0% found this document useful (0 votes)
110 views25 pages

Bidding Document For Supply of Stationery and Miscellaneous Items For During Financial Year 2014-15

This document summarizes the bidding process for the supply of stationery and miscellaneous items for the National Vocational and Technical Training Commission for the 2014-2015 financial year. Key details include: - Bids are invited according to the Public Procurement Rules from experienced, tax registered suppliers. Bids must include a 2% bid security of the estimated Rs. 1,000,000 procurement cost. - The bidding process will follow a single stage single envelope procedure. Suppliers must meet eligibility criteria like valid tax registration and experience. - The bidding document outlines 6 sections covering the invitation for bids, instructions to bidders, specifications, evaluation criteria, sample forms, and general/special contract conditions

Uploaded by

Atique Lashari
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
0% found this document useful (0 votes)
110 views25 pages

Bidding Document For Supply of Stationery and Miscellaneous Items For During Financial Year 2014-15

This document summarizes the bidding process for the supply of stationery and miscellaneous items for the National Vocational and Technical Training Commission for the 2014-2015 financial year. Key details include: - Bids are invited according to the Public Procurement Rules from experienced, tax registered suppliers. Bids must include a 2% bid security of the estimated Rs. 1,000,000 procurement cost. - The bidding process will follow a single stage single envelope procedure. Suppliers must meet eligibility criteria like valid tax registration and experience. - The bidding document outlines 6 sections covering the invitation for bids, instructions to bidders, specifications, evaluation criteria, sample forms, and general/special contract conditions

Uploaded by

Atique Lashari
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 25

Bidding Document

For Supply of Stationery


and Miscellaneous Items for
During Financial
Year 2014-15

National Vocational and Technical Training Commission,


5th Floor, Evacuee Trust Complex,
F-5/1, Agha Khan Road,
Islamabad.

DDFNAVTTC-06-11-2014
Preface
Rule 23 of Public Procurement Rules requires procuring agencies to formulate bidding
documents that shall be made available to the bidders immediately after the publication
of the invitation for bid. Use of these documents is mandatory for either open or limited
bidding.

Document comprises of the Sections listed below:

Section I Invitation for Bids (IFB)


Section II Instructions to Bidders (ITB)
Section III Specification & Schedule of Delivery
Section IV Evaluation Criteria
Section V Sample Forms
a. Bid Form
b. Price Schedule Form
c. Commercial Compliance / Bidder‘s Capacity Assessment Form
d. Performance Security Form
e. Contract Agreement Form
Section VI General Conditions Contract
Section VII Special Conditions of Contract

2
Section – I Invitation for Bids (IFB)
NAVTTC No.4-5/2013-14-Gen/ dated November 26, 2014

TENDER NOTICE
National Vocational & Technical Training Commission (NAVTTC invites sealed bids from
experienced well reputed bidders/suppliers those are tax registered firms for the timely
Supply of “Stationery and Miscellaneous items” during calendar year 2014-15.
1. Bidding will be conducted under National Competitive Bidding pursuant to Single
stage single envelope procedures‘ as per Rule 36(a) of Public Procurement Rules
2004 and is open to all eligible bidders as defined in the Public Procurement Rules
2004.
2. Bids must be accompanied by a bid security of not less than Rs.20,000/- (2% of
estimated procurement of Rs.1,000,000/-) in the shape/form of pay order/bank
draft.
3. The Bidders are requested to give their best and final prices as no negotiations
shall be allowed. The rates quoted must remain valid for a period of ninety (90)
days after opening of tenders.
4. The bidders should have documented track of completing at least 3 similar
assignments in the last 3 years.
5. Interested eligible bidders may obtain the bidding documents including detailed
specifications without any charges on the submission of a written application to
the address mentioned below. These documents can also be downloaded from
www.navttc.org as well.
6. Copies of registration with Income Tax Department and Sale Tax Department
should be enclosed with bid. Non submission of this document is liable to rejection
of bid(s).
7. Bidders should be financially sound have proper office, telephone number and fax
number in Islamabad.
8. Late bids will be rejected. Bids submitted without signed Bid Form by authorized
nominee of the bidder will also be rejected.
9. Every bidders will deliver samples of stationary and miscellaneous items at his own
cost with the bids. However, samples of un-successful bidders will be returned.
Sealed envelopes clearly bearing the IFB number and title of the bid, containing bids must
be delivered to the address below on or before 1100 am, Monday December 15, 2014.
Bids will be opened at 1130 am on the same day in the presence of bidders‘
representatives (who may like to attend) at the Committee Room-II of National Vocational
& Technical Training Commission, 5th Floor, Evacuee Trust Complex, F-5/1, Agha Khan
Road, Islamabad.
(Muhammad Naseer)
Deputy Director (GA)
National Vocational & Technical Training Commission (NAVTTC),
th
5 Floor, Evacuee Trust Complex, F-5/1, Agha Khan Road, Islamabad.
Tel: 92-51-904 4307

3
Section II- Instructions to Bidders (ITB)

1. Scope of Procurement: The General Administration Section invites Bids for “Supply
of Stationary and Miscellaneous Items” as described in the Section III. The successful
bidder will be required to supply best quality items to NAVTTC as per terms and conditions
specified in this bidding document.

