Understood

agreed not agreed Following documents are required to be submitted along with

OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence.

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


c.

Original quotation/proforma invoice.

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

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

Understood

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

Understood Understood 17. 17. Security Deposit . To ensure timely and correct supply of stores the firm will agreed not agreed furnish Security Deposit on Bank Draft/ Pay Order from a schedule Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on as per in shape of Pay Order /Bank draft. The Bank Draft/ Pay Order shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment of the Bank Draft/ Pay Order as if the same has been demanded by the purchaser himself. The Bank Draft/ Pay Order shall be produced by the supplier within 30 days from the date of issue of the contract. Understood 18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject toUnderstood an integrity agreed not agreed 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.

19. Correspondence. All correspondence will be addressed to the Purchaser. Understood Understood agreed Correspondence with regard to payment or issue of delivery receipt may be addressed to CMAnot agreed Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood 20. Pre-shipment Inspection. PN may send a team of officers including DP(N) Understood member for agreed not agreed 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) Understood Understood modify the existing clauses with the mutual agreement by the supplier and the purchaser; such agreed not agreed modification shall form an integral part of the contract. Understood agreed

Understood not 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

Understood not agreed

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 Understood agreed not agreed stipulated specification and these are proposed to be accepted by the inspector under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note: “Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. Understood 25. Buy back. The seller will buy back the spares/items supplied as a part of this tender Understood at agreed not agreed the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

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

Understood not 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.

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 Defense (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 Understood Understood shall have jurisdiction to decide the matter. agreed not agreed Understood 29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are liable toUnderstood be agreed notUnderstood agreed Understood imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after agreed not agreed the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value.

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

Understood not 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(N).

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

33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or compensation in Understood Understood agreed not any form shall be paid to any local or foreign agent, consultant representative, sales promoter oragreed


any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Termination of Contract. a. If at any time during the currency of the contract the Purchaser decidesUnderstood to Understood terminate the contract for any reason whatsoever (other than for reasons of agreed Non-Delivery) not agreed 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 Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full rights to agreed not agreed accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connected with this enquiry Understood Understood agreed agreed and subsequent actions arising there from come within the scope of the Official Secrets not 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 Understood from the date agreed not agreed of downloading of IT from the PPRA Website i.e. www.ppra.org.pk

38.

Disqualification. Offers are liable to be rejected if:a.

Received later than appointed/fixed date and time.

Understood agreed

Understood not agreed


b. Offers are found conditional or incomplete in any respect. c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed, are NOT received with the offers.

d. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. e. Treasury challan is NOT attached with the offer. f. Multiple rates are quoted against one item. g. Manufacturer’s relevant brochures and technical details on major equipment assemblies not attached in support of specifications. j. Subject to restriction of export license. k. Offers (commercial/technical) containing non-initialed/ unauth amendments/corrections/overwriting. l. If the validity of the agency agreement is expired. m. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vise ve n. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exc the agent commission is not enclosed. p. Earnest money is not provided. q. If validity of offer is not quoted as required in IT or made subject to confirmation later. r. Offer made through Fax/E-mail/Cable/Telex. s. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. t. If OEM and principal name and complete address is not mentioned. 39.

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


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

(Signatures of Tenderer) ……………………………. (Capacity in which signing)


DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir 1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedule to the tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices offered against the said schedule and further agree that this offer will remain valid up to 120 days and will not be withdrawn or altered in terms of rates quoted and the conditions already stated therein or on before this date. I/we shall be bound by a communication of acceptance to be dispatched within the prescribed time. 2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in Form No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of Defence (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have thoroughly examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements. 3. The following pages have been added to and form part of this tender: a. ………………………………………. 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-todate and under the Partnership Act 1932, the capacity in which signing e.g., the Director, Secretary, Manager, Partner, etc. or their attorney and produce copy of document empowering him so to sign, if called upon to do so.

(e) (f) (g)

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











m o .c

k -44 p 18 en

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


DIRECTORATE GENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:-

2.

Ser

Tender No

Nomenclature of Items

a.

15-0854-00 (FOR)

Tent Bivouac Modified Complete

A/U

Each

Qty

5375

Delivery Last date for Collection of Period Tender Documents 15 May 08 Nov 12 2013

Date & Time of Tender Submission Opening

14 Nov 12 1030 hours

14 Nov 12 1100 hours

Tender documents and specifications can be obtained from DGP (Army) on production of

following (a) Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP) (b) Photocopy of NTN Certificate issued by Central Board of Revenue (CBR) (c) Bank statement of last one year (d) Photocopy of moveable/immoveable property (e) In case of FOB contracts valid Agency Agreement (f) Photocopy of CNIC (g) Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer (h) Challan Form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

m o .c

k -44 p 18 en

v 4-7 a m 3-4

For Further Details

0 3 0available at PPRA Web site www.ppra.org.pk. Tender is also Phone: 051-9280631 Fax: 051-9280909


m o .c

k -44 p 18 en

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







DIRECTORATE GENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:Ser

Tender No

Nomenclature of Items

a.

