Ghazi University D. G. Khan Office of The Treasurer PHONE# 064-9260124

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

GHAZI UNIVERSITY D. G.

KHAN
OFFICE OF THE TREASURER
PHONE# 064-9260124

Issued to: M/S


No. GU-DGK/Proc/T10/2022-23
Date:

Rs. 16.33 Million


Schedule-A Provision & Installation of ICT Equipment & Hardware’s
Rs. 3.9 Million
Schedule-B Provision of Student Chairs

GHAZI UNIVERSITY D. G. KHAN


Email: treasurer@gudgk.edu.pk

Page 1 of 13
UNIVERSITY DERA GHAZI KHAN

TENDER NOTICE
Sealed tenders are invited from well reputed registered firms for below mentioned items. Tender
documents will be deposited based on single stage (two envelop procedure) as per PPRA rule 38(2) (a).

Tender No. 10/2022-23

Date of Receiving and Opening 06-02-2023


Time of Receiving 01:00 PM
Time of Opening 01:30 PM
Bid Security 2% of the Estimated Cost
Schedule-A Provision & Installation of IT Equipment & Hardware’s Rs. 16.33 Million
Rs. 3.9 Million
Schedule-B Provision of Student Chairs
1. From the date of publication interested firms may obtained/download the tender documents either from
office of the Treasurer or from university website (www.gudgk.edu.pk) by paying Rs.1000/-for each
schedule on or before 06-02-2023 up till 12:30 p.m. Interested firms must be delivered filled tender
documents in all respects till 06-02-2023 at 1:00 PM sharply (by hand or through post) to the office of
Convener, University General Purchase Committee/Chairman, Department of Botany, Ghazi
University. D G Khan. Prescribed Bid security in the form of demand draft/CDR in favor of Treasurer
or deposit in the university account number 0010044238650022, Allied Bank, Azmat Road Branch,
D. G. Khan.
2. University General Purchase Committee, however, reserves the right to reject all bids at any time prior
to acceptance of a bid as per clause 35 of the Punjab procurement rules, 2014 and grounds of rejection
will be conveyed to the bidders upon their request

Prof. Dr. Saadullah Khan


Convener
General Purchase Committee
Phone No. 064-9260124
0332-7811230

Page 2 of 13
TENDER DOCUMENT
OFFICE OF THE TREASURER GHAZI UNIVERSITY, D. G. KAHN
TERMS/CONDITIONS AND SPECIFICATION OF ITEMS

Name of the Firm: ___________________________________________________________


Address: ____________________________________________________________________
NTN No: _____________________________________ (Please attach copy)
GST No :______________________________________(Please attach copy)
Phone No:_______________________________ Mobile: ___________________________
Name of the Authorized Person: ________________________________________
NIC No. of Authorized Person____________________________(Please attach copy of CNIC)
Amount of earnest money Rs._____________ Name of Bank____________________ City_______________
CDR No: _____________________ Date:____________________/2023.

TERMS & CONDITIONS

1. The Tender, complete in all respects along with 2% earnest money in the shape of pay order/bank draft in
favor of Treasurer, The Ghazi University D. G. Khan should reach in the tender box in the office of
Convener, University General Purchase Committee/Chairman Botany department, Ghazi University D. G.
Khan on or before 06-02-2023 at 01:00 pm.
2. Single Stage – Two Envelopes bidding procedure will be adopted as per PPRA Rules 38-2(a). The
Envelopes should be marked in legible letters as “TECHNICAL PROPOSAL” and “FINANCIAL
PROPOSAL”. Financial Proposal of bids found technically non-responsive shall be returned un-opened
on the day of financial bid opening in the presence of the bidders or their authorized representatives by the
Tender Committee.
3. The best and final both rates should be quoted on DDP basis.
4. Supply shall be made through authorized dealer/distributors/GOS by OEM, However, indigenous /
Pakistani company product will be preferred.
5. Technically better options will be preferred.
6. Validity of offered price should be Minimum for 90 days from the date of opening of tender.
7. Where reference is made to any specific national or international standards, equal or higher quality
standard will also be acceptable. In case, bidder’s offer conforms to standards other than quoted in the
tender inquiry, bidder is required to submit the following documents along with his bid.
(i) Offer must be supported with comprehensive technical literature and specifications in original
(English) for the materials/goods offered.
 One copy of those standards in English.
 Evidence that the standard used was recognized and authoritative to ensure equal or higher
quality.
(ii) In case the bidder dose not submit the required evidence and a copy of each of the standards, tender
may not be considered.
8. All material supplied must be brand new strictly conforming to the given specifications. Old or
reconditioned or refurbished equipment shall not be acceptable. However, supply can be made Govt.
Contractor/General order supplier.
9. The supply of material must be through manufacturer/manufacturer dealer/ manufacturer distributor/sole
agent or general order supplier via dealer/ certificate assuring specifications, warrantee, and latest product

