Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 16

MANAGEMENT & PROFESSIONAL

DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.
Tel: +92 42
Email:

TENDER DOCUMENT

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
(REGIONAL CAMPUS MULTAN)

TENDER FOR PURCHASE OF


MACHINERY & EQUIPMENT

No. PROCUREMENT(RC)1-2(MACHINERY & EQUIPMENT)


2023-2024
OPENING DATE ______________ 23.03.2023
SUBMISSION TIME 11:00AM
OPENING TIME 11:30AM

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
MANAGEMENT & PROFESSIONAL
DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.

BID DATA SHEET (INFORMATION FOR THE BIDDERS)

1. Procuring Agency MANAGEMENT & PROFESSIONAL DEVELOPMENT


DEPARTMENT
2. Tender Number
3. Name of Tender Supply of Machinery & Equipment.

4. Cost of Tender Document Rs.1000/-


5. Estimated Cost A09601- Machinery & Equipment = Rs. 38,680,000
6. Bid Security is 5% of the 5% Of total estimated amount in shape of CDR in favor of
estimated cost in shape of “Secretary MPDD”.
CDR in favour of MPDD. A09601- Machinery & Equipment = Rs. 1,934,000/-
In case if someone bids item wise then 05% of that item in
shape of CDR
7. Performance Guarantee 10% of Contract Value
8. Tender Addressed to Regional Director Multan Campus, MPDD
9. Contact Number 042-
10. Due Date, Time and Place _________________till 11:00am
of submission of Tender Regional Director Multan Campus, MPDD, J-Street, Upper
Document Mall Scheme, Lahore
11. Date, Time and Place of _________________at 11:30am
Technical Bid Opening Committee Room In MPDD, J-Street, Upper Mall Scheme,
Lahore,
12. Date, Time and Place of Shall be intimated subsequently
Financial Bid Opening
13. Office for collecting Regional Director Multan Campus, MPDD
bidding document

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
MANAGEMENT & PROFESSIONAL
DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.

APPLICATION

Subject: TENDER FOR THE SUPPLY OF MACHINERY & EQUIPMENT

1.) NAME OF FIRM:

2.) OWNER OF FIRM:

3.) CNIC:

4.) GST NUMBER:

5.) NTN:

Yes No

6.) IS AFFIDAVIT ATTACHED?:

7.) CONTACT NO:

Mobile Landline

8.) E-MAIL:

9.) OFFICE ADDRESS:

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
MANAGEMENT & PROFESSIONAL
DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.

For the Purchase of _ Machinery & Equipment


___________________________________________________________
Date of opening _________ _______
Time of Receipts 11:00am
Time of Technical Opening 11:30am

Management and Professional Development Department (MPDD) is envisioned to develop a


motivated, proactive, dedicated and disciplined public service through high quality capacity
building for top class service delivery. The department is striving to train the maximum
number of public servants in the most cost-effective manner.
It is the apex training department responsible for imparting quality training to the officers
and officials of different departments of Government of the Punjab, in order to inculcate
requisite attitudes, skills and behaviours, which would enable them to deliver public service
efficiently and effectively.
The training imparted by MPDD is practitioner focused and aimed at improving the current
and future performance of public servants and to enable them to acquire job related skills,
attitudes, knowledge and behaviours in order to achieve the ultimate goal of better service
delivery for the people.
1. TENDER ELIGIBILITY/MANDATORY PARAMETERS
Eligible Bidder/Tenderer is one who: -
i. Has valid registration certificate for Income Tax and Sales Tax and active NTN
Number/active taxpayer by FBR.
ii. Has deposited bid security along with financial bid.
iii. Has provided an Affidavit on original stamp paper of Rs. 100/- that
a. Firm has not been blacklisted by any Government Department/Organization
b. Acceptance of the term & conditions in this document and tender notice.
2. EVALUATION OF THE BIDS
i. Technical bids shall be evaluated on the basis of specifications mentioned in the
requirement the terms and conditions mentioned in the Tender Eligibility/Mandatory
Parameters.
ii. The rates should include all the applicable taxes and freight charges or any other
charges till the completion of the contract.
iii. There shall be no hidden charges.
2.1EVALUATION CRITERIA
The proposals will be evaluated as per the following criteria: -
Criteria Marks
Work Experience 20 marks
(Verifiable Work Experience shall be gauged More than 05 Years= 20 marks