15-0846-00 (FOR)

Each

51885

b.

15-0847-00 (FOR)

Each

90465

9 to 12 Months

14 Nov 12 1100 hours “

c.

15-0848-00 (FOR) 15-0849-00 (FOR) 15-0850-00 (FOR)

Vest Men’s Cotton Knitted Heavy Full Sleeves Olive Green Vest Men’s Cotton Knitted Heavy Half Sleeves Olive Green Tank Fabric Collapsible 6137 Lits Tank Fabric Collapsible 2273 Lits Tank Fabric Collapsible 228 Lits

Each

300

Each

400

Each

1000

9 to 12 Months 9 to 12 Months 9 to 12 Months

22 Nov 12 1030 Hrs

22 Nov 12 1100 Hrs

15-0851-00 (FOR) 15-0852-00 (FOR) 15-0853-00 (FOR)

Paulin (20’ x 15’) Paulin (24’ x 24’) Paulin (30’ x 30’)

Each

400

Each

400

12 Nov 12

Each

400

19 Nov 12 1030 hours “

d. e.

f. g. h.

2.

A/U

Qty

Delivery Last date for Collection of Period Tender Documents 9 to 12 08 Nov 12 Months

9 to 12 Months 9 to 12 Months 9 to 12 Months

17 Nov 12

Date & Time of Tender Submission Opening

14 Nov 12 1030 hours

Tender documents and specifications can be obtained from DGP (Army) on production of

following (a) Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP) (b) Photocopy of NTN Certificate issued by Central Board of Revenue (CBR) (c) Bank statement of last one year (d) Photocopy of moveable/immoveable property (e) In case of FOB contracts valid Agency Agreement (f) Photocopy of CNIC (g) Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer (h) Challan Form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

For Further Details Phone: 051-9280631 Fax: 051-9280909 Tender is also available at PPRA Web site www.ppra.org.pk.




DIRECTORATE GENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:Se Tender r No

Nomenclature of Items

A/U

a.

16-035200 (FOR)

Each

10400

b.

16-035300 (FOR)

Pairs

21250

c.

16-035400 (FOR) 16-035600 (FOR)

Cap Cold Weather High Altitude Free Size Gloves Leather High Altitude Size Large, Medium & Small Anklet Special High Altitude Jersey Men’s Pullover Double Knitt High Neck Khaki Size-2&3 Liner Parka Jacket Modified with Cloth Fur Size Large & Medium Parka Jacket Modified Shade Snow White BCC No. 1 Size Large, Medium & Small Mattress High Altitude Hard Foam Self Inflating Size Med (188CM x 75CM) Parka Trouser Modified Shade snow white BCC No.1 Size Large, Medium & Small Sleeping Bag Modified Field Jacket Camouflage

Pair

3500

Each

15000

Each

Socks Men’s Worsted Khaki (CISC-34) Double Knit (Size-2&3) Tent Mountain Modified Complete with the fol:(1) A3/8340-ZO-2504194 Pole Tent (Duralumin of 17 SWG of 12.7 mm (1/2 inch) Outer dia Tubing 170.2 cm (67 Inch Collapsible in 3 parts for Tend Mountain….4 Nos (2) A3/8340-ZO-2504195 Pin Tent (G1 Sheet 15 BG, 30.5cm (12”): for Tent Mountain .8 Nos

d.

e.

16-035700 (FOR)

f.

16-035800 (FOR)

g.

16-035500 (FOR)

h.

16-035900 (FOR)

i.

16-036200 (FOR) 16-036600 (FOR)

j.

k.

16-036000 (FOR)

l.

16-036100 (FOR)

Qty

Delivery Last date for Date & Time of Tender Period Collection of Submission Opening Tender Documents 9 to 12 05 Nov 12 12 Nov 12 12 Nov 12 Months 1030 1100 hours hours 9 to 12 “ “ “ Months 9 to 12 Months 9 to 12 Months

5000

9 to 12 Months

Each

11000

9 to 12 Months

Each

3000

9 to 12 Months

Pair

11000

9 to 12 Months

Each

3000

Each

10000

9 to 12 Months 9 to 12 Months

05 Nov 12

Pair

50000

9 to 12 Months

12 Nov 12

12 Nov 12 1030 hours 19 Nov 12 1030 hours

12 Nov 12 1100 hours 19 Nov 12 1100 hours

Each

2000

9 to 12 Months


2.

Se Tender No r

Nomenclature of Items

A/U

m.

16-036300 (FOR)

Each

2700

n.

16-036400 (FOR)

Pair

10000

9 to 12 Months

o.

16-036500 (FOR)

Liner Parka Trouser Modified with cloth fur size Large, Medium & Small Mittens Cloth (Nylon Fabric Impranil Coated Plan Snow White BCC No. 1, Size-Small, Medium & Large Mattress Pneumatic

Pair

6400

9 to 12 Months

p.

16-036700 (FOR)

Pair

103424 9 to 12 Months

q.