Page 3 of 13
with serial number and date of manufacturing. The supplier further warrants that all goods supplied under
this contract shall have no defect, arising from design, materials or workmanship.
10. Any conditional, ambiguous, incomplete, supplementary or revised offer after opening of tender shall not
be entertained.
11. After-sales service and supply of material / spare parts must be guaranteed. All supplies must be covered
by a comprehensive warrantee for period of one year after functional date. Any warrantee for a greater
period will be preferred.
12. Draft for proposed agreement after-sales and services (labor and parts) shall be provided along with the
bids.
13. Agreement on stamp paper @ 0.25 percent of total cost should be submitted by the firm.
14. The bidders may be asked to give technical presentation of their product.
15. A. The supplier will be responsible to install and commission the equipment at Ghazi University D. G.
Khan from its fully trained staff. Bidder will be responsible to provide all the accessories/requirement for
installation/working of the equipment. University needs equipment as functional.
B. The supplier will be responsible to provide practical training to the staff that will be nominated by
Ghazi University D. G. Khan.
C. All the manpower required for the installation and commissioning of the equipment will be provided
by the successful bidder at his own expense however any ground facilities such as Power supply etc.
will be provided by Ghazi University D. G. Khan. All Such facilities required should therefore be
listed in the offer so that arrangement for them could be made in time.
16. Any other accessories considered necessary should therefore be quoted as separate price item wise with
the view that satisfactory commissioning and handling over of the equipment is ensured. Price of item for
comparative statement will be considered inclusive of prices of all accessories including consumable etc.
17. The Ghazi University D. G. Khan however, reserves the rights to reject all bids at any time prior to
acceptance of a bid as per clause 35 of the Punjab Procurement Rules, 2014 and grounds of rejection will
be conveyed to the bidders upon their request, but shall not be required to justify those grounds.
18. Taxes will be applicable as per Govt. Rules & Regulations.
19. The Tender Committee/ Technical Committee will ensure to make 100% inspection of the Items.
20. In case of closed/forced holidays, tender opening time/date will be considered as the next working day.
21. The supply of Indian and Israeli made product will not be accepted.
22. The University reserves the right at the time of Contract award to increase or decrease, the quantity of
goods originally specified in the Schedule as per requirements without any change in unit price or other
terms and conditions.
23. The bidder must sign and stamp all Pages of Tender Documents.
24. Current FBR Online Active Status of the firm must be attached, and payment will only be made to firm
having active status on FBR.
25. Interested firms/Bidders must be delivered or may drop filled tender documents in all respects till
06.02.2023 at 1:00 PM in the tender box in the office of Convener, University General Purchase
Committee/Controller of Examinations, Ghazi University. D G Khan, and will be opened same day at
01:30 PM in the presence of the bidders or their reps.
26. PPRA rules will be applicable on the procurement.

Page 4 of 13
Evaluation of a bid will be as per following criteria.
EVALUATION CRITERIA
TECHNICAL EVALUATION
Mandatory Requirements Documents Required
PST and Sales Tax Registration Certificates of both Registration
Income Tax Registration Certificate Registration
Conformance to the required specification Details specifications with brand and model be
of items given in schedule of requirements printed on letter head
Authorization Certificate of quoted brand (Ref.
Manufacturer/dealer/agent/distributor or
Clause 9), copies of supply order/competed in the
supplier/general order supplier
past of quoted brand
Company firm is not blacklisted Affidavit/Bidder’s Undertaking on stamp paper.
Bank statement duly verified by the Bank Last one year
-The Committee may ask for physical Demonstration of any of the items given in the Tender Document for
confirmation of the specifications.