2. Eligibility to Bid: Suppliers duly registered with tax authorities are eligible to
participate only if they also:
a. Enclose proof of registration with the Income Tax Department and Sales Tax
Department with the Bid. (Failure to enclose these documents would result
in rejection of Bid)
b. Not blacklisted under the provision of Rule 19 of Public Procurement Rules
2004
c. Submit only one bid, either individually, or as a partner in a joint venture.
All Bid submitted in violation of this rule shall be rejected. Partners in a joint
venture shall be jointly and severally liable for the execution of the
Contract.
d. Enclose attested copy of valid Service Contracts (proof of experience) for
last five years, providing similar equipments to Government departments,
Autonomous/Semi Autonomous bodies, organizations of comparable scale
and stature.

3. Qualification of the Bidder/Supplier: To qualify for award of the Contract, a


Supplier shall meet the requirements specified in the commercial compliance in Section IV.
Bid must be provided along-with prescribed Bid Form, duly completed, signed and
stamped along with Bid Security as specified in this IFB.

4. Contents of Bidding Documents: The set of Bidding Documents comprises the


Sections listed below:
Section I Invitation for Bids (IFB)
Section II Instructions for Preparing Bid
Section III Specification & Schedule of Delivery
Section IV Evaluation Criteria
Section V Sample Forms
a. Bid Form
b. Price Schedule Form
c. Specification Compliance Form
d. Commercial Compliance / Bidder‘s Capacity Assessment
Form
e. Performance Security Form
f. Contract Agreement Form
Section VI General Condition of Contract
Section VII Special Condition of Contract

4
5. Documents Comprising the Bid: The Bid submitted by the Bidder shall comprise
the following documents:
i. Bid Form (as per sample attached)
ii. Qualification and Experience Information
iii. Copies of Taxation Documents
iv. Bid Security
v. Documentary Evidence of Similar Supplies and Experience
vi. Brochures (if any) of the items to be supplied

6. Bids: Prices shall be quoted entirely in Pak Rupees inclusive of all applicable taxes.
The Bidder shall fill in the rate and prices for the required items, described in this
document. All duties, taxes and other levies payable by the bidder shall be included in the
rates, prices, and total bid submitted by the bidder. Cost for carriage/delivery shall be
included while quoting final rate.

7. Validity of Bid. The Bid price shall remain valid for the period of ninety (90)
calendar days counted from the date of submission of the Bid specified in Clause 11 below.
The Purchaser may request the Bidders to extend the period of validity for a specified
additional period. The Purchaser‘s request and the Bidders responses shall be made in
writing or by fax or by email. A Bidder may refuse the request for extension of Bid validity
in which case he may withdraw his Bid without any penalty. A Bidder agreeing to the
request will not be required or permitted to otherwise modify its Bid.

8. Language of the Bid: All documents relating to the Bid and contract shall be in the
English language.

9. Preparation and Sealing of Bid: The Bidder shall prepare one original of the
documents comprising the Price Bid as described in Clause 5 above, with the Form of Bid,
and clearly marked ―Original‖. In addition, the Bidder shall also submit one copy which
shall be clearly marked as ―COPY‖. In the event of discrepancy between them the original
shall prevail. The original and the copy of the Price Bid shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder. All the pages of the Bid where
entries or amendments or corrections have been made shall be initialed by the person or
persons signing the Bid. The envelopes containing Bid should be duly sealed, bearing the
IFB number and the subject as “Supply of Stationery and Miscellaneous items” shall be
addressed to the Purchaser at the address provided above and shall provide a warning not
to open before the specified time and date for Bid opening as defined in Invitation to Bid.
If the envelope is not sealed and marked as above, the Purchaser will assume no
responsibility for the misplacement or premature opening of the Bid.

10. Bid Security: The amount of Bid Security shall be not less than Rs.20,000/- (2% of
estimated procurement of Rs.1,000,000/-) payable in the form of a Bank Draft / Payment
Order in favor of National Vocational & Technical training Commission, Islamabad. Bid
Security will stand forfeited in case the successful bidder fail to comply the execution of
services/supply. Bid Security of successful bidder will be released after signing of the

5
Contract and submission of performance bond (if applicable). Bid Security of unsuccessful
bidder will be released not later than 21 days after notification of award of works.

11. Place and Deadline for Submission of Bid: The Bid shall be delivered to the
Purchaser NO LATER than Monday, December 15, 2014 at 11.00 AM at the address given
in IFB. Any Bid received by the Purchaser after the deadline prescribed in this clause will
be returned unopened to the Bidder.

12. Modification and Withdrawal of Bid: No Bid shall be modified after the deadline
for submission of Bid specified above in Clause 11. Withdrawal of a Bid between the
deadline for submission of Bid and the expiration of the validity of the Bid as specified in
Clause 7.

13. Opening of Bid: The Purchaser will open the Bids, including modifications, in the
presence of the Bidders‘ representatives who choose to attend, at Monday, December 15,
2014 at 11.30 AM at the address given in IFB. The Bidders‘ names, the Bid prices, the total
amount of each Bid, any discounts, and Bid modifications and withdrawals will be
announced by the Purchaser at the Bid opening.

