TENDER DOCUMENT - Punjabeproc.punjab.gov.pk/BiddingDocuments/50484955/4948/... · 0 tender #: _____...

20
0 Tender #: _______ TENDER DOCUMENT Tender Price. Rs.1000/- FOR PROCUREMENT OF MINI BUSES, COPMPUTER, PRINTER AND FURNITURE. FOR INSTITUTION COMPONENT MINI BUS COMPUTER AND PRINTER FURNITURE TOTAL COST GOVT. SPECIAL EDUCATION CENTER, LAYYAH 06.00 (M) 00.100 (M) 0.609 (M) 06.709 GOVT. SPECIAL EDUCATION CENTER, KAROR 06.00 (M) 0 00.500 (M) 06.500 TOTAL 12.00 (M) 00.100 (M) 01.109 (M) 12.209 (M) Name & Address of Firm (Firm fill this):- Name of firm: _____________________________________________________________ Name of Proprietor: ___________________________ CNIC NO.____________________ GST Registration No.__________________________ NTN No._____________________ Postal Address:-______________________________________ Phone No._____________ Email Address ____________________ Signature_____________________ Name._______________________ Stamp._______________________ CHIEF EXECUTIVE OFFICER DISTRICT EDUCATION AUTHORITY, LAYYAH Phone: 0606-920232

Transcript of TENDER DOCUMENT - Punjabeproc.punjab.gov.pk/BiddingDocuments/50484955/4948/... · 0 tender #: _____...

0

Tender #: _______

TENDER DOCUMENT Tender Price. Rs.1000/-

FOR PROCUREMENT OF MINI BUSES, COPMPUTER,

PRINTER AND FURNITURE.

FOR

INSTITUTION COMPONENT

MINI BUS COMPUTER

AND PRINTER

FURNITURE TOTAL

COST

GOVT. SPECIAL

EDUCATION

CENTER,

LAYYAH

06.00 (M) 00.100 (M) 0.609 (M) 06.709

GOVT. SPECIAL

EDUCATION

CENTER, KAROR

06.00 (M) 0 00.500 (M) 06.500

TOTAL 12.00 (M) 00.100 (M) 01.109 (M) 12.209 (M)

Name & Address of Firm (Firm fill this):-

Name of firm: _____________________________________________________________

Name of Proprietor: ___________________________ CNIC NO.____________________

GST Registration No.__________________________ NTN No._____________________

Postal Address:-______________________________________ Phone No._____________

Email Address ____________________

Signature_____________________

Name._______________________

Stamp._______________________

CHIEF EXECUTIVE OFFICER

DISTRICT EDUCATION AUTHORITY,

LAYYAH

Phone: 0606-920232

Earnest Money 2 % of Total Estimated Cost of each component in shape of CDR issued from any scheduled Bank

Last date for obtaining of tender documents

27.10.2017 during office hours

Last Date of Receipt Tender 31.10.2017 up to 01.00 pm

Mode of receipt BY HAND/REGISTERED MAIL/ COURIER

Opening of technical bids (Date & Time) 31.10.2017 at 01.30 pm, Venue. Conference Room, District Complex, Layyah.

Opening of financial bids

After the completion of Technical Evaluation Report. Date of opening will be announced and intimated to all responsive bidders.

Procurement process shall be governed by the Procurement Rules, 2014 amended / updatedPPRA Rules).

PART - I T E N D E R N O T I C E

ONLY ORIGINAL TENDER DOCUMENT WILL BE ACCEPTED.

EACH AND EVERY PAGE MUST BE SIGNED BY THE BIDDERS. 1. Any offer which is not received according to terms and conditions ofthe tender Enquiry is liable to be ignored. No offer shall beconsidered if:

i. Received after the time and date fixed for its receipt. ii. The tender is unsigned. iii. The offer is ambiguous. iv. The offer is conditional. v. The offer is from a firm, black listed, suspended or remove from the approval list. vi. The offer is received by Telegram/ Fax. vii. Offer received with shorter validity than required in the tender enquiry. viii. The offer is for store not conforming to specification indicated in the tender enquiry.