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
on the basis of work orders of the previous Between 03 to 05 years= 10 marks
years) Minimum 03 years= 05 marks
Annual Turn Over 20 marks
Above Rs. 5.000 million = 20 marks
Rs. 3.000 million to 5.000 Million= 10 marks
Minimum Rs.2.000 Million = 05 marks
Human Resource/Work Force 20 marks
More than 10 employees = 20 marks
Between 05-10 employees = 10 marks
Minimum 03 employees = 05 marks
Total Marks 60

Note: Minimum score required for qualification is 40 marks.


3. TERMS & CONDITIONS
i. The bids shall be given inclusive of all taxes/duties/charges/packaging/freight
charges on stipulated bid forms.
ii. The qualified bidder/bidders shall provide the items to MPDD in Regional Campus
Multan after the issuance of Purchase Order/signing of contract.
iii. The stamp paper shall be provided by the successful bidder after award of the
contract duly signed by the witnesses for completion of contract within stipulated
period as per given TORs.
iv. The Quality of the items shall be evaluated on the basis of provided samples /
specification. Sample of items will only be required from the successful bidder. The
successful bidder will submit samples of all items with in ten days after the
announcement of final bidders to the purchaser.
v. Purchaser procuring agency ma initiate proceeding against the contractor in lien of
rule 21 of PPRA 2014 and the bidder shall pay the penalty @ 10% per item(s) along
with replacement of item.
vi. Procuring agency invites sealed bids from only eligible bidders. The bid should be
addressed to the Regional Director Multan Campus, MPDD at J-Street Upper Mall
Scheme, Lahore.
vii. Tender process would be through “Single Stage-Two Envelope Procedure” as per
Punjab Procurement Rules, 2014, as under 38(2)(a): -
a. The bid shall comprise of a single stage two envelopes. Each envelope shall
contain separately the financial proposal and the technical proposal and duly
marked “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and
legible letters.
viii. Initially only the envelope marked “TECHNICAL PROPOSALS” shall be opened.
ix. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of
MPDD without being opened.
x. The Technical Evaluation Committee of the procuring agency shall evaluate the
technical proposals in a manner prescribed herein before, without reference to the
price as per approved specifications.
xi. In case more than one company quote equivalent rates, the Procurement committee
shall decide on the basis of evaluations marks of the company and if there score is
same then by tossing.

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
3.1 TECHNICAL PROPOSAL (Envelop A):
Details to be furnished in the Technical Proposal:

a) Covering Letter.
b) Tender Documents of Technical Proposal.
c) Copies of Sales Tax and Income Tax Certificate and last three Income Tax returns.
d) Check List duly filled, signed and stamped by authorized representative.
e) Affidavits on original stamp paper (Rs. 100/-).
f) Technical Specifications of the list of items at Annex-A on bidder’s letter head
mentioning full detail. Bid should contain only one Brand/Model/Make for each item.
No alternate options for one item.
g) Income tax returns submitted to FBR as per electronic online (2.1)
h) Authority letter in case a representative of the firm is nominated to participate in the
bidding process.

