punjab emergency service headquarters · 2019. 10. 21. · of rescue 1122 headquarters located at...
TRANSCRIPT
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 1 of 31
PUNJAB EMERGENCY SERVICE
HEADQUARTERS
BIDDING DOCUMENTS
RESCUE 1122
EQUIPMENT &MISCELLANEOUSITEMS FOR
DISASTER RESPONSE FORCE
(Excellence Through Professionalism)
Punjab Emergency Service, Headquarters located at Emergency Services
Academy, 0.5 Km Motorway Service Lane, Thokar Niaz Baig, Lahore,
Phone:042-35131878-9
Email: [email protected]
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 2 of 31
Introduction:
The Punjab Emergency Service (Rescue 1122) (here in after referred to “Service”) has been
established under the Punjab Emergency Service Act, 2006 for professional management of
emergencies such as road traffic accidents, buildings collapse, hazardous material incidents,
fires, disasters, etc. The procurements in the Service are governed under the Punjab
Emergency Service Financial Rules 2007 and Punjab Procurement Rules, 2014 duly notified
by Government of the Punjab.
The requirements for Equipment &Miscellaneous Items for Disaster Response Forcethrough open competitive bidding procedures and terms & conditions of
the contract are given in the bidding documents.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 3 of 31
0
PUNJAB EMERGENCY SERVICE (RESCUE 1122) TENDER NOTICE
No.0/2019-20 (PW)
The Punjab Emergency Service (Rescue 1122) invites sealed bids / tenders from Manufacturers / Authorized Distributors / Importers /Sole Agents of Foreign Principals/Firms registered with Sales Tax and Income Tax Departments, having sufficient managerial, technical, financial capabilities for the procurement of the following Equipment & Misc. Items for Disaster Response Force for Punjab Emergency Service on FOR basis:
Sr. No.
Item (s) Qty. Estimated Cost (in Millions)
Tender Fee (Rs.)
Last Date and Time for Submission of Documents
Date and Time for Opening of Bids
1 Large Tents 04 1.120
Rs. 500/- 08-11-2019 at 11:00 am
08-11-2019 at 11:30 am
2 Individual Tent 75 1.125
3 Equipment Box 30 1.500
4 Light poles 04 0.250
5 Thuraya sets 03 0.500
6 Tablets 06 0.250
7 Wireless base Radio 02 0.100
8 Walkie Talkies radio 20 0.600
9 Color Printer 04 0.400
10 Color Printer –A3 01 0.150
11 Multimedia 02 0.350
12 Navigation Devices 06 0.500
13 Luggage Bag 80 0.800
14 Sleeping Bag 80 0.500
15 Generators 2 KVA 03 0.250
16 Portable Toilets 04 0.800
Bidding will be conducted under the provision of Punjab Procurement Rules-2014 (amended up to date).
1) Tender documents are available and may be obtained on a written request and on cash payment of prescribed fee (non-refundable and non-adjustable) from Procurement Wing of the Service at Rescue 1122 Headquarters located at Emergency Services Academy, 0.5 Km Motorways Service Lane, Thokar Niaz Baig, Lahore on any working day during office hours immediately after publication of this tender up to 07-11-2019.
2) Single Stage-Two Envelopes bidding procedure shall be adopted under Rule 38(2)(a). Bids should be dropped in the tender box kept in the office, on or before the closing date mentioned above in table. No bid shall be accepted after due date and time.
3) 2% of “Estimated Value” as bid security (separate for each item) in the shape of CDR/PO, duly pledged in favor of Director General Punjab Emergency Service Lahore must be submitted along with the Technical bid. Bid without security shall not be accepted and/or rejected.
4) Technical proposals shall be opened on the same day at as per schedule tabulated above in the presence of the bidders or their authorized representatives, in the Committee Room of Rescue 1122 Headquarters located at Emergency Services Academy, 0.5 Km Motorways Service Lane, Thokar Niaz Baig, Lahore.
5) Bids not fulfilling minimum requirements as stipulated in the bidding documents shall be declared non-responsive. Financial Proposals of such non-responsive/ disqualified bidders shall be returned un-opened.
6) In case, the tender proceedings are not done on the scheduled date, the same shall be done on the next working day at the same place and time.
7) The Incomplete bids, conditional and without appropriate bid security shall not be considered.
8) In case of any contradiction or discrepancy between this advertisement and bidding documents, the contents of the bidding documents shall prevail.
9) The tender notice is also available on the websites of PPRA and Punjab Emergency Service, (www.ppra.punjab.gov.pk and www.rescue.gov.pk)
Procurement Wing, Punjab Emergency Service
Rescue 1122 Headquarters, Emergency Services Academy 0.5 Km Motorways Service Lane, Thokar Niaz Baig, Lahore, Email: [email protected],Ph: 042-35131878-9
INSTRUCTIONS TO BIDDERS
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 4 of 31
1. Eligible bidders: The invitation for bids is open for all manufacturers/authorized distributors/importers/sole agents of foreign principals/well reputed firms on free delivery to consignee’s end basis. The bidder must possess a valid authorization from the foreign principal/manufacturer.
THE BIDDING PROCEDURE
2. Single Stage-Two Envelopes Bidding Procedure shall be applied: i. The bid shall comprise a single package containing two separate envelopes.
Each envelope shall contain separately the Financial Proposal and the Technical Proposal.
ii. The inner envelopes shall be marked as “FINANCIAL PROPOSAL” And “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion.
iii. Initially, the envelope marked “TECHNICAL PROPOSAL” shall only be opened.
iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the Punjab Emergency Service without being opened.
v. The Service shall evaluate the Technical Proposal, without reference to the price and reject any proposal which does not conform to the specified requirements.
vi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
vii. After the evaluation and approval of the technical proposal, the Service shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
viii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
x. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
3. Content of Bidding Documents: i. The goods required, bidding procedures, and contract terms are prescribed
in the bidding documents. In addition to the invitation for bids, the bidding documents shall include: -
i.i Instructions to bidders i.ii Technical Specifications i.iii Form of Contract i.iv Manufacturer’s/Foreign Principal’s authorization form i.v Proprietary Certificate in case of sole manufactured/imported items i.vi Form of Bid i.vii Price Schedule i.viii Delivery Schedule i.ix Manufacturing license i.x Price Reasonability certificate i.xi Certificate on stamp paper of worth Rs.100/-
ii. General and Special conditions regarding purchase and procurement as
given in the Punjab Procurement Rules, 2014.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 5 of 31
iii. The bidder must examine all instructions, forms, terms and specifications in the bidding document.
iv. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk result in the rejection of its bid.
4. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the Service, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be informed about the amendment in writing or by phone, and shall be binding on them.
PREPARATION OF BIDS:
5. Content of Bidding Documents: The bid shall comprise the following components: i. Bid form and price schedule completed in accordance with instruction to
bidders (to be submitted along with financial proposal). ii. Documentary evidence established in accordance with instruction to
bidders is eligible to bid and is qualified to perform the contract if its bid is accepted;
iii. Bid security is to be furnished in accordance with instruction to bidders.
6. Bid Form & Price Schedule: i. The bidder shall complete the bid form and an appropriate price schedule
furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, its strength, packing, quantity, and prices.
ii. Bid Prices: The participating firms must submit their Technical proposal in the following manner along with SOFT COPY in USB:
Tender Enquiry Sr. No.
Required Specifications
Offered Specifications
Make /Brand name
Manufacturer Country
of Origin
Pack Size and Any
additional information
iii. The participating firms must submit their Financial Proposal in the following
manner.
Item offered
Make/ Brand name
Manufacturer Country of origin
Offered Unit Price
Any additional
information
iv. Form of price schedule is to be filled very carefully, preferably typed
format. Any alteration / correction must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item maybe marked with red/yellow marker.
v. The bidder should quote the prices of goods according to the strength/technical specifications as provided in the form of price
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 6 of 31
schedule and technical specifications. The specifications of goods, different from the demand of bid, shall straightway be rejected.
vi. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If taxes are not mentioned in the bid, the offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Service.
vii. The successful bidder shall pay the stamp duty of contract as per Stamp Duty Act.
viii. Price offered by the bidder should be valid for the validity period. Conditional offer shall be resultant for bidder as non-responsive.
ix. While tendering the quotation, the present trend/ inflation in the rate of goods and services in the market must kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained subsequently once the bid submission time has expired.
7. Documents establishing bidder’s eligibility and Qualification: i. As a part of technical bid, the bidder shall furnish the documents
establishing the bidder’s eligibility to bid and its qualifications to perform the contract; if the bid is accepted after due process.
ii. The sole agent/importer must provide the “Letter of Authorization” from original manufacturer (foreign Principal)/ distributor. In case of manufacturer itself, the documentary proof i.e. manufacturing license/registration certificate, must be provided to ensure that the bidder is original manufacturer of the required goods.
iii. The National Tax Number (NTN), General Sales Tax Number (GSTN) and Provincial Sales Tax on Services (PST) (where necessary) is required to provide by the bidder.
iv. The bidder shall submit an affidavit on legal stamp paper of Rs.100/- certifying that the firm is not blacklisted on any ground by Federal, any Provincial or District Government or by a local body or a public sector organization nor involved in any litigation against any contract under any public or private procurement. If the firm is involved in any litigation subject to procurement (with any public or private institution); the same shall be intimated to the Punjab Emergency Service. False statement of the bidder shall treat as” Corrupt practice” which may result the blacklisting the firm under Rule 21 (1)(d) of PPR 2014.
v. The bidder must mention the registration number (s), make of country or origin/original manufacturer.
8. Document establishing goods ‘eligibility and conformity to bidding documents. The bidder shall furnish along with Technical Proposal, as part of its bid, document establishing the eligibility and conformity to the bidding documents of the product, which the bidder propose to supply under the contract.
9. Submission of Sample: The bidders must provide minimum01 (One) item as
samples of offered item (free of cost) for evaluation at the time of opening of technical proposal and the Service may request for one additional sample as
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 7 of 31
and when required. No technical proposal shall be considered if the sample not be provided and will result in the rejection of offer/ proposal.
10. Bid Security:2% of estimated values as bid security (Separate for each item) in
the shape of CDR/PO, duly pledged in favor of Director General Punjab Emergency Service Lahore must be submitted along with the technical proposal. The proposal without bid security shall not be accepted. The Bid Security shall be returned to unsuccessful firms after completion of tendering procedure with the approval of the authority.
i. The bid security is required to protect the Service against the risk of bidder’s conduct, which would warrant the security’s forfeiture, pursuant to instruction to bidders. The bid security may be forfeited if;
i.i The bidder withdraws its bid during the period of bid validity; or i.ii In the case of a successful bidder, if the bidder fails to sign the
contract in accordance with instruction to bidders.
11. Performance Security: The successful bidder shall furnish 5% Performance Security in shape of CDR/PO in favor of the Director General, Punjab Emergency Service, Lahore for the total amount of the contract which shall be retained by the Service till the period of contract / warranty guarantee period or as specified by the Service in supply order or Agreement.
12. The successful bidder shall provide warranty/ guarantee for a period of 12months (Completion of Performance) w.e.f. the date of satisfactory inspection of delivered items by the Inspection Committee of the Service.
13. Bid Validity: i. Bids shall remain valid for the period of four (04) months after the
date of opening of technical bid. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Service shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. Bidders who a. agree to the Service request for extension of bid validity period
shall not be permitted to change the substance of their bids; and
b. do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid security (earnest money).
14. Format and signing of bid: i. The bidder shall prepare and submit its bid along with copy of
purchase receipt. The bid shall be typed and shall be signed by the bidder of a person or a person duly authorized to bind the bidder to
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 8 of 31
the contract. The person or persons signing the bid shall give initial in all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting, shall stand valid after the initial/signature by the person or persons signing the bid.