2. The offer shall remain valid up to 30-06-2018. 3. The bid shall comprise a single package containing two separate envelopes; each envelope shall contain separately the FINANCIALPROPOSAL and the TECHNICAL PROPOSAL as per PPRA Rules 2014. 4. The Purchase Committee reserves the right to reject/cancel anyone or all tender on the basis of Evaluation Criteria. However, the firm will be intimated accordingly. EVALUATION CRITERIA. For the purposes of determining the lowest evaluated bid, facts other than price such as;

Previous performances (20 marks) Previous experience (20 marks) Technical capabilities (20 marks) Financial soundness (20 marks) No. of Similar assignments in the past (20)

Qualifying Marks : 60% 5. (a) If the acceptance of tender issued during the validity period of the offer is not accepted by the bidder, the earnest money shall be forfeited and the store will be purchased at his risk and expense.

(b) In case, the offer is withdrawn, amended or revised during the validity period of the offer, the Earnest money is liable to be forfeited. (c) In case, the contractor fails to execute the contract inaccordance with terms And conditions laid down in the contract the security deposited by him shall be forfeited and the store will be purchased at his risk and expense.

6. The buyer reserves the right to claim compensations for the loss Caused by the delay in the delivery of store. 7. Rates should be quoted on free delivery and deployment to the consignee’s ends i.e.Govt. Special Education Centre, Layyah and Karor.

SPECIAL TERMS AND CONDITIONS. 1. Single stage-Two envelope procedure.

(i) The bid shall be comprise a single package containing two separate envelopes; each envelope shall contain separately the financial proposal and technical proposal. (ii) Envelopes shall be marked as “FINANCIAL PROPOSAL” and“ TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. (iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” will be open. (iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained inthe custody of the CEO, DEA Layyah without opening. (v) The procuring agency shall evaluate the technical proposal in a manner prescribed in advance, without reference to the price and reject any proposal which does not conform to the specified requirement. (vi) During the technical evaluation no amendments in the technical proposal shall be permitted. (vii) The Financial proposal of bids shall be opened publicly at a time, date and venue announced and communicated to the bidders in advance. (viii) After the evaluation and approval of technical proposal the procuring agency, will at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive will be returned un-opened to the respective bidders. (ix) The bids found to be the lowest evaluated bid will be awarded the contract. (x) Others terms and condition will be followed as per Punjab Procurement rules 2014 (PPRA’S)

2. Bidders must quote on the prescribed invitation to Tender Form in limited tender as well as in advertised tender. Cash Receipts (in original or Photocopy) in token of having purchased the tender, must accompany the offer. 3. Bidders should be addressed to Chief Executive Officer, DEA Layyah. 4. Bidders should quote their confirmed and final rates including all applicable taxes. 5. Store offered should be of the best trade quality confirming to stipulated specification, Manufacturer’s Name, Brand’s Name and country of origin of the supplies offered should be mentioned clearly against each item of supply. 6. The successful bidder may be required to furnish 10 % performance security deposit in the form of deposit at call in favour of Chief Executive Officer, DEA Layyah. 7. The delivery of items will be in one lot, piecemeal, split supply will not be accepted in routine, in case of sound reasons authority can further decide thecase. 8. The bidders shall enclose catalogues/leaflet/ literature and other technical data, if any, in respect of store offered by them. 9. Any erasing/ cutting/ crossing etc. appearing in the offer will not acceptable. Moreover, all pages to the tender must also be properly signed. Offer with any over-writing shall in no circumstances beaccepted.

