Govt. of the Punjab

375
1 Name and Signature of Bidder with official stamp Dated: Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH) Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER SINGLE STAGE ONE ENVELOPE PROCEDURE PACKAGE NAME: CIVIL Bid Reference No: Package Name: Method of Procurement: SINGLE STAGE ONE ENVELOPE Last date of issuance of bidding Documents: 31.03.2022 Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

Transcript of Govt. of the Punjab

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: CIVIL

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

2 Architectural Scale 12” Triangular Architect Scale Ruler Architectural Scale 5 GCT Jhang 5

GCT Attock 20

GCT Chakwal 20

GCT Jauhrabad 20

GCT Jhang 20

GCT Jhelum 20

GCT Kamalia 20

GCT PDK 20

GCT, Rawalpindi 20

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

3 ARROWS30 cm (12”) long with one end pointed and other

ringedMade of galvanized tempered steel wire, 06 SWG160

Sr.No Item Name Specifications Total Quantity

PACKAGE NAME: CIVIL

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 4

GCT Jauhrabad 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 20

GCT Jhelum 20

GCT Kamalia 20

GCT Attock 20

GCT Jhelum 20

GCT Kamalia 20

GCT Attock 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Attock 20

GCT Jhelum 20

GCT Kamalia 20

GCT Attock 16

GCT Jhang 20

GCT Jhang 16

GCT Jhang 20

GCT Jhelum 16

GCT Kamalia 16

GCT PDK 8

6 BAMBOO (15 FEET) Brown round 15 feet Bamboo pole,Thickness 4-7 inch 60

7 BAROMETER

Precision barometer for measuring atmospheric pressure

and altitudes.Fixed dial for pressure meanrenats and

rotating dial for altitude calculationPressure gauge:

970 – 100kpaDivision 1 hpaHeight Range: 0-

6000mDivion: 10mDia of Gauge: 47

12

4ATTERBERG'S LIMIT

DETERMINATION

Atterberg's Limit Determination Conforming ASTM

standards1. Liquid Limit Testa) Liquid Limit Device

with Grooving tool and counterb) Glass Plate2. Plastic

Limit

Testa) Procelein Dishb) Spatula /

Knifec) Glass Surface / Plated) 12 number of Moistu

12

5 BAMBOO (10 FEET) Brown round 10 feet Bamboo pole,Thickness 4-7 inch 60

8 BATTENS

A long flat strip of squared timber used to hold

something in place or as a fastening against a wall. 4-6

inch width

60

9 BEAKERSPyrex / Borosilicate glass with spout, 600Ml capacity

graduated112

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

10 Beakers 100 ml 50 GCT Jauhrabad 50

11 Beakers 250 ml 250ml(Glass) 5 GCT Chakwal 5

12 Beakers 100ml 100ml(Glass) 5 GCT Chakwal 5

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

15 Punches Hollow punch set 3-16mm 12 pcs Gasket punch set 2 GCT, Rawalpindi 2

16 PRICK PUNCH

Made of high quality steel, hardened and ground point,

knurled shank, point angle 60 deg.

Length (mm) = 150.

Diameter (mm) = 12.

10 GCT Chakwal 10

GCT Attock 8

GCT Chakwal 8

GCT Jhelum 8

GCT Kamalia 8

18 Centre Punch Length 160mm size 8mm Octagonal shape 5 GCT, Rawalpindi 5

13

BEAMS 150 X 150X600MM

(6"X6"X24") MADE OF

STEEL

BEAMS 150 X 150X600MM (6"X6"X24") MADE OF

STEEL12

14 BUCKET capacity 10 liters Galvanized sheet 15

17 CENTRE PUNCH

CENTRE PUNCH□• Hardened and tempered steel,

ground point□•Octagonal body, □•

black oxidized finish □• 1/16” dia x 4” (2 mm dia x 100

mm long).

32

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

19 CENTER PUNCH

Made of high quality steel, hardened and ground point,

knurled shank, point angle 90 deg.

Length (mm) = 150. 20 GCT Chakwal 20

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 2

GCT Jhang 1

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 2

GCT Jhang 1

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

21COMPACTING FACTOR

APPARATUS

Compacting Factor Apparatus

Complying with BS specification complete set consisting

of:-

1. two conical hoppers having hinged trap doors at the

bottom end mounted on to a rigid steel frame of M.S

channel Section ( 2" x 1" x 1/8" ) (at standard height),

capable of dropping concrete in a cylinder placed

underneath. Hoppers a cylinder of M.S sheet (14SWG)

3

22COMPLETE SET OF BATH

SANITARY FIXTUREComplete Set of Bath Room Fitting 14

20 Lettering Punch set 36pc Steel Metal Number and Letter Alphabet ID

Stamping Punch Tool Set Kit2

23CONCRETE CYLINDER

CAPPING

Cylinder capping equipment: vertical cylinder capper;

cylinder carrier; capping compound ,ladle and Melting

pot

3

24CONCRETE DRUM

MIXER (TILTING TYPE)

Concrete Drum Mixer (Tilting Type)

Steel Drum (SWG-14) has an integral ring gear and is

mounted on steel frame with rubber wheel

* Yeild = 6 cft (170 Ltr.)

* Drum Capacity = 9-10 cft (275-325 Ltr.)

* Motor = 1.5 hp

* Power Supply = 220 V, 50Hz, single phase

3

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 4

GCT Jauhrabad 4

GCT Jhang 4

GCT Jhelum 4

GCT Kamalia 4

25 CONICAL FLASKBorosilicate / pyrex glass, wide mouth with stopper

500ml capacity20

26CORE CUTTER TEST

APPARATUS (BS 1377:9)

Core Cutter Test Apparatus (BS 1377:9)

Drop hammer consisting of steel handle, rod and base,10

Kg Driving dolly recessed to fit the core cutter, Core

cutter 100mm internal dia, 130mm height steel tube,

treated against corrosion, one end tapered to a cut

20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

29 CUBES 150MM (6")MOULDS: cubes 150mm (6") with clamp attached based

plate, easily collapsible sides (made of cast iron)12

27 CROSS STAFF

Consisting of octagonal brass box with slits cut in each

face, mounted on a 1.25M (4 ft) long rod with shoe at

bottom.

40

28 CUBES 100MM (4")Cubes 100mm (4") with clamp attached based plate,

easily collapsible sides (made of steel)12

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 1

GCT Attock 1

GCT Jauhrabad 1

GCT Jauhrabad 1

GCT Jhang 1

GCT Jhelum 1

GCT Jhelum 1

GCT Kamalia 1

GCT Kamalia 1

GCT PDK 1

GCT Attock 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

30

CYLINDERS 150MM DIA

X 300MM HEIGHT (6" DIA

X 12" HEIGHT)

Cylinders 150mm dia X 300mm height (6" dia x 12"

height) complete with base plate and locking

arrangement, made of Steel

12

33 DIGITAL STOP WATCH

Digital Stop WatchPrecision 1/10 of secondResolution 1/

100 secondBattery 3- 5 years with standard button and

LCD display

35

34 Drafting Machine Elbow type

• Elbow Type

• For A0 Size table

• Adjustable Arm\

• With all standard Accessories

3

31DEFLECTION OF BEAM

APPARATUS:

To show that deflection is proportional to the cube of

span, and that the deflection is proportional to load

complete apparatus. Comprises of:

* Rigid frame (1.22x0.76m) approx. having test span of

1m

* Sets of weight (up to 50Kg 4 sets)

* Two steel beams of 3 & 5 mm thickness and 1.1 m

length

* two movable knife edge supports to carry one beam at a

time

* Load hangers (4 Nos)

* Dial gauge with adjustable stand

* complete with all accessories.

3

32 DESICCATORS CABINET

• Non-vacuum type.

• Internal dimension 250 x 300 x 300mm approx with

door and shalves and two trays

• Power single phase 220V, 50 Hz

• Periodic heating heater

• Re-circulating air fan.

• Hydro meter dial for monitoring dehumidification

3

35

ELECTRONIC DIGITAL

BALANCE (TOP-PAN

TYPE)

• Capacity: 20 kg or better

• Readability: 0.1 gm

• Top pan size (minimum) 150 mm dia

• Battery operated with AC adopter (220 V, 50 HZ)

• Calibration auto / internal calibration with internal

standerd weight

• Measuring unites gm, kg, OZ, lb, N etc

• Below weighting attacment

• Overload protection, with all standerd accessories

• Level indicator with adjustable foots screw

10

36

ELONGATION INDEX

GUAGE (LENGTH

GUAGE)

Elongation index guage (length guage)

made of non-corrodable metal and mounted on hardwood

/ base conforming to BS specs. 812

8

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

37ENERGY LOSSES IN PIPE

APPARATUS

Frictional merriment for different dia pipes, bend, elbow,

Tea sudden contraction & enlargement and various

value.Alongwith venture, orifice and pitot static

tube.Complete unit with all standard accessories

compatible with hydraulic bench.

3

38 ENGINEER’S CHAIN

99 ft longMade of galvonized steel wire, 6 S.W.G100

No. links interconnected with rings (each link 1 ft c/c)

brass made telly markersBrass swivel handles complete

with leather strap.

35

41FLOW OVER WEIR

APPARATUS

Overall dimensions of weir plate

Thickness: 0.002m

Width: 0.23m

Height: 0.16m

Dimensions of rectangular notch

Thickness: 0.002m

Width: 0.03m

Height: 0.082m

Angle of V notch weir: 90° inclusive

Hook & point gauge range: 0-150mm

Accuracy: 0.1mm

30

39FLAKINESS INDEX

GUAGE

Flakiness Index Gauge

made of heavy guage sheet steel according to BS

specification 812

12

40 FLAKINESS SIEVE SET

Flakiness Sieve Set

1. Sieve Grids confirming to BS 812

2. slot width mm (4.9, 7.2, 10.2, 14.4, 19.7, 26.3, 33.9)

3. Length mm 30, 40, 50 , 60, 80, 90, 100 respectively.

6

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhang 10

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 2

GCT Chakwal 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

42GRADUATED

CYLINDERS50 ml glass 25

45 HAND HELD GPS

Hand Held GPS

• Black & white / Coloured display

• Data cable, Datadown loading GPS to PC

• Facilitates for navigation, routes, compus, coordinates,

speed of vehicle etc.

• Complete with carrying case and all stranded

accessories.

6

43 GUNTER’S CHAIN

66 ft longGalvanized / zinc coated steel wire 6

S.W.GEach link measuring 0.66 ft c/cTempered steel

wire, 8 SWG Brass tellers and swivel handles complete

with leather strap.

16

44

NON-DISTRUCTIVE TEST

(CONCRETE TEST

HAMMER)

confirming ASTM, BS for testing the quality of concrete

in finished structure

supply complete with carbo randum stone and plastic

carrying case

strength range: 10-70 N/mm2

with testing anvil made of steel

6

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

46 HYDRAULIC BENCH

Self contained fully mobile unit, with flat top area for

conduct of different practicals.• Corrosion resistance

glass reinforce plastic.

• Sump tank capacity: 140-160 litres.• Volumetric tank

• Volumetric tank: 35 to 40 litres.

• Height of working surface above floor level: one meter.

• Pump: centrifugal type/submersible:

  Max flow : 1 to 1.35 L/sec.

• High flow tank: 30-40 litter

• Low flow tank: 5-10 litterPower supply220-

240V, 50 Hz, single phase.

Wier Plates:

Height: 160 mm

Width: 230 mm

Thickness: 4 mm

Rectangular: Notch:

Height: 82 mm

Width: 30 mm

Angle of vee notch weir: 90°

Hook & point gauge: 0-150 mm, ±0.1 mm

It should be provide means for mounting and connecting

accessories for experiments as listed below:

• Flow over weir

• Losses in pipe

• Bernoulli’s theorem

• Hydrostatic pressure

Complete with accessories: stop watch. Pump with on-

off switch. Control valve, quick release pipe connector at

bench top, water level indication scale. dump valve etc

and instruction manual

3

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Jhang 4

GCT Attock 4

GCT Chakwal 4

GCT Jhelum 4

GCT Kamalia 4

49KASSI (PLIES) WITH

HANDLE

Kassi (Plies) with handle

Tampered and hardened steel square blade15

50LADLE HEAVY FORGED

STEEL BOWL

LadleHeavy Forged steel bowl having a lip and long

handle, 100 mm dia20

47HYDROSTATIC

PRESSURE APP.

For totally / partially immersed surfaces comprising of:

• Clear Perspex fabricated quadrant,

• balance arm pivoting on knife edges;

• set of weights;

• Quadrant Fixed scale: calibrated from horizontal axis

160 - 200 mm, downward and 40 - 100 mm upward ,

• Complete in all respects with instruction manual.

Compatible with Hydraulic Bench.

3

48 Invar Tape

INVAR TAPE

• 30 m long, 13mm wide

• Made of Invar (alloy of / steel and Nickle).

• one ride marking of m, 0.1, 0.01 and 0.005m

• With handle on both sides.

• Zero start from 30cm away from handle.

8

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

51 LASER LEVEL

Laser level

• Including: Receiver, Detector

Horizontal accuracy :1.4mm to 3mm or batter

Laser Range with detector:250m to 500m radius.

• Rotation speed: 300 – 600r.p.m

• Height alert function:

Light source – Laser dirde (Visible)

Beam out put: 0.9W or less

Self leveling range: = +30 + 50

Detector: LCD / LED TYPE on Both sides

• Detector sensitivity + 0.5mm or better

• Level tube / Bubble in Built.

• Aluminum adjustable tripod

• Aluminum leveling staff

• Dust and water proof

• Operating range: -5 to 55°C or higher

• Complete with all standard accessory & carrying case

6

52 LEVELING TRIPODAluminum, Adjustable lags with metal shoeMetallic

head, fly nuts, screw coupling with center hook.35

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jauhrabad 2

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

55

manometer tubes; manifold

with air bleed valve; base

plate with foot screws; plastic

outlet tube; flow regulator

valve; and instruction manual.

manometer tubes; manifold with air bleed valve; base

plate with foot screws; plastic outlet tube; flow regulator

valve; and instruction manual.

5 GCT Jhang 5

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 4

GCT Jhang 4

GCT Jhelum 4

GCT Kamalia 4

53 LEVELLING STAFF LEVELLING STAFF 15

54 MANOMETER (U-TUBE)

Free water manometer, standard length one meter,

glanded glass manometer tubes, engraved plastic scale,

calibrated in metric units.

22

56MECHANICAL SIEVE

SHAKER

Mechanical Sieve Shaker

Suitable for sieving of coarse and fine aggregates,

adjustable speed, interlocking arrangement, facility for

remove any tray independently

Capacity, Sample: 30 liters (cuft) or more per batch

Perform two to seven separations simultaneously

Having 7 screen trays (sieve trays steel wire mesh) and

one dust pan

Painted steel frame

Dimensions (over all) = (445 x 660 x 75 mm)

approximately

Mesh area = 375 x 578 mm (approximately) or 0.22m2

Sieve sizes, 1-1/2”, 1”,3/4”, 1/2”, 3/8”, 1/4”,#4 set wire

sieves, electric driven 220v A.C, 50 Hz, Single Phase

Foot pedal clamping arrangement, on-off switch, sound

and dust proof cabinet enclosure.

Attachments

Mounted on the screen shaker for sieving the fine

materials, suitable to hold 8 Nos. 8” dia test sieves.

Complete with all standered accessories.

3

57 MELTING POT

MELTING POT

• For lead , fitted with lip , handle and legs.

• Approximately 150 mm dia. & capacity 16 kg.

16

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 16

GCT Jhang 16

GCT Jhelum 16

GCT Kamalia 16

58

METACENTRIC HEIGHT

MEASURING

APPARATUS:

METACENTRIC HEIGHT MEASURING

APPARATUS:3

59 METALLIC SCOOPS

Metallic Scoops

. With rounded bottom and wooden handle

. 1000 cc capacity

64

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 5

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 16

GCT Jhang 16

GCT Jhelum 16

GCT Kamalia 16

62 MIXING BOWL Stainless Steel, 350mm dia, 120mm high (Apprx) 64

60 METALLICTAPE

30 m (100 ft) longBrass wire woven nylon / cotton,

ribbon 2 mm (1/12”) wide.Graduated both in metric and

feet unitsComplete in plastic case

35

61 METRIC CHAIN

30 m longMade of galvanized steel wire, 6 SWG150

links with rings and brass telliesComplete with brass

swivel handles and leather strap

40

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 16

GCT Jhang 16

GCT Jhelum 16

GCT Kamalia 16

64 Spoons

Double-end lower back panel, Heavy-duty drivinbg

spoon, Highcrown surfacing spoon,Low crown surfacing

spoon, Edging tool.

2 GCT, Rawalpindi 2

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

63 MIXING SPOON SETheavy guage stainless steel, 150mm, 200mm, and 250mm

long, round buttom64

65

MODIFIED PROCTOR

COMPACTION

APPARATUS:

. According to ASTM specs, complete with:

. Modified proctor mould

Dia 152.4 mm

Hight 116.4 mm

Vol. 2124 cm3

. Including body, coller, base plate, made from cadium

plated steel wing nuts etc.

. Modified proctor compection hammer, cadimum steel

hammer with guide sleave, weight 4.54 kg

dia 50.8 mm drop 457.2 mm. Hard rubber hand knob,

10

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 8

GCT Jhang 8

GCT Jhelum 8

GCT Kamalia 8

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

69 Mortar Pan• G.I. sheet made (22SWG).

• 18” dia., 22 gauge.20 GCT Chakwal 20

67MORTAR CUBES 50MM

(2")

Mortar cubes 50mm (2") made of brass / steel, three gnag

mould, machined in internal surfaces, easily collapsible12

68 MORTAR PAN MORTAR PAN 24

66 MORTAR & PESTLEfor soil pulverization, pocelain, mortar with 200mm dia x

100 mm height, pestle rubber tipped /. Rubber heated32

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Jhang 5

GCT Jhang 5

GCT Jauhrabad 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 5

GCT Jauhrabad 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

70 OPTICAL Square

OPTICAL SQUARE

• Mirror type

• 10 cm (4”) dia, metallic case with handle

40

71OPTICAL SQUARE

PRISIM

Prism type10 cm (4”) dia, metallic case with handle and

carrying case complete.30

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

73 Scraperblade width 2",4",6" 7Pcs Scraper Set Putty Knife 1"-5"

With Tool Storage Bag For Floor Wall Scraping 5 GCT, Rawalpindi 5

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

72 PAINT SCRAPER SET

A paint Scraper Set with set of blade width 2",4",6"

7Pcs Scraper Set Putty Knife 1"-5" With Tool Storage

Bag For Floor Wall Scraping

15

74

PENETRATION OF

BITUMINOUS MATERIAL

APPRATUS

Penetrometer, Penetration Needle (2.5 grms, water bath,

thermometer 8 - 32°C timing device), (Sample Cub Dia

55 x 35mm set of 6)

6

75 PICK AXE

Pick Axe

Hardened and tamper steel

Shape: Chiesel end point

Wight = 4 Kg

Wooden handle= 75 cm long

15

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Chakwal 10

77 PIPE VICE:-

Made of drop forged steel, jaws hardened and hinged

body.