3.2 FINANCIAL PROPOSAL (Envelop B):


Details to be furnished with Financial Proposal:
a) The Financial Proposal shall be inclusive of all taxes.
b) Financial Proposal Covering Letter
c) Price Schedule
d) Bid Security

4. FORCE MAJEURE
i. Notwithstanding the provisions in previous sections, the Supplier shall not be liable for
forfeiture of its Performance Guaranty, or termination/ blacklisting for default if and to
the extent that it’s delay in performance or other failure to perform its obligations under
the Contract is the result of an event of Force Majeure. For the purposes of this clause
Force Majeure means an act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly purporting to mis-
planning, mismanagement and/or lack of foresight to handle the situation. Such events
may include but are not restricted to acts of the Purchaser in its sovereign capacity, wars
or revolutions, fires.
ii. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring
Agency in writing with sufficient and valid evidence of such condition and the cause
thereof. The Procuring Agency shall examine the merits of the case and all reasonable
alternative means for completion of the purchase order under the signed contract and
inform the Supplier of its findings promptly.
iii. Unless Purchaser informs the Supplier in writing of its agreement on the application of
force majeure, the Supplier shall continue to perform its obligations under the Contract as
far as is reasonably practical and shall seek reasonable alternative means for performance
not prevented by the Force Majeure event.

5. GRIEVANCES
a) Redressal Grievance committee is constituted incase of any grievance, supplier can
lodge application with in ten days of the account of Financial and Technical bids.

6. PAYMENT SCHEDULE
100% Payment to the Suppliers will be made against satisfactory performance and
upon submission of required documents and in accordance with the procedure
mentioned in Rule 64 and other relevant rules of PPRA-2014 on production of

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
Inspection Certificate and receipt certificate from Consignee, after recovery of
Government dues (if any) including Professional Tax.

7. INSTRUCTIONS TO BIDDERS:
i. Bidder should quote competitive rates of items according to the specifications given in
requirement schedule.
ii. Procurement Committee may reject any proposal which does not conform to the
specified requirements given in Specifications/Requirement Schedule as per Punjab
Procurement Rules, 2014, as under 35.
iii. During the technical evaluation, no amendments in the technical proposal shall be
permitted.
iv. Bid Evaluation Committee may ask bidder for clarification of any item/information
given in bidder’s proposals.
v. The technical and financial proposals of bids shall be opened publicly at a time, date
and venue announced and communicated to the bidders in advance.
vi. After the evaluation and approval of the technical proposal, shall publicly open the
financial proposals of the qualified bidders only.
vii. The financial proposal of bidders found non-qualifying in technical bids evaluation
shall be returned un-opened to the respective bidders after the expiry of grievance
redressal period.
viii. The bidders shall submit complete details of their firm, offices, along-with postal
address, Phones/Fax numbers etc.
ix. Any erasing / cutting / crossing etc. appearing in the bid documents will not be
accepted. Moreover, all pages of the tender documents must also be properly signed
and stamped by the authorized representative of registered Firm / Vendor / Bidder.
x. All prices must be in Pak Rupees.
xi. The Firm / Vendor / bidders are expected to examine the bidding documents / tender
notice, including all instructions, terms & conditions, specifications etc. Failure to
furnish all information / documents or submission of a bid not substantially
responsive to the bidding documents / tender notice in any aspect would result in the
rejection of the bid.
xii. Procurement Committee, reserves the right to reject all the proposals submitted in
response to this tender notice prior to acceptance as per Punjab Procurement Rules,
2014, as under 35.
xiii. The Tender Notice & Bidding Documents are available on website of MPDD
http://mpdd.punjab.gov.pk and on PPRA website http://ppra.punjab.gov.pk. The
Tender Notice and Bidding Documents can be collected from the office of Regional
Director Multan Campus, MPDD at J-Street Upper Mall Scheme, Lahore at the cost of
Rs.1,000/-.
xiv. Bidders may be disqualified / blacklisted as per PPRA Rules,2014 (amended up-to
date) upon violating any of the terms and conditions.
xv. The delivery of items is required with in 45 days after announcement of of bids at the
designate site i.e Regional Campus, Multan MPDD.
xvi. Successful bidder will submit performance guarantee @ 10% of total estimated cost of
the bid within seven days after award of work.
xvii. Performance guarantee will be returned to the successful bidder after successful
complication of payment / maturity period of the relevant clause