14. Process to be Confidential: Information relating to the examination, clarification,


evaluation and comparison of Bid and recommendation for the contract award shall not
be disclosed until the award to the successful Bidder has been announced. Results of the
bid evaluation will be made known in due course bidders are advised not to approach
Purchaser. Any attempt to influence the process of evaluation will lead to rejection of bid.

15. Evaluation and Comparison of Bid: Upon technical and commercial compliance
with requirements the Purchaser will award the Contract to the Bidder who has offered
the lowest evaluated bid in each item. In evaluating the bid, the Purchaser will determine
for each proposal the evaluated Bid by adjusting the Bid by making any correction for any
arithmetic errors as follows:

a. where there is a discrepancy between amounts in figures and in words, the


amount in words will govern;
b. if a Bidder refuses to accept the correction, his Bid will be rejected.
c. Conditional, incomplete bid or bid without Bid Security shall not be accepted;
Bids received after the closing date and time will also be rejected.

16. Purchaser’s Right to Accept Any Bid and to Reject any or all Bids: The Purchaser
reserves the right to accept or reject any Bid, and to cancel the process of competition and
reject all Bids, at any time prior to the award of the Contract, without thereby incurring
any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of
the grounds for the Purchaser‘s decision while complying with PPR-2004.

17. Purchaser’s Right to order Quantities: The Purchaser, reserves the right to order
quantities of supplies as per their requirement.

6
18. Notification of Award and Signing of Contract: Results of evaluation would be
known in a reasonable time, Bidders are instructed not to approach the Purchaser after
opening of Bids until the finalization of award. The Bidder whose Bid has been accepted
will be notified of the award by the Purchaser prior to the expiration of the validity period
of the Bid, by registered letter. This letter will state the sum that the Purchaser will pay the
Bidder in consideration of the supply of Stationary and Miscellaneous Items by the Bidder
as prescribed by the Contract. The written notification of award will constitute the
formation of the Contract.

19. Performance Security: Within twenty-one (21) days of the receipt of notification of
award from the Purchaser, the successful Bidder shall furnish the performance security for
amount as per the Performance Security Form provided in the bidding documents, or in
another form acceptable to the Purchaser.

7
Section-III
Specifications
LIST OF STATIONERY ITEMS
Sl. No Name of items Quantity
1. ATTENDANCE REGISTER NO.02 EACH
2. BALL POINT PIANO POINT / CLIPPER / SLIDER EACH
3. BALL POINT UNI-BALL EYE EACH
4. BINDER CLIP (LARGE) EACH
5. BINDER CLIP (SMALL) EACH
6. BINDER BINDING TAPE ONIETY EACH
7. BINDING SHEETS – PLASTIC / CARD. EACH
8. CDS (RE-WRITEABLE) MEXCELL (INDIVIDUAL PACK) EACH
9. DVDS (WRITE ABLE /RE-WRITE ABLE) INDIVIDUAL PACK EACH
10. CLIP FILE A-4 (IMPORTED) NOKIA 064 EACH
11. CUT BOX ALFALAH EACH
12. DIARY REGISTER NO. 12 EACH
13. DRAFT PAD LUCKY A-4 SIZE/60-SHEET/SUFI/ EACH
14. D-RING FILES (A-4) PLASTIC (1444NK) EACH
15. ------------------------------------------(1314NK) EACH
16. ------------------------------------------(074) EACH
17. ENVELOP (WHITE A-4 SIZE) IMPORTED 100GM EACH
18. ENVELOP WHITE S.E.5 100GM EACH
19. ENVELOP WHITE S.E.6 100 GM EACH
20. ENVELOP WHITE S.E.7 100 GM EACH
21. ENVELOP WHITE S.E.8 100 GM EACH
22. ERASER PELICAN AL-30 GERMANY SUPERIOR QUALITY EACH
23. FILE COVER FINE QUALITY WHITE EACH
24. FILE FLAPPER (REXENE) EACH
25. FILE BOARD EACH
26. FILE TAGS SUPERIOR QUALITY (PUNCHED) EACH
27. FILE TRAY PLASTIC FINE QUALITY EACH
28. FLASH DRIVES (KINGSTON) 4,8,16,32,34,64 GB EACH
29. SCALE STEEL EACH
30. GRIP FILE A-4 SIZE IMPORTED EACH
31. GUM BOTTLE (142 GM)CRYSTAL – 324 2551 – 074 NOKIA EACH
32. GUM STICK UHU LARGE SIZE (40GM) MADE IN GERMANY EACH
33. GUM WATER GLUE DELI EACH
34. LEAD PENCIL H.B GOLD FISH (7000) EACH
35. LOG BOOK 200 PAGES/NO.6 EACH
36. MARKER DOLLAR HIGHLIGHTER EACH
37. MARKER DOLLAR NO.7/0/90 EACH
38. MASKING TAPE 2”ABRO BRAND USA EACH
39. MOUSE FOR COMPUTER (OPTICAL) A-4 TECH EACH
40. NOTE SHEET PAD OFF SET PAPER 100 SHEET A/4 EACH