Length (mm) = 300 2 GCT Chakwal 2

GCT Jauhrabad 2

GCT PDK 2

79 PIPE VICE (BENCH TYPE)

• Self locking

• Hinged pipe vice for ½ -2” (13-50 mm) pipes.

• 3 jaws (tool steel) and C.I vice. 10 GCT Chakwal 10

GCT Attock 5

GCT Attock 4

GCT Jhelum 5

GCT Jhelum 4

GCT Kamalia 4

GCT Kamalia 5

81 PIPE VICE (STAND TYPE)

• Portable , folding pipe vice stand

• Tristand vice for ½ -2” (13-50 mm) pipes.

• Framework angle iron ,

• Legs removable G.I pipe 40 mm dia.

• Tool tray of sheet steel

10 GCT Chakwal 10

78 Pipe vice Cast Iron, 60mm 4

80 PIPE VICE (BENCH TYPE) PIPE VICE (BENCH TYPE) 27

76PIPE THREAD CUTTING

KIT

PIPE THREAD CUTTING KIT

High speed steel, thread cutting die set complete with

ratchet die stock , detachable handle and ¼, 3/8, ½, ¾, 1,

1-1/4, 1-1/2, 2” die size, with metal carrying case.

25

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Chakwal 5

GCT Attock 5

GCT Chakwal 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

84 PITOT TUBE

Experimental Capabilities:□• Static and Dynamic

pressure measurement□• Determination of velocity

profile in a tube flow□• Pitot static tube complete with

scale for positioning within the tube□• Pipe section made

of transparent acrylic□• ManometerHose Coup

30

82PIPE WRENCH CHAIN

TYPE

Pipe Wrench Chain Type

• For large pipes handle and chain from carbon /drop

forged steel jaws and connector’s induction harden.

• Overall length 92-100 cm.

20

83PIPE YARNING AND

CAULKING TOOLS

PIPE YARNING AND CAULKING

TOOLSOne picking out, one yarning flat point, one

caulking flat point, one yarning hollow point, one

caulking flat side cranked; all left and right handed.

20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

85 Pitot tubeTube Thickness 300 mmPower ElectronicBody Material

Stainless SteelPhases 21 GCT, Rawalpindi 1

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Chakwal 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

86PLANE TABLE SET

TABLE

TABLEMade of deodar wood, with metal corners, size

80x60x2cm (32’x24”x ¾ “) Metal, clamp for fixing it on

tripodHeavy duty aluminum tripod. Adjustable legs with

shoeAlidad Metallic head, shoulders and fly nuts

etc.Metallic/brass, (18” long) graduation one

edge,Plumbing forkTrough compass (in aluminum /

metal case)Plumb bobCircular spirit level etc. complete

with all standard accessories.

15

87 PLATFORM SCALE

Platform Scale

Floor mounting

Capacity= 150 kg or better

Sensitivity=50gm

large dial gauge dia – 50 cm or greater

platform (stainless steel) size : 60 x 65 or greater

Zero Adjustment

3

88 PLUMB BOB100-130 gms weightBrass polishedReplaceable blued

steel pointerScrew cap with strip indicator55

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

89 POKER VIBRATOR

Poker Vibrator

. Vibrating tip / head: 20 mm - 25 mm dia and 240 -

350 mm long

. Flexible shaft: 2 m long

. Vibration / Mint: 10, 000 - 12,000 rpm

. Power: 220 V, single Phase 50 HZ

. Complete with on / off control cable etc

3

90POTIEN FILLER KNIFE

SETPOTIEN FILLER KNIFE SET 15

91PRISMATIC COMPASS

WITH TRIPOD

Prismatic Compass with tripod:

• Size : 6” (15cm)dia

Graduation 00 -3600

• Least count: 20minutes

Pill bubble: in built

• Prism, sight vane brake pin, lifting pin and lid etc.

• Aluminum tripod; adjustable legs and Metallic head

(ball coupling type)

• Carving case

• Complete with standard accessories.

15

92 PYCNOMETER

Pycnometer850ml (Pycnometer - specific Gravity Bottle)

capacity complete with stopper capillary tube and funnel

pyrex / borosilicate glass

20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 20

GCT Chakwal 20

GCT Jauhrabad 20

GCT Jhang 20

GCT Jhelum 20

GCT Kamalia 20

GCT PDK 20

GCT, Rawalpindi 10

GCT, Rawalpindi 20

93 Ranging Rods(Two Pieces)

Made of mild steel pipe (16SWG) , 1” dia, 6 ft longOne

end pointed and top end pluggedPainted in red or black,

and white strips

170

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

94 Safety JacketSafety Jacket, of fine quality used for wearing at

Civil/Construction Projects.25 GCT Jhang 25

GCT Jauhrabad 2

GCT Jhang 2

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT, Rawalpindi 2

GCT Attock 2

GCT Jauhrabad 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

95 Sample Extriuder

Sample Extruder□• Hand operated with hydraulic jacks..

□• Extrusion force 40-60

K.N. Approx□• Ram stroke 400 – 550 mm. Approx□•

Usable for Marshal, Proctor, CBR Specimen and 100

mm & 150 mm samples.

* steel sampling tube with one end cap and adopter com

12

96

SAND CONE APPERATUS

FOR MEASUREMENT OF

FIELD DENSITY

Sand Cone Apperatus for Measurement of Field Density

using sand replacement method. Chromium Plated steel /

brass cone assembly 152mm dia with mechanism.Plated

sheet metal sand jar 5 Ltr capacity, metal base palte with

hole at centre and calibraton contai

10

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 2 Sets

GCT Jauhrabad 2 Sets

GCT Jhang 2 Sets

GCT Jhelum 2 Sets

GCT Kamalia 2 Sets

GCT PDK 2 Sets

GCT Attock 1

GCT Jhang 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

98 SIEVE SHAKER

• Shaker capable of accommodating eight 200 mm (8”)

dia sieve plus lid and pan or sieves 300 mm (12”) dia

sieves plus lid and pan•□Shaking; vertical / circular or

both•□ Timer and on –off switch□• Power supply single

phase, 220V, 50 Hz

4

99SLUMP TEST

APPARATUS

Slump Test Apparatus

* To perform slum cone test for concrete according to

BS1881, ASTM-C-143 specifications consisting of:

* Cone Mould:

Base dia 20 cm dia, top dia 10 cm, 30 cm high, made of

corrosion protected steel sheet / stainless steel, handles

on two sidese and footlegs.

* Tampering Road: 16 mm dia x 1600 mm long, hemi-

sphere at both end.

* Steel Base Plate: 45 x 35 cm, 3 mm thick

* Slump Cone Funnel / Hopper of sheet steel (20 SWG)

* Scoop with handel

* Steel rule 300 mm long

6

97 SET OF SIEVE

Set of Sieve •□Conforming to ASTM standards□•

Stainless steel or brass, 200 mm (8”) dia, round frame\□•

Brass/stainless steel woven wire mesh, brass / stainless

steel one lid and one pan. •□ Set having the following

mesh ASTM designation No. 200, 100, 4

12 set

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

102SOUNDINGROD

(Aluminum)

(Aluminum)Two pieces with screwing arrangement:

(2.5m each) 4 cm (1-1/2”) diaWith shoe at the

bottomPainted and marked in metric units, graduated in

m, and 0.1m

35

103 SPATULA

SPATULA

* Stainless steel blade: 3mm

* Length: 150, 200, 250mm

* Hard handle, flexible blade 180mm long

15

100 SOFTENING POINT TEST

Softening Point Test Apparatus (Ring & Ball Apparatus)

ASTM D 38

two brass rings, two steel balls (9.5mm), Heater,

Megnatic Stirrer Unit, ring holder thermometer, glass

vessel, Thermometer - 2 to 80C°

Completee with all components & accessories to perform

the test.

3

101 SOIL SAMLING KIT,

Soil Auger with head dia 80,100,150mm , 10 extension

rods each 1 meter long, steel handle, 10 sampling tubes

with adopter, jarring link, all accessories for taking

sample, matel / wooden carrying case.

12

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 8

GCT Jhang 8

GCT Jhelum 8

GCT Kamalia 8

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT, Rawalpindi 5

GCT PDK 5

106SPIRIT LEVEL (ALUMEN

2 FT. LENGTH)

Spirit Level (Aluminum 2 ft. length)

3 vials15

107 SPRING BALANCEDial gange type with Hook & grip handle.Dial gauge 0-

50kgMim reading 200gmDia of gauge 15cm or greater.40

104SPECIFIC GRAVITY

BOTTLES (25ML )SPECIFIC GRAVITY BOTTLES (25ML ) 32

105SPECIFIC GRAVITY TEST

SET

(Fine and course aggregates)□• Confirming with ASTM

+ BS Standardsfor fine aggregate □Glass Pycnometer □•

Conical brass top with rubber gas kit (850 CC)□Conical

mould and temper:□• Crome plated brass dia 40 mm x

90 mm, height 75 mm□• Temping Rod 25 mm

30

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 4

GCT Jauhrabad 4

GCT Jhang 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

110 STEEL FLOAT SET

Steel float Set

(Small, medium, large)

Wooden Handle

15

111 STRAIGHT EDGE

Straight Edge

Aluminium Tube = 2mm thickness

Size = 5x2 cm

length = 1 m

15

108

STANDARD PROCTOR

COMPACTION

APPARATUS:

Standard Proctor Compaction Apparatus: . According to

ASTM specs, complete with. Standard proctor mould

Dia 101.6 mm Hight 116.4 mm Vol. 944 cm3. Including

body, coller, base plate,wing nuts made from cadium

plated steel etc.. Standard proctor

20

109 STEEL BAND

Length 50m, 13mm wideStainless steel with vinyl

coatingOne side marking of meter, 0.1,0.01 and 0.005m

Zero start from 30cm (appox) away from handle.Brass

handleMetal cover with handle.

35

112

TAMPING ROD FOR

CUBES/CYLINDERS 16

MM DIA 600 MM LONG

ASTM

TAMPING ROD FOR CUBES/CYLINDERS 16 MM

DIA 600 MM LONG ASTM12

113

TAMPING ROD FOR

MOULD, 25 X 25 X380 MM

(BS 1881)

TAMPING ROD FOR MOULD, 25 X 25 X380 MM

(BS 1881)12

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Attock 02 Set

GCT Jhelum 02 Set

GCT Kamalia 02 Set

GCT PDK 02 Set

GCT, Rawalpindi 02 Set

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 1

GCT Jauhrabad 1

GCT Jhang 1

GCT Jhelum 1

GCT Kamalia 1

GCT PDK 1

GCT Attock 5

GCT Jhang 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 10

GCT Jhelum 10

GCT Kamalia 10

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

GCT Attock 8

GCT Jhang 50

GCT Jhang 8

GCT Jhelum 8

GCT Kamalia 8

114 Target Staff

Target Staff:

• Aluminum made. Folding type (Two pieces)

• Total Length: 3m

• Graduation: meter

• Least Count 5mm

• Brass Target with lock nut and Micrometer

• Pill bubble with clamp arrangement.

25

115TeeSquare(600mm)Transpare

nt(600 mm)Transparent 10 set

118TRAY (GALVANISED

IRON, 14 SWG) SET

Tray (Galvanised Iron, 14 SWG)

SET600X450X80mm,600X600X80mm75

0X750X80mm80mm height

20

119 TRIMMING KNIFE

Trimming Knife

for trimming the soil samples hard handle 120-150mm

long Approx

30

116TELESCOPE SURVEY

COMPASS

TelesespeImage:                      ErectType:                      

ReversibleMagnification:         08 -12XStadia

constants:      0, 100Vertical Circle:        Full

Length:                    120mm or

HigherCompassHorizontal Circle:     0- 360°Compass

circle dia: 70mm or betterAccuracy:                  1° or

betterPill bubble (Circular bubble)- Built-inAluminum

tripod; adjustableComplete with standard Accessories

6

117TOP PAN WEIGHTING

BALANCE

Capacity 20 kg or better □• Sensitivity: 1gm

• Stainless steel Pan: size 200mm to 300mm dia□•

Graduated beams with sliding weights complete with set

of counter weights □• Hook for below weighing complete

with standard accessories

6

120 VELOCITYROD

Wooden and led set of 17 pieces Panted with red and

black crom.Metal cover upto 1’’ at the bottom, to keep it

vertical in the flowing water.

14

121 VIBRATING TABLE

Vibrating Table

• to facilitate compaction of concrete in moulds

• Table mounted on steel stand with clamp assembly

• Vibrating surface size: 80x40cm approx.

• Maximum loading capacity 20 Kg or More

• 220-240v, 50 Hz, single phase.

• Rubber made

3

122WASH BOTTLE (PLASTIC

250 ML CAPACITY)WASH BOTTLE (PLASTIC 250 ML CAPACITY) 82

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price (Rs) Including All Taxes

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

1ABNEY’S

LEVELTELESCOPE

Square aluminum body.Magnification: 8 x or

betterImage: ErectSimi-circle ARC graduated in degree

(00 + 900) and percent (0- 100%)Vernier arm reading:

10’Magnifying glass.Carrying case and all standard

accesses.

14

Sr.No Item Name Specifications Total Quantity

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 8

GCT Jhang 8

GCT Jhelum 8

GCT Kamalia 8

GCT Attock 20

GCT Jhelum 20

GCT Kamalia 20

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 3

GCT Jhelum 3

GCT Kamalia 3

Total 31,396,349

6

126 WOODEN FLOAT

Wooden Float

(small, medium, large)

Wooden Handle

( small up to 6”, Medium 9”-12” & Large 18”-2’)

15

127YOUNG'S MODULUS

APPARATUS:

Young's Modulus Apparatus:

As per British standard specifications, complete with

sliding vernier, vertical main scale, weight hanger,

brackets to hang the specimen, set of weights, wire

specimen as under:

i) 0.9 mm, 1mm, 1.25mm dia & 3 m long brass, copper,

spring steel and aluminium wire

9

124 WIRE BASKETstainless non-corrodable steel 200mm (8") dia and 6" to

10" height and (1.70 -3.35) mm wire mesh32

125 WOODEN PLANKS Shesham Wood Planks (7'x7"x1½") 60

123WATER HARDNESS TEST

APPARATUS:

Digital with automatic calibration, electrodes.

Range: (0-10000)mg / LTemperature: 0°-66°

Accuracy: ±5% of Full scale0.01-0.1 unit of water

hardness

With standard accessories and spare electrodes.

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: MECHANICAL

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Institute Qty Unit Price Total Price (Rs)

GCT FSD 10

GCT Jauhrabad 2

GCT PDK 2

GCT Chakwal 2

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 2

GCT PDK 2

4 Acetylene Hose (10 m)Rein forced rubber hose; flexible and strong,6 mm. 8mm

5 meter length. Red or Maroon.2 GCT Chakwal 2

PACKAGE NAME:MECHANICAL

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

2 Acetylene Gas Cylinder

Capacity:270-280cuft @ 250PSI with head valve, safety

fuse plug and removeable metal cap (BOC Certified or

Equivalent)

4

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

3 Acetylene Hose

Rein forced rubber hose, flexible and strong

Inner diameter:6 mm. Outer Diameter,8mm, Length =05

meter Colour: Red or Maroon

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

5Additional accessories for

ultrasonic flaw detector AD-

3213EX

1. Normal probe with probe cable (compatible with given

model) 1 set

2.Angle probe with probe cable (compatible with given

model) 1set

3.Calibration block (Three Types)STB- A1 1 SetSTB-A2

1 SetSTB-N1 1 Set

4.Reference blockRB-41 No.2 1 Set

5.Simulated

1 GCT FSD 1

6 Aluminum c clamps C Clamps , Clamping Capcity = 12'' 8 GCT Jauhrabad 8

7 Axial Pump (Sectional Cut Model) Axial pump sectional cut model table top type. 1 GCT Jhang 1

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 15

GCT PDK 15

9 BLOCK PLANE

Wheel and screw for loosening andadjusting cutter

metallic body.Over all length = 180 mm.Width of cutter =

41 mm.

30

8 BAR CLAMP

Made from T-section, back stop ispositioned by means a

pin through holes in the bar.Jaw opening = 1000

mm.Dimension of Jaw = 50 x 50

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT PDK 5

11 C Clamps C Clamps , Clamping Capcity = 12'' 8 GCT PDK 8

12 Digital Clamp meter AC/DC up to- 400A 1 GCT, Rawalpindi 1

GCT Jauhrabad 4

GCT Jhang 4

GCT PDK 4

GCT Jauhrabad 5

GCT PDK 5

5 GCT Jauhrabad 5

50 GCT Chakwal 50

15 Centre drill

Made of H.S.S. hardened and ground, counter sinkangle

60°Drill diameter mm = 2.5Shank diameter mm =

6.3Overall length mm = 45

13 Calibrated meter box Calibrated meter box 12

14 CENTER BITS

Round shank with flat contact surface.Diameter = 6, 18,

10, 12

mm.Shank diameter = 5, 6, 6, 7

mm.Overall length=165,165, 165, 165mm.Set of 4 pcs

10

10 Bucket capacity 10 liters Galvanized sheet 10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 10

GCT PDK 10

17 CIRCULAR PLANE CIRCULAR PLANE 10 GCT Chakwal 10

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

19 Co2 molding apparatusCO2 Gas Cylinder with Pressure Regulator Rubber

hoses 8 meter, Spray Gun Complete in all respect1 GCT Jauhrabad 1

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 5

GCT PDK 5

21 COMBINATION SET

With protractor head, center head, squarehead, lockable

to steel/grooved rule whichis graduated in mm on both

sides spiritlevel.Blade length = 300 mm.

10

20

18 Clutch pencil (0. 5 mm) 15

20 COMBINATION SET

Three measuring heads attached to ground steel rule

square head 45 degree and 90 degree, center head,

protractor head 0-180, scribe, sprit level.Measuring

range (mm) = 0- 300.

4

16 CIRCULAR PLANE

Flexible adjustable sole for concave andconvex surface

iron fastened by means ofcam lever locking device,

knurled screwand lever for fine depth of cut and

lateraladjustments.Width of cutter = 45 mm.Over all

length = 260 mm.