(Document Ended)

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
ANNEX-A

SPECIFICATIONS/REQUIREMENT SCHEDULE OF ITEMS MACHINERY & EQUIPMENT

S.# Name of Item Specification Quantity


1 Generator 200 * 200KVA/220KVA Standby 01
KVA * Output: 200KVA, 160KW, 400Volts, Three Phase,
Four Wire, 50HZ
* Engine: Diesel (Made in UK), Build Engine, Six
Vertical Cylinders in-Line, 8.7 Liters Displacement,
Direct Injection.
* Alternator: Brushless Alternator, H Class Winding,
Single Bearing Coupling, Industrial Duty Alternator.
* Canopy: Sound Proof/Weather Proof.
* ATS / AMF Panel: MOR and European
Components
* Starting: Electric / 24 Volts
* Engine Cooling: Liquid Cooled
* Metering: Voltage, AC Amps, Hour Meter, Engine
Temperature, Charger Indicator, Low Oil Pressure
Indicator,
Fuel Indicator.
* Safeties: Low Oil Pressure, Over Heat, Over Speed.
With Deep Sea module UK
* Governor: Electrical
* Earthing System: 02 no pits & standard
specifications.
* One year or 2000 hours standard warranty with
new parts replacement on companies account.
* 140mm2 - 4 core power cable rate / meter,
2.5mm , 2 core control cable rate / meter.
* Transportation loading / unloading at site.
* Installation / commissioning at site.
* Pre delivery inspection as per technical
specifications at company's works on 100% testing
by committee.
2 Deep Freezer * 8 Cft 02
* Balance Cooling
* Super Freeze Function
* Easily Convertible - from Freezer to Refrigerator
* 105V-260V
* Stucco Diamond sheet for Clean Interior
3 Floor Cleaner * 25 Liter Large Capacity Drum with Durable Steel 02
Shell
* Automatic Off When Dust is Full
* Super Low Noise
* Strong Suction Power
* Wheels Under Basement for Easy Movement
* Dust Full Indicator
* Convenient Cord Rewind Groove
* 5M Power Supply Cord

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
* High Suction Power
* Turbo 1500W Power
* Blower Function
* 1500 Watts - 220-240V - 50/60Hz
4 IP Cameras (High IP CAMERAS (Fixed) 40
Resolution & Night * Mega Pixel: 8 MP or Higher Network IR Speed
Vision) with AV Dome Cameras/Bullet water proof 2(NVR)
Recording & NVR * Digital Format: 1080p, 1080i, 720p
* Scanning System: Progressive
* Image Sensor: 1/1.8, 1/2.8 inch CMOS
* Camera Format: Day/Night (IR Cut Filter 30
meter)
* Resolution: 1,920 x 1,080
* Aperture: f/1.4 ->f4.6
* Zoom Lens: 45X optical, 12X Digital
* Focus: Automatic with override
* Maximum Sensitivity: Standard (f1.4, 1/30, 30
IRE)
* White Balance: Automatic with manual
* Shutter Speed: Automatic/override
* Iris Control: Automatic with manual override
* Gain contro: Automatic/Off
* Electronic Stabilization: Integrated/Selectable
* Image Enhancement: Integrated/Selectable
* Video Motion Detection: Integrated
* Resolutions: 1080P, 780P,D-1,VGA,CIF, 2CIF, 4CIF,
¼ CIF in addition with user selectable bit rates
(constant or variable)
* Supported Protocols: IPv4/v6, TCP/IP, UDP/IP
(unicast, Multicast IGMP), QoS, HTTPS, LDAP, UPnP,
DNS, DHCP, DDNS, RTP, RTSP, NTP, SSH, SSL, and
802.1x (EAP)
* Certifications and Approvals: Electro Magnetic
Compatibility (EMC): Complies with FCC part 15,
ICES-003, and CE regulations. Product safety:
Complies with UL, CE, CSA, EN, and IEC Standards.
Environmental: IP66 for Pendant
* Warranty: Two Years Local Warranty
IP CAMERA (PTZ) AND NVR
* Mega Pixel: 8 MP or Higher
* Vision: Day, Night, Efficient H.265+ compression
technology, Infrared to 250 meters
* Zoom Lens: 45X optical, 12X Digital or higher
* Motion Detector: Yes
* Recognition: Face Detection
* Movement: 360 Degrees
* NVR: 64 Channel, 2 USB ports, HDMI and VGA
supported
* HDD: 4 * 4 TB , 30 Days Recording
* Secondary Storage: USB
* Warranty: Two Years Local Warranty