8
41. PACKING TAPE 2”,72 YARDS NICHIBAN EACH
42. PAPER CLIP THREE FLOWER 36 MM EACH
43. PAPER CUTTER SUPERIOR WITH BLADE EACH
44. PAPER PIN CHINA 28 GM EACH
45. PAPER PUNCH (LARGE) DOUBLE HOLE/KW-9670-KW 9330 EACH
46. PAPER PUNCH SINGLE HOLE(SUPERIOR QUALITY) EACH
47. PEN HOLDER FINE QUALITY (DUX-240) EACH
48. PEN INK DOLLAR 60 ML EACH
49. PEON BOOK (120) PAGES) EACH
EACH
50.
PHOTOSTAT PAPER 80 GM IMPORTED AA, PAPERONE (A-4 SIZE)
51. PHOTOSTAT PAPER 80 GM IMPORTED AA. PAPERONE (LEGAL SIZE) EACH
52. PLASTIC COVER ALPHA A-4 SIZE WITH CLIP NOKIA 554 EACH
53. POST IT PAD (LARGE SIZE) PRONOTTI EACH
54. POST IT PAD (MEDIUM SIZE) -DO- EACH
55. POST IT PAD (SMALL SIZE) -DO- EACH
56. RED PAPER SEALS EACH
57. RUBBER BAND SUPERIOR QUALITY EACH
58. RULED REGISTER NO. 10 LUCKY OFFSET PAPER EACH
59. RULED REGISTER NO. 12 LUCKY OFFSET PAPER EACH
60. RULED REGISTER NO.8 LUCKY OFFSET PAPER EACH
61. RAIL FILE PLASTIC ALFALAH EACH
62. SCISSORS LARGE SIZE JAPAN EACH
63. SCOTCH TAPE ½”,72 YARDS EACH
64. SCOTCH TAPE YARDS 1X72 EACH
65. SHARPENER STEEL GERMANY/CHINA EACH
66. SHORTHAND NOTE BOOK 100 PAGES EACH
67. SHORTHAND PENCIL EACH
68. SLIP PAD SIZE (6”X 9”) EACH
69. SPIRAL BINDING ROLL IMPORTED 6MM-10MM-12MM-16MM-20MM EACH
70. STAMP PAD QUALITY – CRYSTAL EACH
71. STAPLER MACHINE HEAVY DUTY KW-50LBN EACH
72. STAPLER MACHINE STANDARD SIZE (MAX) HD-50, KW-5675 EACH
73. STAPLER PIN 23/10 WHASHIN EACH
74. STAPLER PIN 23/13 WHASHIN EACH
75. STAPLER PIN 23/15 WHASHIN EACH
76. STAPLER PIN 23/17 WHASHIN EACH
77. STAPLER PIN 23/20 WHASHIN EACH
78. STAPLER PIN 23/24 WHASHIN EACH
79. STAPLER PIN DOLLAR NO. 369 EACH
80. STAPLER PIN REMOVER KW-5080 EACH
81. STICKER SHEET (A4 SIZE) QUALITY EACH
82. STOCK REGISTER 2 NO. EACH
83. STABILO BOSS MARKER SUPER PLUS (HIGHLIGHTER) EACH
84. STRIP FILE COVER PLASTIC ALFALAH – 842 EACH

9
85. SHEET PLASTIC (1-30 NOS.) (SEPARATOR SHEET PLASTIC) EACH
86. STRIP SHEET PLASTIC (A TO Z) -DO- EACH
87. STRIP SHEET PLASTIC (1-10 NOS.) -DO- EACH
88. STRIP SHEET PLASTIC (1-12 NOS.) EACH
89. TABLE DIARY FRIENDS EACH
TELEPHONE INDEX EXECUTIVE COSMO (250 TO 300 PAGES)/150 EACH
90.
PAGES/ ORION
91. TONER PRINTER HP-1320 EACH
92. TONER PRINTER HP 2015 EACH
93. TONER PRINTER HP LASERJET P1005 EACH
94. TONER PRINTER HP-3600DN COMPLETE SET EACH
95. TONER PRINTER HP-3600DN BLACK CARTRIDGE EACH
96. SAMSUNG TONER PRINTER ML-2251-N EACH
97. TONER HP COLOUR LASERJET PRINTER 3525 FULL SET EACH
98. TONER HP COLOUR LASERJET PRINTER 3525 BLACK CARTRIDGE EACH
99. TONER PRINTER HP-2055 EACH
100. TONER PHOTOCOPIER TOSHIBA STUDIO NO.351C (BLACK CARTRIDGE) EACH
TONER PHOTOCOPIER TOSHIBA STUDIO NO.351C (BLACK AND EACH
101.
COLOUR FULL SET)
102. TONER PHOTOCOPIER KONICA MINOLTA BIZHUB 250 (HEAVY DUTY) EACH
103. TONER PHOTOCOPIER KONICA MINOLTA BIZHUB 163 (LIGHT DUTY) EACH
104. TONER PHOTOCOPIER KONICA MINOLTA BIZHUB 210 EACH
105. TONER FAX MACHINE RICOH 1130L EACH
106. TONER FAX MACHINE PANASONIC KX FL 612 EACH
107. TONER FAX MACHINE PANASONIC KX-FL 402 EACH
108. TONER PHOTOCOPIER MINOLTA KONICA 7416-C EACH
109. TOP TRANSPARENT FILE NOKIA – 554 EACH
110. TEMPO MARKER EACH
111. TAPE DISPENSER (LARGE) KW-3311 EACH
112. TABLE SET REXENE SENIOR-20 EACH
113. TABLE SET MARBLE BLACK / LIGHT GREEN EACH
114. VISITING CARD ALBUM SUPERIOR (300 CARDS) ORION / COSMO EACH
115. WHITE FLUID (UNI PEN) EACH
116. WHITE FLUID SET BLANCO PELICAN GERMANY 12X20 ML EACH
117. WRAPPING PAPER (LARGE SIZE) 8M GMS EACH
118. PIN CUSHION LONG LIFE EACH