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 3

GCT Jhang 3

GCT PDK 3

GCT Jauhrabad 25

GCT PDK 25

25 CROSS CUT SAW

Hardened teeth, fine polished, cross- cut,plastic

handle.Length of saw = 450 mm.Width = 90 mmNo. of

teeth (Universal) = 7 T.P.I.

50

23 COPING SAW

Rotary links for setting blade at desiredangle, tension of

blade by rotating thehandle. Bright galvanized frame,

plastichandle.Blade length = 300 mm.Frame depth = 200

mm.

10

24 CORNER ROUNDING END

MILL

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Nose radius (mm) = 6,.Shank diameter (mm)

=20.Combatable with universal milling machine

9

22 CONCAVE MILLING CUTTER

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Radius (mm) = 2.5,.Diameter (mm) = 63, Width

(mm) = 10, Bore diameter (mm) = 22,.Combatable with

universal milling machine

12

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 2

GCT PDK 2

GCT Chakwal 2

GCT Jauhrabad 5

GCT PDK 5

GCT Chakwal 5

GCT Jauhrabad 3

GCT PDK 3

GCT Jauhrabad 2

GCT PDK 2

29 DIAL CALIPER

Rack and pinion mechanism, depth bar sharp jaws

edges, raised edges of beam.Measuring range (mm) =0-

200.Resolution (mm) = 0.05.

6

30 DIAL INDICATOR WITH

UNIVERSAL MAGNETIC STAND

To measure surface rough ness and accurate level of

work, lug on the back. Zero dial setting.Measuring range

(mm) = 10.Graduation on dial (mm) = 0.01.

4

27 Cylinder Key Standard size key compatible with gas welding cylinders. 6

28 Dead centersMorse taper No. = 1- 6Tungsten carbide tip with 60-

degree tip angle15

26 Crucibles Capacity 20kg , 50kg, 100kg (cast iron, set of 3 pcs) 10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 1

GCT PDK 1

GCT Jauhrabad 1

GCT PDK 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Jauhrabad 3

GCT PDK 3

GCT Chakwal 2

GCT, Rawalpindi 2

35 OUT SIDE MICROMETER:-

Made of medium carbon steel, hardened and tempered,

spring joint.

Size (mm) = 150.

10 GCT Chakwal 10

36 DIVIDER

Made of hardened steel carbide point spring joint

size 200 mm 12 GCT Jauhrabad 12

37 DIVIDER

Made of medium carbon steel, hardened and tempered,

spring joint.

Size (mm)=200.

25 GCT Chakwal 25

33 DIGITAL OUT SIDE MICRO

METER

Carbide tipped measuring surfaces metric and inch

conversion measuring system.Large LCD numeral for

easy reading.Range (mm) = 0-25, LC (mm) = 0.001

6

34 Micrometer (inside) Manual 0-25mm, 0-50mm, 0-75mm, 0-100mm 4

31 DIGITAL DEPTH GAUGE

Two measuring mode ABS and INC, LCD display.Base

size (mm) 100.Measuring range (mm) = 0-200.

Resolution (mm) = 0.01.

4

32 Depth gaugeBest High Quality 150mm 6" Depth Vernier Caliper 0-150mm

0.02mm precision caliper Depth Gauge Depth Measuring Tool2

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 16

GCT PDK 16

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 2

GCT PDK 2

42 DRILL CHUCK3jaws hardened and ground key holes hardened with key

capacity 16-20mm10 GCT Chakwal 10

43 DRILL GRINDING GAUGEsoutable for twist drills, graduated up to 25mm for drills up

to diameter of = 25mm cutting angle = 118*1 GCT Chakwal 1

40 DRILL BRACES:-04 jaws with 08 tooth ratchet, nylonbearing head, and

nickel plated.Sweep = 250 mm.20

41 DRILL CHUCK WITH ARBORDrill chuck to hold straight shank twistdrill, chuck key and

arbor.□Size/Range = 0 – 20 mm.With Drill chuck arbor4

38 DOVE TAIL CUTTER

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Cutter diameter (mm) = 32, Cutter angle (degrees)

= 60 Cutting length (mm) =12.5, Shank diameter (mm) =

16, Combatable with universal milling machine

6

39 Draw spike 150 mm with screwed end - stem Dia 4 mm 32

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT PDK 2

45 DRILL SLEEVESground and harden externallyand reamed internally.

Harden tang morse taper.outside/inside taper =standard7 GCT Chakwal 7

GCT Jauhrabad 16

GCT PDK 16

GCT Jauhrabad 1

GCT PDK 1

GCT Jauhrabad 2

GCT PDK 2

49 FEELER GAUGES Leaf. No = 25-30Thickness (mm) = 0.05-1. 1 GCT PDK 1

50 Fillet gauge

Measuring Range = 3 mm-R to 12 mm- RMaterial= made

of corrosion resistant stainless steelComposition mm

system

5 GCT FSD 5

47END MILL

ADAPTORCompactable with

universal milling machine

Compactable with universal milling machine complete in

all respect.Spring steel collets 6,8,10,12,16mm.2

48 Face shield / Hand shieldMade from fiberglass, safety glass &welding glasses No.

10 and 124

44 DRILL SLEEVESGround externally and reamed internally, hard tang,

Morse taper.External/Internal taper = 2/1, 3/1.4

46 Dust bag2kg capacity (suitable for dusting of moulding

accesories)32

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 10

GCT PDK 10

GCT Chakwal 5

GCT Jauhrabad 16

GCT PDK 16

GCT Jauhrabad 6

GCT PDK 2

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 16

GCT PDK 16

GCT FSD 2

GCT Jauhrabad 2

GCT PDK 2

58 Gas Cutting Torch Tip Set. Lever or wheel type 2 GCT Chakwal 2

57 Gas cutting torches With Tip Set. Lever type 6

55 Forging / Heating chamberWith blower, Hood etc.Heating by Natural gas

bower.Complete Unit.4

56 Foudry riddlesMesh No:10,12,16,18 , Outer Dia of Riddle=18" (Set of

4pcs)32

53 FLATTERHardened and polished surface 50mm X 50 mm to 75mm

x75mm with handle.8

54 FOLDING RULEMade form anodized aluminum. Graduatedon both

sides.Length = 1 m.Width = 15 mm.No. of sections = 610

51 FIRM GOUGESSet of 04 Hard steel cutting edge.Width = 8, 12, 18, 25

mm.Shape = Half round.Handle plastic (Good quality).25

52 Flat brushes 2inch ,4 inch 32

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT Chakwal 2

GCT Jauhrabad 2

GCT PDK 2

61 Blow Pipe / Torch Set (injector

Type)Flash back arrestor, with tip set. 2 GCT Chakwal 2

62 Gas Welding Blow Pipe / Torch

Set (Non Injector Type)Flash back arrestor, with tip set. 2 GCT Chakwal 2

60 Gas Welding Blow Pipe / Torch

Set (injector Type)

with Flash back arrestor, and Tip /welding Nozzles set 4

59 Gas Manifold System

Cylinder set oxygen with regulators =5

Cylinder Set Acetylene with regulators=5

Number of Work Stations with Welding Tables =10

Working tables made up of Mild Steel angle Iron. 75x75x

6mm

Approximate height 900mm withFirebricks top

Number of Torches (Welding and Cutting) =10 with flash

back arrestors

Complete in all respects, with hoses, and instaltion and

comissionoing

5

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT PDK 2

64 Gas welding Torches

Set of two torches comprising

(i) Injector type

(ii) Non Injector Type

with built in flash back arrestor and reverse flow check

valve (Victor or equivalent)

10 GCT FSD 10

GCT Jauhrabad 16

GCT PDK 16

66 Gas Welding & Cutting Set Victor

ESS4 Series regulators

• H 315FC torch handle with built-in flashback arrestors and

check valves

• CA 2460 cutting attachment

• Cutting tips Series 1

• MFA heating nozzle Size 8

• Welding nozzles (See chart)

• T-grade hose 20' x 1/4" (6.1 m x

6.4 mm)

• Striker and tip cleaner

1 GCT Chakwal 1

67 Calipers

material: Carbon steel

size: 8 inch 200mm

Package Contents:

3 * Spring inside and outside calipers

3 GCT, Rawalpindi 3

68 Gear tooth vernier caliper

Suitable to measure gear tooth thickness in

modulesystem.Horizontal beam (mm) = 100.Vertical

beam (mm) = 80.LC (mm) = 0.02

10 GCT FSD 10

65 Gate cutterS.S Sheet Swg -20 suitable for gate cutting in sand

moulding32

63 Gas Welding Blow Pipe / Torch

Set (Non injector Type)

With Flash back arrestor, and Tip /welding Nozzles set 4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

69 ODD LEG CALIPER

Made of medium carbon steel, hardened and tempered,

spring joint.

Size (mm)= 150.

10 GCT Chakwal 10

70 OUT SIDE CALIPERMade of medium carbon steel, hardened and tempered,

spring joint.Size (mm)= 50.25 GCT Chakwal 25

71 INSIDE CALIPERMade of medium carbon steel, hardened and tempered,

spring joint.Size (mm) =150.25 GCT Chakwal 25

72 Vernier Caliper Reading .02 mm

and 1/1000, four way

Model Name/Number 530-118

Brand Mitutoyo

Size/Dimension 8"/200 mm

Measuring Range 0-200 mm

Accuracy 0.02

Display Type Analog

5 GCT Chakwal 5

73 VERNIER CALIPER.Made of chromium steel, raised edges, with locking

screw and Measuring range (mm) = 0-150 LC=0.05"20 GCT Chakwal 20

74 VERNIER HEIGHT GAUGE

Made of high quality steel, rust resistant, base highly

polished and lapped, main scale adjustable magnifying

glass, with offset scriber carbide point.

Working range (mm) = 0-300.

4 GCT Chakwal 4

GCT Jauhrabad 10

GCT PDK 10

75 GIMLETWith feed screw, single spiral, plastichandle.Diameter =

10 mm.Overall length = 600 mm.20

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 2

GCT PDK 2

78 GREASE GUN

Suitable for soft grease or oil, metallic body funnel and

pointed nozzle.

Reservoir = medium size

2 GCT Chakwal 2

79 Grease Gun GREASE GUN 400CC(HEAVY 2 GCT, Rawalpindi 2

GCT Chakwal 2

GCT, Rawalpindi 2

81 Guage

Type = Single ended TypeSize = 10 mm, 20 mm, 30

mm,Finish and Accuracy = H7Should be made of

corrosion resistant material preferably stainless steel

5 GCT FSD 5

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 1

GCT PDK 1

83 Hand Shear Manual Type with long handle, 300mm Blade Length 2

80 Soldering Gun GOOT Quick Heat Soldering Iron TQ-77 4

82 Hand bellow 10 inch 20

76 GLASS FIBER TAPEWashable, chemical resistant, unbreakabletape,

graduated in mm/inches.Length = 10 mm.10

77 Grease Gun

Metallic body and metallic handle along with leather

piston, with pointed and flaring nozzle.Reservoir capacity

(L x D) = 280 x 56. (mm)

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

84 HAND SHEAR

Blades made of alloy steel hardened ground with long

handles to apply suitable torque.

Size of blade (mm)=300

1 GCT Chakwal 1

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT Jauhrabad 12

GCT PDK 12

GCT Jauhrabad 5

GCT PDK 5

88 Induction Motor 3 Phase

5Hp440V,50HZ

Induction Motor

Sp[ecifications: 2hp three phase5 GCT PDK 5

86 HOOK RULEStainless steel/chromium steel, tempered, hook fittedat

zero end, fine quality.Size (mm) = 300.24

87 Induction Motor single Phase Single Phase 1Hp 220V 50Hz 10

85 HOB CUTTERS

Made of high quality HSS, hardened and ground cutting

teeth, high wearing resistance.Right hand hob single start

20 degree pressure angle bore size 22mm module

1.75,2.00 .Right hand hob single start 20 degree

pressure angle bore size 27mm. module 2.5,3.

3

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 4

GCT Jhang 4

GCT PDK 4

GCT Jauhrabad 25

GCT PDK 25

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 5

GCT PDK 5

93 KEY HOLE SAWWith changeable blade, wood handle bladelocating

screwBlade length = 150 mm.10

91 Mechanical Jack (3 ton ) Capacity screw type 4

92 JOINTERS TRY SQUARE

Entirely made of steel graduated in mm onboth inner and

outer edges of stock andblade.Blade length = 300

mm.Stock length = 200 mm

20

89 INVOLUTE SPUR GEAR

CUTTER

Made for cobalt alloy HSS or Sintered steel powder,

extreme toughness, good grinding characteristics, set of

8 cutters, pressure angle 20 degrees.Module =

1.75.Cutter diameter (mm) = 55Bore diameter (mm) = 22,

Combatable with universal milling machine

12

90 JACK PLANE

Cast iron, high quality grade, fastened bymeans of cam

lever locking device. Screwand lever for fine adjustment

of depth ofcut and lateral movement, plastic handleand

knob.Width of cutter = 50 mm.Over all length = 335 mm.

50

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

94 KEY HOLE SAW HOLE SAW SET 11 PCS 5 GCT Chakwal 5

GCT Jauhrabad 2

GCT PDK 2

96 PARTING TOOL HOLDERMade spring steel smooth sarface, lenth*width*hight=

190*12*20 mm10 GCT Chakwal 10

GCT Jauhrabad 5

GCT PDK 5

98 Lathe Tool HOLDERMade of spring steel with complete smooth surface, Type

1.. LENTH*WIDTH*HIGHT=130*12*20 mm10 GCT Chakwal 10

99 Lathe Tool HOLDERMade of spring steel with complete smooth surface, Type

2.. LENTH*WIDTH*HIGHT=160*20*32 mm10 GCT Chakwal 10

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

97 Lathe tool holder

Made of spring steel with completely smoothsurfaceType

1Length x Width x Height =(130x 12x 20mm)Type

2Length x Width x Height = (160x20x32mm)

10

100 Lead Acid Batteries Excide /AGS

23plat12V 115AHWell Known Maker with 23plat12V 115AH 15

95 Ladle carrierFor carrying and poring from small ladle/crucible by two

persons length 6 ft, 4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 10

GCT Jauhrabad 10

GCT PDK 10

GCT PDK 10

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 50

GCT PDK 50

GCT Chakwal 10

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 5

GCT PDK 5

106 MASTER TRY SQUARE

Made of tool steel, measuring faces ground/polished

blade rust free, clear graduations.

Size of try square (mm)=150.

4 GCT Chakwal 4

105 MASTER SQUARE Made of hardened steel, chrome plated.Size (mm) = 150. 10

103 Leather sleeves Pairs 100

104 MARKING GAUGE:-With point, all steel, double scribing bar graduated in mm.

Length of graduation = 100 mm. Length of bar = 150 mm.30

101 Leather apron Width 18″ length 36″ 40

102 Leather Gloves.Fireproof impregnated double layers of felted woolen

material.20

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 4

GCT PDK 2

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 16

GCT PDK 16

GCT Jauhrabad 16

GCT PDK 16

GCT Jauhrabad 16

GCT PDK 16

112 Oxy acetylene gas manifold

System (10 workstations)

Cylinder set oxygen with regulators =5 Cylinder Set

Acetylene with regulators=5

Number of Work Stations with Welding Tables =10

Working tables made up of Mild Steel angle Iron.75x75x

6mm.Approximate height 900mm withFirebricks top

Number of Torches (Welding and Cutting) =10 with flash

back arrestors.Complete in all respects, with hoses, and

instaltion and comissionoing (Common with Petroleum)

1 GCT FSD 1

110 Molding box 18 x 18 x 6 inchPlate= 6mm with hand grip 32

111 Molding box12″ x12″ x 4″ inch□M. S plate thickness□= 6 mm with

hand grip32

108 MITER TRY SQUARECast stock, nickel plated steel blade fittedfor 45˚ and

35˚.□Length of blade = 250 mm.20

109 Molding board Diar wood, 20X20X1 inch with supporting Ribs 32

107 MILLING ARBORS

Made of alloy steel, spacing rings hardened and ground,

suitable to fit spindle nose

.Diameter of arbors (mm) = 22Over all length (mm) =

500.Combatable with universal milling machine.

6

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT FSD 10

GCT PDK 2

GCT Chakwal 2

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 2

GCT PDK 2

116 Oxygen Hose (10 m)Rein forced rubber hose, flexible and strong, 6 mm. 8mm

5 meter length. Black or Green2 GCT Chakwal 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

115 Oxygen HoseRein forced rubber hose, flexible and strong 6 mm,

8mm,10 meter length. Black or Green4

117 Phase SequenceFailure & under voltage& over voltage control relay solid

state15

113 Oxygen Cylinder with Regulators.

Oxygen cylinder Regulator

Specifications: Standard size Flexible regulator Max.

delivery 200 PSI Pressure gauges- inlet 4000 psi

delivery 400 PSI· Preferably

16

114 Oxygen Gas Cylinder.

220 to 244 CU.ft of oxygen gascapacity at 2000PSI

B.O C Certified with valve head or Equivalent ( Already

demanded in GS Manifod system)

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

118 Plug Gauge

Set of four pieces 12,15,18,20 mm.made of corrosion

resistant steelProvided with GO & NOT GO ends and

central rod

5 GCT FSD 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 4

GCT PDK 4

121 PYROMETERS(Radiation Type) 2500 ºC Radiation Type 2 GCT FSD 2

GCT Jauhrabad 1

GCT PDK 1

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT Jauhrabad 5

GCT PDK 5

124 RABBET PLANE

For plaining in inaccessible places such ascorners etc.

adjustable mouth.Width of

cutter = 28 mm.Over all length = 100 mm.

10

122 Pyrometers (emersion type) Emersion type pyrometer 2

123 Pyrometers (radiation type) 2500 ºC Radiation Type 3

119 Portable drawing board (92 X 61 cm with scale) 15

120 Pouring spoon Stainless steel capacity 1/2 ltr, 1liters 8

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT FSD 5

GCT Jauhrabad 3

GCT PDK 3

GCT Jauhrabad 3

GCT Jauhrabad 2

GCT Jhang 3

GCT Jhang 2

GCT PDK 2

GCT PDK 3

GCT Jauhrabad 10

GCT Jhang 5

GCT PDK 10

GCT Jauhrabad 10

GCT Jhang 5

GCT PDK 10

129 Relay Coil 12V DC-10A

3.Normaly, 3 close, 3 common12V DC-10A 3.Normaly, 3 close, 3 common 20 GCT Chakwal 20

128 Relays Coil 220V AC 220V AC-10A3 Normally close3 common 25

126 RADIUS NOSE END MILLMade of cobalt alloy HSS, hardened and ground cutting

teeth.Nose radius (mm) = 1215

127 Relay Coil 12V DC 12V DC-10A 3 Normallyclose 3 common 25

125 Radius gauge

Made of fine steel radius sizes stamped, convex and

concave radius with locking device.Measuring radius

(mm) = 0.5- 13.Radius interval (mm) =0.5.Number of

leaves = 26.