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
5 Mikes and Sound MIC (Chairman/ Delegate Unit) (Qty=39+1) 06
System Speak and Request indication
Sound System Built-in loudspeaker, volume control, GSM 01
6 Wireless Mike immunity. Speak and Request indication. Built-in 03
loudspeaker, volume control, 30 cm or higher
microphone stem. Configurable either as a
participant or chairperson’s device or separate
chairperson unit in addition to delegate units.
Connections: Female connector with cable locking
recess – for loop through connection of Discussion
and chairperson’s Devices. 1 x 3.5 mm stereo
headphones socket on device.
1 compatible x 2 m cable with male connector with
cable lock
Control Unit (Qty = 01)
Plug-and-play functionality. control to turn on or
off Delegate Units. Open microphone control.
Should support upto 80 or higher delegate units.
Built-in digital recorder with internal memory of
256 MB or higher and to record discussion and
USB/Memory Card recording. Discussion control,
Open mode, Override mode, Voice activation mode,
Push to talk (PTT) mode. Built-in monitor
loudspeaker
Controls and Indicators Buttons: Mains power
on/off button, buttons/control for setting the
volume range of all connected Devices,
Microphone-mode button/Control for selecting one
of the microphone operating modes, Open
microphone button/Control for selecting the
number of microphones that can be activated at the
same time
Note: Mic and Control Unit must be of same brand
and vendor will install the audio system on sites
Speaker (Qty 2):
Power: 20W or higher. Rated power :30 W or
better. Power tapping: 30/15/7.5/3.75 W. Sound
pressure level: 105/90 dB (SPL) or better. Effective
frequency: 100 Hz to 18 kHz or better. Rated
impedance: 8/163/333 ohm. Include other
accessories/ cables/ hardware to connect with
Projector for audio output.
Mixer Amplifier 120Watt (Qty 1)
02 or higher microphone/line inputs and volume
knobs. 01 or higher music source inputs. Call
station input with priority. zones and
announcement only output. Voice activated
emergency override. 120-Watt Power. LED/LCD for
output. Master volume Control. Frequency
response: 50 Hz to 20 kHz or better
Note: Speaker and Amplifier must be of same brand

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
and vendor will install the system on sites.
2x 3.5mm compatible in and out cables of at least
10 meter each for integration should be included in
the system
Note: Speaker and Amplifier must be of same brand
and vendor will install the audio system on sites
and integrate with the projector as well (if
required).
Wireless Collar Microphone & Receiver (Qty 1)
• PLL synthesized Technology
• Selectable UHF channels
• Wireless Collar microphone:
o Frequency deviation ±48 kHz , S/N ratio >102 dB,
o Dynamic range >110 dB, Frequency response 50
Hz to 15 KHz
o 12 hours or more operation on batteries. Display,
With batteries or chargeable
• Wireless Microphone Receiver
Wireless Handheld Microphone & Receiver (Qty 1)
• PLL synthesized Technology
• Selectable UHF channels
• Hand held Wireless microphone
o Frequency deviation ±48 kHz , S/N ratio >102 dB,
o Dynamic range >110 dB, Frequency response 50
Hz to15 KHz
o 12 hours or more operation on batteries, LCD,
With batteries or chargeable
• Wireless Microphone Receiver
Note: All above mentioned equipment must be of
same brand.
7 Microwave Oven * Power Output: 900W 02
* Capacity: 25 Liters
* Power Setting: 6
* Related Input Power (Grill): 1000W
8 Grinder * 1,000 watts max. motor locked wattage 02
* 4 Jars
* Juice Filter
9 Chopper * Stainless Steel Chopping, 02
* Slicer
* Shredder
* 8-cup Work Bowl
* Plent of room to work with
10 Photo State 25-PPM Photocopier 01
Machine (Toshiba - • Printing/ Copy/ Color Scan capability: 25
356) ppm/cpm (A4) or higher
• Document Feeder: RADF or higher
• Touchscreen: 5” or higher
• Duplex Printing: Auto Built in
• Print Resolution: 1200x1200/1800x600 dpi or
higher
• Scanning Resolution: 600 x 600 dpi,