SUBMISSION OF BIDS
15. Sealing and Marking of Bids: - i. The envelopes shall be marked as “FINANCIAL PROPOSAL “and
“TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall.
a. be addressed to the Director General Punjab Emergency Service and;
b. Bear the name and number indicated in the invitation for Bids. ii. The inner envelopes shall also indicate the name and address of the
bidder; the Service shall assume no responsibility for the bid’s misplacement or premature opening.
16. Deadline for submission of bids: -Bids must be submitted by the bidder and
received by the Service, not later than the time and date specified in the invitation for bids. The Director General, Punjab Emergency Service may, at its discretion, extend deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Service and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
17. Late Bid: -Any bid received after the deadline for submission of bids as prescribed, shall be rejected and returned unopened to the bidder.
18. Withdrawal of Bids: -The bidder may withdraw bid after the bid’s submission
and prior to the prescribed deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instructions to bidders. Withdrawal of a bid during this interval may result to forfeiture of Bid Security, pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
19. Opening of Bids: - i. The envelopes marked as “TECHINICAL PROPOSAL” shall be opened
initially in the presence of bidder’s representatives who choose to attend at prescribed date and time in the Committee Room Rescue 1122 Headquarters located at Emergency Services Academy 0.5 Km
Motorway Service Lane, Thokar Niaz Baig, Lahore. The bidder’s representatives who are present shall sign the attendance sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Service without being opened and till completion of the evaluation process.
ii. The Bidder Name, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/bid opening, except for late bids which shall be returned unopened to the bidder. However, at the
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 9 of 31
opening of financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid security and such other details, if considered appropriate shall be announced.
iii. The technical proposal found without Bid Security shall be rejected and the statement/reason shall be recorded.
iv. The minutes of the bids opening (technical and financial) shall be recorded.
v. In case, the tender proceedings are not done on the scheduled date, the same shall be done on the next working day at the same place and time.
20. Clarification of proposal/ Bids: -During evaluation of the proposals/ bids, the authority may, at its discretion, ask the bidder for a clarification of its proposal/ bid. The request of clarification and the response shall be in writing, and no change in the price substance of the proposal shall be sought, offered or permitted.
21. Preliminary Examination: -All the bids shall be examined to determine the
completeness, computational errors, required sureties / securities, proper signatures, and whether the bids are generally in order.
i. In the financial bids, the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected subject to the condition that the total price will not increase and if the total price is increased by prevailing the unit price then the unit price shall calculated by division of total price on total quantity. If the bidder does not accept the correction of the errors, bid shall be rejected, and Bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
ii. Any minor informality, non-conformity, or irregularity in bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
iii. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
22. Evaluation & Comparison of Bids: - i. Substantially responsive bids shall be evaluated and compared. ii. The evaluation of technical proposal/bid shall be on the basis of
previous performances, previous test reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and Bid Security.
iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 10 of 31
iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
23. Evaluation Criteria: - i. For the purpose of determining the lowest evaluated bid, facts other
than price such as previous performances previous experience, financial soundness and such other details as the authority, at its discretion may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/criteria shall be applied for the Technical Proposals. The number of points allocated to each factor shall be specified in the evaluation report.
BID EVALUATION CRITERIA Compulsory parameters:
S/N
Description Requirement / Points
1 LEGAL (MANDATORY)
a. Manufacturing license / authorization letter Mandatory
b. Valid Income Tax Registration Mandatory
c. Valid General Sales Tax Registration (Status Active with FBR) Mandatory
d. Undertaking on Judicial Paper that the firm is not blacklisted and not involved in litigation with any of provincial or Federal Government Department, Agency, Organization or autonomous body anywhere in Pakistan. In case involved in any litigation process, proof of dispute resolution is required.
Mandatory
e. Provision of minimum Sample (01 Nos.) for offered item Mandatory
f. Conformity with Specifications. Mandatory
2 RELEVANT EXPERIENCE AND PAST PERFORMANCE: 25 points
a. Establishment of firm (bidder) (Max. 05 points)
Point for 2 years Point for 3 years Point for 4 years 5 years & above
02 Points 03 points 04 points 05 Points
b. Number of projects completed during last 5 years I. Same Article (min. value of projects is 0.5 Million) No marks are awarded for project less than specified limit.
or ii. Similar nature projects (min. value of projects is 0.5 Million) No marks are awarded for project less than specified limit. (Max. 10 Points)
For Every Project
05 & more projects
Or For Every Project
05 & more projects
02 Points
10 points
or 02 Points
10 points
c. No. of Government institutions served in different projects (Max 10 Points)
For every institution 05 & more projects
02 points 10 points
3 CAPACITY AND QUALITY 10 Points a. Total Staff
(Max. 10 Points) Per Person
5 & more persons 02 point
10 points
4 FINANCIAL POSITION OF THE BIDDER 25 points
a. Income Tax Returns (Max. 05 Points)
For last 02 years 05 Points
b. Average Annual Sales of last 02 years (Max. 10 Points)
From Rs.2- Rs. 4 Million Over Rs.4 Million
05 Points 10 Points
c. Total Assets (Max. 10 Points)
From Rs.3- Rs. 6 Million Over Rs. 6 Million
05 Points 10 Points
Total Points 60 Points
i. During technical evaluation, the Service may or may not send sample for test to any lab or to PCSIR for which expenditure shall be borne by the bidder.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 11 of 31
ii. All bidders shall inform about the results after the completion of Technical Evaluation. The bidder must qualify 65% marks otherwise the technical proposal will be considered non-responsive and the financial proposal shall return unopened after completion of selection process. The same shall be simultaneously notified in writing to the bidders that they have secured minimum qualifying marks and the date, time and location for opening the financial proposals publicly as per PPR 2014.
iii. PASS MARKS: Based on conditions mentioned in this document, technical proposal not meeting the 65% pass marks will be rejected. The applicants scoring minimum 65% marks will be accepted and will proceed for opening of financial proposal.
iv. PROVISON: Provided that if none or only one (single) applicant exceeds the 65% pass marks, then the Service shall decrease the pass marks limit to 60% to ensure the transparency under rule 4 of PPR 2014. Note: If two or more applicants secured minimum 65% marks, then the passing marks will not be decreased to 60%.
v. Financial proposals shall be opened publicly in the presence of the bidder’s representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read loudly. The financial proposal of the bidders who meet the minimum qualifying marks shall be inspected to confirm the sealed and unopened bid. The financial proposals shall be opened and the quoted price read loudly and recorded in appropriate manner.