FINANCIAL EVALUATION
1. Best quality and on the basis of item wise lowest rates.
2 Accumulative /item rates/unit rates, whichever is lowest will be accepted

WARRANTY & MAINTENANCE


i. All items shall carry warranty for a period of at least One year from the date of the installation and
commission of the items.
ii. 10% of the total cost will be deducted as performance warranty, which may be released after one
year.
iii. Supplier will be responsible for sub-standard quality of material for the period of one year and if
any problem in items etc. exists, it will be removed by the supplier / firm, free of cost including
replacement of items. If any.
iv. Technical experts of the firm / contractor will be bound to visit the institutions in case of any
complaint within the warranty period, when so ever Firm/Contractor is asked for.
v. The successful bidder will be bound to repair / replace the defective item during the warranty
period within 10 days of complaint. In case he fails to do so, the Purchase Committee will be
authorized to get repair the defective item from the security amount of the supplier.
vi. The Contractor will be bound to abide by all Rules & Regulations / Instructions/ Directions issued
by the Government /Purchase Committee of the university, in addition to the above mentioned
Conditions.
vii. The contract might be executed on judicial paper.

Name: _______________________________

Signature:____________________________

Stamp:______________________________

Page 5 of 13
Ghazi University D. G. Khan
Check list
The provision of this check list is essential pre-requisite along with submission of technical
bid.
The Firm must fill & sign this check list and accordingly attach the mentioned documents to
assess the eligibility to accept the technical bid.

Note: Attach this check list on front page of the Technical Bid,

Sr. No Item Name Yes/No Page#

1 Original receipt for purchase of tender.

2 2% bid security in shape of CDR/PO/DD/


Technical proposal/specifications/annexure filled as per
3 comparison sheet provided along with tender documents duly
signed & stamped by the firm.
Acceptance of terms & conditions/ tender documents duly
4
signed and stamped by the firm.
5 Bid form signed & stamped by the firm.
Supplier Certificate indicate that supply will be ensured through
6 Manufacturer/manufacturer dealer/ manufacturer distributor/sole
agent dealers
7 Sale Tax/ Income Tax registration certificate.

8 Active Tax Payer Certificate as per FBR, Pakistan.


Affidavit on judicial paper of Rs. 100/- stating that the firm is
9
not black listed as per tender enquiry.
List of equipment’s supplied to any Government Universities/
10
Institutions.
11 Price reasonability certificate on firm’s letter pad.

12 Bank Statement of Current year duly stamped by the bank

13 Any other documents in favor of bid.

Page 6 of 13
SCHEDULE OF ITEM

Schedule-A

PROVISION & INSTALLATION OF IT Equipment’s & Hardware’s


Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
1 Printer (HP LaserJet Enterprise M406DN ) or Equivalent 20

2 Ceiling Fan Size-56 inch,cycle-50, type-capacitor ,watt-70,Air 60


Displacement-cu,ft/min, No. of blads-3, Sweep-
900/1200/1400 mm, Blade Material-Aluminum, Body
material- Aluminum, pure copper. Pak Fan, SK Fan
OR
Equivalent
3 Bracket fan Size- 24 inch,cycle-50, type-capacitor ,watt-125,Air 60
delivery 210 m3/min, Speed 1350 RPM, Sweep-600 mm,
,volts 220/230, pure copper wire. Pak Fan, SK Fan,
or equivalent
4 Water Voltage. 220-240V~ 50Hz, 1Ph. 20
Dispenser Power Heating. 500 W.
Power Cooling. 100 W.
Cold Water. 1 L/H.
Hot Water. 5 L/H.
Hot Water Temp. ≥90.
Cool Tank Storage Capacity. 3.7 L.
Hot Tank Storage Capacity. 1.2 L.
Refrigerator volume 18liter
5 Laser Koica Minolta Photocopier
Photocopier izhub C750i, 75/70 ppm in black &white and
colour, Paper formats: A6-SRA3, custom formats
and banner printing up to 1.2 m
OR
TOSHIBA E STUDIO E-STUDIO7518A
PRODUCTIVITY
Print Speed: up to 75 PPM
DSDF Scan: Up to 240 IPM Duplex, 120
IPM Simplex
11" x 17" 140 lb index automatic duplexing
from the drawers
13" x 19" 110 lb cover support through the bypass
Universal Print Driver
320GB Self-Encrypting Drive
Solutions Ready
OR
Xerox Photocopier5875 Multi-function PRINTING
SYSTEM
First Print Out Time B/W-2.9 sec
DOCUMENT & MEDIA HANDLING DETAILS
 Type,-ADF, bypass tray, input tray, output tray