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
• Input/ output Capacity: input (500 X 2) or higher,
1 x Bypass Input Tray, 1x Output Bin
• Zoom Capacity: 25% - 400%
• Multiple Copies Support: 999 or higher
• Paper Support Type: A4, Letter, Legal, A3
• Memory: 2GB or higher
• Connectivity: Gigabit Ethernet, USB
• Trolley
• Additional Tonner: full capacity original tonner
(this is in addition to the installed starter tonner)
11 Motorized Screen Motorized Screen 10x10 06
* Size: 10x10 or higher
* Remote Control : Yes
* Warranty: One Year Local Warranty
12 Telephone IP Hybird Panasonic Telephone Exchange 02
Exchange with Configuration
intercom Sets 06 PTCL Lines or More
80 Analogue Extensions or More
02 Digital Extensions or More
Built-in CLI
Built-in 02 Port DISA
One Operator Console
SIP/IP Supported (By using License)
Expandable up to 128 Lines
PTA Type Approved.
Authorized Distributor/Reseller
Key Features:
Welcome Massage, Call Forwarding, Automated
Attendant, Music on Hold-Internal, Call Pick, Do Not
Disturb, Call Interruption during Call, Group Ring,
Night Service, Call Park, User Personal Code,
Incoming & Outing CDR,PA Function, Call
Restriction, Built-in 8 Parties Conference Call.
Optional Items If required
Operator Console
CLI Telephone Set
Non CLI Telephone Set
13 LED (50 inches) * Android Smart Led TV 03
14 LED (40 inches) * Fully Android Smart TV Features. 02
15 LED (32 Inches) * 4K Full HD Resolution with HD Sound. 01
* WiFi / LAN supported.
* USB Supported.
16 Refrigerator * Freezer 95 Liters 02
* Refrigerator 245 Liters
* PERFORMANCE
* Voltage/Frequency 220/50 Volts/Hz
* Power Consumption 110 Watt
* Current Consumption 0.8 Ampere
* Climate Class Tropical
GENERAL FEATURES
* Defrosting – Freezer Manual