24. Qualification and Disqualification of Applicant: i. Qualification: The Service, at any stage of the procurement proceedings, may require the contractor to provide such further information concerning the professional, technical, financial, legal or managerial competence as the Service may decide for qualification of the applicant. ii. Disqualification: The Service shall disqualify the applicant on the ground that he had provided false, fabricated or materially incorrect information.
25. Rejection of Bids: (a)
i. The Service may reject all bids or proposals at any time prior to the acceptance of a bid or proposal.
ii. The Service shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
iii. The Service shall incur no liability, solely by virtue of its invoking sub-clause (i) towards the bidders.
iv.The bidders shall be promptly informed about the rejection of the bids, if any.
v. The Service may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 of PPR 2104 and shall immediately communicate the decision to the bidders.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 12 of 31
26. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of procurement contract in the form of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement contract.
i. One Person one bid: One person may submit one bid and if one person submits more than one bid, the Service shall reject all such bids.
27. Acceptance of Bid and Award Criteria: The bidder with the lowest
evaluated bid, if not in conflict any other law, rules, regulations or policy of the provincial government, shall be awarded the contract within the original or extended period of bid validity.
28. Inspections and Test / Analysis:
i. Inspection and Test/Analysis: a. The inspection committee shall inspect the quantity& quality,
specifications of goods including lab report (if any). The cost of the laboratory tests, if conducted, shall be borne by the supplier.
b. The supplier will be responsible for free replacement of the item(s)/parts, if the same is not found in accordance with the required specifications in the invitation of bid/substandard/spurious/ misbranded/expired. It will be replaced without any further charges.
ii. Import documents, if required, may be produced at the time of inspection to ensure that stores offered for inspection are imported
brand new and in the original packing of the manufactures. iii. If the goods supplied are found against the required specifications
or approved samples during physical examination /inspection etc., even it is standard quality, the goods may be rejected, and the supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 15days from the date of communication of decision to the manufacturer /supplier by the Service. In case after replacement or alteration, the inspection committee again declare the item as of against the required specifications, the supply would completely be rejected and the securities would be forfeited to the government account and the firms hall be blacklisted minimum for one year. However, if the entire supplies/installments are declared as of against the required specifications, the securities shall be forfeited and the firm shall be blacklisted minimum for two years.
29. Transportation: Transportation including loading/unloading of goods shall be arranged and paid for by the supplier.
30. Payment: a. Punjab Emergency Service may make advance payment subject
to approval by the Government of Punjab, Finance Department. The decision of the Service for advance payment shall final.
b. Part payment part supply shall be allowed.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 13 of 31
Sub-Contract: The supplier shall not be allowed to sub-let the job and award the sub-contracts under this contract.
31. Delays in the Supplier’s Performance: Delivery of the goods shall be made
by the supplier in accordance with the prescribed time schedule. if at any time during performance of the contract, the supplier should encounter conditions impeding timely delivery of the goods, the supplier shall promptly notify the Service in writing on the fact of the delay, it’s likely duration and its cause(s)the Service may at its discretion extend the supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Service. A delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
32. Penalties /Liquidated Damages; - a. In case of late delivery beyond the presented period, penalty
as specified in special conditions of contract shall be imposed upon the supplier. The above late delivery (LD) is subject to general conditions of contract including late delivery for reasons beyond control. Once the maximum is reached the authority may consider termination of the contract. In case of supply of substandard product, the destruction cost will be borne by the firm i.e. Burning, Dumping and Incineration. If the firm provides substandard item and fails to provide the item the payment of risk purchase from the 2ndlowest/market (which will be purchased by the consignee)the price difference shall be paid by the firm.
b. In case of late delivery of goods beyond the period specified, penalty@2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the supplier.
33. TERMINATION FOR DEFAULT;-The Service, without prejudice to any
other remedy for breach of contract ,by written notice of default, sent to the supplier, may terminate the contract in whole or in part ,if the supplier fails to deliver any or all installments of the goods within the period (s)specified in the contract, or within any extension thereof granted or if the supplier fails to perform any other obligation (s) under the contract and if the supplier, in the judgment of the Service has engaged in corrupt or fraudulent practices in competing for or in executing the contract.
a. In case the firm fails to execute the contract /supply order satisfactorily with the Service, the
b. The Service reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The Service also reserves the right for the suspension/cancellation of contract/blacklisting of the defaulting firm.
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 14 of 31
c. If the firm fails to execute the contract/supply order satisfactorily then the Service reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.
d. The bid found deficient of the bid security shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any) if available, shall not be considered or carried forward.
34. Delivery and Documents: - a. The supplier shall provide the following documents at the time
of delivery of goods to consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.
b. Original copies of delivery note/challan (in triplicate) showing item’s description, batch no(s), Registration No, manufacturing and expiry date and quantity.
c. Original copies of the supplier’s invoices (in triplicate) showing warranty
d. , name of items’ description, batch no, registration no, manufacturing and expiry date, country of origin, quantity, per unit cost, and total amount.
e. Original copies of the sales tax invoice (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of GST and total amount with GST.
35. Arbitration and Resolution of disputes: -In case of any dispute, the decision of Administrative Secretary (of the department concerned), Government of Punjab, would be final.
Note: All assessments and procuring procedures i.e. receiving, opening, awarding the contract, delivery and all terms & conditions of the contract etc. shall be governed by the Punjab Emergency Service Financial Rules 2007 and Punjab Procurement Rules, 2014 (amended up to date).
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 15 of 31
CHECK LIST
Sr. No Description Yes/No
1. Tender Fee Receipt (Rs. 500)
2. Valid Income Tax Registration
3. Valid General Sales Tax Registration (Status Active with FBR) (where applicable)
4.