Page 7 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
 Media Feeder Qty-2
 Media Feeder Capacity-100 sheets, 1600
sheets, 200 sheets, 2000 sheets, 2250
sheets, 500 sheets
 Min Media Weight-50 g/m², 60 g/m²
 Max Media Weight-160 g/m², 200 g/m², 216
g/m²
 Min Media Size-4.9 in x 5.43 in
 Max Media Size-11.7 in x 17 in, Ledger/A3
(11.7 in x 17 in), Letter A Size (8.5 in x 11 in)
SOFTWARE
 Operating System Support
Apple Mac OS X 10.8 or later, Fedora 20, MS
Windows 7 (32/64 bits), MS Windows Server 2003 R2
SP2, MS Windows Server 2008 (32/64-bits), MS
Windows Server 2012, MS Windows Vista SP2
(32/64-bits), MS Windows XP 32-bit Edition SP3 or
later, MS Windows XP 64-bit Edition SP3 or later,
Ubuntu Linux 14.04, Windows 10 (32/64-bits),
Windows 8 (32/64-bits), Windows 8.1 (32/64-bits),
open SUSE 13.1 x64
SPEED DETAILS
 Function-copying, printing
 Max Speed-75 ppm
 Size-A3, A4, B4
Mode-B/W or Equivalent
6 Multimedia Panasonic PT-VX425NU Projector or accer, Adjustable 5
stands
White Brightness 4,500 ANSI Lumens
Resolution 1024x768
Aspect Ratio 4:3 (XGA)
Contrast 12,000:1 (full on/off)
Dynamic Iris Yes
Display Type 2 cm 3LCD Chips
Color Processing 8-bit
Video Modes 720p, 1080i, 1080p/60, 1080p/24,
1080p/30, 1080p/50, 525i, 525p, 576i, 576p, 1125i,
480p, 480i
Lamp Type 230W UHM bulb
Lamp Life 5,000 hours / 7,000 hours (Eco)
Lamp Model ET-LAV300 Buy Replacement Lamp
Included Lens 1.6x manual zoom , manual focus
Optional Lenses No
Lens Shift No Throw Distance
1.2 m - 7.2 m Calculate Throw Distance Image Size
76 cm - 762 cm Throw Ratio
1.18:1 - 1.90:1 (D:W)
Digital Zoom Yes
Digital Keystone Horizontal & Vertical
Projector Size 10 cm x 35 cm x 28 cm (HxWxD)
Weight 3.4 kg

Page 8 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
Audible Noise 37 dB / 29 dB (Eco)
Internal Speakers 10.0 Watts Mono
Power 320 Watts 100V - 240V
Connection Panel Audio In: Mini Jack x 2
Audio In: RCA Audio Out: Mini Jack
Composite: RCA HDMI Network: RJ-45 RS232: DB-
9pin S-Video USB VGA In: Dsub-15pin x 2
Wireless Networking
Features
Picture-in-Picture Closed Captioning Geometric
Correction Blackboard Mode Crestron RoomView™
Additional Features
A built-in sensor measures the ambient light, and
Daylight View Basic function adjusts halftone color
and brightness levels according to the surrounding
illumination.
or equivalent
7 Compound Digital, Trinocular, Siedentop type head, 01
Phase Contrast 360° rotatable,
Microscope 30° inclined 23.2 mm tubes.
(Camera Interpupillary distance is adjustable between 48 to 76
Mounted) mm.
Diopter ±5 adjustment on the left eyepiece.
Trinocular head with Ø 23.2 mm photo port and
prisms designed to minimize the light absorption for
perfect digital imaging.
With a 5.0 MP 1/2.5 inch CMOS USB-2.0 camera,
24 bits color depth, 7 frames per second (2592 x 1944
pixels) or 27 frames per second (1280 x 960 pixels).
Supplied with Image Focus Alpha software, USB-2.0
cable and a micrometer 1mm/100 calibration slide.
Compatible with Windows 7, 8 and 10, both 32 and
64 bits configurations.
Nose Piece: Revolving and reversed ball-bearded
quadruple/quintuple nosepiece
Eyepiece: HWF 10x/20 mm secured eyepiece(s)