16-036800 (FOR)

Boots Direct Moulded Sole (Unlined zuggrain upper, plain Toe Cap Outside counter and Full below Tongue with laces Nylon) Size 7 to 12 S, M & L Boots Karakoram Direct Moulded Sole Size 8,9 & 10 L

Pair

10000

Qty

Delivery Last date for Date & Time of Tender Period Collection of Submission Opening Tender Documents 9 to 12 “ “ “ Months

9 to 12 Months

Bid Security. 5% of quoted value (Maximum Rs 1 Million through bank draft/Pay order in

favour of CMA (DP) Rawalpindi is to be attached with the offers as earnest money. 3.

Offer Validity.

120 days from date of opening of commercial offer.

4.

Performance Bank Guarantee. 10 % of the contract value will be deposited within

30 days after signing of contract. 5.

100% quantity should be offered.

6.

Tender documents and specifications can be obtained from DGP (Army) on production of

following:a.

Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP)

b.

Photocopy of NTN Certificate issued by Central Board of Revenue (CBR)

c.

Bank statement of last one year

d.

Photo copy of moveable/immoveable property

e.

In case of FOB contracts valid Agency Agreement

f.

Photocopy of CNIC

g.

Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer

h.

Challan form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

For Further Details Phone: 051-9280631 Fax: 051-9280909 Web site www.ppra.org.pk.



DIRECTORATE GENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:-

2.

Ser

Tender No

Nomenclature of Items

a.

15-0854-00 (FOR)

Tent Bivouac Modified Complete

A/U

Each

Qty

5375

Delivery Last date for Collection of Period Tender Documents 15 May 08 Nov 12 2013

Date & Time of Tender Submission Opening

14 Nov 12 1030 hours

14 Nov 12 1100 hours

Tender documents and specifications can be obtained from DGP (Army) on production of

following (a) Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP) (b) Photocopy of NTN Certificate issued by Central Board of Revenue (CBR) (c) Bank statement of last one year (d) Photocopy of moveable/immoveable property (e) In case of FOB contracts valid Agency Agreement (f) Photocopy of CNIC (g) Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer (h) Challan Form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

For Further Details Phone: 051-9280631 Fax: 051-9280909 Tender is also available at PPRA Web site www.ppra.org.pk.


INVITATION FOR BIDS IFB No. : 2012/009 Date: November 28, 2012 The International Organization for Migration (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society. In the framework of Long Term Agreements (LTAs) for One Year, for Shelter/NFI Support, the IOM Bids Evaluation and Awards Committee (“BEAC”) now invites interested Bidders to submit “ Sealed Bids” with ex factory price for the supply and delivery of items having specifications mentioned Bid shall be valid for a period of Sixty (60) Calendar days after submission. The Bids shall be delivered to the BEAC at House #1 Street 83 Sector G6/4, Islamabad, Pakistan on or before December 3, 10:00 am. Late bids shall be rejected. IOM reserves the right to accept or reject any bids, and to cancel the procurement process and reject all bids at any time prior to award of Contract, without obligation to inform the affected Bidder/s of the ground for IOM action. Very truly yours, BEAC Chairperson Please click on below link to access/download required document NFI Specification Document NOTE: You need to install Adobe Acrobat Reader for accessing this document


1) Solar Lamp: TECHNICAL SPECIFICATIONS: Mandarian Solar lamp: Charge time: 5-8 hours Hours of light per charge: 6-8 hours Number of LED's: 12 LED's Output: .3 W Solar pannel: 6 V Rechargable batteries: 3X AA 600mAh Ni-MH (replaceable) Lamps life time: 60,000 hours warrenty 1 year Illuminance: 48 lumens Logo: IOM & Donor logo stickers to be pasted on front of each solar lamp.

1.

2) Kitchen Set: TECHNICAL SPECIFICATIONS: ALUMINUM COOKING POT 7 LTR - MIN THICKNESS 1.75 MM, WITH LID MIN THICKNESS 1mm, 2 CAST ALUMINUM HANDLES, SANDPAPER FINISH, and Weight: 1,200-1,300 gms

ALUMINUM SAUCE PAN - MIN THICKNESS 1.6mm

DEEP STAINLESS STEEL PLATES - MIN THICKNESS I MM. LTR CAPACITY, SANDPAPER FINISH.

STAINLESS STEEL CUPS - MIN THICKNESS 1 MM, 0.3 LTR CAPACITY WITH HANDLE. ROLLED EDGE BORDER, SANDPAPER FINISH

STEEL PARAAT - STAINLESS STEEL WITH POLISHED FINISH (Non

Magnetic, Size 385 mm x 286 mm Ellipse shape,

Weight 550 gms ) – SS food grade DONGA SPOON - STAINLESS STEEL WITH POLISHED FINISH (234

mm in length) SS food grade

SERVICE SPOON - STAINLESS STEEL WITH POLISHED FINISH (10 inch long (245mm) 14 gauge SS food Grade

TAWA - (Iron) with wooden handle, 12 inches dia., thick iron sheet

GALVANIZED STEEL BUCKET 15 LTR - 0.5 MM THICK. TAPERED WITH RAISED BOTTOM. CURLED BRIM AND METAL ARCH HANDLE Weight: 2,000 – 2,150 gms


Marking: Packing:

-All items should be non-magnetic 4 Logos to be printed on boxes (with Donor & IOM logo) Carton Box (Box packed with packing strips) and all items packed in papers/newspaper not polythene sheet.