Undertaking on Judicial Paper that the firm is not blacklisted and not involved in litigation with any of provincial or Federal Government Department, Agency, Organization or autonomous body anywhere in Pakistan. In case involved in any litigation process, proof of dispute resolution is required.
5. Submission of Sample (01 Nos.) of offered item(s)
6. Call at deposit/Pay order/ as bid security
7. Supplier’s authorization
8. Copy of national identity card
9. Price reasonability certificate
10. Sole proprietary certificate in case of items of propriety nature
11. Letter of authorization from the manufacturer/foreign principal in case of sole agent/importer
12. Technical Proposal (separate envelop)
13. Financial Proposal (separate envelop)
14. Copy of the Technical Proposal in the USB in excel format along with the Written Technical offer in the Technical proposal. (Technical proposal envelops)
Signature of the bidder: ___________________________________________
Stamp of the Firm: _______________________________________________
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 16 of 31
SPECIFICATION OF LARGE TENTS
No. Item Minimum Requirement
1 Fabric Material 20D 330T Rip Stop Nylon / Vinyl240 GSM ; water proof, Beige color
2 Frame Material Aluminum1.5” Dia & 2 mm thickness
3 Inner Material Heavy duty net on wall
4 Size 6 x 10 Meter
5 Height 11 ft from center, 6 ft side walls
6 Design Windows of size 2 x 3 ft, 5 on each side of wall and 2 on front and 2 on back, closeable with Velcro
7 Weight of Tent Less than 70 Kg
8 Flooring Coated PE 150 GSM Fabric, Attachable with wall
9 Zip/ Velcro Zip & Velcro Reinforced where needed
10 Pegs 12” long, made of heavy duty Mild Steel, Gauge 12
11 Seams/ Stitches Reinforced waterproof Nylon strips on every seam & Yarn Polyester Stitches
12 Features Waterproofing with Silicon & Polyurethane, UV Resistant, Quick Convenient Assembling & Disassembling, Durable
13 Accessories Heavy duty packing bag, Hammer with Handle, Heavy Duty Cotton Rope 1.5” Dia03 meter for each peg & 02 guy rope (06 meters) with Runners
14 Printing “Pakistan Rescue Team” / logo printed on outer flyers both sides (printing pattern approved by the Service)
SPECIFICATION OF INDIVIDUAL TENTS
No. Item Minimum Requirement
1 Flysheet Fabric Material
20D 330T Rip Stop Nylon / Vinyl 240 GSM ; water proof, Beige color
2 Inner Tent Material High Density Polyester mesh
3 Dimension 7 x 3 x 4 (feet)
4 Floor Material Nylon with Polyester Mesh
5 Doors Single D-shaped door
6 Windows Two windows for ventilation (Waterproof)
7 Frame Aluminum Pipe
8 Weight Less than 03 Kg
9 Setup Easy to install
10 Rainfly& Floor Water Proof Seam Tape Rainfly, Silicon Coated Floor
11 Optional Electric port accessibility, Storage pockets inside the tent, Door awning to keep rain away, Hanging hook for a LED light
12 Accessories Carrying bag with standard accessories
13 Design As approved by the Service
SPECIFICATION OF EQUIPMENT BOX
No. Item Minimum Requirement
1 Construction Strong, Lightweight, Durable, Heavy Duty with solid handle & locking mechanism
2 Body Material Polypropylene/ ABS
3 Interior (L×W×D) 3.5 x 3 x 2.5 (Feet) +5%
4 Features Extendable Handle, Scratch less Body Surface & Water Proof
5 Printing on Box At front, top and sides “Box No. ____” “Pakistan Flag” and “Pakistan Rescue Team (DRF)” (As approved by Service)
6 No. of wheels 2
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 17 of 31
SPECIFICATION OF EXTENDABLE LIGHT POLES
No. Item Minimum Requirement
1 Type of Stand Telescopic installed on a Tripod base, Extendable & Adjustable
2 Height Height Adjustment Upto 15 feet (lower piece upto 06 feet)
3 Frame Material Aluminum Alloy
4 Lights 04 LED Lights (180-200 watts each) on single durable pole
5 Total Lumens 28000 Lumen or higher
6 Mounting 04 Lights mounted
7 LED Lamp Life 80,000 Hours
8 Features Moveable, 360Degree lights rotation, Telescopic style, stable during strong wind with locking mechanism
9 Extension Cord Roll on type mounted on stand 100 feet wire with high quality plugs
10 Certification CE Certified
SPECIFICATION OF THURAYA SET
No. Item Minimum Requirement
1 Dual Mod SAT+GSM
2 Services Satellite Calls, Satellite SMS, GSM full features
3 Network Frequency L-Band
4 GSM (2G/3G) 800, 850, 900, 1800, 1900, 2100 MHz
5 Services Voice, SMS, SMS to Email, fax.
6 Satellite Antenna Omni Directional (Walk-and-Talk functionality)
7 Battery Life 3400 mah, Talk Time Up to 10 hrs, Standby Time: Up to 100hrs
8 Display 2.5 toughened gorilla glass outdoor display
9 Features Call Barring, Call Diverting, Conference Calls, Call Waiting, Closed User Group, Voice Mail
10 Organizer Alarms, Calendar, Calculator, Stopwatch, World Time, etc.
11 External Interfaces UDC data cable with USB Connector, Earphone Jack (2.5mm), DC Power
12 Firmware (Multi Language) Arabic, English, Farsi, French, German, Urdu, Italian, Portuguese, Russian, Spanish, Turkish
13 Global Navigation Satellite system (GNSS)
GPS, BeiDou, Glonass and Galileo (Selection of preferred navigation system)
14 Firmware (Chinese) Simplified Chinese, English
15 PC Compatibility (For Firmware Upgrade)
Windows 8/8.1, 7, Vista
16 Accessories Car Charger, Solar Charger, Indoor Repeater, Earphone, Spare Batteries, Spare Travel Charger, Spare USB Data Cables.