Note: In case of non-compliance of above specification, bid shall be subject to rejection.

10
LIST OF MISCELLANEOUS ITEMS

Sl. No. NAME OF ITEMS Quantity


1. AIR FRESHENER 400ML (LOTIN ADMIRE) EACH
2. CAR POLISH (BLACK WAX) EACH
3. D.D.T POWDER / BAYGON / COBRA EACH
4. DUSTER COTTON WHITE (24’x40’)/24”x24” EACH
5. DUSTER FALLALANE EACH
6. ELECTRIC EXTENSION BOARD FINE QUALITY EACH
7. ENGAGEMENT STAND (PLASTIC) EACH
8. GLINT EACH
9. GLASS SIX PIECES EACH
10. INSECT KILLER SPRAY BAYGON (400 ML) EACH
11. ----------------------------------MORTEIN / KOBRA (400 ML) EACH
12. JUG ONE PIECE EACH
13. MULTI POWER SOCKET (IMPORTED) EACH
MISC CROCKERY ITEMS (SPOONS, PLATES, TEA CUPS, DONGA, DISH EACH
14.
ETC.)
15. PENCIL CELL POWER PLUS (AA) (WALL CLOCK / REMOTE CELL) EACH
16. SOAP CASE (FINE QUALITY) PLASTIC EACH
17. TEA SET CHINA EACH
18. SURF(150 GM) EACH
19. THERMOS 1 LITERS EACH
20. TISSUE PAPER (LUXURY SIZE) EACH
21. TOILET ROLL (ROSE PETAL) EACH
TOILET SOAP 125 GM (LUX, REXONA, CAPRI, SAFEGUARD, DETTOL & EACH
22.
LIFE BOY)
23. TOWEL COTTON SUPERIOR BATH SIZE EACH
24. TRAY FOR MAIL (PLASTIC) (DAK TRAY) EACH
25. UMBRELLA LARGE SIZE EACH
26. VIM LARGE SIZE 500 GM EACH
27. WALL CLOCK (CHAMPION) EACH
28. WASTE PAPER BASKET (PLASTIC) LARGE SIZE EACH
29. WATER COOLER (MEDIUM SIZE) PLASTIC EACH
30. TABLE POLISH 7CF EACH
31. SCOTCH BRITE EACH
32. SWEEP (DETTOL SURFACE CLEANER) EACH
33. TOILET BRUSH EACH
34. SURF 1 KG EACH
35. LOTA PLASTIC EACH
36. PHYNAIL TABLETS EACH
37. PLASTIC BALTI MEDIUM FINE QUALITY. EACH
38. ACID BOTTLE (RED SWEEP) EACH
39. SOFT BROOM EACH
40. HARD BROOM EACH

11
41. PHYNILE LARGE BOTTLE FINIS EACH
42. WIPER LARGEER EACH
43. WIPER SMALL EACH
MOP LARGE 2 KG WITH STEEL HANDLE EACH
44.
(T SHAPE)
45. DRY MOP EACH
46. LIQUID HAND WASH EACH
47. AUTO AIR FRESHENER DISPENSER EACH

48. REFILL AUTO AIR FRESHENER EACH


N
Note: In case of non-compliance of above specification, bid shall be subject to rejection.

12
Schedule of Delivery

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date


which is the date of delivery required.

Sr. Description Qty. Required Location


# Delivery
Schedule from
the Date of
supplier order
1 Items mentioned in As per 7 days National Vocational & Technical
every supplier order. supplier Training Commission,
order. 5th Floor, Evacuee Trust Complex,
F-5/1, Agha Khan Road,
Islamabad.

13
Section – IV Evaluation Criteria

Subject to preliminary examination of the bidders/bids to determine their responsiveness


to the eligibility criteria specified in this bidding document the Evaluation Criteria for the
subject procurement shall be based on mandatory compliance of the Specifications and
Commercial requirements subject to Lowest item-wise Evaluated Cost. In other words the
contract shall be awarded to the responsive bidder whose bid will be determined as the
Lowest Evaluated Bid of every item, subject to mandatory compliance of the commercial
specification requirements.