3) Sleeping Mats (Woven plastic) TECHNICAL SPECIFICATIONS SLEEPING MATS: Size: 180 x 90 cm Color: Various Material: Plastic Packing :Bale of 25 pieces Logo: IOM + Donor logo will be stitched on tags

4)

Plastic / PE Tarpaulins

TECHNICAL SPECIFICATIONS PLASTIC SHEETS/ TARPAULINS Type: Woven Flexible Tarpaulins Material: HDPE Black Fabric with both sides LDPE Lamination, Reinforced with 6 bands of 7.5 cm width Weave with Black HDPE fiber and coated outside Weave: Warp x Weft: 12 / 14 x 12 /14 per square inch Sides: Grommets on all 4 sides at 1 meter intervals in Aluminum with reinforcement & hemmed with cord Size: 4x5 meters (finish size) Weight: 190 grams/m2, plus 10% for the reinforcement bands Under ISO 3801 Color: Complete White Reflective Packing: Bale of 5 sheets Weight/bale: 18.75 kg (approx) Dimensions & Volume/bale: 62 x 44 x 18 cm / 0.05 cbm (approx) Single Color IOM logo + text and Donor Logo to be printed as required. Logo size: 57cm X 77cm

5)

Rope:

TECHNICAL SPECIFICATIONS ROPE: Material:

PP / Nylon


Size: Length:

6)

6mm dia 30meters/ rolls

Jerry Cans:

TECHNICAL SPECIFICATIONS ROPE: Capacity: 15 Liters With IOM & Donor Stickers (5�X5�) on both sides weight 400 grams non collapsible Color: White

7)

Fleece Blanket (Low Thermal):

TECHNICAL SPECIFICATIONS FLEECE BLANKET Composition: Polyester TOG (Thermal Resistance of Garment): Bursting Strength: Thickness: Weight: Color: Dimensions: Edges:

100% min. 1.5 350 kpa, min 25kgs both ways min 3.5mm under load of 20g/m2 250g/m2 assorted colors (dark blue, grey, brown, dark red) 150cm x 200cm folded and stitched

Logo will be printed on separate cloth and stitched on the blanket (approx. A4 size each logo)

8)

Fleece Blanket (High Thermal):

TECHNICAL SPECIFICATIONS FLEECE BLANKET Make: Knitted or Woven, dry raised both sides Content ISO 1833 on dry weight:100% pure polyester and/or acrylic fibers or polyester/ cotton Colors: Other then Black, red, or white, dark uniform colors Size:150 X 200 cm +3%/-1%. To be taken on flat stabilized sample, without folds Weight:500-800g/m2 weight determine by total weight/ total surface. Thickness ISO 5084:5MM MINIMUM (1KPa on 200 mm2) Tensile Strength ISO 13934-1:250 N warp and weft minimum Tensile Strength loose after washing: Maximum 5% wrap and weft after 3 consecutive machine washing at ISO13934-1 & ISO 6330:30 C & one flat drying. Shrinkage Maxi ISO 6330:Maximum 5% after 3 consecutive machine washing at 30C & one flat drying. Thermal Resistance: TOG 4( or 0.4m2.K/W) minimum, rounded to the nearest 0.1, passed on sample picked from compressed bales after 3 consecutive machine washing at 30C and one flat drying. Resistance to air flow ISO9237 :Maximum 100 L/m2/S Under 100Pa pressure drop Finish Whipped seam at 10mm from the edge with 10 to 13 stitches/10cm or stitched ribbon or hemmed on 4


sides Organoleptic test Free from harmful VOC (Volatile Organic Components)Fit for human use. Fire Resistance ISO12952-1&2:Resistance to cigaretteNo ignition Fire Resistance ISO12952-3&4:Resistance to flameNo ignition - Bales to be packed in a water-tight micro perforated plastic film & covered With a polypropylene or jute woven bag. - Quantity per bale 20 pieces. - Compressed and strapped with 5 strapes(2 length wise, 3 cross wise) Packing - Bales dimensions: length approx 0.8m, width approx 0.5 m - Height of the bale to be compressed by maximum 40% from free state to final Compressed and strapped state. ( ex: if the bale is 1m high at free state, it should be compressed to a height of 0.6m and strapped state) Marking on the Package: Blanket, Synthetic, 1.5X2m, high thermal-20 pieces IOM & Donor Logo will be printed on separate cloth and stitched on the blanket (approx. A4 size each)

9)

Hygiene Kit:

Hygiene Kits (Average family size of 7) TECHNICAL SPECIFICATIONS HYGIENE KITS Tooth Brush: Adult Size, Medium Hardness, individually wrapped. 07 Nos. Tooth Paste: Tube 75ml, peppermint flavor - 03 tubes Soap Bars: Lifebuoy Bath Soap 115g each, white - 07 Bars Soap Bars: Sufi Washing Soap, special quality, 250gm each - 07 Bars Nail Clipper, medium size, Korean Made - 01 No. Comb, Nylon, Size 7" (approx.) - 02 Nos. Lice Comb (White color) - 01 No. Pieces of cotton flannel cloth, highly absorbent, size 1m x 1.5m each, deep red/maroon color - 05 pcs Mug with handle, made of fresh plastic, 1 liter capacity - 01 No Lota, medium size, made of fresh plastic - 01 No. Soap Dish, made of good quality plastic - 01 No. Soap Dish, for washing soap of 250 grams - 01 No.


Towel: 100% cotton, 18"x 30", 340 gms (a thick bath towel with rough, loose, uncut pile, very absorbent, dark color) - 02Nos

(All the above items will be packed in water proof parachute bag of dark blue color with hand strips of 12" each. Zip # 5 will be stitched on top. IOM logo will be printed in one color (white)

10) Bamboos Specification:Bamboos (2.5'') bottom, thick wall,(2'' top end min) ,20 feet length Each bamboos should have reasonable wall thickness (solid bamboos), some bamboos have thin wall thickness (hollow bamboos) – which are not acceptable. Green colour, burned (black colour) and not straight bamboos are not acceptable.

11) Gunny Sacks Specification:Gunny Sacks (White) size 4' x 2.5' (IOM + Donor logo on both sides)

12) Shawls: TECHNICAL SPECIFICATIONS SHAWLS: Type: woolen Length: 8ft X 4ft Colors: dark colors Unisex Packing wrapped in bundle of four with IOM and Donor logo

13) Tents: TECHNICAL SPECIFICATIONS Tents: 1 ) DIMENSIONS: • • • • •

FLOOR AREA 4X4 M RIDGE LENGTH 4.00 M CENTRE HEIGHT 2.00 M SIDE WALL 0.90 M THE TENTS HAVE TO HAVE AN OPENING FOR THE CHIMNEY FOR THE TENT STOVE.

2 ) OUTER FLY - SINGLE FOLD CANVAS • • •

50 % COTTON ( APPROX ), 50 % POLYESTER ( APPROX ) BLEND RING SPINNING YARN COUNT 10 / 2 X 10 / 2 TWISTED IN WARP 46 / 48 X WEFT 26 / 28 THREADS / SQUARE INCH, PLAIN WEAVE. BASIC WEIGHT IN LOOMSTATE 14 OZ / SQ. METRE, FINISHED WEIGHT 16 OZ / SQ. METRE. CANVAS TO BE FREE OF WEAVING DEFECTS AND FINISHING FAULTS ADVERSELY AFFECTING STRENGTH, WATERPROOFNESS AND DURABILITY.


• • •

NATURAL CANVAS COLOUR (ACCEPTABLE WITH SLIGHT GREENISH TINT DUE TO ROT PROOFING) WITH OUT OBJECTIONABLE SPOTS / STAINS. WATERPROOFING / RESISTANCE TO WATER PENETRATION BY PARAFFIN EMULSION AND ALUM ACETATE TO WITHSTAND MINIMUM 30 CM HYDROSTATIC HEAD. STABILISATION AGAINST DECOMPOSITION OF THE FABRIC ( ROT ¿ PROOFING ) WITH COPPER NAPHTANATE OR ANY. APPROPRIATE AGENTS, MINIMUM 0.35 PERCENT OF DRY WEIGHT OF PROOFED CANVAS

MAKE UP: • • • • • • •

4 OR 5 PANELS, SINGLE FOLD, 2 INCH MACHINE STICHED HEM ON ALL SIDES WITH 2 ROWS OF STICHING. 4 TO 5 STICHES PER INCH WITH 21 / 4 ENGLISH COUNT GOOD QUALITY COTTON THRED OR EQUVILENT. 5 OR 6 ( 5 IF 4 PANELS AND 6 IF 5 PANELS ) EQUALLY SPACED GALVANIZED STEEL D - RING ( TRIANGULAR SHAPED ) 6 MM DIA SWEN WITH CANVAS TO HOLD CORNERS AND SIDE ROPES. TRIANGULAR SHAPED HOOD CANOPY OF 50 CM WIDE AT RIDGE BAND, FULL LENGTH OF FLY SHEET ON EITHER END. RIDGE REINFORCED ON INSIDE WITH 15 CM CANVAS IN MATCHING MATERIAL AND COLOR. EDGES HEMMED AND STITCHED ACCORDINGLY. MINIMUM 20 CM OVERLAP MARGIN TO COVER INNER FLY.