11

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

130 Relays Coil 220V AC-10A

3.Normaly, 3 close, 3 common 220V AC-10A 3.Normaly, 3 close, 3 common 40 GCT Chakwal 40

GCT Jauhrabad 5

GCT PDK 5

GCT Chakwal 10

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 10

GCT Jhang 10

GCT PDK 10

134 Safety shoes Suitable and common size ‘Heavy leather 30

132 RIP SAW

Hardened teeth, fine polished, cross- set,plastic handle

replace able.Length of blade = 500 mm.Overall length =

575 mm.No. of teeth = 5 T.P.I.

20

133 ROUTER PLANETwo knobs for holding, vertical bladeadjustment.Blade

width = 10- 12.Over all length = 38mm10

131 Revolving centersHardened and ground, ball bearing, tip angle

60degreesMorse taper No. = 2, 3, 420

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 16

GCT PDK 16

136 Screw pitch gauge

Hardened with folding blade for internal &external

measurement.Pitches = 0.25- 6Thread angle =

60°Thread system = Metric

15 GCT Jauhrabad 15

GCT Jauhrabad 4

GCT PDK 2

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 3

GCT Jhang 3

GCT PDK 3

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 16

GCT PDK 16

139 SIDE AND FACE MILLING

CUTTER

Made of cobalt alloy HSS, hardened and ground

staggered cutting teeth.Cutter diameter (mm) = 63, Width

of cutter (mm) = 8, Bore diameter (mm) = 22Combatable

with universal milling machine

15

140 Slick Mild steel Complet set 32

137 SHELL END MILL ARBORSArbor diameter (mm) = 22, Combatable with universal

milling machine.6

138 SHELL END MILLS

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Diameter x width (mm) = 50 x36,.Bore diameter

(mm) = 22

4

135 Sand lifter Mild steel Complet set 32

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

142 Small hole gauge set

Set of four piecesRange = 3-5, 5-7.5, 7.5- 10, 10-13 mm

with ratchet stopShould be made of corrosion resistant

material preferably stainless steel

5 GCT FSD 5

GCT Jauhrabad 25

GCT PDK 25

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 5

GCT PDK 5

145 Spark Lighter

Cylinder set oxygen with regulators=5

Cylinder Set Acetylene with regulators=5

Number of Work Stations with Welding Tables =5

Number of Torches (Welding and Cutting)=5

Complete in all respect. In working condition and

installation

5 GCT Chakwal 5

144 Spark Lighter Gun and spring type, and painted,with flint. 10

141 SLITTING SAW

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Width of cutter (mm) =, 3.Cutter diameter (mm) =

80.Bore diameter (mm) = 22.Combatable with universal

milling machine

6

143 SMOOTHING PLANE:-

With smooth sole, single iron, handle andknob plastic,

fine finish, cutting goodquality tool steel blade.Cast

bodyOver all length = 180 mm.Width of cutter = 45 mm.

60

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 8

GCT PDK 8

GCT Jauhrabad 32

GCT PDK 32

149 Standard wire gauge

SWG non- ferrous metalRange = 0-36 SWGSHEET

METAL GAGERange = 0-36

SWGHardened and chrome finish

10 GCT FSD 10

GCT Chakwal 1

GCT, Rawalpindi 1

151 Steel protractorStandard size with sprit level.Bold graduation (mm) =

100.Angle (degrees) = 0- 180.LC (degree) = 0122 GCT FSD 22

GCT Jauhrabad 4

GCT Jhang 2

GCT PDK 2

150 Wire gaugeStainless Steel SWG Wire Gauge Measure Wire

Thickness & Sheet Steel SWG & MM2

152 STRAIGHT SHANK END MILL

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Shank diameter (mm) = 16.Combatable with

universal milling machine

8

147 Sprinkler capacity 10 liters Galvanized sheet 16

148 Sprue pins Tapper, Dia ½, ¾ inch length 8 inch (SS) seamless 64

146 SPOKE SHAVE PLANEWith cap and single cutter.Over all length = 255

mm.Width of cutter = 54 mm.10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

153 Strike off bars 10,12,16,18 mesh dia 18 inch set of 4 pcs 16 GCT Jauhrabad 16

154 Strike off bars Wooden, size 1x 2x 20 inch 16 GCT PDK 16

GCT Jauhrabad 1

GCT PDK 1

156 Surface roughness tester

Type = Flat SurfaceProcessing = Paper Finish, Grinding,

Shaping, MillingAccuracy

±5% - ±6%Resolution 0.01 µm - 0.03 µmProbe Material

DiamondShould have a built in rechargeable

batteryShould be made of corrosion resistant material

preferably stainles

1 GCT FSD 1

GCT Jauhrabad 4

GCT PDK 4

158 Telescopic gauge Set

Set of six gaugesRange = 8-12.7, 12.7-19, 19-32, 32-54,

54-90 & 90-150 mm with

ratchet stopShould have spring loaded plunger capable to

expand within the boreProvided with a knurled clamp for

easy grip

5 GCT FSD 5

155 SURFACE PLATE

Made of closed grain cast iron properly polished and

aged fitted with suitable legs.Length x width x Thickness

(mm) =

630x630x80.

2

157 TAPER SLEEVESuitable to hold taper shank twist drills□Sleeve taper =

MT – 2/3.□Sleeve ejector forged steel = MT – 2/3.8

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 25

GCT PDK 25

160 Thread pitch gauge

Inch type = 4-42 TPI (30 Leaf 55º)mm Type

= 0.4 to 7 mm. ( 18 Leaf 60º)Material= Should be made

of corrosion resistant material preferably stainless steel

5 GCT FSD 5

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Jauhrabad 2

GCT PDK 2

GCT Chakwal 2

GCT Jauhrabad 5

GCT PDK 5

162 Tip CleanerWelding tip orifice cleaner consisting ofa series of

broach like Wires (complete set)6

163 Tong SetForged steel length = 1½ ft1-Flat Jaw, 2- Round lip jaws,

3-Diamond jaws.10

159 TENON SAW

Tooth points hardened, universal teeth,polished blade,

teeth filed and set bladewith supporting rib Plastic

handle.Length of saw = 300 mm.No. of teeth = 13

T.P.I.Sawing depth = 80 mm.

50

161 Thread pitch gauge

Screw Pitch Gauge;Fit for : Whitworth 55-Degree

Threads & Metric 60-Degree ThreadsPitch Range :

Whitworth: Material : Stainless Steel; 54 blades

2

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT Jhang 25

GCT PDK 5

165 Tool bits

Made of high speed steel cobalt alloy hardenedand

ground1/2” x 1/2” x 8” or 12x12x100mm3/8” x 3/8” x 8” or

10x10x200mm1/4" x 1/4” x 8” or 6 x6 x63 mm

25 GCT Jauhrabad 25

166 Tool Bits 1/2” x 1/2” x 8” or

12x12x100mm 1/2” x 1/2” x 8” or 12x12x100mm 50 GCT Chakwal 50

167 Tool Bits 1/4" x 1/4” x 8” or 6 x6

x63 mm1/4" x 1/4” x 8” or 6 x6 x63 mm 50 GCT Chakwal 50

168 Tool Bits 3/8” x 3/8” x 8” or

10x10x200mm3/8” x 3/8” x 8” or 10x10x200mm 50 GCT Chakwal 50

GCT Chakwal 2

GCT, Rawalpindi 2

170 TOOL MAKER MICRO

SOCOPE

Vernier Travelling Type Magnification =10X

Horizontal Travell =200 - 250 mm Vertictal Travell =125 -

150 mmStainless steel Scale with vernier reading

capability =0.01m

1 GCT PDK 1

164 TongsMild steel ,12,18,24 inch for carrying hotcasting set of 3

pcs35

169 Pick ToolsShort curved pick, Long curved pick, chisel bit pick, piercing

punch.4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

171 Tooling for lathe

Boring tool forged with taper (carbide) = 15 nos.-H.S.S

Tool 1/4 inch × 6 inch = 15

nos.-H.S.S Tool 5/8 inch × 6 inch = 15

nos.-Turning tool forged shank with carbide tips = 15 nos.

1 GCT FSD 1

172 Tooling for milling machine

H.S.S Shell mill cutter 27mm × 63mm × 63mm = 10 nos.-

Helical plain milling cutter

= 01 inch bore, size 2.5 inch × 3 inch = 10 nos.-Plain

milling cutter = 27mm × 40mm × 63mm = 10 nos.-Double

angular 90° , 01 inch × 2.5 inch × 3 inch = 10 nos.-

Machine

1 GCT FSD 1

173 KNURLING TOOL HOLDER

For cross knurling , rough medeium , fine, revolving roller

holder. Dimenssion of knurling rulers= 20*6*6 mm, overall

lenth of tool holder=165mm

10 GCT Chakwal 10

174 Cut-off of Machine

Standard size key supplied with cylinders.Down hand

feed with clamping vice,Disc wheel (0 x T x Bore) =

360 x 4 x 25mm,Motor rating watts = 1800 or1.8

KW 230/50 Hz ,Motor speed rpm = 4000,

2 GCT Chakwal 2

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 6

GCT PDK 6

GCT Chakwal 5

176 TRAMMEL POINT

Polished steel flat rule with guide way,Graduated in mm /

inches Adjustablehardened points.Length of beam =

300mm.

10 GCT Chakwal 10

GCT Jauhrabad 15

GCT PDK 15

178 TRY SQUARE

Made of tool steel, measuring faces ground/polished

blade rust free, clear graduations.

Size of try square (mm)= 200.

50 GCT Chakwal 50

GCT Jauhrabad 3

GCT Jhang 3

GCT PDK 3

179 T-SLOT CUTTER

Made of cobalt alloy HSS, hardened and ground cutting

teeth, right handed with under cut staggered teeth.Cutter

diameter (mm) = 31.2.Cutter width (mm) = 12.6.Over all

length (mm) = 100.Shank diameter (mm)

=18.Combatable with universal milling machine

9

175 TRAMMEL

Polished steel flat rule with guide way,Graduated in mm /

inches Adjustablehardened points.Length of beam =

300mm.

17

177 TRY SQUARE Cast stockBlade length = 200 mm 30

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 16

GCT PDK 16

181 VERNIER BEVEL PROTACTOR

Stainless steel chrome finish, with magnifying glass.Angle

setting (degrees) = 0- 180.Vernier Scale graduation

(degrees) = 1/12.Blade size (mm) = 300.

1 GCT PDK 1

182 Weighing scale digital capacity

200kgCapacity 200kg 1 GCT Jauhrabad 1

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 24

GCT PDK 24

185 Wooden rammer 12 inch Wooden, size 1x 2x 20 inch 16 GCT Jauhrabad 16

183 WOOD RUFF KEY SEAT

CUTTER

Made of cobalt alloy HSS, hardened and ground cutting

teeth.Key dimension (mm) = 6x32.Cutter diameter (mm) =

32.5.Cutter width (mm) = 6.Shank diameter (mm) =

18.Combatable with universal milling machine

6

184 WOOD WORKING VICE

Quick action clamping over entire openingrange. Painted

blue or black.Jaw width = 175 mm.Jaw height = 60

mm.Jaw opening = 200 mm.Buttress threads on vice

spindle with quickreturn setting

48

180 Vent wire length 200 mm, dia

5mmLength 200 mm, dia 5mmWith sharp end and Eye end 32

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

186 Wooden Rammer 12 inch with peen end and wedge end dia 3 inch 16 GCT PDK 16

GCT, Rawalpindi 10

GCT, Rawalpindi 60

GCT Chakwal 5

GCT, Rawalpindi 5

189 Chisels 6” 6” 10 GCT, Rawalpindi 10

190 Chisels 8” (For 6 Month Course) 8” 10 GCT, Rawalpindi 10

191 Chisels 12” 10 GCT, Rawalpindi 10

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

192 CHIESEL SET (9"-12"-18")

Flat cold chiselSet of 3-pieces,Size 8 x 1 inch,12 x 1.5

inch,18 x 2 inchHardened and Temperad Material: Tool

Steel

30

187 Chisels

Flat cold chiselSet of 3-pieces,Size 8 x 1 inch,12 x 1.5

inch,18 x 2 inchHardened and Temperad Material: Tool

Steel

70

188 Chisels

COLD CHIESEL

3pcs cold chisel

3/8″(10mm)x5/16″(8mm)x5-9/16″(142mm)

1/2″(13mm)x3/8″(10mm)x6″(152mm)

5/8″(16mm)x1/2″(13mm)x6-3/4″(172mm)

Packed in plastic box

10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 5

GCT PDK 5

194 Chisel cold cutting edge ¾” Shank

6”Chisel cold cutting edge ¾” Shank 6” 10 GCT Chakwal 10

195 CHISEL SET:-

Made of drop forged alloy steel, hexagonal/ octagonal

shape, hardened and ground cutting edge.

Length (mm) = 200.

Width of cutting edge (mm) = 35

Set of 5 pcs

15 GCT Chakwal 15

196 COLD CHISEL Set

High carbon hardens steel

Hexagonal/octagonal shank chisels, chrome/black finish,

polished cutting edge.

150 mm shank 13 mm wide on cut

300 mm shank 25 mm wide on cut

10 GCT Chakwal 10

197 FIRMUR CHISELSet of 04 firmer chisels, bevel edge.Width = 6, 12, 18, 25

mm.Over all length = 250 mm.Set of 4 pcs25 GCT Jauhrabad 25

GCT Jauhrabad 5

GCT PDK 5

198 Hot ChiselForged steel hardened impact resistant head.Length =

150 mmWidth = 20 mm10

193 Cold Chisel Set

Made of forged steel Hardened and Tempered,

groundcutting edges. Hexagonal shapes.Width of cutting

edge = 35 mm.Length = 150 mm

10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 10

GCT PDK 10

201 FIRMUR CHISELSet of 04 firmer chisels, bevel edge.Width = 6, 12, 18, 25

mm.Over all length = 250 mm.Set of 4 pcs25 GCT PDK 25

GCT, Rawalpindi 20

GCT, Rawalpindi 10

203 Files (Half Round) 200 X 2 (Half Round) 200 X 2 25 GCT, Rawalpindi 25

204 HALF ROUND FILE:-

Made of high carbon steel, hardened with wooden file

handle.

Length of file (mm)= 300.

Grade= Dead Smooth.

Type of cut= Double cut.

15 GCT Chakwal 15

200 TURNING CHISELHard wood handle, Hard steel cuttingblade.Width = 10,

14, 20, 30 mm.Length with handle = 400 mm.Set of 4 pcs20

202 Files Sets (Flat, Half Round ,

Round, Tri-Angle & Square)

Set of 5 Files with plastic/wooden handleMaterial: High

Carbon SteelFlat File 300 x 1Half Round File 300 x

1Round File 200 x 1Tri-Angular File 200 x 1Square File

200 x 2

30

199 MORTISE CHISELHard plastic handle, Hard and ground steel.Width = 6, 8,

10 mm.Over all length with handle = 300 mm.Set of 3 pcs20

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

205 Files (Raps Cut) 150 (For One

Year Course)150 (For One Year 25 GCT, Rawalpindi 25

206 Files (Round) 200 X 1 (Round) 200 X 1 25 GCT, Rawalpindi 25

207 ROUND FILE:-Made of alloy steel, hardened with wooden file handle.

Length of file (mm)= 200.30 GCT Chakwal 30

208 Files (Triangular) 150 X 2 (Triangular) 150 X 2 25 GCT, Rawalpindi 25

209 TRIANGULAR FILE:Made of alloy steel, hardened with wooden file handle.

Length of file (mm) =150.30 GCT Chakwal 30

210 FLAT FILE

Made of alloy steel, hardened with wooden file handle.

Length of file (mm)= 300.

Type of cut = Rasp cut.

15 GCT Chakwal 15

211 KNIFE EDGE FILEMade of alloy steel, hardened with wooden file handle.

Length of file (mm) = 25010 GCT Chakwal 10

212 FLAT FILEMade of alloy steel, hardened with wooden file handle.

Length of file (mm) =30050 GCT Chakwal 50

213 SQUARE FILE

SQUARE FILE:-

Made of high carbon steel, hardened with wooden file

handle

Length of file (mm)= 200

Grade= Smooth

Type of cut= Double cut.

15 GCT Chakwal 15

214 FLAT FILEMade of alloy steel, hardened with wooden file handle

Length of file (mm)=300.15 GCT Chakwal 15

215 NEEDLE FILE SET

Made of high carbon steel, hardened with wooden file

handle.

Length of file (mm) =200.

Grade = Smooth.

Type of cut= Double cut.

Set of 6 pieces with handle.

12 GCT Chakwal 12

216 FLATE FILE

Made of high carbon steel, hardened with wooden file

handle.

Length of file (mm)= 300.

Type of cut=Single cut.

50 GCT Chakwal 50

217 Files (Flat) 250 X 1 (Flat) 250 X 1 25 GCT, Rawalpindi 25

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

218 Files (Flat) 200 X 2 (Flat) 200 X 2 25 GCT, Rawalpindi 25

219 File Brush File Brush 25 GCT, Rawalpindi 25

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

GCT Chakwal 2

GCT, Rawalpindi 2

GCT, Rawalpindi 30

GCT, Rawalpindi 10

GCT, Rawalpindi 25

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

224 HAND HACKSAW FRAMEFix frame made of steel tube elliptical section.

Suitable for blade 300 mm 50 GCT Chakwal 50

GCT Jauhrabad 10

GCT PDK 10

225 Hacksaw frame With Blade 300mm length, Tubular Frame 20

222 Hack SawAdjustable FrameMaterial: Mild steelMaximum Size: 12

inch (30 cm)65

223 HACK SAW

HACK SAW

• Adjustable steel tube bow for 300 mm blades.

• Die cast handle.

• Supplied complete with fly nut, frame handle and

standard H.S.S. 300 mm blades 12 Nos.