10. The quotation should be submitted on the basis of accounting unit specified inthe invitation to tender. (a) A certificate should be given by the bidder that they will be responsible for thefree replacement of store if the same is found to be substandard and or avariance with the specifications given in the tender enquiry. In case a similarstore offered is at variance with the specifications given in the tender enquiry,the Bidders must clearly identify variations in their offers. Store offered ofspecifications superior to the one specified in the tender enquiry shall however,be acceptable. (b) In case indigenous store is offered as a store similar to that specified in thetender enquiry the bidders shall, within seven days of the opening of the tender,have the said store, wherever possible, pre-inspected by the Inspection Wing attheir own cost. (c) Where offers have been invited for specified brands, offers for other brands will not be acceptable. 12. Tender sample, of furniture should be submitted by the bidders along with theiroffers. 13. No quoting firms would be allowed to withdraw to his offer during validity periodafter conclusion of contract/ rates/ contract whichever is earlier. 14. All the legitimate taxes will be deducted according to Govt. policy. 15. District Purchase Committee reserves the right to reject/ accept any offer onEvaluation Criteria which will not be challengeable in any Court of Law/ higherauthorities. 16. Inspection authority in the presence of contactors/their authorized representative,if conclude that rejection is justified under terms and conditions of contract, thestores shall be replaced by you within 15 days failing which the stores shall bepurchased at your risk and cost. 17. The tender will abide by all the SPECIAL TERMS AND CONDITIONSmentioned/attached along with tender specifications. 18. The contractor is required to send specimen signatures (in triplicate) or hisauthorized representative who is competent to sign the bills and receivepayments on his behalf. The change of the contractor’s representative authorizedto sign the bill and receive payment etc. should be promptly reported by thecontractor failing which the entire responsibility for wrong payment would lay onthe contractor. 19. Procurement process shall be governed by the Procurement Rules, 2014 amended / updated(PPRA Rules).

PART-II.

CHECK LIST

The provision of this checklist is essential prerequisite along with submission of tenders.

Sr. # Detail Yes / No Page #

1. Original receipt for purchase of tender.

2. Bid Security not more than 2% of tender price.

3. Minimum one year business history with documentary proofs to determine the experience of the firm.

4. Mandatory warranty of the product as per terms andconditions of the contract. Proof that the company isauthorized to give warranty on behalf of the Principal tobe provided.

5. Acceptance ofterms and condition, tender documentsduly signed and stamped.

6. Company profile including engineering andmanagerial capability.

7.

An affidavit on stamp paper of Rs. 100/- submittingfollowing clauses: i) that maintenance of goods andreplacement of defective parts under warranty shall bedone, ii) that neither the firm has been blacklisted onany grounds whatsoever or is being proceeded against oris involved in litigation. This certificate shall remainoperative till the finalization of the procurement.

8. Acceptance of offered specification

9. Bank statement / Balance sheet, Financial Soundness,National tax number, General Sale Tax number and firm registrationcertificates.

10. Literature / brochure of product.

11. Manufacturer authorization form (proof in form ofreviews/opinions)

12. Certificate / documentary proof to the effect that thePrincipal is the original manufacturer/ Authorized dealer.

13. Mentions the country of origin (wherein the country oforigin is the country where more than 50% of partsof the goods are manufactured).

14. Certificates regarding quality of production forconformity with International Standards (copy ofcertificate FDA, CE, JIS)

15. References regarding reputation from Private / PublicSector.

FURNITURE COMPONENT Tender No.________ FINANCIAL BID / PRICE SCHEDULE

(Goods to be procured under DDP/Free delivery at consignee’s end basis.) Name of Bidder______________________________________________ Name of Item Specification of items Items

Required Offered Rates including all

taxes Student Desk with Bench (03-Seater) with 03-Strips on the back.

Dimension Desk: Height 30” Width 48” Depth 14: outer frame M.S pipe 38’mm 18 gauge, Rail top 20x20mm 18-gauge M.S sq. pipe, Bench back support Foot rest 20x20mm 18 gauge (1.2 mm Wall thickness) M.S sq.pipe structure finished with black powder coating. Upper top Shisham 48”x14:x0.75 with one joint in lacquer polish finish. Bench made of Shisham wood 5-strips (48”x2”x0.75) fixed with wood screws. Bench back made of Shisham wood 2-strips (48”x2”x0.75). Seasoned wood & treated for termite, Proofing & other climates, wood thickness 0.75”.