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
* Defrosting – Refrigerator Manual
* Temperature Control (Adjustable) Electro-
Mechanical
* Crispo Tray Yes
* Interior Light LED
* Condenser (Ins.) Copper
DIMENSIONS
* Height 1745r
* Wdth 668 mm
17 Grass Cutter i) 16" Size 02
18 Machine ii) 20" Size (Electric 1 1/2 H. Power)
i) 16" Size
ii) 20" Size 02
(Electric 1 1/2 H.
Power)
Electric Water * 45 Liters/hr Capacity 02
Cooler * Temperature Adjustable
* Electric water Cooler
* Full Stainless Steel Body
19 Walk Through SPECIFICATIONS OF WALK THROUGH METAL 02
Security Gate DETECTOR GATES
Pinpoint Detection Capability (Left, Center & Right)
• 18 Independent Distinct Zones (6 Horizontal
Zones & 3 Vertical Zones)
• Pinpoint Detection Display on Header (Left,
Center & Right)
• Triple Display (1st Display on Header & 2nd
Display on Front Side of The Both Panels & 3rd
Display on Back Side of The Both Panels
• Triple Traffic Counter (In Counter, Out Counter &
Alarm Counter)
• Traffic Pacing Stop & Go Symbols.
• Operating Temperature -0C° to 65C° degree
Centigrade.
• Power Supply Fully Automatic (100 to 240 VAC).
• HAGC System To Ensure Uniform Detection
• Sensitivity Level -99 to +99
• 2-4 Hours Battery Back-up.
• IR Sensor For Outside Interference Protection.
• Password Protection For Unauthorized Access.
• LED display on The Header Panel as well as on
The Side Panels.
• Integrated Floor Mounting Boots.
• Archway Inside: 75cm Wide 200cm Height 50cm
Depth
• Overall Outside: 87cm Wide
20 Wheel Chair * Frame: Single cross brace, power coating 02
* Front Wheel: 8"x1", PVC tires
* Rear Wheel: 24'' MAG Wheel, rubber tires
* Armest: Detachable with desk length
* Footrest: Swing away footrest

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
* Seat and backrest: Nylon with sponge
* Front Fork: Steel
* Footplate: Plastic

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
MANAGEMENT & PROFESSIONAL
DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.

CETIFICATE
i) We hereby confirm to have read carefully the description of items and all the terms and conditions
of bid enquiry for supply of Machinery & Equipment items to the conditions as per bid enquiry
in accordance with Punjab Procurement Rules, 2014, we agree to abide by all those
instructions/conditions.
ii) We also hereby categorically confirm that the items offered by us are exactly to the particulars and
specifications as laid down in your bid enquiry in all respect.
iii) The items offered by us are of local/foreign origin.
iv) We accept that if the required bid security/performance guarantee is not furnished or our offer is
found lacking in any of the requirements of bid enquiry, the competent authority has the right to
reject the bid.
v) We hereby confirm to adhere to the delivery period required in the bid enquiry as given in the
contract and which will be strictly adhered. In case of delay we are bound to pay @ 2% of total
cost of the relevant item per day.
vi) Certified that the prices quoted to the Department against Bid are not more than the prices
charged from any other Purchasing Agencies in the country and in case of any discrepancy, the
Bidder hereby undertakes to refund the price charged in excess.

Particulars of Goods / specification Quantity


Mentioned in the attached pages/List

1. Delivery period offered

2. Name of Bidder

3. Signature of Bidder

4. Designation

5. Seal

WITNESS

Name Signature

Full Address

Dated

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP
MANAGEMENT & PROFESSIONAL
DEVELOPMENT DEPARTMENT
GOVERNMENT OF THE PUNJAB
J-STREET UPPER MALL, SCHEME LAHORE.

CHECK LIST

Sr.No. Description Check

1. Original Tender document Duly signed by the bidder

2. Active NTN certificate

3. GST registration Certificate

4. Computerized National Identity Card (copy) of the authorized


representative

5. Original receipt of fee of tender documents deposited to Regional


Director Multan Campus, MPDD.

6. Rates as per given specifications on bidder’s letterhead (signed &


stamped)

7. 2 % Cash Deposit Receipt (CDR) attached with financial bid

8. An affidavit on stamp paper of Rs. 100/- submitting that neither the


Company / firm has been black listed on any grounds whatsoever or
is being proceeded against or is involved in litigation. This certificate
shall remain operative till the finalization of the procurement
process.

9. Active Vender Number in AG office Punjab

10. Income tax returns submitted to FBR

11. Minimum three (03) years business history along with Purchase
orders / amount of work / contract agreement

12. Authority letter in respect of a representative of bidder nominated


to participants in the bidding process

13. Company profile (Establishment of Company, Staff experience,


appreciation letter & Service)

MANAGEMENT & PROFESSIONAL


DEVELOPMENT DEPARTMENT BIDDER’S SIGNATURES AND STAMP

You might also like