24

220 FILES SET

Set of 5 Files with plastic/wooden handle

Material: High Carbon Steel

Flat File 300 x 1

Half Round File 300 x 1

Round File 200 x 1

Tri-Angular File 200 x 1

Square File 200 x 2

24

221 Files

(Flat, round, triangle, square)10" Length:8“/200mm,

T12 Steel Flat steel file 1pcs Half round steel file

1pcs Round steel file 1pcs Triangle steel file 1pcs Square steel

file 1pcs Packed by double blister

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

226 HACKSAW FRAME

Tubular steel frame with elliptical cross section handle

with blade.

Total length of frame = 475mm

40 GCT Chakwal 40

227 Spanners set

8PC spanner set (5/16 inch to 1 inch) & (8mm to

16mm)Material: Chrome vanadium steel or carbon steel,

heat treated Panel style: Flat panel, raised panel, or

concave panel Manufacturing technique: Drop forged

Finishing: Half polished, chrome plated

10 GCT, Rawalpindi 10

228 Letter Set

Made of high quality carbon steel hardened set of 27

pieces.

Letter size (mm) = 5

4 GCT Chakwal 4

229 Combination spanners set 6mm to 32mm (set of 12 pieces) 2 GCT, Rawalpindi 2

230 Spanners Set, Double End Type

(Mm & Inches Type)

10PCS Combination Spanner Set Size 8 - 22mm,*Size

range: 8,9,10,11,12,14,15,17,19,22mm40 GCT, Rawalpindi 40

231 Socket Spanner set

52pcs Combination Socket Wrench Set With Box size 4-

32mm(1x 52pc Socket Wrench Set CRV 1/4 & 1/2 Dr

Ratchet Screwdriver 4- 32mm Sockets

5 GCT, Rawalpindi 5

232 Socket Spanner Set (Mm &

Inches Size)

94 PCS 1/2" & 1/4" DR SOCKET SET, Material:

Premium Chrome Vanadium CR-V10 GCT, Rawalpindi 10

233 Socket set 52 pieces (12pt) 2 GCT, Rawalpindi 2

234 Socket set 52 pieces (12pt) 52 pieces (12pt) 2 GCT Chakwal 2

235 Socket set 52 pieces (6pt) 2 GCT, Rawalpindi 2

236 SCRIBER (STRAIGHT)

Made of tool steel, interchange able carbide point. Shank

knurled.

Length of scriber (mm)=200

30 GCT Chakwal 30

237 SCRIBER (OFFSET)

Made of tool steel, interchange able carbide point. Shank

knurled.

Length of scriber (mm)=200.

30 GCT Chakwal 30

238 Pipes JI Pipe "1" Length 10 ft 40 GCT Chakwal 40

GCT Chakwal 10

GCT Chakwal 10

240 Pipe Spanners Adjustable Pipe Wrench - 24" 5 GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

GCT Jauhrabad 1

GCT PDK 1

243 Adjustable Spanner.Made of drop forged steel, chrome plated Length overall

= 300 mm .2

241 Ratchet spanners(wrench)Ratchet Square wrenches, 1/4' Drive, 5/16" Drive &3/8"

Drive10

242SET OF SPANNERS FOR

(CUBES AND CYLINDER, BEAM

MOULDS)

SET OF SPANNERS FOR (CUBES AND CYLINDER,

BEAM MOULDS)12

239 A Set OF Pipe Fittings

Tee , Cross , Elbow , Union , Nipple ,Pipe Nipple , Socket

, Plug , Cap , Reducing Socket , Bibb Cocks , Bend ,½ ,

¾, 1 , 1 ½ , 2 inch dia. each20

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

244 Adjustable SpannerMade of drop forged steel, chrome plated Length overall

= 200, 250, 300 mm .5 GCT Chakwal 5

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT PDK 2

246 Open End Spanner Set6mm to 32mm (set of 12 pieces) DOUBLE OPEN AND

SPANNER SET 6-32MM INGCO BRAND Chrome Vendium5 GCT, Rawalpindi 5

247 OPEN END SPANNER SET

Made of cromium vandinium steel , set of spanners, 15*

jaw angle, number of spanners / set = 8 , size mm=

6*7,10*11,8*9,12*13,14*15,16*17,18*19,20*22, set of 8

pcs

10 GCT Chakwal 10

248 OPEN END SPANNER SETMade of forged alloy steel, chrome plated. Size (mm)=08-

32.2 GCT Chakwal 2

249 Pipe Wrench Adjustable pipe wrench for G.I PipesSize 12” inches 5 GCT, Rawalpindi 5

GCT Chakwal 3

GCT, Rawalpindi 3

251 PIPE WRENCH

Made of forged steel, heavy-duty, straight type, hardened

jaws.

Size (mm) (Set of 3 Pieces)=300,400,500

2 GCT Chakwal 2

250 Pipe Wrench 8",10",12" 6

245 OPEN END SPANNER SETMade of chromium-vanadium steel, 15 degree offset

jaws, set of 8 pieces.Range (mm) = 5-20.4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

252 PIPE WRENCHStraght model , adjustable jaws of hardnen steel size=

10", 12" set of 2 pcs 5 GCT Chakwal 5

253 Packing gland wrench Adjustable Opening 1 to 2-inch 3 GCT, Rawalpindi 3

254 Packing Gland Wrench

Adjustable Gland Nut Wrench , Small Adjustable Gland

Nut Wrench Offers customized fit to the gland nuts from

1 inches to 3-3/4 inches diameter, Reversible to fit 1/4

inch as well as 7/32 inch diameter pin holes, Simple use

with 1/2 inch drive ratchet

3 GCT, Rawalpindi 3

GCT Chakwal 3

GCT, Rawalpindi 3

256Ratchet Box Wrenches, Length 8"

4Mm -16Mm And 5/32Inch-

5/8Inch 35Pcs

Length 8" 4mm -16mm and 5/32inch-5/8inch 35pcs 5 GCT, Rawalpindi 5

257 Torque Wrench flex bar, dial indicator, snap or click 1 GCT, Rawalpindi 1

255 Pneumatic Impect Wrench with

Socket Set

Impact wrench 900 watt reversible 1/2inch Air Impact

Wrench – 1/2″

No-load speed 7000 rpm

With 3 pcs socket Complete impact socket set

Twin hammer mechanism

Square drive:12.5 mm (1/2″)

6

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

259 ADJUSTABLE PIPE WRENCH

• Handle drop forged hardened and tempered,

• Jaws induction hardened,

• frame and handle painted,

• set of 200, 300, 450 mm size, one each.20 GCT Chakwal 20

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

261 ADJUSTABLE WRENCH Set• Hardened, tempered and chrome plated steel.

• set including 18” (450 mm), 12” (300 mm), 8” (200 mm)

sizes.

20 GCT Chakwal 20

GCT PDK 2

GCT Jauhrabad 2

262 ADJUSTABLE WRENCHMade of forged steel, chrome platedSize (mm) = 150,

300.4

258 ADJUSTABLE PIPE WRENCHMade of forged steel, chrome platedSize (mm) = 150,

300.24

260 ADJUSTABLE WRENCH SET Made of forged steel, chrome plated 24

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

263 ADJUSTABLE WRENCHMade of forged steel, chrome plated

Size (mm)=300.2 GCT Chakwal 2

264 ADJUSTABLE WRENCH

ADJUSTABLE WRENCH

Made of high quality forged steel, chrome plated with rubber

or plastic grip.

Size = 8″, 12″

Set of 2 pcs

10 GCT Chakwal 10

GCT Jauhrabad 2

GCT PDK 2

GCT Chakwal 3

GCT, Rawalpindi 3

267 Allen key set

Set of 10 pcs 1.5mm, 2,3,4,5,6,7 ,8,9& 10mmHeat

Treated, Tempered Alloy Steel Provides High Strength

and Resistance to Rotational Distortion,Made of

chromium-vanadium steel.

5 GCT, Rawalpindi 5

268 Allen Key Set10 Piece  Straight Male Elbow Hex Key Sets, 1.5-2-2.5-3-

4-5-5.5-6-8-10 mm 3 GCT Chakwal 3

266 Adjustable Wrench

SCREW WRENCH 6 '' 12 '' Highest quality pipe wrencH

Features jaw-dropped forged opening 6

265 Adjustable wrench 12inch 4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

269 Allen Key SetAllen Wrench Set 9pcs CRV Steel 1.5mm 2mm 2.5mm

3mm 4mm 5mm 6mm 8mm 10mm Allen Key Set5 GCT, Rawalpindi 5

GCT Jauhrabad 2

GCT PDK 2

GCT PDK 12

GCT Jauhrabad 12

272 HAMMER (BALL PEIN)

Made of Forged steel hardened and ground pein and

face. Suitable wooden handle.

Weight of hammer (Kg) = 0.500.

20 GCT Chakwal 20

273 BALL PEEN HAMMER

Made of forged steel , face hardened and ground,

wooden handle, wight handle grams = 320 425 220 set of

3 pcs

20 GCT Chakwal 20

274 Chipping HammerDrop forged, Heat-treated heads welded to the wooden

handle, chisel and pick style.10 GCT Chakwal 10

275 HAMMER (CROSS PEIN):

Made of Forged steel hardened and ground pein and

face. Suitable wooden handle.

Weight of hammer (Kg)= 0.500.

20 GCT Chakwal 20

276 HAMMER (STRAIGHT PEIN):

Made of Forged steel hardened and ground pein and

face. Suitable wooden handle.

Weight of hammer (Kg) = 0.500.

10 GCT Chakwal 10

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 5

GCT PDK 5

280 Hammers (Sets) 5 Pc Fible glass Handle set 8 oz, 12 oz, 16 oz, 24, 32 oz. 3 GCT Chakwal 3

281 Hammer 5 Pc Fible glass Handle set 8 oz, 12 oz, 16 oz, 24, 32 oz. 5 GCT, Rawalpindi 5

282 Hammers

Heavy Duty roughing, light dinging, heavy dinging, offset

dinging, Shrinking hammer, dinging hamme, Magnatic trim

hammer

2 GCT, Rawalpindi 2

283 Soft Hammer Plastic head, approx. weight 350 gm 5 GCT Chakwal 5

284 Soft Hammer Plastic head 350 gm Rubber and plastic hammer HRPH814 3 GCT Chakwal 3

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 10

GCT PDK 10

287 Measuring Tape Plastic case Lock button Length 5 meters. 15 GCT Chakwal 15

288 Measuring range (mm)= 0-600 Measuring range (mm).=0-600 5 GCT Chakwal 5

289 Measuring range (mm)= 0-200

LC=0.02Measuring range (mm) = 0-200 LC=0.02 5 GCT Chakwal 5

285 FORGING HAMMERS.

Sledge hammer with Wooden handle = 5 kg Cross peen

hammer With Wooden handle = 500 g Straight peen

hammer with Wooden handle =500 g

10

286 FLEXIBLE MEASURING TAPE

Polished both side, both edges graduated inmm and

inches. Spring wound, in plasticcase lockable.Length =

5m.

20

278 Hammer (Ball Peen)

Made of cast steel hardened and ground peen and face.

Suitable wooden handle.Weight of hammer (Kg) =

0.250.Weight of hammer (Kg) = 0.500.

10

279 Hammer (Cross Peen)

Made of cast steel hardened and ground peen and face.

Suitable wooden handle.Weight of hammer (Kg) =

0.250.Weight of hammer (Kg) = 0.500.

10

271 BALL PEEN HAMMERRound face and wooden handle.Weight with handle = 450

grams.24

277 Chipping HammerDrop forged Steel, Heat-treated heads weldedt to the

M.S handle, chisel and peen type.10

270 Allen Key Set

Made of chromium-vanadium steel.Measurement system

= metric.No of keys = 12.Sizes (mm) = 1.5, 2, 2.5, 3, 4, 5,

5.5, 6, 8, 10, 11, 12,14

4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

290 Measuring range (mm) = 0-150

LC=0.02Measuring range (mm)= 0-150 LC=0.02 20 GCT Chakwal 20

291 Measuring range (mm). = 0-

300Measuring range (mm)= 0-300 25 GCT Chakwal 25

292 TIN SNIP (FLAT)

Suitable for cutting 22 gauge sheet metal, hardened and

ground blades, spring joint.

Blade size (mm)=50 or 100

15 GCT Chakwal 15

293 TIN SNIP (CURVED)

Suitable for cutting 22 gauge sheet metal, hardened and

ground blades, spring joint.

Blade size (mm)=50 or 100

5 GCT Chakwal 5

294 Tool kit standard for students

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

7 GCT Jauhrabad 7

295 Tool Kit Standard for Students:

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No.

4 x 175mm 01 No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No.

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

20 GCT Chakwal 20

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

296 Tool Kit Standard for Electrical

Lab:

Screw Driver Flat Tip

3.5 x 150mm 02 Nos.

4 x 185mm 02 Nos.

8 x 280mm 02 Nos.

10 x 290mm 02 Nos.

Screw Driver Philips:

No.0 x 135mm 02 Nos.

No.1 x 160mm 02 Nos.

No.2 x 195mm 02 Nos.

No.3 x 265mm 02 Nos.

No.4 x 330mm 02 Nos.

Hammer Claw 575 gram 02 Nos.

Bit Set: 6, 10, 16 & 22mm 02 Sets

Masonry Drill Set 3,4,5,6,8 & 10mm 02 Sets

Twist Drill Set 3 – 10mm 02 Sets

Portable Electric Drill 13mm chuck 01 No.

Hacksaw Frame 12 Nos.

Hand Drill Machine 01 No.

Soldering Irons: 25, 40, 90 Watts 02 Nos. each

Soldering Gun 100 Watt 02 Nos.

Files Set 02 Sets

Tools cupboard 2100x1050x560mm 01 No.

20 GCT Chakwal 20

297 Tool kit standard for electrical lab:

Screw Driver Flat Tip3.5 x 150mm 01 Nos.

4 x 185mm 01 Nos.

8 x 280mm 01 Nos.

10 x 290mm 01 Nos.

Screw Driver Philips:No.0 x 135mm 01 Nos.

No.1 x 160mm 01 Nos.

No.2 x 195mm 01 Nos.

No.3 x 265mm 01 Nos.

No.4 x 330mm 01 Nos.

Hammer Claw 575 gram 01 Nos.

Bit Set: 6, 10, 16 & 22mm 01 Sets

Masonry Drill Set 3,4,5,6,8 & 10mm 01 Sets

Twist Drill Set 3 – 10mm 01 Sets

Portable Electric Drill 13mm chuck 01 No.

Hacksaw Frame 12 Nos.

Hand Drill Machine 01 No.

Soldering Irons: 25, 40, 90 Watts 01 Nos. each

Soldering Gun 100 Watt 01 Nos.

Files Set 01 Sets

Tools cupboard 2100x1050x560mm 01 No.

1 GCT Jauhrabad 1

298 Tool kit standard for students:

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

2 GCT Jauhrabad 2

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

299 Tool Kit Standard for Students:

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

7 GCT PDK 7

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

300 Tool Kit Standard for Electrical

Lab

Screw Driver Flat Tip3.5 x 150mm 01 Nos.

4 x 185mm 01 Nos.

8 x 280mm 01 Nos.

10 x 290mm 01 Nos.

Screw Driver Philips:No.0 x 135mm 01 Nos.

No.1 x 160mm 01 Nos.

No.2 x 195mm 01 Nos.

No.3 x 265mm 01 Nos.

No.4 x 330mm 01 Nos.

Hammer Claw 575 gram 01 Nos.

Bit Set: 6, 10, 16 & 22mm 01 Sets

Masonry Drill Set 3,4,5,6,8 & 10mm 01 Sets

Twist Drill Set 3 – 10mm 01 Sets

Portable Electric Drill 13mm chuck 01 No.

Hacksaw Frame 12 Nos.

Hand Drill Machine 01 No.

Soldering Irons: 25, 40, 90 Watts 01 Nos. each

Soldering Gun 100 Watt 01 Nos.

Files Set 01 Sets

Tools cupboard 2100x1050x560mm 01 No.

1 GCT PDK 1

301 Tool Kit Standard for Students:

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

7 GCT PDK 7

302 Tool Kit Standard for Electrical

Lab:

Screw Driver Flat Tip

3.5 x 150mm 01 Nos.

4 x 185mm 01 Nos.

8 x 280mm 01 Nos.

10 x 290mm 01 Nos.

Screw Driver Philips:

No.0 x 135mm 01 Nos.

No.1 x 160mm 01 Nos.

No.2 x 195mm 01 Nos.

No.3 x 265mm 01 Nos.

No.4 x 330mm 01 Nos.

Hammer Claw 575 gram 01 Nos.

Bit Set: 6, 10, 16 & 22mm 01 Sets

Soldering Irons: 25, 40, 90 Watts 01 Nos. each

Soldering Gun 100 Watt 01 Nos.

Files Set 01 Sets

1 GCT PDK 1

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

303 Tool Kit Standard For Students:

Screw Driver Flat Tip

25 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

Test Screw Driver 110/380 Volt 01 No.

D29 Bradawl 205 x 110 01 No.

Tool Box 470 x 200 x 180 mm 01 No.

7 GCT, Rawalpindi 7

304 Tool Kit Standard For Electrical

Lab:

Screw Driver Flat Tip

3.5 X 150Mm 02 Nos.

4 X 185Mm 02 Nos.

8 X 280Mm 02 Nos.

10 X 290Mm 02 Nos.

Screw Driver Philips:

No.0 X 135Mm 02 Nos.

No.1 X 160Mm 02 Nos.

No.2 X 195Mm 02 Nos.

No.3 X 265Mm 02 Nos.

No.4 X330Mm 02 Nos.

Hammer Claw 575 Gram 02 Nos.

Bit Set: 6, 10, 16 & 22mm 01 Sets

Masonry Drill Set 3,4,5,6,8 & 10mm 01 Sets

Twist Drill Set 3 – 10mm 01 Sets

Portable Electric Drill 13mm chuck 01 No.

Hacksaw Frame 12 Nos.

Hand Drill Machine 01 No.

Soldering Irons: 25, 40, 90 Watts 01 Nos. each

Soldering Gun 100 Watt 01 Nos.

Files Set 01 Sets

Tools cupboard 2100x1050x560mm 01 No.

1 GCT, Rawalpindi 1

305 Tool Kit Standard For Students:

Screw Driver Flat Tip

2.5 x 145mm 01 No.

3 x 165mm 01 No

4 x 175mm 01No.

5 x 175mm 01 No.

6 x 225mm 01 No.

Side Cutter Insulated 140mm 01 No

Plier (side cutter) 165mm 01 No.

Hammer Cross Peen 300 gram 01 No.

Knife 01 No.

Measuring Tape 2m 01 No.

• Test Screw Driver 110/380 Volt 01 No.

• D29 Bradawl 205 x 110 01 No.