3 ) INNER FLY - DOUBLE FOLD, I.E. CANVAS AND LINING (DOSOUTI) CANVAS -

50 % COTTON ( APPROX ), 50 % POLYESTER ( APPROX ) BLEND RING SPINNING YARN COUNT 10 / 2 X 10 / 2 TWISTED IN WARP 46 / 48 X WEFT 26 / 28 THREADS / SQUARE INCH, PLAIN WEAVE. BASIC WEIGHT IN LOOMSTATE 14 OZ / SQ. METRE, FINISHED WEIGHT 16 OZ / SQ. METRE. CANVAS TO BE FREE OF WEAVING DEFECTS AND FINISHING FAULTS ADVERSELY AFFECTING STRENGTH, WATERPROOFNESS AND DURABILITY. NATURAL CANVAS COLOUR ( ACCEPTABLE WITH SLIGHT GREENISH TINT DUE TO ROT PROOFING ) WITH OUT OBJECTIONABLE SPOTS / STAINS. WATERPROOFING / RESISTANCE TO WATER PENETRATION BY PARAFFIN EMULSION AND ALUM ACETATE TO WITHSTAND MINIMUM 30 CM HYDROSTATIC HEAD. - STABILISATION AGAINST DECOMPOSITION OF THE FABRIC ( ROT ¿ PROOFING ) WITH COPPER NAPHTANATE OR ANY APPROPRIATE AGENTS, MINIMUM 0.35 PERCENT OF DRY WEIGHT OF PROOFED CANVAS

LINING (DOSOUTI): -

100 PCT COTTON, YARN COUNT 20 X 20 IN WARP AND WEFT, 32 THREADS PER INCH IN WARP AND WEFT, 2 X 2 WEAVE, MIN 6 OZS PER SQUARE METER IN FINISHED STATE. DYED YELLOW, UNIFORM COLOUR-FAST TO WATER,NO OBJECTIONABLE STAINS / SPOTS

MAKE UP (ALL MEASURES ARE ON A FINISHED AND PITCHED TENT) -

-

-

TWO FOLD OUTER SIDE CANVAS AND INNER SIDE DOSOUTI LINING. 4 OR 5 ( 2 FOLDS ) PANNELS. FULL LENGTH SUSPENSION LOOP MADE OF SAME CANVAS 16 CM WIDE PROPERLY SEWN INTO THE OUTSIDE OF THE INNER TENT RIDGE TO ENSURE THE DISTANCE OF 15 CM BETWEEN BOTH FLIES. DOSOUTI LINNING TO SEWN TO THE INNER FLY ALONG THE CANVAS PANNEL JOINTS TO ALLOW MAXIMUM INTERIOR SPACE. 3 INCHES REINFORCED EAVES WITH 5 OR 6 EQUALLY SPACED GALVANIZED D ¿ RINGS ( TRIANGULAR SHAPED ) 6 MM IN DIA SWEN WITH CANVAS TO HOLD CORNERS AND SIDE ROPES. SIDE WALL 90 CM HIGH : 70 CM MADE OF CANVAS AND DOSOUTI LINNING AND 40 CM OF 100 % PVC COATED FABRIC OF 450 GRAM / M 2, UV RESISTANCE, SINGLE LAYER, 20 CM TO SERVE AS SIDE WALL ( WITHOUT CANVAS AND DOSOUTI ) AND 20 CM AS MUD FLAP. RIDGE REINFORCED ON INSIDE WITH 15 CM WIDE CANVAS IN MATCHING MATERIAL AND COLOUR LENGTHWISE.

STRENGTHENING PATCHES EACH CORNER WHERE WALL, ROOF AND DOOR WAYS ARE JOINED -

1WINDOW ON EACH SIDEWALL, SIZE 40 CM X 60 CM WITH CROSS STRENGTHENING BANDS, MOSQUITO NETS AND ADJUSTABLE CANVAS FLAPS. FRONT AND REAR DOORS OF SAME MATERIALS SEWN INTO ROOF WITH EYELETS 15 CM SPACING FOR DOOR LACES. SAME PVC MUD/WIND FLAP OF 40 CM SEWN TO THE DOORS MAKING UP THE LOWER 20 CM PLUS 20 CM AS MUD FLAP. 14 CANVAS TABS WITH 6 MM DIAMETER GALVANISED STEEL D APPROPRIATELY SPACED AROUND THE PERIMETER OF THE TENT AT METER INTERVALS. CAPS AT BOTH RIDGE ENDS STRONGLY REINFORCED WITH CANVAS AND HOT DIP GALVANISED STEEL GROMMETS SEWN INTO CANVAS FOR UPRIGHT POLE. ALL SEAMS TO BE SEWN IN TWO ROWS LOCK STITCH WITH 21/4 ENGLISH COUNT) GOOD QUALITY COTTON THREAD OR EQUIVALENT, EXCEPT HAND STITCHING WHERE REQUIRED.