Page 9 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
Objectives: E-Plan Phase IOS objectives 10x/0.25,
20x/0.40, S40x/0.65 and S100x/1.25 oil immersion
objectives.
S40x and S100x oil immersion objectives are
spring-loaded.
Optics are anti-fungus treated and anti-reflection
coated for maximum light throughput.
Focusing Coaxial coarse and fine adjustments with
180 graduations.
Precision 1.11 µm, 0.2mm per rotation, total travel
approximately 19 mm.
Supplied with an adjustable rack stop to prevent
damage to sample and objectives. Coarse
adjustment is equipped with friction control.
Microscope maintenance and servicing kit, 16pcs:
cleaning brush, 6 pcs screwdriver set, air blower, 3
pcs Allen key, 1.5, 2, 2.5 mm, lens cleaning fluid
20 ml, cleaning cloth 140 x 140 mm, 100 pcs Lens
tissue sheets, tube of maintenance grease, 10 ml
bottle of oil, packed in a nice toolbox
Stage: A scratch resistant 152/197 x 131 mm stage
with integrated 75 x 36 mm X-Y reckless
mechanical stage, Vernier scale, soft-close
removable specimen holder

Condenser: The in height adjustable Zernike


condenser N.A. 1.25 phase contrast disc condenser
with phase annuli for 10/20/S40x and S100x phase
contrast objectives, with iris diaphragm, swing-out
filter holder,
Equipped with a 3 W Köhler NeoLED adjustable
illumination system
External 100-240 V mains adapter
Origin: Europe,
EUROMAX- bscope, Netherland
Model: BS-1153 EPLPHi
OR Equivalent
8 Dissecting Eyepieces: Paired wide field eyepieces WF10x / 20 02
Microscope/St mm with eyeshades
ereoscope Head: Binocular 45° inclined tubes and 360°
(Binocular) rotatable.
Diopter adjustment: Both eyepieces with ± 5
Interpupillary distance: adjustable between 55 and
75 mm
Anti-fungus treated and anti-reflection coated for
maximum light throughput
Objectives: 2x/4x objective in revolving turret.
Magnifications: 20x/40x
Field of view: 10- and 5-mm.
Working distance: 100 mm.

Page 10 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
with wide field eyepieces WF 5x/18, WF 15x/15, WF
20x/10 and 0.5x and 1.5x additional lenses,
Stand Ergonomic large rack & pinion stand, perfect
for hands support.
Alloy metal cast and stove hardened off-white
painted.
With two object clamps and Ø 60 mm transparent
and black/white stage plate.
Coarse adjustment with tension control
With 3W Illumination Incident- and transmitted
adjustable LED illuminations. Both illuminations
used at the same time or separately.
Weight: 3.3 Kg
Packing Complete with dust cover in polystyrene.
Cleaning kit: lens cleaning fluid, lint free lens tissue,
brush, air blower, cotton swabs
Origin: Holland/Europe , EUROMAX-Netherland
Model:SB-1402

OR Equivalent
9 Dissecting Eyepieces: Paired wide field eyepieces WF10x / 20 1
Microscope/St mm with eyeshades
ereoscope Head: Trinocular 45° inclined tubes and 360°
(Trinocular- rotatable.
camera Diopter adjustment: Both eyepieces with ± 5
mounted) Trinocular head is supplied with a fixed light
path beam
splitter (50:50)
Trinocular head with Ø 23.2 mm photo port and
prisms designed to minimize the light absorption for
perfect digital imaging.
With a 5.0 MP 1/2.5 inch CMOS USB-2.0 camera,
24 bits color depth, 7 frames per second (2592 x 1944
pixels) or 27 frames per second (1280 x 960 pixels).
Supplied with ImageFocus Alpha software, USB-2.0
cable and a micrometer 1mm/100 calibration slide.
Compatible with Windows 7, 8 and 10, both 32 and
64 bits configurations.
Interpupillary distance: adjustable between 55 and
75 mm
Anti-fungus treated and anti-reflection coated for
maximum light throughput
Objectives: 2x/4x objective in revolving turret.
Stereo Zoom 0.7x to 4.5x parafocal objective
Magnifcation from 7x to 45x
Field of view: 29.9 mm to 4.6 mm.
Working distance: 100 mm.
with wide field eyepieces WF 5x/18, WF 15x/15, WF
20x/10 and 0.5x, 0.75x and 1.5x additional lenses,
Stand Ergonomic large rack & pinion stand, perfect
for hands support