• Tool Box 470 x 200 x 180 mm 01 No.

7 GCT, Rawalpindi 7

306 Tool Kit Standard For Electrical

Lab

Screw Driver Flat Tip

3.5 X 150Mm 02 Nos.

4 X 185Mm 02 Nos.

8 X 280Mm 02 Nos.

10 X 290Mm 02 Nos.

Screw Driver Philips:

No.0 X 135Mm 02 Nos.

No.1 X 160Mm 02 Nos.

No.2 X 195Mm 02 Nos.

No.3 X 265Mm 02 Nos.

No.4 X330Mm 02 Nos.

Hammer Claw 575 Gram 02 Nos.

Bit Set: 6, 10, 16 & 22mm 01 Sets

Soldering Irons: 25, 40, 90 Watts 01 Nos. each

Soldering Gun 100 Watt 01 Nos.

Files Set 01 Sets

1 GCT, Rawalpindi 1

307 Screw drivers kit

Material: Chrom vanadiumHandle Material: Plastic /

RubberMagnetic Screwdriver Tips6" straight

screwdriverSet of 6 Pcs, (3 flat-head and 3 phillips-head)

5 GCT, Rawalpindi 5

308 Screw Drivers Kit

Material: Chrom vanadiumHandle Material: Plastic /

RubberMagnetic Screwdriver Tips6" straight

screwdriverSet of 6 Pcs, (3 flat-head and 3 phillips-head)

5 GCT, Rawalpindi 5

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

310 SCREW DRIVER (Set)

Nikle- plated blades , suqare shank for high torque palstic

handle very hard. Lenth of shank=75,100,150,200,225

set of 5 pcs

10 GCT Chakwal 10

309 SCREW DRIVER SET SCREW DRIVER SET 24

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

311 SCREW DRIVER SET

With change bale screw drivers flat, phlips, stubby etc.

made of chromium vanadium steel, magnetic blade

standard size.

3 GCT Chakwal 3

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

312 SCREW DRIVER SET

Flat blade, flared tip.

Chrome steel blades/shafts properly tempered and

hardened.

Shot blasted tips.

PVC/Polypropylene cabinet handles.

One each :

Length Blade dia

mm (in) mm (in)

75 (3) 5 (3/16)

100 (4) 6 (1/4)

150 (6) 8 (5/16)

200 (8) 9.5 (3/8)

250 (10) 9.5 (3/8)

20 GCT Chakwal 20

313 Philips Screw driver 4”, 6”, 8”, 12” 3 GCT, Rawalpindi 3

GCT Chakwal 2

GCT, Rawalpindi 2

315 Flat Screw driver 4”, 6”, 8”, 12”SCREW DRIVER PHILLIPS & FLAT PRECISION SET 3 GCT, Rawalpindi 3

316 Neon Phase Tester Light Duty

Pocket SizeNeon Phase Tester Light Duty Pocket Size 15 GCT, Rawalpindi 15

GCT, Rawalpindi 10

GCT, Rawalpindi 10

317 Measuring Taps Steel measuring tape Length 5 meter 20

314 Impact Screw driver set IMPACT DRIVER SET with bit set 4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 10

GCT Attock 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 10

GCT Jhelum 5

GCT Kamalia 10

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

318 STEEL TAPE

Length 30 m, 13 mm widestainless steel with vinyl

coatingBoth face marking, one in m

(0.1, 0.01, and 0.005m) and other in ft (inches & half)first

decimeter also marked for 0.001m and fust ft marked for

1/8 “ button arrangement for quick release / winding

65

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 1

GCT Jauhrabad 1

GCT Jauhrabad 1

GCT Jhang 1

GCT Jhang 1

GCT Jhang 1

GCT PDK 1

GCT PDK 1

GCT PDK 1

319 Maintenance and Repair Tool kit

Ball Peen hammer 2lbs, claw hammer, sledge hammer, rubber

mallet

20pcs 1/2' Metric 6-point socket :8~32mm

08pcs 1/2" Metric 6 point long socket:10,12,14,1617,19,22,24mm

13pcs 1/4' Metric 6-point socket :4~14mm

Quick Ratcher Handle:1/4" ,1/2"

Socket Accesories: Ratcher handles, Extension bars, universal joints

Pliers set: Linsman. long nose,Diagonal, Slip Joint, grip and retainer

Flat screw driver set: 6”,8”,10”,12"

Philip head screw driver set:: 0*75/ 1*100/2*38/2*150mm

Chisel flat 6”8”10”

Steel measuring tape 3m

Ellen key set 1.5mm-10mm(set of 9PCS)

Steel rule 150mm-300mm

Vernier caliper 0-300mm(digital)

Outside micrometer 0-25mm

Centre punch Set of 4 PCS

Drift punch Set

Hand blower

Flat file second cut 8”10”

Round File diameter (6mm,10mm,12mm)

Try square 150mm

Greece gun metal body

Bearing puller 200m,250mm(3legs)

Hand hacksaw 12”( Adjustable frame)

Pipe wrench 10”,12”

Adjustable wrench 8”,10”,12”

Open ended spanner 6mm -32mm

Combination spanner: 6mm~24mm

Electric hand drill machine( 12mm)

Twist drill set5mm,8mm,10mm,12mm(02,each)

Tap set with handle 5mm,6mm,8mm,10mm( 01,each)

Fix die set with handle 6mm,8mm,10mm,12mm

Tap extractor 6-12mm

Oil can ½ liter

Easy out 6-12 mm

feeler gauge, thread gauge,

contained in tool trolley set with multiple drawers with security locks,

load bearing ability safety and eficiency.

9

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

320 Hammers (500 Gms.) Hammers (500 Gms.)with wooden handle 10 GCT, Rawalpindi 10

321 HammersCross Peen Hammer 500 Grams With wooden/Plastic

HandleMaterial: Forged Steel10 GCT, Rawalpindi 10

GCT Jauhrabad 6

GCT PDK 6

GCT Attock 8

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Kamalia 8

322 CLAW HAMMER

Round face and octagonal neck, nickel,plastic handle with

perforated rubberhandle grip.Weight with handle = 575

grams.

43

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 8

GCT Attock 5

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhelum 5

GCT Jhelum 8

GCT Kamalia 8

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

323 BALL PEIN HAMMER SETWith wooden handle 300 mm long.Steel made 250 gm

weights, semi finish, dropforged.64

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

325 CLAW HAMMER CLAW HAMMER 8 GCT Jhelum 8

GCT PDK 5

GCT Jauhrabad 12

GCT PDK 12

GCT, Rawalpindi 6

GCT, Rawalpindi 6

328 DRILLS

Made of HSS 118* lip angle , hardened and ground set of

twiest drills in steel box. Twiest drill range = 1 to 20 mm,

number of drills= 26 pcs

10 GCT Chakwal 10

329 TWIST DRILL SET

Made of H.S.S 118° lip angle, hardened and ground set

of twist drills in steel Box.

Twist drill range = 1to20 mm

Number of drills =26 pcs

5 GCT Chakwal 5

327 Drills Bits (Set) 1-20 mm twist drill 12

324 BRICK HAMMER BRICK HAMMER 15

326 Measuring Tape.Spring return, quick stop button, plastic case,Size (m) =

5.29

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

332 Portable Electric Drill Machine

Sencan 521304 Drill Machine

Size of Chuck: 13mm

Rated Input Power: 800W

No-load Speed: 0-3000RPM

Features:

Upto 800W powerful motor

Soft rubber overmoulded handle for a secure hold and

fatigue free working

Attached transparent box for parts store

Accessories:

Side Handle

Depth Gague

1 GCT, Rawalpindi 1

333 Bench Electric Drill Machine

Approx Specification Drilling Capacity in steel upto 20m

Tapping in steel : M18 Drilling depth : 120 mm Number of

Speed variable Or8. Speed range 275 - 3500 rpm Electric

motor 0.75 - 1kw 2 speed specially for 220 volt 50 Hz supply

1 GCT, Rawalpindi 1

334 ELEC TRIC DRILL MACHINE

Variable speed, electric driven with rotary hammer action.

Capacity in concrete 20 mm,

in steel 13 mm,

in wood 30 mm

• Speed no load 0-1500 RPM,

full load 0-770 RPM

• 240V, 50 Hz

• Supplied complete with drill chuck / keyless chuck ,

chuck key, side/front handle, and carrying case.

1 GCT Chakwal 1

335 ELECTRIC HAND DRILL

Metal body, single phase 220V, portable, spindle mounted

on bearings with depth stop, hammer type.

Drilling capacity (mm) =13.

2 GCT Chakwal 2

336 Soldering Iron

75 WattReplaceable iron-plated tipHeat and impact

resistant wooden / Plastic handle.Solder iron rest

included

5 GCT, Rawalpindi 5

337 Soldering Iron (75 Watt) (75 Watt) 5 GCT, Rawalpindi 5

331 ELEC TRIC DRILL MACHINE

Variable speed, electric driven with rotary hammer

action.

Capacity in concrete 20 mm,

in steel 13 mm,

in wood 30 mm

Speed no load 1200-1500 RPM,

full load 500-770 RPM

240V, 50 Hz

Supplied complete with drill chuck / keyless chuck , chuck

key, side/front handle, and carrying case.

3

330 DRILL/BIT SETTungsten carbide tips hammer drills for use in concrete

and masonry, 100-400 mm long size 6, 10, 12, 14, 16,

20, 25 mm.

6

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

338 Electric Hand Drills

Rotary Hammer Drill Machine Triple Function with Extra

Drill Bits, Chuck, SDS plus Adopter, Extra Carbon

Brushes & Box,100% Pure Copper Winding,Drilling

Capacity :- Steel=13 mm , Concrete =28 mm Wood =30

mm,

4 GCT, Rawalpindi 4

GCT Jauhrabad 2

GCT PDK 2

340 Bearing Puller

Bearing Puller/ Bearing Extractor/ Jaw Gear Puller 100 m

4 inches (100 mm)

Premium Quality

2 GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Chakwal 8

342 TAP AND DIE SET

Consist of suitable taps and dies with tap wrenches and

die stokes.

System = metric.

4 GCT Chakwal 4

343 TAP AND DIE SET

High carbon steel cut thread taps, with tap drill sizes 1/8,

¼, 3/8, ½, 5/8, ¾, 7/8, 1”; ratchet type and bar tap

wrench, complete with wooden/metal carrying case.

10 GCT Chakwal 10

341 Taps and die set

Taps and dies of different sizes complete with tap wrench

and die stock, Enclosed in

plastic orwooden case.Thread size = M3, M 3.5, M 4,

M5, M6, M8, M10Thread type =Metric.

13

339 BEARING PULLERMade of drop forged steel, 3 legs.Maximum spread (mm)

= 130.Maximum reach (mm) = 110.4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Jhang 2

GCT Chakwal 2

346 Die Set M4 To M20 With Die

StockM4 To M20 With Die Stock 5 GCT, Rawalpindi 5

347 Taps, Dies And Reamer 12pcs Tap and Die Set,Carbon steel, 3 GCT, Rawalpindi 3

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 1

GCT Jauhrabad 2

GCT PDK 2

GCT Attock 4

GCT Jhelum 4

GCT Kamalia 4

351 Bench ViceMade of cost steel, Width of jaws =150

mm15 GCT Chakwal 15

352 BENCH VICE

Made of cast steel/cast iron,hardened jaws gun metal nut,

square threaded spindle.

Width of jaws (mm) = 125.

50 GCT Chakwal 50

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

353 French curvesGood Quality, medium size (Plastic)

(Sets)20

354 Instruments box Special Compass Set 6

349 Bench Vice Made of cast steel Width of jaws =150 mm/6" 4

350 BENCH VICE

Bench Vice

4” (100 mm) jaw width.

C.Iron body.

Steel screw.

Hardened carbon steel

interchangeable jaws.

12

345 DIE SET Metric size = ½"- 1½" 4

348 TAP SET

High carbon steel cut thread taps, with tap drill sizes 1/8,

¼, 3/8, ½, 5/8, ¾, 7/8, 1”; ratchet type and bar tap

wrench, complete with wooden/metal carrying case.

16

344 Die & tap set 2,4,6,8,10mm in box TAP AND DIE SET 40 PCS 4

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Attock 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Jhang 5

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Jauhrabad 10

GCT PDK 10

358 RUBBER MALLET

Rubber Mallet HRUH8216

Decscription

Weight :16oz/450g

INGCO Style Fiberglass handle5 GCT Chakwal 5

GCT Jauhrabad 20

GCT PDK 20

360 WOODEN MALLET

Wooden mallet, high class finish.

Natural Wooden Hammer Dimensions

7.8" x 2.58" x 1.45"

5 GCT Chakwal 5

GCT Jauhrabad 16

GCT PDK 16

362 Valves

Ball Valve , Globe Valve , Needle Valve , Gun Metal Valve

, Non-return Valve ,

½ , ¾, 1 , 1 ½ , 2 inch dia. each4 GCT Chakwal 4

363 V-BLOCK

Made of tool steel hardened and highly polished. Both

sides V grove along with suitable clamp.

Length (mm)=100.

Width (mm) = 60.

Height (mm) = 55.

5 GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 16

GCT PDK 16

365 MALLET HARDWOODHead dia 75 mmComplete with handle 400 mm long fixed

into the head.25

366 Trovel 8" 8” with wooden handle 32

361 Wooden mallet Dia 3 inch (with hard wood handle) 32

364 MalletHead dia 75 mmComplete with handle 400 mm long fixed

into the head.10

357 RUBBER MALLET

Hard rubber mallet with wooden handlehigh class

finish.Dimension = Dia 60 x Length 60 mm.Length of

handle = 380 mm.

20

359 WOODEN MALLETWooden mallet, high class finish.Dimensions

= 150 x150.40

355 Instruments BoxSpecial Compass Set (large size)

(Sets)14

356 Sharpener machine Sharpener machine 16

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

367 Trowel (200-280 mm long steel) (200-280 mm long steel) 20 GCT Chakwal 20

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

GCT Jauhrabad 5

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

371 Oil cane Pressure type OIL CANE 400g 3 GCT, Rawalpindi 3

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 10

GCT PDK 10

GCT Jhang 25

373 Safety Goggles.Eye and fore head protector with clearglass type with

elastic strape.45

370 Oil CaneSteel body and metallic pump long spout.Capacity (ml)

=500.Length of spout (mm) = 200.20

372 Gas welding GoggleWelding goggle of 50 mm dia lens type,spark proof for

lens and elastic. Different lense shade number 10-1220

368 MASON TROWEL

Mason Trowel

Tampered and hardened Carbon Steel Blade

Square tip blade 20-28cm long

Wooden handle

15

369 TROWEL (200-280 MM LONG

STEEL)TROWEL (200-280 MM LONG STEEL) 24

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Chakwal 5

GCT, Rawalpindi 5

375 Clear Goggles.Eye and lore head protector with clear glass type with

elastic.20 GCT Chakwal 20

GCT Jauhrabad 5

GCT PDK 10

377 Welder Helmet.

Made from fiber glass

With adjustable forehead & crown band safety glass and

welding lenses. No. 10 20 GCT Chakwal 20

378 Safety HelmetSafety Halmet of best quality used in Civil/Construction

Projects25 GCT Jhang 25

379 Set square Plastic Small 20 GCT Jhang 20

376 Welder Helmet.Made from fiber glassWith adjustable forehead & crown

bandsafety glass and welding glasses. No. 10 and 1215

374 Safety Goggles Flip Top Safety goggles Workplace 10

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Attock 5

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhelum 5

GCT Kamalia 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 16

GCT PDK 16

GCT Attock 5

GCT Attock 8

GCT Jhang 8

GCT Jhelum 5

GCT Jhelum 8

GCT Kamalia 8

GCT Kamalia 5

381 Shovel with wooden handle

Shovel with handle

9” (225 mm), square / round point, forged steel blade / D-

shaped handle wooden 750mm long.79

380 Set squareTransparent medium size (300 mm)

(Sets)41

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

382 Shovel with handle9” (225 mm), square / round point, forged steel blade / D-

shaped handle wooden 750mm long.10 GCT Chakwal 10

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 2

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Attock 2

GCT Chakwal 2

GCT Jauhrabad 2

GCT Jhang 2

GCT Jhelum 2

GCT Kamalia 2

GCT PDK 2

GCT, Rawalpindi 2

384 Templates Circle Square, Hexagon, Triangle 6

385 TemplatesCircle SquareTemplates Circle Square, Hexagon, Triangle

(Sets)16

383 Tee square (600 mm)Transparent 8

Institute Qty Unit Price Total Price (Rs)

1 Acetylene Cylinder Regulators.Standard size two stage regulator Max delivery 15 PSI ,

Pressure Gauges Inlet 400 PSI delivery 30 PSI16

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY

WITH QUANTITY PAKISTANI RUPEES

GCT Jauhrabad 2

GCT PDK 2

GCT Attock 2

GCT Jhelum 2

GCT Kamalia 2

GCT Attock 10

GCT Jhelum 10

GCT Kamalia 10

GCT PDK 2

GCT Jauhrabad 25

GCT Jauhrabad 10

GCT PDK 10

GCT PDK 25

388 STEEL RULEMade of stainless steel, highly polished, clear graduation

marks.

Measuring range (mm)= 0-150

20 GCT Chakwal 20

389 STEEL RULE

12” (300 mm) long 30mm wide and 3mmthick, stainless

steel chrome plated double sided, permanently graduated

in inches and mm.

20 GCT Chakwal 20

390 STEEL TAPE

Length 5m, with slide lock, power/automatic return,

graduations on both sides in m & ft, plastic / metallic

case.

20 GCT Chakwal 20

GCT, Rawalpindi 25

GCT, Rawalpindi 10

28,918,108

391 Vernier Caliper 150 Mm Range: 0-150 mm,Stainless steel 35

Total

386 Single wheel barrow

Wheel Barrow:

Capacity: 75-100 Ltr.