4 ) GROUNDSHEET -

DIMENSIONS: 4 M X 4 M


IOM Logo will be printed on the outer side. Logo Size is One Meter X One Meter

14) Poles & Pegs: TECHNICAL SPECIFICATIONS Poles & Pegs: 2 POLES: size (1150 X40) 48mm Dia 1.5-2 mm wall thickness 2 BASE PLATES: Size 200 Dia 50 mm ID Galvanized steel tube Wall Thickness 2mm 4 Steel PEGS : Size 500X400

15) Raised Beddings: TECHNICAL SPECIFICATIONS Raised Beddings: -Thick nylon rope for weaving plus thick weaving. -Rope for support (Panatay) 4mm, double folded, size of panatay (1.5 feet x 3.5 feet) -Size of Bed: 3.5 feet x 5.5 feet -Total Weight: 14- 15 Kg -Gauge of pipe: 16 gauge -Dia of pipe: 2” -New MS Pipe, coated with black paint after red oxide. -Support pipe in middle (bottom part), 16 gage 1” dia, -IOM & Donor sticker on two legs of raised bedding. -All pipe opening should be capped /welded.

16) Tool Kits: TECHNICAL SPECIFICATIONS TOOL KITS: - Pointing Trowel (Karandi) Weight: 300gm with handle Blade: 6.5” L x 5” W, Handle: 5.5” Long - Concrete Trowel (Garmala) 11”L x 4” W - Plier (Plas)8" – 200 mm size, Imported (Chinese) - Hammer (Hathori) 1000 grams without handle, MS Iron type - Concrete Pan (Taghari)Weight: 1 Kg, Diameter: 15”, Depth Height: 5” GI - Edze (Tesha)Weight 1 kg, length 6", 2.5" wide without handle, MS Iron type


- Chisel (Cheni)800 gm, 12" length, 1" from face, MS Iron - Hand Saw (Aari) 20 number Size, L 20 Inch, W top 4.5 Inch, bottom 2 Inch. - Nails (Keel)2" long - good quality, 1 KG - Grub Hoe / Agriculture Hoe with Handle (Kasi) Weight: 1.5 Kg, Blade: 12" L x W Top 10" and W bottom 9.5", MS Iron Type - Hand Hoe (Khurpa) Total Length: 11” with handle, Blade length: 5.5” x 4,5”W, MS Iron Type - Sickle (Dranti) Weight: 320 grams with handle Length: 16” Blade length 11” (made of Filer material) - Shovel/Spade (Bailcha) Iron Type: German No.6/14 steel, Handle made of hard wood, Weight: 2 Kgs, Blade made of shaft iron (65 Mn*steel) tempered with oil, paddle and handle made of hard wood. - All Items will be packed in a canvas bag with IOM and donor logo (As Required).

17) Quilts: TECHNICAL SPECIFICATIONS Quilts: FABRIC COMPOSITION: 30X30/76X68 POLY COTTON SIZE: 60”X95” WEIGHT : 2.47 KG----- 5% + UNDER TOLERANCE THICKNESS: 7CM. FILLING: 450 GR/M2, VIRGIN (NOT ALLERGIC) 100% POLYESTER HOLLOW SILICONISED POLYESTER FIBER QUILTING STYLE: 12” DIAMOND CHECK QUILTING THREAD COUNT PER SQUARE INCH – NOT LESS THEN 133 THREADS FIRE RETARDANT FABRIC SUFFICIENT NUMBER OF STITCHES ON THE QUILT TO ASSURE PERFECT ATTACHING BETWEEN TWO LAYERS OF FABRIC FOR MAXIMUM DURABILITY PACKING: IN A SEALED PLASTIC BAG AND QUILIT SHOULD BE COMPRESSED IN ROUND SHAPE. PACKING UNIT: EACH PU CONTAINS 6 PLASTIC BAGS. IOM logo of A4 Size on each quilt.

18) Water Coolers: TECHNICAL SPECIFICATIONS Water Coolers: Water Cooler Capacity 15L Color: Orange


D P 2 I N V I T A T I O N

T O

T E N D E R

F O R M

1. Schedule to Tender No CICP/E/IND/208003/R-1210/340359 dated 24-11-12. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 20-11-12. Please drop tender in the Tender Box No 203. 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 dpnavy@paknavy.gov.pk

S NO

DETAIL OF STORES

1.

NSN NO. 4340-70-508-9983 CANVAS COTTON COLOUR

:

QTY/ UNIT

NATURAL WHITE

UNIT PRICE

TOTAL PRICE

6000 MTR

WATER & ROT PROOFED SIZE WIDTH

:

36 INCHES

WEIGHT

:

12 OZ PER SQ YD

LENGTH

:

50 METER ROLL

PARENT EQUIPMENT LAGGING FABRICATION SPECIFICATION : 1. SEALED STOCK SAMPLES IS HELD WITH CINS. 2. SPEC NO. PS-319 OF 1986 TABLE 1 VARITY NO.2. NOTE : 1. INSPECTION TO BE CARRIED OUT BY CINS. 2. MARKING ON THE PACKAGE MUST BE LEGIBLE. PACKING OF STORES TO BE MARKED IN ACCORDANCE WITH SPEC/MISC/NS/002/80. Above mentioned price includes 16% sale Tax (Please tick Yes or No) Yes Grand Total

No


DGENERAL PROCUREMENT (ARMY) FAUJI TOWERS 68 TIPU ROAD, RAWALPINDI

TENDER NOTICE 1.