Page 11 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
Alloy metal cast and stove hardened off-white
painted.
With two object clamps and Ø 60 mm transparent
and black/white stage plate.
Micrometer 76 x 26 mm slide, 50 mm/50 divisions
C-mount adapter with 0.5x lens for 1/2” cameras.
Coarse adjustment with tension control
With 3W Illumination Incident- and transmitted
adjustable LED illuminations. Both illuminations can
be used at the same time or separately.
Weight: 3.3 Kg
Package content: with power cord, dust cover,
eyecups, a spare fuse, Ø 60 mm transparent and
black/ white stage plates and user manual.
Packing Complete with dust cover in polystyrene.
Cleaning kit: lens cleaning fluid, lint free lens tissue,
brush, air blower, cotton swabs
Origin: Holland/Europe , EUROMAX-Netherland
Model:SB-1903 OR Equivalent

10 LED 65” TCL or Equivalent Display Type,


General Features LED UHD Smart DTV
Size 65" Display Resolution
Product Type 3840×2160
LED UHD Android TV UHD Support Yes 10-Nos.
Chassis RT51M Platform HDR
CPU 64-bit HDR10
A55×4~1.3GHz HDR Support Yes
GPU G31x2 800MHz High Color Gamut
OS Android R ≥75% DCI-P3(CIE 1976)
RAM/ROM Coverage
DDR3-1866: 2G Bytes Micro Dimming
UI Style 1296 zones
Android TV UI & TCL Brightness (cd/m2)
TVUI 300 (typ.)
Power Consumption Contrast Ratio
160W 5000:1 (typ.)
Certification Response Time (G to G)
CB, Dolby Audio, Dolby 8 (typ.)
Vision, HDMI , CTS Colors
(Google Official 1.07G (8 bit + FRC)
Certification), Netflix Refresh Rate 60
Dynamic Contrast Yes
Backlight Adjustable
Off, ECO, Brightness+
Audio Connectivity
Speaker Type Internet Link
Integrated Speaker Boxes 2.4GHz Wi-Fi 802.11
(Bottom Side) b/g/n 2T2R Ethernet
Audio Power Output( Network (RJ45)
THD=7% 2 x 9.5W HDMI Yes

Page 12 of 13
Sr. No. Item Specifications QTY Unit Rate Total
including including
taxes all taxes
Dolby Decoder HDMI&HDCP Version
MS12D/Y HDMI1.4 & HDMI2.1,
Dolby Atmos Yes HDCP1.4 & HDCP2.2
DTS Yes HDMI Support Yes
Cable Port Yes
Or Equivalent USB Yes
A/V IN Yes
Package contents Headphone Yes
HDMI to VGA converter
VGA to HDMI
Converter
Wall-mount remote
holder
LED dust cover

Schedule-B
Provision of Student Chairs

Unit Price in
Total Price in
No. Name Specification QTY PKR with all Picture
PKR with tax
taxes
1 Student Height 33 inch, Width 32 inch 600
Chair Depth 18 inch, Gauge 18
Beza Naalii, Shell Weight 1.8
KG, Pure plastic ,steel with
basket

Note:

1. For all the Brands mentioned in this tender (if any), the term “or equivalent” is hereby added and shall be considered as
per PPRA rules.
2. The firm should mention make/made/model (if any) of offering item clearly in the technical bid in accordance with required
specification.
3. The firm should prepare Technical bid as per requirement of Tender Document and submit with clear heading “Technical
Bid/Offer”.
4. Further, Company profile may be submitted (with supporting documents) in the sequence as required for Technical
evaluation of firm/tender.
5. Technical bid/offer complete in all respect being submitted be paginated by the firm.
8. Bid shall be submitted as per above prescribed checklist.
9. Interested Firms are directed to provide CATALOGUE of their quoted machine & equipment and Hardware’s which
showing the detail specifications otherwise the said firm(s) will be technically rejected.

Page 13 of 13

You might also like