Size: 130x60x80 cm (approx)

Frame: Angle Iron (1.5 x 1.5 x 0.25 inches) / body M.S

sheet (16 SWG)

Wheel: Rubber (tubeless tyre)

10

387 STEEL RULESharp and clear graduation marks made of anti rust

steelRange (mm) = 300.Minimum reading (mm) = 0.5.102

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: ELECTRICAL

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

5A 75mV DC GCT Jauhrabad 5

5A 75mV DC GCT Jhang 5

5A 75mV DC GCT PDK 5

5A 75mv Dc GCT, Rawalpindi 5

20A/50mV GCT Jauhrabad 5

20A/50mV GCT Jhang 5

20A/50mV GCT PDK 5

20A 50mv GCT, Rawalpindi 5

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

PACKAGE NAME: ELECTRICAL

3 Ammeter Shunt 20

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

2 Ammeter Shunt 20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT Jauhrabad 2

GCT Jauhrabad 5

GCT Jhang 2

GCT Jhang 5

GCT PDK 2

GCT PDK 5

GCT, Rawalpindi 2

4 Ammeter 0-3 ampere 10

5Auto Transformer (Variac) with

dual digital volt meterSingle Phase, 1KVA, 0-270V, Dry type 40

6 Auto Transformer Starter 3 Phase, 400V, 50Hz, 5A, Dry type 23

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 3

GCT PDK 3

GCT, Rawalpindi 3

8 Ceiling FanWatts: 75 Brand Warranty

1 GCT, Rawalpindi 1

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

10 Digital LCR meter

• Dual display, 20,000/1,000 counts□•

Measurement parameters: R.L.C.D.Q.

Parallel/Serial test mode□• Relative mode□• Self

calibration□• Static recording (Max/Min/Avg)□•

External DC power operation□• Auto power off□•

Low battery indicator□• Backlit□Sp

2 GCT Jauhrabad 2

7 Bench growler 220 V supply 9

9 Digital Gauss meterrange: 200/2000 m Guass 200 micro Tesla min

Bandwidth: 30 to 300 Hz min

Room Temperature operation

20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 5

GCT Jauhrabad 2

GCT Jhang 5

GCT Jhang 2

GCT PDK 5

GCT PDK 2

GCT, Rawalpindi 2

11 Dipole Antenna

Multipurpose dipole antenna kit (Dipole set

includes 1x dipole base with 60cm RG174, 2x

23cm to 1m telescopic antenna, 2x 5cm to 13cm

telescopic antenna, 1x 3m RG173 extension cable,

1x flex tripod mount, 1x suction cup mount)

20

12 Direct on Line Starter 230V, 50Hz, 3A 23

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jhang 2

GCT, Rawalpindi 2

14 B. Drum Switch Rev / ForRev/For Star Delta 3-Phase 500V, 10A,Contact

brass made with silver coated10 GCT, Rawalpindi 10

15Main Switch Single phase 30A,

220/250VACSingle phase 30A, 220/250VAC 10 GCT Chakwal 10

16 Main Switch Three phase 30A Three phase 30A 10 GCT Chakwal 10

17 Earth Tester Analog:

Earth Resistance: 0-10-100-1000 ohmEarth

Voltage: 0 to 30VStorage bag,

ManualWith 3-Spikes and 3-coils of wire

3 GCT Jhang 3

GCT, Rawalpindi 1

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

13Double Balanced Mixer

(Frequency Mixer)

RF/LO Freq 50 - 1000 MHz

RF Power:50mW

Current:40mA

4

18 Electric Blower 1/8 HP 230v 50Hz 4

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT, Rawalpindi 1

21 Electric Steam Iron 230 V, 1000W, 50 Hz 4

19 Electric Kettle 0.8 Liter, Stain Less Steel 20

20 Electric Oven 230V, 50 Hz, 20 Litre 6

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

22 Frequency Multiplier (1 ~ 200MHz) 8

25 Loop Antenna AM loop antenna 20

23 Helix Antenna

Bandwidth : 2.4/5 GHz

Gain: 12DBi

Directivity: Omni Directional20

24 Horn Antenna

Frequency Range:4.9 GHz to 6.4 GHz

Polarization Type:H/V | Slant(±45°) Gain:13.8

dBi Horizontal/Vertical Beamwidth

3dB:42° Horizontal/Vertical

Beamwidth 6dB:60°F/B

Ratio:35 dB

20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 6

GCT PDK 6

GCT, Rawalpindi 6

GCT Jauhrabad 6

GCT PDK 6

GCT, Rawalpindi 6

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

29 MDI Meter single phase. 10(40) A 1 GCT Jhang 1

30 Measuring Tap 3M 3M 25 GCT, Rawalpindi 25

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

26 Magnet alnico bar Alnico Bar 18

31 Milli Wattmeter Analog, Portable type, Multi-range 20

27 Magnet alnico u shape 3” Alnico U Shape 3” 18

28 Magnetic Compass50-80mm diaAnalog type, Laboratory type, Round

shape20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

34Optical time Domain reflector

meter

Wavelength 1550nm±20nm 1310/1550nm±20nm

Dynamic Range① 24/22dB

Fiber Type: SMF/MMF(optional)

Measurement Range 0.5~64km

2 GCT, Rawalpindi 2

35 C. Push Button Three Way C. Push Button Three Way with fine quality 25 GCT, Rawalpindi 25

36 Circuit Breaker 3-pole, 30, 60A Circuit Breaker 3-pole, 30, 60A 10 GCT Chakwal 10

37Circuit Breaker Single pole,

6,10,20ACircuit Breaker Single pole, 6,10,20A 10 GCT Chakwal 10

38 Rheostat Air core 25 ohm 2.5 – 3A 2 GCT Jhang 2

32 Monopole AntennaImpedance: 50 ohm

Gain min. : 2 dBi 20

33 Optical stand (4 Posts)Height 101.6 mm

Diameter 12.7 mm 20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

39 Rheostat Air Core Resistance 100W, 2.5 – 3A, 0-200 ohm 1.8A 300VA 5 GCT PDK 5

40 Rheostat Air Core 100 Ohm 2.5 – 3A 2 GCT, Rawalpindi 2

41 Spectrum Analyzer9KHz to 1.8GHz i/P 230v 50Hz with all

accessories2 GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT, Rawalpindi 5

43 Transformer Oil Testing Kit

*Portable transformer oil test equipment

*Fully automatic system,

*completely self-contained, compact and portable

* smooth variable test voltage from 0 to 60, 75, 80,

90 or 100 kV for testing the dielectric strength of

insulating oil

8

44 Tuneable Low Pass Filter 6.3 GHz to 18 GHz 20

42Speed Measuring / Calibration

Disk2, 4, 6, 8 Sectors 20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 2

GCT PDK 2

GCT, Rawalpindi 2

47 Voltmeter AC PortableRange: 75 – 300V with mirror under layScale:

120mm to 135mmAccuracy: 2.5%.5 GCT PDK 5

48 Voltmeter AC/DC Portable:

Multi-Range: 7.5-15-30-75-150-300-

600VScale: 120mm to 135mm with mirror under

layAccuracy: 2.5%.

2 GCT PDK 2

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT, Rawalpindi 1

GCT Jauhrabad 2

GCT Jauhrabad 2

GCT PDK 2

49 Washing Machine 7 Kg, Single Phase 4

50 Wattmeter portable single phase

Switchable Current Range: 1 & 5A

AC/DCSwitchable Voltage Range: 12-24-48- 120-

240-480V AC/DCScale: 120mm to 135mm with

mirror under layAccuracy: 2.5%.

6

45Variable Frequency Control Drive

(VFD)3ph – 3ph, 400V, 200W, 1-100 Hz range 8

46 Voltmeter ac/dc portableMulti-Range: 3-6-12-30VScale: 120mm to 135mm

with mirror under layAccuracy: 2.5%.6

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT, Rawalpindi 1

GCT Jauhrabad 6

GCT PDK 6

GCT, Rawalpindi 6

53Wire Guage standard (imported) 0

– 45 SWGWire Guage standard (imported) 0 – 45 SWG 10 GCT Chakwal 10

541000 Volt Magger (Insulation

Tester)

1000 volt,Capable of measuring earth

voltage,Analog1 GCT, Rawalpindi 1

GCT Jauhrabad 10

GCT PDK 10

56 Amp MetersMax AC Current: 10A,Power Supply: 9V Battery

(Included)10 GCT, Rawalpindi 10

GCT Jauhrabad 2

GCT PDK 3

55 Meggar 1000 Mega ohm 1000 V 1000 Mega ohm 1000 V(Manual) 20

57 Ammeter AC/DC PortableMulti-Range: 1-30AScale: 120mm to 135mm with

mirror under layAccuracy: 2.5%.5

51 Window type air conditioner 1.5 Ton 4

52Wire guage standard (imported) 0

– 45 swg0 – 45 SWG 18

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 3

GCT PDK 3

GCT, Rawalpindi 3

GCT Jauhrabad 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 3

GCT PDK 3

GCT, Rawalpindi 3

60 Power Clamp on Meter Digital:

Auto/Manual Ranging□AC Current: 40 – 1000A

Min. in 4 ranges□AC Voltage: 40 – 600V Min. in

4 ranges□Active Power: 4 – 600W Min. in 6

ranges□Apparent Power: 4 – 600KVAR in 6

ranges

2 GCT Jhang 2

58 Micro ammeter dc portable:

Multi-Range: 15-30-75-150-750-

1500

mirror under layAccuracy: 2.5%.

9

59 Milli ammeter ac/dc portable:Multi-Range: 60-120-300-600mAScale: 120mm to

135mm with mirror under layAccuracy: 2.5%.15

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

1561 Clamp on meter

Maximum AC current of 600A Measure AC

Current, AC/DC Voltage and Resistance Data

Hold “freezes” data in display 1.25" (33mm)

Audible Continuity beeper Auto power off

Complete with test leads and cas

5 GCT, Rawalpindi 5

62 Clamp On MeterCurrent Range:200A-1000A,Resistance

Range:20MΩ-2000MΩ,Voltage Range:1000V5 GCT, Rawalpindi 5

GCT Jauhrabad 5

GCT PDK 5

63AC/DC DIGITAL CLAMP

METERS

Features

• Relevant Measurement Items are Displayed

while Current and Voltage Measurements.

• Connectable to Oscilloscopes or Recorders.

• Dust-proof and Water-resistant Cases.

• High-speed sampling, 1000 times / sec.

Specifications

Display 4000 count LCD,

Maximum reading 9999

Range Selection Auto / Manual Ranging

Conductor Diameter φ55mm Max.

Power Supply 9V 6F22 Battery (x 1)

Accessories Test Leads (x 1 set)

Output Cable

Carrying Case (x 1)

Battery

10

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

64 Pliers

Size: 8 inch lengthComponents: A pair of handles,

a pivot where the handles join, and the head

section that contains the gripping jaws or cutting

edges.Material: Steel alloys and corrosion

resistance.Flat jaws with a cutting edge near the

fulcrum

10 GCT, Rawalpindi 10

65 Pliers Long nose plier-6 Inch-160mm 30 GCT, Rawalpindi 30

GCT Chakwal 3

GCT, Rawalpindi 3

67 Insulated Pliers With Side Cutter Insulated Pliers With Side Cutter 15 GCT, Rawalpindi 15

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Chakwal 10

66 Pliers

VISE GRIP PLIER 07"CP (CURVED JAW)

ORIGINAL KINGTONY BRAND TINMAN

SNIP 8'' C MART BRAND ,DIAGONAL

CUTTING PLIER 6'' INDUSTRIAL INGCO

BRAND,SLIP JOINT PLIERS 8" TOPTUL

6

68 PLIERS ADJUSTABLE

Adjustable 8-10” (20-24cm) size. Chrome plated

steel, hardened and tempered, jaws, normal and

parallelogram shape (7 positions) handles non slip

cushion grip.

25

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT, Rawalpindi 10

GCT, Rawalpindi 10

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Jauhrabad 1

GCT PDK 1

GCT, Rawalpindi 1

GCT Jauhrabad 5

GCT PDK 5

70 Analogue Multimeter

sanwa-yx360trf-multimeter Bandwidth 30Hz -

100Hz (AC10V), Resistance 200 Mega ohm with

low voltage, Analog Multimeter Tester

4

71 Multimeter analog:

AC/DC Volt: 0 to 1000V in 4-rangesAC/DC Amp:

0 to 10A in 4-rangesResistance: 0 to 20M ohm in

4-rangesBuzzer & Continuity CheckTest Leads.

3

69 MultimetersDigital Multi meter portable type in Drop proof

case range 0-600V, 0 Ohms to 10 mega ohms20

72 Multi meter Digital

3-1/2digit 4000 count LCD DisplayAuto power off

(Enable or Disable)DCV 400mV to 1000VACV

400mV to 1000VDCA 400mA to 10AACA

400mA to 10AResistance 400W to 40

MCapacitance nF upto 1000mFFrequency 50 Hz

to 1MHzWith all accessories and Operational

Manual

10

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

73 Digital Multimeter

DC voltage (V) 1000V ±(0.5%+3)

AC voltage (V) 1000V ±(1%+3)

DC current (A) 10A ±(1%+2)

AC current (A) 10A ±(1.2%+5)

Resistance (Ω) 40MΩ ±(1%+5)

Capacitance (F) 100μF ±(3%+5)

Frequency (Hz) 10Hz~1MHz ±(0.1%+4)

Temperature (°C) -40°C~537°C ±(1%+10)

Features Display count   4000

Auto range Auto power off   √

Input impedance for DCV Around 10MΩ √

Dwell/Tach 4CYL/6CYL/8CYL ±(3%+5)

General Characteristics

Power 9V battery (6F22)

Display 65mm×43mm

Product color Red and grey

Product net weight 370g

Product size 180mm x 87mm x 47mm

Standard accessories Battery, test leads, alligator

clip, RS-232 interface cable, PC software CD,

point contact temperature probe, multi-purpose

socketStandard individual packing Gift box,

English manual

3 GCT, Rawalpindi 3

GCT Jauhrabad 10

GCT PDK 10

74Multi Meter0-1000V analog/

digital0-1000V analog/ digital 20

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 10

GCT PDK 5

GCT Jauhrabad 5

GCT PDK 5

75 MULTIMETER (Analog)

Resistance up to 20MW check

protection on all ranges

measurementSpecificationsDC Voltage Ranges :0

to 1000V, 3%FSD, in different stepsAC Voltage

Ranges:0 to 1000V, 4%

20

76Portable Type Multi range

Voltmeter

AC/DC Voltage Range =60-120-300-600 VClass

of accuracy 0.5 %Scale length=120 mm to 135

mm□Frequency=40…60 … 400 Hz□Mirror

under-lay, Moving iron type withdelicate hair like

spring provided withconical edge and jewel. Along

withstandard Accessories and manual

15

77

Portable Type

MultirangeElectrodynamic Power

Meter (SingePhase)

Class of accuracy 0.5 %Scale length 120 mm to

135 mmScale linear calibratedAC/DC current

ranges 0.5-1-2.5-5 AAC/DC Voltage ranges12-24-

48-120-240-

480 VMirror under-lay, Electro

dynamicmovement with delicate hair like

springprovided with conical ed

10

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

79 3 Pointer Resistance Starter 220 V DC 0.3 kW 8

783pt & 4pt Starter 440V with

complete fitting DC motor440V with complete fitting DC motor 15

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT, Rawalpindi 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 5

GCT Jauhrabad 2

GCT Jhang 5

GCT Jhang 2

GCT PDK 2

GCT PDK 5

GCT, Rawalpindi 2

80 4 Pointer Resistance Starter 224 V DC 0.3 kW 8

81 Star Delta Starter 7.5hp-England20 amp-440 v. 3 phase 15

82 Automatic Star-Delta Starter 2 Push Button , 400V, 50Hz, 5A 23

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

84Knife Electrician Folding type 4”

bladeKnife Electrician Folding type 4” blade 10 GCT Chakwal 10

85 Energy Meter 3 phase digital 5 GCT Jauhrabad 5

86 Energy Meter 3 phase analog 5 GCT Jauhrabad 5

87 Energy Meter Single phase digital 5 GCT PDK 5

88 Energy Meter Single phase analog 5 GCT PDK 5

89Energy Meter Single phase

Analog:

Voltage: 220-240V

Current: 10/40A

Frequency: 50Hz10 GCT Chakwal 10

90Energy Meter single phase digital

and analog glass cover single phase digital and analog glass cover 10 GCT Chakwal 10

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

83 Manual type Star-Delta Starter 400V, 50Hz, 5A 15

91 Energy meter single phase analogVoltage: 220-240VCurrent: 10/40AFrequency:

50Hz4

92 Energy meter single phase digitalVoltage: 220-240VCurrent: 10/40AFrequency:

50Hz4

93Magnetic Contactor-14HP-24Am

400v.14HP-24A, 400v.3 Phase 15

Place of Delivery Qty

Unit Price

Including All

Taxes

Total Price

Including All

Taxes

Sr.No Item Name SpecificationsTotal

Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

12 In 1 SMD Hot Air Rework

Station

Soldering Iron Temperature Range: 200 to 450

CHot Air Temperature Range: Room temperature

~ 450°C Power Input: AC 220V~240V, 50HzWith

all accessories branded

15

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

95Magnetic Contactor-7HP single

phase7HP single phase 20 GCT Chakwal 20

GCT Jauhrabad 5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jhang 5

GCT PDK 5

GCT PDK 5

GCT, Rawalpindi 5

GCT, Rawalpindi 5

Total 7,968,239

94 Magnetic Contactor-7HP 7HP single phase 15

96 Magnetic Contactor400-415V, 50 Ampere, 50 Hz, With all

Auxiliaries40

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: HVACR

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

1 A/C Split 1 Ton, Dc inverter, Heat and Cool 1 GCT, Rawalpindi 1

2 Absolute Vacuum Pump Portable,Two Stage Pump capable of vacum

up to 15 micron,Up to 3 cfm1 GCT, Rawalpindi 1

3 Absorption Refrigerator Ammonia water type 1 GCT, Rawalpindi 1

4 Air Velocity MetersMeasuring range 0-30m/s, Temperature range -

10 to 45 C3 GCT, Rawalpindi 3

5 Automatic Expansion ValveSize 3/8*1/2 ,Range of evaporator

Temperature -40 C to + 10 C 5 GCT, Rawalpindi 5

GCT, Rawalpindi 2

GCT, Rawalpindi 1

7 Capillary Tube CleanerStainless Stee,l Capillary Tube Tubing Tool

OD 6mm ,ID 4mm ,Length 250MM 5 GCT, Rawalpindi 5

8 Centrifugal Pump.

Max. Capacity: 1,100 US gpm (max.)

Max. Head: 58 m (max.)