Sealed tenders are invited from reputed firms possessing NTN certificate for supply of under

mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates:-

2.

Se Tender r No

Nomenclature of Items

a.

Sleeping Bag Each Large (in lieu of 3 x Blankets)

16-036900 (FOR)

Qty

Delivery Period

Last date for Collection of Tender Documents

12825

Upto 15 May 2013

25 Dec 12

A/U

Date & Time of Tender Opening Submission

31 Dec 12 1030 hours

31 Dec 12 1100 hours

Bid Security. 5% of quoted value (Maximum Rs 1 Million through bank draft/Pay order in

favour of CMA (DP) Rawalpindi is to be attached with the offers as earnest money. 3.

Offer Validity.

120 days from date of opening of commercial offer.

4.

Performance Bank Guarantee. 10 % of the contract value will be deposited within

30 days after signing of contract. 5.

100% quantity should be offered.

6.

Tender documents and specifications can be obtained from DGP (Army) on production of

following:a.

Photocopy of Registration Certificate issued by Directorate General Defence Purchase (DGDP)

b.

Photocopy of NTN Certificate issued by Central Board of Revenue (CBR)

c.

Bank statement of last one year

d.

Photo copy of moveable/immoveable property

e.

In case of FOB contracts valid Agency Agreement

f.

Photocopy of CNIC

g.

Other than registered/indexed non manufacturing firms/Agents, interested firms must provide justifiable proof/certificate of manufacturing or verifiable certificate of original manufacturer

h.

Challan form No. 32-A worth Rs. 200/- duly deposited into Govt Treasury (Head C02501-20, Main Head-12, Sub Head-A, Miscellaneous Code Head 1/845/30) for each tender separately in favour of CMA (DP) Rawalpindi.

For Further Details Phone: 051-9280631 Fax: 051-9280909 Web site www.ppra.org.pk.


Benefits of Maven Tenders A subscription to Maven will ensure your organization has access to the latest tenders being called by all levels of Government along with the private and public sectors. As the smartest provider of tender opportunities in the Pakistan market, Maven lead the way in ensuring all relevant tenders for your business are captured and distributed to you in a timely manner. Our capture rates (finding what tenders are available in the market) are considered the best available. What are you currently missing out on?

There are many good reasons to subscribe to a tender notification service. Think of your subscription as an investment, an investment that will more than pay for itself when you win new business called through the tender process. Even if you already have a tender notification provider, having two subscriptions will ensure nothing slips through the net. If you buy your local newspaper and check the tenders advertised column yourself, and this suffices for your business, then you probably don't need our services. However if you are serious about winning new business through the complete capture of all relevant tenders for your business, then a subscription to Maven will deliver.


The following pages outline the main benefits of using our service. Complete Coverage: Maven is your single source. 95% of all publicly advertised tenders in Pakistan pass through our system. We are the only tender notification company that provides customized service. Our research team are highly experienced in hunting down the latest tenders, and our daily media search extends to printed media such as newspapers, trade journals and industry magazines. We also search known industry websites for new tenders being published including all levels of government, councils, and corporate procurers. Rest assured, we know all the sources of tenders and they know us! Benefit to you Your organization receives the widest possible coverage. When you subscribe to Maven you can be assured that all tenders are being captured that are relevant to your business, and that nothing is being missed. You need confidence in this area. Relevancy: We realise the importance of ensuring you only receive tenders that are relevant to your business and industry. Time is precious


and we also understand that you are very busy in your day-to-day work. That is why we have developed an industry matching system that ensures accuracy and relevancy to your specific needs. With many industry categories available, you pick and choose which categories you require tenders from. We also provide keyword profile matching for the most highly targeted matches. Benefit to you You spend less time searching and filtering for tenders in the market and more time running your business. Only receive tenders that are of direct interest to you, and only tenders you are capable of responding to. We keep it quick and simple! Timeliness: We guarantee to have a minimum of 95% of all publicly available tenders to you within 24 business hours of publication. If a tender is published in a newspaper or website today, and it matches your profile, we will send that to you within one business day usually Benefit to you You receive notification in a timely and efficient manner. The earlier the notification to you the more time you have to prepare and respond. With tight closing times becoming the norm, you need to receive notification of tenders at the earliest point possible!


Many of our clients claim that this benefit alone saves them the equivalent of our annual subscription costs! Users: You can have up to five users under your subscription. So if you have a branch network or multiple offices, five people within your business can receive or access tenders we publish. This is useful when each of your branches require tenders for their own region, or where your business has different operating divisions. Benefit to you A subscription can be set-up with 5 users in your organization. Each user can have access to Maven and can receive tenders via email. This means tenders being captured can easily be distributed to your staff or colleagues based on their location or the division they work in.


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