30

Single Desk with Chair

Desk Size 600x400x580 mm (H) Chair size: 370x370 mm {leg height 350 mm, back height 350 mm, 03-strips (Black) 07-strips (seat)}. Structure made of mild steel square pipe 20x20 mm. finished with powder coating / charcoal grey. Top/shelf and seat & back strips of chair made of solid seasoned Shisham wood. Finished with N.C. Lacquer polish base finished.

10

Officer Table Size 1600x800x760 mm (H). Top side panels made of high density chipboard pressed with lamination on both sides with three drawers. Top drawer lockable with through back. Finshed with NC lacquer polish. 01

Office Chair Seat size 465x465MM, Back 510MM, Chair structure / seat and back made of solid seasoned shisham wood. Seat and Back webbing with natural double cane. Complete finished with Nitrocellolose Lacquer Polish. 10

Teacher Table Size: 1200x600x760 mm (H). Structure made of mild steel square pipe 25x25 mm wall thick 1.2 mm, paint top made of high density chipboard pressed with lamination. Drawer box made of high density chipboard pressed with Shisham veneer on both sides. Drawer box having with three drawers lockable, complete finished with N.C. Lacquer polish. .

10

Teacher Chair Seat size: - 465x465 mm. Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm. finished with Nitrocellulose silver paint. Seat & back& arms made of solid seasoned Shisham wood. Arm finished with N.C. Lacquer, seat & back webbing with Natural Double Cane complete finished.

5

Student Chair Seat size 460mmx460mm, Back 370mm arm size 230x510mm, Structure made of mild steel square pipe 20x20mm. Finished with power color charcoal gray strip and arms made of seasoned wood shishim NC lacquer Polished.

20

Staff Chairs Seat Size:- 465 X465 mm, Back 510 mm.

Chair structure / seat & back made of solid seasoned Shisham wood. Seat & Back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer Polish.

10

Staff Tables Size:- 1200X600X760 mm (H) Structure made of 25X25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable.

5

Revolving Chairs

Seat size: 465x465 mm Chair structure /seat& back made of solid seasoned Shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum tilting & reclining pedestal having 5-legs durable & load bearing caster wheel.

2

Steel Almirahs

Size:- 36”X18”X72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside having 3-shelves (4-Parts). Complete finished with N.C. Deco Hammer Paint.

9

File Rack Size:- 18”X36”X30” Structure made of high density chipboard 19 mm thick pressed with 1st quality Shisham veneer on both sides with one shelf fixed. Finished with Nitrocellulose Lacquer polish.

3

Peon Bench (Wooden)

Size:- 1200X350X450 mm (H) Structure made of mild steel square pipe 25X25 mm finished with powder coating, seat & back made of Shisham wood, finished with N. C. Lacquer polish.

1

White Board Size:- 6’x4’ Face made of high density particle board pressed with white color glossy Formica edged covered with Shishamwood bedding complete finished with N.C. Lacquer polish.

12

Computer Chairs

Structure made of Aluminum have 5-legs revolving cum tilting pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1st quality foam & tapestry cloth.

1

Computer Tables

Size:- 1200X600X760 mm (H) Structure made of high density chipboard 25 mm thick pressed with Shisham veneer on both sides, one side having box one drawer upper lockable lower open for CPU other side one moveable tray for key board with back through, complete finished with Nitrocellulose Lacquer polish.

1

Sign and Stamp of Bidder____________________________________________

NOTE: - Any alteration/ correction/ overwriting will cause the rejection of bids

FURNITURE COMPONENT Tender No.________ TECHNICAL PROPOSAL

(Goods to be procured under DDP/Free delivery at consignee’s end basis.) Name of Bidder______________________________________________ Name of Item Specification of items Items

Required Detail/observation

Student Desk with Bench (03-Seater) with 03-Strips on the back.