17 Ingress protection Water resistant (IP65), dust resistant, shock proof
18 Warranty One year warranty including hardware and services
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 18 of 31
SPECIFICATION OF TABLETS
No. Item Minimum Requirement
1 Operating System Android OS 9.0 Pie or higher
2 Display 10 Inchesor higher
3 Resolution 1024 x 768 Pixelsor higher
4 Processor Quad Core 2.5 GHz or higher
5 Ram 4GB RAM or higher
6 Internal Storage 32 GBor higher
7 Extendable Storage 128 GBvia microSD card
8 Front Camera 8MP or higher
9 Rear Camera 13MP or higher
10 Connectivity Wi-Fi Direct, Wi-Fi 802.11 a/b/g/n/ac Bluetooth 5.0, USB 3.0 or higher
11 Battery Capacity 8000mAh
12 Casing Hard Casing (As Approved by the Service)
13 Warranty Standard One Year
OPTIONAL
1 Accessory Soft Pen
TECHNICAL SPECIFICATION OF DUAL BAND BASE RADIO GENERAL SPECIFICATIONS
Frequency Range
VHF 136-174MHz
UHF 400-520MHz
Channels Dual Band, Dual Display, Dual Frequency, Dual Standby, 128 groups channels storage
Modes of Emission F3
Channel Scanning General scan, priority Scan with Talk around Feature
DTMF 5 tone ANI Encoding 5 digit code length for ANI
Security features CTCSS, TOT, TTL, Key Lock Cloning for secure communication with whole network
Operating Voltage 13.8 VDC (+- 15 %) Negative ground
Current consumption RX: 0.5 A squelched TX: 8.0A (50/ 430 MHz), 8.5 A 29/144 MHz
Transmitter
Output Power 50/20/10/5W (144 MHz), 35/20/10/5 W (430 MHz)
Modulation Type Variable reactance
Maximum Deviation Better than -60 dB (29 MHz: Better than -50 dB)
Modulation Distortion Less than 03 %
Micro Phone Impedance 02 K ohm
Receiver
Circuit Type Double- conversation super-heterodyne.
Intermediate Frequency: 49.95MHz/450 KHz (Left Band) 38.85 MHz/450 KHz (right band)
Sensitivity (for 12 db SINAD): Better than 0.2 V.
Squelch Sensitivity Better than 0.16 V
Accessories
Accessories must be imported as per international standards
DTMF Microphone As per manufacturer standards
Power Supply cum charger (12V) Input 220, 30 Amp.
Base station Antenna Omni directional 6.5db gain, , RG-213 cable 120 ft with connectors
Warranty At least 3 years
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 19 of 31
TECHNICAL SPECIFICATION OF DUAL BAND WALKIE TALKIE RADIOS
GENERAL SPECIFICATIONS
Frequency Range
VHF 136-174MHz
UHF 400-520MHz
Channels 99 programmable Channels minimum with digital keypad (frequencies to be tuned will be specified)
Modes of emission F3
Channel Scanning General scan, priority Scan with Talk around Feature
DTMF 5 tone ANI Encoding 5 digit code length for ANI
Security features CTCSS, TOT, TTL, Key Lock Cloning for secure communication with whole network
Output Power 5W or higher
Operating Temperature Range -10 C to + 60 C (Dully certified by Manufacturer)
Frequency Stability 2.5 PPM Min (+/-0.0005%)(-10C to 60 C)
Power Consumption Standby with Saver: 380 mA Maximum Receiver (500mw) 175mA, Maximum Transmit (5 watt) 1.4 Amps Maximum
Batteries Voltage and Type 7.2Volt, 1800 mAh min Li-on or batter Rechargeable (1+1)
Battery Life (with supplied battery)
High Power : 5 watt : 8.0 Hours, Minimum Low Power : 1 watt : 12 Hours Minimum Duty Cycle : 5% : 5%::90% (TX : RX : Stand by )
Carrying case Preferably Water proof fully covered
Internal Speaker Built in front Facing.
Antenna Type Rubber – Flex Type (Dual Band)
Charger Type Rapid Charger (min 1800mAh)
Head Phone with boom VOX type mic
TRANSMITTER
RF Output Power 5 watts (Programmable 1 W to 5 W)
RECEIVER
Sensitivity Less than 0.2 Micro Volt for 12 dB SINAD Less than 0.05 Micro Volt for 20 dB Noise Quieting
Squelch Sensitivity Min. 0.25 Micro Volt, Max 0.5 Micro Volt.
Warranty At least 3 years
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 20 of 31
SPECIFICATION OF COLOR LASER PRINTER
No. Item Minimum Requirement
1 Functions Print, copy, scan
2 Resolution 1200 x 1200 rendered dpi or higher
3 Monthly Duty Cycle 10000 pagesor higher
4 Recommended Monthly Page Volume 100 to 250
5 Number of Print Cartridges 2 (1 black, 1 Tri-color) full cartridge
6 Paper Trays, Standard 1
7 Connectivity Standard1 Hi-Speed USB 2.0, Connectivity
8 Print speed(Black) 28 ppmor higher
9 Paper Handling Input, Standard 100-sheet input tray
10 Paper Handling Output, Standard 25-sheet output tray
11 PaperSizes Supported A4
12 Paper Weight 70 to 100 g/m²
13 Windows Windows 7,8,10, or higher
14 Scanner type Flatbed
15 Scan file format pdf, bmp, jpg, gif, tif, tif, png
16 Scan Resolution Hardware 600 x 600 dpior higher
17 Ports USB 2.0, 3.0
18 Scanner type Flatbed
19 Scan file format pdf, bmp, jpg, gif, tif, tif, png
20 Scan Resolution Hardware 600 x 600 dpi or higher
21 Scan Resolution Optical 600 dpi or higher
22 ADF Capacity Standard, 35 Sheets or higher
23 Digital Sending Features Scan to PC
24 Copy Resolution (Black Text) 600 x 600 dpi or higher
25 Copy Reduce / Enlarge Settings 25% to 400%
26 Dimension Preferably Compact size
27 Power 220 V
28 Warranty One-year limited hardware and services warranty
SPECIFICATION OF COLOR LASER PRINTER (A3)
No. Item Minimum Requirement
1 Functions Print, copy, scan
2 Resolution True 1200 x 1200 rendered dpi
3 Monthly Duty Cycle 10000 pages
4 Cartridges/tonner Full size cartridge
5 Recommended Monthly Page Volume
100 to 250
6 Number of Print Cartridges 2 (1 black, 1 Tri-color)
7 Paper Trays, Standard 1
8 Connectivity Standard1 Hi-Speed USB 2.0, Connectivity
9 Print speed 28 ppm or higher
10 Paper Handling Input, Standard
100-sheet input tray
11 Paper Handling Output, Standard
25-sheet output tray
12 Paper sizes supported A3, A4
13 Paper Weight 70 to 100 g/m²
14 Windows Microsoft Windows 7,8 10 or higher
15 Ports USB 2.0, 3.0
16 Scanner type Flatbed