14
Section –V Sample Forms

Notes on the Sample Forms:

The Bid Form and Price Schedule Form, bidder shall complete and submit with its bid the
Bid Form and the Price Schedule pursuant to ITB Clause 11 and in accordance with the
requirements included in the bidding documents. The bidder should provide the Bid
Security, in the form acceptable to the Purchaser, pursuant to ITB Clause 10

The Contract Form, will be required to be submitted by the successful bidder, after the
contract award, should incorporate any corrections or modifications to the accepted bid
resulting from price corrections pursuant to ITB Clause 17 and GCC Clause 9, acceptable
deviations (e.g. payment Schedule pursuant to GCC Clause 6, spare parts pursuant to GCC
Clause 8 or quantity variations pursuant to ITB Clause 17) the Price Schedule and Schedule
of Delivery deemed to form part of the contract should be modified accordingly.

The Performance Security Form should not be completed by the bidders at the time of
their bid preparation/submission. Only the successful bidder will be required to provide
the Performance Security (Guarantee) in accordance with the form indicated herein or in
another form acceptable to the Purchaser, pursuant to GCC Clause 5 read with SCC Clause
3.

The Manufacturer’s Authorization form should be completed by the manufacturer, as


appropriate, pursuant to ITB Clause 2

15
Bid Form
(On firm‘s letterhead)

Date: __________________

Deputy Director
GA Section
National Vocational & Technical Training Commission,
5th Floor, Evacuee Trust Complex,
F-5/1, Agha Khan Road,
Islamabad.

Dear Sir:

Having examine the entire contents of bidding documents we offer to execute the
Contract for “Supply of Stationery and Miscellaneous Items” in accordance with the
Conditions of Contract accompanying this Bid for the Contract

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening
and it shall remain binding upon us and may be accepted at any time before the expiration
of that period.

If our Bid is accepted, we will obtain the guarantee of a bank/Insurance company of


Rs.50,000/- for the due performance, in the form prescribed by the Purchaser.

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.

Authorized Signature: _________________________________


Name and Title of Signatory _________________________________
_________________________________
Name of Bidder: _________________________________
Address: _________________________________
_________________________________
Phone Number: _________________________________
Email: _________________________________
Fax Number, if any: _________________________________

16
Price Schedule Form (In Pak Rupees)

Name of Bidder ____________________________________


IFB No. ____________________________________

Sr. Description Country of Unit Cost in Amount in Words


# Origin figures (Inclusive
of all taxes and
delivery charges)
1 2 3 4 5

Note:
1. Successful bidders shall provide free of cost replacement of defective supplies.
2. In case of discrepancy between unit price in figures and words, amount shown in
column 7 prevail.
3. The unit and total Delivered Duty Paid (DDP) / Ex-Warehouse Price (EXW) prices should
include the incidental services and all taxes. No separate payment shall be made for the
incidental services.

Signature & Seal of Bidder _______________________________


Date _______________________________

17
Commercial Compliance Form
Name of Bidder: ___________________________________________________________
IFB No. _____________________ & Date: ______________________________________
Description Eligibility / Document for Bidder Reference in SBP
Qualificatio reference Assessment Bid Assessment
n Parameter (Y/N) (Y/N)
Company profile Manufacturer/ Principal/Supplier Currently valid Authorization
Letter of OEM / other proof of
the establishment, as
applicable
Distributor
Market Retailer
Direct or indirect authorized agent of the Manufacturer/distributer
Minimum experience in Minimum of five years of Certificate of Incorporation
manufacturing / supplies/ experience in the relevant field. of firm with any proof of
business. being in this business for at
least 4 years
Similar supply and installation Documented track of completing Attach list of 3 similar
at least 3 similar assignments in assignments along-with
the last 3 years involving supplies, copies of Purchase/ Work
installation and support services Orders
of a comparable scale.
Verifiable presence of support Location of presence at Evidence for location of
service setup manned by Islamabad. presence and detail of
trained staff skilled personal with
contract number is
required
Assignments in Hand (Current)
Affidavit
(that the firm has not been
blacklisted by private, Govt.,
Semi Govt. ant Autonomous
Body)
Other than original manufacturer
GST No. GST Certificate (if applicable) Copy of GST Registration
NTN NTN Certificate Copy of NTN Certificate
Experience of Supply and Installation
S. No Description Name / Contact Details of Cost Date
Purchaser

Attached support documents

18
Performance Security Form
(Bank/Insurance Guarantee)
To:

Deputy Director
GA Section
National Vocational & Technical Training Commission,
5th Floor, Evacuee Trust Complex,
F-5/1, Agha Khan Road,
Islamabad.

WHEREAS *name of Supplier+ (hereinafter called ―the Supplier‖) has undertaken, in


pursuance of Contract No. [reference number of the contract] dated ____________ 2014
_____ to supply *description of goods and services+ (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/Insurance guarantee by a reputable bank/Insurance Company for
the sum specified therein as 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 __________2014.