Dimension Desk: Height 30” Width 48” Depth 14: outer frame M.S pipe 38’mm 18 gauge, Rail top 20x20mm 18-gauge M.S sq. pipe, Bench back support Foot rest 20x20mm 18 gauge (1.2 mm Wall thickness) M.S sq.pipe structure finished with black powder coating. Upper top Shisham 48”x14:x0.75 with one joint in lacquer polish finish. Bench made of Shisham wood 5-strips (48”x2”x0.75) fixed with wood screws. Bench back made of Shisham wood 2-strips (48”x2”x0.75). Seasoned wood & treated for termite, Proofing & other climates, wood thickness 0.75”.

30

Single Desk with Chair

Desk Size 600x400x580 mm (H) Chair size: 370x370 mm {leg height 350 mm, back height 350 mm, 03-strips (Black) 07-strips (seat)}. Structure made of mild steel square pipe 20x20 mm. finished with powder coating / charcoal grey. Top/shelf and seat & back strips of chair made of solid seasoned Shisham wood. Finished with N.C. Lacquer polish base finished.

10

Officer Table Size 1600x800x760 mm (H). Top side panels made of high density chipboard pressed with lamination on both sides with three drawers. Top drawer lockable with through back. Finshed with NC lacquer polish.

01

Office Chair Seat size 465x465MM, Back 510MM, Chair structure / seat and back made of solid seasoned shisham wood. Seat and Back webbing with natural double cane. Complete finished with Nitrocellolose Lacquer Polish.

10

Teacher Table Size: 1200x600x760 mm (H). Structure made of mild steel square pipe 25x25 mm wall thick 1.2 mm, paint top made of high density chipboard pressed with lamination. Drawer box made of high density chipboard pressed with Shisham veneer on both sides. Drawer box having with three drawers lockable, complete finished with N.C. Lacquer polish. .

10

Teacher Chair Seat size: - 465x465 mm. Chair structure made of mild steel square pipe 20/20 mm wall thick 1.2 mm. finished with Nitrocellulose silver paint. Seat & back& arms made of solid seasoned Shisham wood. Arm finished with N.C. Lacquer, seat & back webbing with Natural Double Cane complete finished.

5

Student Chair Seat size 460mmx460mm, Back 370mm arm size 230x510mm, Structure made of mild steel square pipe 20x20mm. Finished with power color charcoal gray strip and arms made of seasoned wood shishim NC lacquer Polished.

20

Staff Chairs Seat Size:- 465 X465 mm, Back 510 mm.

Chair structure / seat & back made of solid seasoned Shisham wood. Seat & Back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer Polish.

10

Staff Tables Size:- 1200X600X760 mm (H) Structure made of 25X25 mm mild steel square pipe finished with charcoal grey powder coating top made of high density lamination Board with three drawers lockable.

5

Revolving Chairs

Seat size: 465x465 mm Chair structure /seat& back made of solid seasoned Shisham wood. Seat & back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish. Revolving cum tilting & reclining pedestal having 5-legs durable & load bearing caster wheel.

2

Steel Almirahs

Size:- 36”X18”X72” Made of mild steel sheet of 22 gauge with 2-lockable doors, one handle inside having 3-shelves (4-Parts). Complete finished with N.C. Deco Hammer Paint.

9

File Rack Size:- 18”X36”X30” Structure made of high density chipboard 19 mm thick pressed with 1st quality Shisham veneer on both sides with one shelf fixed. Finished with Nitrocellulose Lacquer polish.

3

Peon Bench Size:- 1200X350X450 mm (H) 1

(Wooden) Structure made of mild steel square pipe 25X25 mm finished with powder coating, seat & back made of Shisham wood, finished with N. C. Lacquer polish.

White Board Size:- 6’x4’ Face made of high density particle board pressed with white color glossy Formica edged covered with Shishamwood bedding complete finished with N.C. Lacquer polish.

12

Computer Chairs

Structure made of Aluminum have 5-legs revolving cum tilting pedestal durable & load bearing caster wheel. Seat & back made of solid seasoned wood covered with 1st quality foam & tapestry cloth.

1

Computer Tables

Size:- 1200X600X760 mm (H) Structure made of high density chipboard 25 mm thick pressed with Shisham veneer on both sides, one side having box one drawer upper lockable lower open for CPU other side one moveable tray for key board with back through, complete finished with Nitrocellulose Lacquer polish.