17 Scan file format pdf, bmp, jpg, gif, tif, tif, png
18 Scan Resolution Hardware 600 x 600 dpi or higher
19 Scan Resolution Optical 600 dpi
20 ADF Capacity Standard, 35 Sheets or higher
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 21 of 31
21 Digital Sending Features Scan to PC
22 Copy Resolution (Black Text)
600 x 600 dpi or higher
23 Copy Reduce / Enlarge Settings
25% to 400%
24 Dimension Preferably Compact size
25 Power 220 V
26 Warranty One-year limited hardware and services warranty
SPECIFICATIONS/REQUIREMENT OF MULTIMEDIA
Sr. No
Item Name Specifications
1 Multimedia
No. Item Minimum Requirement
1 Native Resolution 1024 x 768 pixels or higher (XGA)
2 Brightness 3300 Lumens or higher
3 Contrast Ratio 15,000:1 or higher
4 Display Color 1.07 Billion Colors (30 bits)
5 Projection system 3 LCD
6 Throw Ratio 1.5– 1.8
7 Projection Size 30" ~ 300"
8 Zoom Ratio 1.2x
9 Lens Control Manual Zoom and Focus
10 Keystone Correction Vertical and Horizontal (+30 degree)
11 Multi screen projection
With function to share screen from multiple devices (PC & Smart gadgets)
12 Built-in Speaker As per manufacturer standards
13 Resolution Support VGA (640 x 480) to WUXGA (1920 x 1200)
14 Ports VGA, HDMI (for multi-display), USB & Audio (both In/Out)
15 HDTV Compatibility 480i, 480p, 576i, 576p, 720p, 1080i, 1080p
16 Lamp Life 10,000 Hours or higher
17 Power Supply 220-240V AC
18 Warranty Standard Warranty not less than 01 Year including lamp
19 Accessories Standard accessories including carrying bag & 10 meter HDMI Cable
20 Certification CE or EN Certified
SPECIFICATION OF NAVIGATION DEVICE
NO. ITEM Description
1 Navigation System GPS based Independent portable handheld device (Touch Screen)
2 Display Size 4x5 inches or higher
3 Display Resolution 272 x 480 Pixels or higher
4 Display Type Sunlight Readable
5 Storage Internal Storage up to 1GB or higher. MicroSD card compatibility upto 16 GB
6 Features
Landmarks, Routs creation, Searching with POI, trail estimated time, longitude/latitude, support for International Datum. Electronic Compass, Camera, Picture viewer, water resistant (IP 55), dust resistant with cover.
7 Maps Life time (Custom maps supported)
8 Data Sharing Wirelessly data sharing between similar units (Bluetooth, cloning)
9 Battery Upto 12 hrs Backup (Rechargeable)
10 Warranty The company must provide at least three years warranty for the system
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 22 of 31
SPECIFICATION OF LUGGAGE BAG
No. Item Minimum Requirement
1 Material Black colored Cardura
2 Type Duffle type, Wheeled
3 Capacity/ Volume 100- 120 Liters
4 Features Water Proof
5 Weight Less than 7 Kg
6 Number of Wheels 02 or 04 Nos. (Design As approved by Service)
7 Closure High Strength Zipper Type with numeric locking mechanism
8 Handle Top carry straps and Side adjustable handleat different height and rolling styles.
9 Base Square Shaped Hard Durable Plastic
SPECIFICATION OF SLEEPING BAG
No. Item Minimum Requirement
1 Type 3 Season Sleeping Bag
2 Shape Mummy Design
3 Features High-Loft for comfort, Synthetic-Down that replicate down warmth even when wet
4 Shell Material High Quality Nylon, Water Resistant
5 Zipper 5# locking
6 Construction Thermal layer
7 Lining material Polyester pongee
8 Weight Less than 5 kg
9 Dimensions 75" x 36" x 20"+ 5%
10 Carry Bag Dimensions 20" x 10" x 10"+ 5%
11 Color, Design & Sample As Approved by the Service
12 Warranty & Repairing Standard Warranty For 1 Year
SPECIFICATION OF GENERATOR WITH CAGE (2KVA)
No. Item Minimum Requirement
1 Type of Generator Petrol Driven
2 Rated Output Power 2 KVA
3 Voltage Output 220 V
4 Frequency 50 Hz
5 Starting System Recoil
6 Choke System Manual
7 Fuel Gauge It should be provided
8 Fuel Tank Capacity 10 Liters
9 Fuel Consumption less than 2 liters per hour @ full load
10 Circuit Breaker System It should be provided
11 Dry Weight less than 25 Kg
12 Cage Trolley Material Mild Steel with wheels for transportation
13 Accessories All standard accessories should be provided
14 Standard EN/ CE Certified
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 23 of 31
SPECIFICATION OF PORTABLE TOILETS
No. Item Minimum Requirement
1 Material Polyethylene plastic body, UV stabilized for protection from the sun
2 Fitting Standard fittings with removable western commode
3 Features Easy to Install & Dismantle, foldable, Quick connect mechanism with water, electricity and sewage lines & waste collection and removal mechanism
4 Floor Solid base with vinyl flooring
5 Size Length = 4 feet, Width = 4 feet, Height = 7 feet
6 Color, Sample & Design
As Approved by the Service
7 Printing Imprinted “TOILETS” on Front Door
8 Additional Features Separate water tank, Exhaust fan and light
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 24 of 31
CERTIFICATE ON STAMP PAPER ON WORTH Rs.100/
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on _________________ for the Equipment &Miscellaneous Items for Disaster Response Force as advertised in the tender notice as well as those contained in the bid Proforma. We agree to abide by all instructions/conditions. 2. We here by confirm to adhere to the delivery period required in the tender enquiry/supply order(s) which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by Punjab Emergency Service to cop up the delayed supply. 3. Certified that the price quoted against tender are not more than the trade price or the price charged from any other Government /Autonomous Institution and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so. 4. Certified that the firm will replace the items free of cost during warranty period in case of expiry at Punjab Emergency Service premises due to non-consumption.