Signature and seal of the Guarantors

[name of bank or financial institution/Insurance Company]

[address]

19
Contract Agreement Form
CONTRACT AGREEMENT
THIS AGREEMENT made the _____ day of __________ 2014 _____ between National
Vocational & Technical Training Commission (NAVTTC) (hereinafter called ―the
Purchaser‖) of the one part and [name of Supplier] of [city and country of Supplier]
(hereinafter called ―the Supplier‖) of the other part:
WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [Tile of
Procurement. and has accepted a bid by the Supplier for the supply of those goods and
services in the sum of [contract price in words and figures] (hereinafter called ―the
Contract Price‖).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz.:
i. General Conditions of Contract;
ii. Special Conditions of Contract;
iii. Appendices;
Appendix1: Specifications / Requirements
Appendix2: Supplier‘s Bid (Bid Form & Price Schedule submitted by the
bidder)
Appendix3: Notification of Award
Appendix4: Acceptance Letter
Appendix5: Performance Security (where applicable)
3. In consideration of the payments to be made by the Purchaser to the Supplier as
hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the
goods and services and to remedy defects therein in conformity in all respects with the
provisions of the Contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the
provision of the goods and services and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the contract at
the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)


Witness 1: Witness 2:
Signed, sealed, delivered by the (for the Supplier)
Witness 1: Witness 2:

20
Section -VI General Conditions of Contract (GCC)

1. Definitions: Boldface type is used to identify the defined terms


a. The Contract is the Contract between the Purchaser and the Service
Provider to execute, complete, and maintain the Supplies as specified in the
Form of Contract or in other sections of the Contract.
b. The Purchaser‖ means the organization purchasing the Goods, as named in
Form of Contract
c. The Supplier is a person or corporate body whose Quotation to carry out
the Supplies has been accepted by the Purchaser and is named in the Form
of Contract
d. The Supplier’s Quotation is the completed document (Invitation for Bids
together with attachments) submitted by the Supplier to the Purchaser.
e. The Contract Price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the Contract.
f. Days are calendar days; months are calendar months.
g. A Defect is any part of the Supplies not completed in accordance with the
Contract.
h. Specification means the Specification of the Supplies included in the
Contract and any modification or addition made or approved by the
Purchaser.
i. The Site is stated in SCC: where supplies are to be made on working day
except Sunday at Supplier‘s expense

2. Scope: The Supplier would provide supplies as stated in the Schedule of


Requirements or any other requirements pursuant to GCC-9 hereto, during the period of
the contract.

3. Communications: Communications between parties that are referred to in these


Conditions shall be effective only when made in writing. A notice shall be effective only
when it is delivered to addresses specified in Form of Contract

4. Language and Law: The Contract shall be in the English language. The law
governing the Contract shall be the applicable law(s) of the Government of Islamic
Republic of Pakistan and other requirements as listed at SCC

5. Performance Security:
5.1 Within twenty one (21) days of receipt of the notification of Contract
award, the successful Bidder shall furnish to the Purchaser the performance
security in the amount specified in SCC.
5.2 The proceeds of the performance security shall be payable to the Purchaser
as compensation for any loss resulting from the Service Provider‘s failure to
complete its obligations under the Contract.
5.3 The performance security shall be denominated in the currency of the
Contract acceptable to the Purchaser and shall be an unconditional bank/Insurance

21
guarantee issued by a reputable bank/Insurance Company located in the
Purchaser‘s country, in the form provided in the bidding documents or as per
Clause 4 of Special Conditions of the Contract (SCC)
5.4 The performance security will be discharged by the Purchaser and returned
to the Supplier not later than thirty (30) days after the completion of the Contract
fulfilling all the obligations.

6. Payments: The method and conditions of payment to be made to the Supplier


under this Contract shall be specified in SCC.
6.1 The Supplier‘s request(s) for payment shall be made to the Purchaser in
writing, accompanied by an invoice describing, as appropriate, the Job delivered
and upon fulfillment of other obligations stipulated in the Contract.
6.2 Payments shall be made promptly by the Purchaser, but in no case later
than fifteen (15) days after submission of an invoice or claim by the Supplier.

7. Taxes: The Supplier is responsible for all taxes in accordance with the laws of
Islamic Republic of Pakistan. Production of Sales Tax Invoice would be mandatory for
receiving payments under contract

8. Price Adjustment: Prices charged by the Supplier for Job delivered under the
Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception
of any price adjustments authorized in SCC

9. Change Orders:
9.1 The Purchaser may at any time, by a written order given to the Supplier,
make changes within the general scope of the Contract in any one or more of the
following:
a. quantities, or specifications;
b. the place of delivery; and/or

9.2 If any such change causes in increase or decrease in the cost of, or the time
required for, the Supplier performance of any provisions under the Contract, an
equitable adjustment shall be made in the Contract Price or delivery schedule, or
both, and the Contract shall accordingly be amended. Any claims by the Supplier
for adjustment under this clause must be asserted within fifteen (15) days from the
date of the Supplier receipt of the Purchaser‘s change order.