1

Sign and Stamp of Bidder____________________________________________

.

MINI BUS COMPONENT Tender No.________

TECHNICAL PROPOSAL Name of Bidder_____________________________________________

To be filled by Bidder.

Name of Item Specification of items Required Detail/observation

MINI BUS

Make: Hino, Nissan, Mitsubishi, Toyota, Isuzu,Mazda or Equivalent 28-30 Seater. Fuel Type. Diesel, Transmission: Manual. Engine/Capacity Power.(CC) 3800-CC having 120-HP or above

02

Signature of Bidder

MINI BUS COMPONENT Tender No.________

FINANCIAL PROPOSAL Name of Bidder_____________________________________________

To be filled by Bidder.

Name of Item

Specification of items

Required Offered Rates including all taxes

MINI BUS

Make: Hino, Nissan, Mitsubishi, Toyota, Isuzu, Mazda or Equivalent 28-30 Seater. Fuel Type. Diesel, Transmission: Manual. Engine/Capacity Power.(CC) 3800-CC having 120-HP or above

02

COMPUTER COMPONENT Tender No.________

FINANCIAL PROPOSAL Name of Bidder_____________________________________________

To be filled by Bidder.

Sr. No.

Specification

Items required Final Rate Per item/set in Rs.

(Inclusive of all

Taxes)

In Figures

01 Desktop Computer System (Latest Model) with LCD Screen alongwith Key Board, Mouse etc.

Brands: IBM / LENOVO, COMPAQ, HP, DELL, FUJISTU / SIEMENS or Equivalent. Processor: Core-i5 (fifth generation) Intel Chipset. RAM Memory:4GB Hard Drive500 GB SATA Super Drive. 802 11 a/b/g/n wireless lan card sound Integrated Intel @Graphics Media Accelerate USB Key Board, USB Optical Mouse. 18 Inch or higher wide screen LED Display Microsoft Windows 8.1 Pro (Lincenced) with original Dvd per unit Warranty:03 Years

01

02 Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother or Equivalent. Minimum Print Speed Quality Mode: 33 PPM (A4 size)

Higher Processor: 600 Mhz Ram 128 MB RAM Resolution: 1200 X 1200 dpi Paper Handling Legal

A4 & letter size paper

Paper Tray (s) One paper Tray with other standards features of the manufacturers

Drivers Microsoft Windows 7 or Higher Warranty:03 Years

01

COMPUTER COMPONENT Tender No.________

TECHNICAL PROPOSAL Name of Bidder_____________________________________________

To be filled by Bidder.

Sr. No.

Specification

Final Rate Per item/set

in Rs. (Inclusive of all Taxes)

In Figures

01 Desktop Computer System (Latest Model) with LCD Screen alongwith Key Board, Mouse etc.

Brands: IBM / LENOVO, COMPAQ, HP, DELL, FUJISTU / SIEMENS or Equivalent. Processor: Core-i5 (fifth generation) Intel Chipset. RAM Memory:4GB Hard Drive500 GB SATA Super Drive. 802 11 a/b/g/n wireless lan card sound Integrated Intel @Graphics Media Accelerate USB Key Board, USB Optical Mouse. 18 Inch or higher wide screen LED Display Microsoft Windows 8.1 Pro (Lincenced) with original Dvd per unit Warranty:03 Years

02 Laser Printer Brands: HP, XEROX, Samsung, Konica/Minolta, Brother or Equivalent. Minimum Print Speed Quality Mode: 33 PPM (A4 size) Higher Processor: 600 Mhz Ram 128 MB RAM Resolution: 1200 X 1200 dpi

Paper Handling Legal A4 & letter size paper

Paper Tray (s) One paper Tray with other standards features of the manufacturers

Drivers Microsoft Windows 7 or Higher Warranty:03 Years

SAMPLE CONTRACT FORM THIS CONTRACT is made at _______ on the day of _____ 2015, between the [PROCURING AGENCY] (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and related services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs (amount in figures and words).

NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1. In this Contract words and expressions shall have the same meaningsas are respectively assigned to them in the General Conditions of thisContract hereinafter referred to as “Contract”: 2. The following documents shall be deemed to form and be read andconstrued as integral part of this Contract,viz:-

a. The Price Schedule submitted by the Bidder, b. The Schedule of Requirements; c. The Technical Specifications; d. The General Conditions of Contract; e. The Special Conditions of Contract; f. The Procuring Agency’s Notification of Award; g. The scope of work; h. The Contract; and i. The Bid & its clarifications. j. The contracted specifications (attached as annexure)

3. In consideration of the payments to be made by the Procuring Agencyto the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/Manufacturer hereby covenants with the Procuring Agency to provide the Goods and its related Services etc. and to remove/rectify defects therein in conformity in all respects with the provisions of this Contract. 4. The Procuring Agency hereby covenants to pay the Supplier inconsideration of the provision of the Goods and Services and theremedying of defects therein, the Contract Price or such other sum as maybecome payable under the provisions of this Contract at the time and inthe manner prescribed by this Contract. 5. [The Supplier] hereby declares that it has not obtained or induced theprocurement of any Contract, right, interest, privilege or other obligation or benefit from Government of the Punjab or any administrativesubdivision or agency thereof or any other entity owned or controlledby it (Government of the Punjab) through any corrupt/collusive businesspractice. 6. Without limiting the generality of the foregoing, [the Seller/ Supplier]represents and warrants that it has fully declared the brokerage,commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto. 7. [The Supplier] certifies that it has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. [The Supplier] accepts full responsibility and strict liability for not making any false declaration, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty and making full disclosure of all relevant information as required by procuring agency. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured asaforesaid shall, without prejudice to any other right and remedies available to Government of the Punjab under any law, Contract or otherinstrument, be void able at the option of Government of the Punjab. 9. Notwithstanding any rights and remedies exercised by Government of thePunjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission,gratification, bribe, finder’s fee or kickback given by [The Seller/Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab. 10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Secretary Law or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties. 11. This Contract shall be governed by the laws of Punjab Government and thecourts of Punjab (Pakistan) shall have exclusive jurisdiction. 12. Any dispute, controversy or claim arising out of or relating to this Contract orthe breach, termination or invalidity thereof, which cannot be amicably settled between the Parties, shall be referred to mediation in accordance with theCenter for Effective Dispute Resolution (CEDR) Model Mediation Procedure and to be conducted by a mediator who is duly accredited by CEDR. BothParties shall appoint a mediator who is mutually acceptable. If the Parties failto agree upon a mediator within fourteen (14) days after one Party has notified the other in writing of the dispute, then, the courts at Punjab (Pakistan) may be requested by either Party to appoint a CEDR-accreditedmediator. The venue for the mediation proceedings shall be in Punjab (Pakistan). The language of mediation and the appropriate documentationshall be English IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month andyear first above mentioned.

Signed/ Sealed by the Manufacturer/ authorized Supplier/ authorized Agent

Signed/ Sealed by Procuring Agency

1 1

2 2

Bid Form Date: Tender No.:________

To:

The Chief Executive Officer, District Education Authority, Layyah Respected Sir, 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 for the sum of__________________________ or such other sums as may beascertained in accordance with the Schedule of Prices attached herewith andmade part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with thedelivery schedule specified in the Schedule of Requirements.If our bid is accepted, we shall obtain an unconditional guarantee of a bank inthe sum of 5% percent of the Contract Price for the due performance of theContract, in the form prescribed by the Procuring Agency. We agree to abide by this bid for a period of 30 days from the date fixed for bid opening under ITB Clause 18 of the Instructions to Bidders, and it shallremain 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 you are not bound to accept the lowest or any bid you may receive. Commissions or gratuities, if any, paid or to be paid by usto agents relating to this Bid, and to contract execution if we are awarded thecontract, are listed below:

Name and address of bidder (if none, state “none”).” Dated ___________________

Amount and Currency

Signature (in the capacity of)

Duly authorized to sign bid for and on behalf of.

Attachment