Name of the bidder
Signature
Company Stamp
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 25 of 31
Annex “I”
BIDDER DATA FORM
COMPANY/ FIRM’S NAME:
ADDRESS:
TELEPHONE NO. FAX NO.
E-MAIL ADDRESS:
ADDRESS OF DEALER/DISTRIBUTER & PHONE NO:
_______________________________________________________________________
REGISTRATION NO.:
INCOME TAX REGISTRATION #
SALES TAX REGISTRATION #
NAME OF AUTHORIZED PERSON: (AUTHORITY LETTER MUST BE ATTACHED)
CONTACT OF AUTHORIZED PERSON:
Total No. of Employees Company’s Date of Formation
Technical Staff Managerial Staff
Total Assets (In Rs.)
Annual Sales of last 02 years
year Annual Sales
CDR/PO/BG NO. & DATE
SIGNATURE OF OWNER / REPRESENTATIVE:
STAMP OF THE FIRM
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 26 of 31
To The Director General Punjab Emergency Service (Rescue 1122)
Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said bidding documents.
We undertake, if our bidis accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of requirements/supply order(s). If our bid is accepted, we agree to provide 5%performance security in the shape of CDR/PO/BG shall be retained by the Punjab Emergency Service as a security for the successful completion of the contract including warranty period.
We agree to which period abide by this bid for a period of (04) Four months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us.
We understand that the Service is not bound to accept the lowest or any bid.
Name of the bidder
Signature
Company Stamp
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 27 of 31
FORM OF CONTRACT
AGREEMENT
This Agreement of ---------------------- is executed at Lahore, on -------------------------.
BETWEEN
The Punjab Emergency Service (Rescue 1122) through the Director General, Punjab
Emergency Service (Rescue 1122) which expression shall, unless the context requires
otherwise, includes its successors-in-office, representatives and assignees (hereinafter
referred to as the” Service”) of the FIRST PART;
AND
M/s ----------------------------------------------------------. registered under Sales Tax No. -------------
-------- and National Income Tax No. ___________ Phone No(s).---------------- and Fax No
------------------ which expression shall, unless the context requires otherwise, includes its
successors-in-interest, executors, administrators, representatives and assignees
(hereinafter referred to as the “Firm”) of the SECOND PART.
WHEREAS, the Punjab Emergency Service is competent and responsible for
concluding the agreement or the purchase of Store(s), for the Punjab Emergency
Service.
WHEREAS, the Punjab Emergency Service invited bids from the firms on
-----------------for the agreement of the supply of_____________. (hereinafter called the
“Store(s)”) for Punjab Emergency Service.
AND WHEREAS, bid of the Firm has been accepted.
NOW, THEREFORE, THE PARTIES HAVE ENTERED INTO AN AGREEMENT AGAINST TENDER
NO._______________________ ON THE TERMS AND CONDITIONS STATED HEREIN BELOW:
This Agreement shall be subject to the following:
Description and Rate
Sr.
No. Name of Item
Specifications
Make/Model
and country of
Manufacturer
and origin
(Complete
Details)
Qty
(No.)
Unit
Price
(PKR)
Sale and other
taxes (Specify
the type and
kind of taxes
applied
(PKR)
Total
Cost
(PKR)
Grand Total
Total Price in Words
I.Terms and conditions as mentioned in the bidding documents.
II.All Annexure given in the bidding documents.
(Mr.__________________)
On behalf ofFirm
(Mr._______________________)
On behalf of Service
Witnesses: _______________ ___________________
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 28 of 31
PERFORMANCE GUARANTEE/ SECURITY FORM To: [Name & Address of the Procuring Agency]
_____________________________
Whereas M/S ________ (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.________ dated _______ to supply [description of goods] (hereinafter called “the Contract”).
And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 05% of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee: Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the________ day of_________________, 20 .
Signature and Seal of the Guarantors/ Bank
Address __________________________
Date _____________________________
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 29 of 31
TECHNICAL BID
TENDER_______________________________________________________
Required Specifications
Offered Specifications
Model Brand name
Manufacturer Country of Origin
Note: Soft copy in USB must be provided.
Name of bidder: ______________________________________________________
Sign and stamps bidder: ________________________________________________
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 30 of 31
FINANCIAL BID
TENDER_______________________________________________________
Item offered
Make/ brand name
Manufacturer Country of origin
Offered Unit Price Without
Taxes/duties
Applicable Taxes/duties
Offered Unit price
with all taxes/duties
Name of bidder___________________________________________________
Sign and stamp of bidder__________________________________________
Punjab Emergency Service
Bidding Documents for Purchase of Equipment & Miscellaneous Items for Disaster Response Force2019-20
T. No. 06/2019-2020 (PW)
Page 31 of 31
Schedule of Purchase and Submission of Bidding Documents
• Last Date of Purchase of Tender 07-11-2019
• Last Date of Submission of Tender 08-11-2019 Time: 11:00 AM
• Time & Date of Opening of Tender 08-11-2019 (11:30 am)
• Description Equipment &Miscellaneous Items for Disaster Response Force
• Qty As specified in advertisement
• Delivery Period 1 Month
• Earnest Money @ 2% of estimated Price (Separate for each item)
• Venue of Opening Tender
Committee Room of Punjab Emergency Service (Rescue 1122) Headquarters located at Emergency Services Academy, 0.5 Km Motorways Service Lane, Thokar Niaz Baig, Lahore.