10. Amendment: Subject to GCC Clause 9, no variation in or modification of the terms


of the Contract shall be made except by written amendment signed by the parties

11. Warranty: As specified in the Clause 6 of SCC.

12. Inspections & Tests:


12.1 The Purchaser or its representative shall have the right to inspect and/or to
test the quality of the services, to confirm their adherence to the Contract

22
specifications at no extra cost to the Purchaser. The Purchaser shall notify the
Supplier in writing, in a timely manner, of the identity of any representatives
retained for these purposes.
12.2 The inspections and tests may be conducted at point of delivery or at the
final destination. If conducted, all reasonable facilities and assistance shall be
provided at no charge to the Purchaser.

13. Supplier’s Risks: The risks of personal injury, death, and loss or damage to property
and adjacent property (including, without limitation, the Supplies, materials and
equipment) are Supplier‘s risks.

14. Liquidated Damages: Subject to GCC Clause 16, if the Supplier fails to deliver goods
as specified in the Contract, timely, the Purchaser shall, without prejudice to its other
remedies under the Contract, deduct from the Contract Price, as liquidated damages, a
sum equivalent to the percentage specified in SCC of the delivered price of the delayed
performance for each week or part thereof of delay until actual delivery or performance,
up to a maximum deduction of the percentage specified in SCC. Once the maximum is
reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause
24

15. Quality of Services: No variation in quality/substance etc. from


specifications/requirements will be allowed. In case of delayed/unsatisfactory
performance or non-performance, Purchaser shall impose a suitable penalty which may
lead to the termination of the contract in part or in full. The Purchaser will recover the cost
of job with substandard quality i.e. other than specifications/requirement, from accrued
payments. The name of such Supplier can also be posted on website of the NAVTTC for
information of all Procuring Agencies

16. Force Majeure: Either party may terminate the Contract by giving a thirty (30) days
notice to the other for events beyond that party‘s control, such as Wars and acts of God
such as earthquakes, floods, fires, etc.

17 Termination:
17.1 Termination for Default. The Purchaser, without prejudice to any other
remedy for breach of Contract, by written notice of default sent to the Service
Provider, may terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all of the Goods within the period(s)
specified in the Contract; or
(b) if the Supplier fails to perform any other obligation(s) under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or
fraudulent practices, as defined at Rule 19 of PPR2004, in competing for or
in executing the Contract.
(d) if the Supplier becomes bankrupt or otherwise insolvent
17.2 Termination for Convenience .The Purchaser, by written notice sent to the
Supplier may terminate the Contract, in whole or in part, at any time for its

23
convenience. The notice of termination shall specify that termination is for the
Purchaser‘s convenience, the extent to which performance of the Service Provider
under the Contract is terminated, and the date upon which such termination
becomes effective

18. Resolution of Disputes: The Purchaser and the Supplier shall make every effort to
resolve amicably by direct negotiations any disagreement or dispute arising between them
under or in connection with the Contract. In case of further disagreement either party can
take the matter to arbitration in accordance with the Arbitration Act of 1940. However
such proceedings cannot initiate till 45 days of the notification of disagreement.

19. Extension of Contract: One month before the expiry of the contract period, both
the parties with mutual agreement, can renew or extend the contract.

24
Section -VII Special Conditions of Contract (SCC)
The following Special Conditions of Contract shall supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the
General Conditions of Contract. The corresponding clause number of the GCC is indicated
in parentheses.

1. Definitions (GCC Clause 1)


GCC 1 (i)—The Purchaser‘s site is: General Administration Section, National Vocational &
Technical training Commission, 5th Floor, Evacuee Trust Complex, F-5/1, Agha Khan Road,
Islamabad.

2. Applicable Law & Language (GCC Clause 4)


GCC 4- The other legislative requirements are as follows:
The Employment of Children (ECA) Act 1991
The Bonded Labor System (Abolition) Act of 1992
The Factories Act 1934

3. Performance Security (GCC Clause 5)


Rs.50,000/- in shape of Bank/Insurance Guarantee is to be provided.

4. Payment (GCC Clause 6)


Full (100 %) payment in Pak Rupees of the items supplied against each supply order
will be made upon receipt of invoices/delivery challan, after supply of the items, subject to
submission of the Performance Security (Bank/insurance Guarantee) as specified at GCC
Clause 5 and SCC Clause 3.

5. Price Adjustment (GCC Clause 8)


GCC 8—Prices shall be adjusted if following conditions exists:
5.1 Change in legislation insofar it directly impacts the prices from the level they existed 15
days prior to the Bid opening.

6. Warranty (GCC Clause 11)


The supplier will provide full support during the One year warranty period including repair
and replacement of all the supplies and associated parts and components replacement
without any cost to purchaser in case of any failure, except any damage caused by the fire
or disaster event.

7. Liquidated Damages (GCC Clause 14)


Subject to Clause 14 herein, if the Supplier fails to deliver the goods or perform the
services within the time period(s) specified in the contract, the Purchaser shall, without
prejudice to its other remedies under the contract deduct from the Contract Price, as
liquidated damages, a sum equivalent to 0.07 percent of the supply order for each day of
delay until actual delivery or performance, up to a maximum deduction of Rs.50,000/-.
Once the maximum is reached, the purchaser may consider termination of the contract.

25

You might also like