Speed: 1450 / 2900 rpm

Max. Inlet: 6”

Max. Outlet: 3”

Maximum temperature of pumps liquid -15°C to

+70°C

Maximum ambient temperature 40°C

Maximum working pressure 5.7 bar

2 GCT, Rawalpindi 2

9 Combination Thermostate.

Both Heat and Cool PurposeTemperature

control range; -50 to +110Temperature

measurement accuracy; 0.1 Input power; DC

12V

1 GCT, Rawalpindi 1

PACKAGE NAME: HVACR

6Capacitor Analyzer With

Tester

Portable Digital Capacitance Capacitor Meter

Tester 200pF~20000uF3

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

GCT, Rawalpindi 1

GCT, Rawalpindi 1

GCT, Rawalpindi 5

GCT, Rawalpindi 5

12 Electric Heat Sequencer. 2 Switches 1 GCT, Rawalpindi 1

13 ElectronicLeak Detector,Working temperature: 0C~-50C,

Detect leak of CFCS.HCFCS,HFC2 GCT, Rawalpindi 2

2

5

15 Fins straightening comb. Round Shape Multi Size.Material: Teflon 5 GCT, Rawalpindi 5

16 Flaring Tools

FLARING TOOL COMPLETE KIT Flares : 1/8"

, 3/16" , 1/4" , 5/16", 3/8" , 7/16" , 1/2" , 5/8" ,

3/4"O.D.Tubing(1/8" , 1/4" , 3/8" , 1/2" , 5/8")

5 GCT, Rawalpindi 5

17 Gasket Knottier For Refrigerator, 2 GCT, Rawalpindi 2

GCT, Rawalpindi14 Fins Straightening Comb.aluminum alloy, stainless steel,14.5 x 2.5 cm/

5.7 x 0.99 inch7

10Different Types of Air filter

For AHU

Enclosed in frameAluminum mesh Filters1" x

12" x 12"Synthetic material Filter1" x 12" x 12"2

11 DividersSpring screw typeSet of 3- pieces8'',10''&12''

Size10

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

18 Halide TorchHydrochlorofluorocarbons (HCFC),

Chlorofluorocarbons (CFC)2 GCT, Rawalpindi 2

19 Heating Thermostate.

For Heating PurposeTemperature control

range; +30 to +130Temperature measurement

accuracy; 0.1 Input power; DC

12V

2 GCT, Rawalpindi 2

20 Hollow Punch SetHollow Punch Set 0.25mm to 10mm Leather

Craft Round Cutter Tools20 GCT, Rawalpindi 20

GCT Chakwal 1

GCT, Rawalpindi 1

22 NUMBER SET

Made of high quality carbon steel hardened set

of 9 pieces.

Letter size (mm) = 5

4 GCT Chakwal 4

23 Hollow Punch set

Combination Set of 5 Pcs3mm, 5mm, 6mm,

8mm & 10mmHeat treatedKnurled grips

for extra gripCarbon Steel

constructionHardened and temperedPrecison

ground flutes and cutting edges.Can make

clean holes in

gaskets,leather,plastic,rubber,paper and others

5 GCT, Rawalpindi 5

2

21 Numbers punch set

Uxcell Number Metal Stamp Set, 1/2" 12.5mm,

Digital 0 to 9, Numbers Punch Set Wood

Leather Steel Punch Tool Leather Craft Stamp

2

24Humidistat (Digital +

Ordinary)

AC 100V - 240 VAC 50/60 HZ, 5-99% control

range, Humidification mode, Dehumidification

mode, Accuracy +/- 3% RH, Buzzer Alarm (High

and low humidity alarm), Input sensor ( humidity

sensor of length 2m), Input power cable (length 1.5

m) , Output power cable (25 cm).

2 GCT, Rawalpindi

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

25 Leak Detector Halide Torch

Digital Electronic Leak DetectorDetects all

HCFC and HFC Refrigerants with Flexible

Probe□Easy – One Hand operation□Battery

operatedAudible and visual leak

indicatorsAdjustable Volume ControlIncludes

spare Sensing Tip''ii. Not available in market

2 GCT, Rawalpindi 2

GCT, Rawalpindi 2

GCT, Rawalpindi 2

27 Manometer For Air Velocity

Simultaneous display of Pressure, Air Velocity

or Air Flow plus Temperature, 32.0 to

122.0°F, 0 to 99,999CFM, 200 to 15733FT/MIN

5 GCT, Rawalpindi 5

28 Micro Pressure Gauges Pressure Gauge, 1/2 inch, 0-25 MPa 1 GCT, Rawalpindi 1

29 Oil Pressure Switch 220v,0-5 Bar 5 GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT, Rawalpindi 5

26Leak Testing

Apparatus(Electronic Leak

Detector)

Battery Life up to 30 hrs. under normal

condition,Size 9*2.6*2.6 inch.Working

temperature 0 to 52 degree CSensivity

halogenated refrigerant 0.11 oz/yrPower

powered by 2c batteriesresetting time 2

seconds,

4

30 Pinch off tools7 inch, (Plier Type)pinches off and locks on,

copper tubing up to 3/4"Material: Alloy Steel10

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

31Pressure Gauges (High

Pressure & Compound

Gauge)

Suitable for: R12, R502, R22, R410, R134A,

Pressure: 0-500psi, 0-35kgf / cm2, Colour red

and blue

10 GCT, Rawalpindi 10

GCT, Rawalpindi 4

GCT, Rawalpindi 2

33 Pullers Twin legs reversible

Twin legs reversible for internal and external

pulling of bearing and gears, Reach : 190 mm

max, Spread : 300 mm max.

3 GCT Chakwal 3

GCT Chakwal 4

GCT, Rawalpindi 2

35 Refrigerant Chart Combined chart of R-134a,R-22,R-410A 1 GCT, Rawalpindi 1

36 Relay contractor and startor. Power AC Contactor 1NO AC 220V 50/60Hz 1 GCT, Rawalpindi 1

37 Screw Extractors

sizes.1: 1/8" - 1/4",NO.2: 1/4" - 5/1,NO.3: 5/16"

- 7/16",NO.4: 7/16" - 9/16"NO.5: 9/16" - 3/4"

5Pcs/Set Screw Extractors,

2 GCT, Rawalpindi 2

32 Pully Pullers

Three arms, tighter the grip for removing

gears, bearings and countless other press

fitted parts.Maximum nominal span from 150

mm Cone system for automatic centring and

secure positioning of armsStrong springs to

keep arms apart for

easy operationCon

6

34 PullersGears, Bearings PULLER 4'' 3 JAWS

8 internal extractors, Approx capacity 12 to 70 mm6

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

GCT, Rawalpindi 1

GCT, Rawalpindi 1

39 Snips Metal Sheet Cutter,(250mm, 10") 5 GCT, Rawalpindi 5

40 Solenoid Valve. 1/4 Inch12V DC 2 GCT, Rawalpindi 2

41 Sound Level Meter.

Measuring Range30~130 dBA

35~130 dBC

5 GCT, Rawalpindi 5

42Swaging Tools (Hammering

Types)

6pcs copper type Swaging Tool Drill Bit Set

Portable 7/8" 3/4" 5/8" 1/2" 3/8" 1/4" with

hammer

5 GCT, Rawalpindi 5

3

5

44 Test CordConnecting wire with conccetor at both end for

trainers5 GCT, Rawalpindi 5

45

Trouble Shooting Calculator

The Calculator Simplifies The

Job Of Diagnosing Cooling

System Troubles.Features:

19 Major Complaint Sections

,32 Part Trouble Shooting

Index, 127 Possible Cause

Items , All Items Keyed To

Repair Windows

The calculator simplifies the job of diagnosing

cooling system troubles. Features: 19 Major

complaint sections ,32 part trouble shooting

index, 127 possible cause items , All items

keyed to repair windows

10 GCT, Rawalpindi 10

GCT, Rawalpindi

38Sling Psycho meter

(Hygrometer)

Set of 2-Meters, Dry Bulb / Wet Bulb

Temperature25 to 120 F or -5 to +50

C,Relative Humidity (RH): 10% to 100% for dry

bulb temperature between 30 and 100 F (- 1 to

38C)Accuracy 1 ± F (0.5 ± C)

2

43 TachometerDigital Range :0 to 5000 rpm,Max/min hold

true avaerage8

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

46Tube Benders (Pulley &

Spring Type)

Manual Pipe Bender 6mm 8mm 10mm Copper

Pipe Bending Machine,Aluminum alloy,upto

180Degrees

5 GCT, Rawalpindi 5

47 First Aid Kit

First aid box, 7.5cmX3 cm Cotton Bandages,

10cmX3cm Cotton Bandages, Sterile Gauze

Pads, pyodine soulution, methylated spirit,

cotton roll adsorbent, tincture benzoin

compound, adhesive plaster, safty pins,

anispeptic cream for burn(Quench), polyfaz

ointment, dichloran gel, cicatrin powder,

suniplast, alcohlic pads, scissors, tourniquet,

torch, pain killer (Spray), digital B.P appratus,

Thermometer.

2 GCT PDK 2

48 Tube Cutter Use range:  3mm-16mm/1/8"-5/8"  ,Alloy steel 5 GCT, Rawalpindi 5

49 Velocity Meter

Storage temperatur -40 C to 60 C, Power

consumption 6MA, Operating temperature 0-50 C,k-

type thermocouple sensor,Display : Large 3-1/2

digits LCD

2 GCT, Rawalpindi 2

50 water Manometer

Pressure range:-100~0 kPa Operating

Temperature: -20~60℃Size:80mm Application:Liquid

or gas Supply: 3V(Battery-

powered)

1 GCT, Rawalpindi 1

GCT, Rawalpindi 10

GCT, Rawalpindi 5

51 Reamers

3/16" - 1 1/2" O.D.tubing.Reams Both Inside

and Outside Edges of Tubing.All-in-one design

allow to remove burrs from both inner and

outer pipe surfacesCan be used safely on

Copper

15

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

GCT Chakwal 5

GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT Attock 8

GCT Jhelum 8

GCT Kamalia 8

GCT Chakwal 2

GCT, Rawalpindi 2

GCT, Rawalpindi 2

GCT, Rawalpindi 5

56 Spirit Level Steel 50 GCT Jauhrabad 50

55 Sprit level

Aluminum box frame with milled edges/Plastic

end caps 2 solid vials (horizontal

&vertical)Length :12''(30cm)

7

53 Scissors

Size: 8 Inch with insulated gripMaterial:

Stainless SteelBlade Type: Straight Blade Tip:

Sharp

34

54 Scissor

Tailor Scissors 10Inch Total Lengths (large)

• Ideal for Cutting Thread, Upholstery, Leather,

Fabrics...

• Also cut Cottons, Polyesters, and Suede

• Adjustable Tension Screws

• Sharp Stainless Steel Blades

4

52 PIPE REAMER

• High speed steel straight flute,

• Parallel hand reamer, left hand spiral, right hand

cutting,

• 50 mm dia.

20

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

57 Sprit Level size 24 inch 4 GCT, Rawalpindi 4

5

8

8

5

8

5

GCT Chakwal 20

GCT, Rawalpindi 10

GCT Jauhrabad 5

GCT PDK 5

GCT, Rawalpindi 5

13

GCT Jhang 13

GCT Jhelum 13

GCT Kamalia 13

GCT Attock

GCT Jhelum

GCT Kamalia

59Thermometers(Fahrenheit &

Celsius)

Temperature range: -50 ~ 70 degrees (-58 ~

158 ° F),Digital Thermometers77

GCT Attock

58 MASON'S SPIRIT LEVEL

Mason’s Spirit Level

600 mm and 1200 mm long, one each box section

level, hardened aluminum, powder coated finish,

one horizontal vial and two plumb vials.

59

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

GCT Jhang 15

GCT Jhang 20

61 Thermometerglass, murcury 110 C,grauation 1c, length

300mm19 GCT Chakwal 19

GCT, Rawalpindi 5

GCT, Rawalpindi 5

GCT Attock 20

GCT Jhelum 20

GCT Kamalia 20

63 Wire brushCast steel wire, wooden handle standard size

8 GCT Chakwal 8

64 Hand Brushes

5 flat brushes of different sizes. This Versatile

brush can also be used to apply varnish, glaze,

glue, watercolor washes, stain and dye

5 GCT Chakwal 5

65 Hand brushes Wire type 5 GCT, Rawalpindi 5

60 Thermometer ½ degree upto 110o C 35

62 Wire brushers

Type: Steel / Brass wire brushStyle:

ScourerShape: LongLength: 250mmMaterial of

Wire: Stainless Steel / Brass WireBrush

Handle Material: WoodWooden base: 15-

16mm thickness

70

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH

QUANTITYPAKISTANI RUPEES

GCT Jauhrabad 10

GCT PDK 10

GCT Jauhrabad 1

GCT PDK 1

GCT, Rawalpindi 10

GCT, Rawalpindi 10

GCT Chakwal 10

GCT Attock 5

GCT Jhelum 5

GCT Kamalia 5

Total 1,266,152

68 PIPE CUTTER

Adjustable tubing/pipe cutter with die cast

body, forged/hardened steel cutter/blade, two

/three flare groove rollers, for cutting 3-30 mm

size steel / G.I. pipes.

35

66 Steel wire brush Steel wire, wooden handle standardsize 22

67 Pipe Cutter G.I Pipe cuttersize 1/2'' to 2''hardend blade 20

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: POWER & AUTO DIESAL

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

1 Arc welding Plant

Model No. WD060116020

Rated Voltage: 220-400V~50/60Hz

Rated input capacity: 11.2KVA

No load voltage: 48V

Output range: 60-200A

Duty cycle: 10%@200A

Electrode diameter: Ф 2.0 -4.0mm

Protection class: IP21S

Insulation class: H

Machine weight: 23Kg

1 GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

PACKAGE NAME: POWER & AUTO DIESAL

2 Automotive Stethoscope Automotive Stethoscope 2

3 Battery tester

ANCEL BST100 Car Battery Tester Charger Analyzer

12V 2000CCA Voltage Battery Test Car Battery

Tester Charging Cricut Load Tools

2

4 Belt tension gauge

Display:4 Digits 10 mm LCD, With Colored

LED Indication of High, Low and OK

- Measurement Range:

0 ~ 750 N ( Newtons )

0 ~ 120 lb ( Pounds )

0 ~ 77 kg ( Kilograms )

0 ~ 114 Seems

2

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

5 Buffer & Grinder (Bench & Portable) 6” 1 GCT, Rawalpindi 1

6 Chain Pulley Block hoist 3TON X 5M CHAIN BLOCK TWO SWALLOW BRAND 1 GCT, Rawalpindi 1

7 Circuit tester AUTO TESTER (12V DC TESTER) 2 GCT, Rawalpindi 2

GCT Chakwal 1

GCT, Rawalpindi 1

9 Compression Gauge DieselCompression Gauge Diesel or Compression Tester

Set - Diesel Engine with accessories in box1 GCT, Rawalpindi 1

10 Compression Gauge PetrolCompression Tester Kit (Petrol Engine)

ORIGINAL TOPTUL BRAND1 GCT, Rawalpindi 1

8 Compressed air blow gunAIR BLOW GUN for part cleaning

Aluminium2

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

11Crane (hydraulic,

pneumatic).Engine crane 2Ton 1 GCT Chakwal 1

12 CVT/ CVT-i

CVTi Continuously variable transmission front

wheel driveTransmission should be in good

working condition not local used so called

“QABLI.”□Mounted on rotating moveable trolley

type stand

1 GCT, Rawalpindi 1

13Cylinder Bore Measuring

Machine Gauge

Fowler 52-646-300 Dial Bore Gage Set, 2-6"

Measuring Range, 0.0005" Graduation

Interval Range: 2 " - 6"

• Carbide anvils

• Graduation: 0.0005"

• 9.5" depth

• Easily adjustable

• Self-centering

• Insulated grip

• Chrome plated handle

• Includes 2" contact extension and fitted

case

5 GCT Chakwal 5

14Dial Gauge with Magnatic

Stand

Dial Indicator, LIYYOO Dial Test Indicator Precision

Measuring Gauge Tools Kit,With Magnetic Base

And Point Precision Inspection Set, Long Arm 0-1"

Tester Gage Gauge 0.001",Test Indicator

1 GCT, Rawalpindi 1

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

15 DolliesHigh crown dollyblock, heavy duty roughing,

shrinking, All-purpose Heel dolly block.2 GCT, Rawalpindi 2

16

Double-end lower back

panel, Heavy- duty drivinbg

spoon, Highcrown surfacing

spoon,Low crown surfacing

spoon, Edging tool.

Double-end lower back panel, Heavy- duty drivinbg

spoon, Highcrown surfacing spoon,Low crown

surfacing spoon, Edging tool.

2 GCT Chakwal 2

17ECT Automatic Planetary

gear transaxle

Used any brand in working condition

Transmission should be in good working

condition not local used so called

“QABLI.”Mounted on rotating moveable

trolley type stand

1 GCT, Rawalpindi 1

GCT Chakwal 2

GCT, Rawalpindi 2

18Engine Vacuum Tester with

slandered accessories

Multifunction Car Engine Vacuum Pressure

Gauge Meter For Fuel System Vaccum

System Seal Leakage Tester

4

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

19Engineer's File set: set of 9

fitted with handle (in set)set of 9 fitted with handle (in set) 1 GCT Chakwal 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

22

Flashback Arrester Suit

hose with dia

8.00 mm

Type: HF - 2

Size: M16*1.5

Working medium: / Oxygen

Working pressure: Medium pressure (MPa)

Rated flow: 3 m3/h

Working hole diameter: M14

Dimensions: M16*1.5

Action principle: Dry type

Device location: Centralization type

Weight: Approx.2600g / 91.7oz

1 GCT Chakwal 1

23 Floating Caliper Disc Brake complete with wheel hub, and calliper and

disc 10 GCT Chakwal 10

24 Gas welding Plant

Complete with gas clinders, cutting and

welding torch, pressure pipes, nozzles,

regulators, etc

1 GCT, Rawalpindi 1

25 Gasket Cutting Punch Set

9 hole iron 2.5-3-4-5-6-7-8-9-10mm diameter

in practical plastic box Weight: 0.5 kg made

of tool steel

5 GCT Chakwal 5

21 First Aid Box

First Aid box includes all essentials to treat

cuts and wounds First Aid box includes

cotton bandages, band-aids, scissors,

Pyodine, and cotton wool OTC medicines like

Panadol and ORS are also available in the

box.

2

20 Fire Extinguishers

DCP 6-8kg, CO2 8kg Dry Chemical Powder type fire

extinguisher complete with Gun Metal cap, hose

with squeeze grip nozzle, wall fixing brackets

conforming to BIS: 2171 and with ISI mark.

2

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

28Hand Vices Jaw opening

19mmVices Jaw opening 19mm Aluminium 5 GCT Chakwal 5

29 Hydraulic Jack

( 3-5 ton) Hydraulic bottle jack ,3-6Ton

With safety valve Min. height: 216mm

Max. height: 413mm

Travel:197mm Net weight :4.6kg

1 GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 2

GCT, Rawalpindi 2

32Manual Transaxle

(Syncromesh type)

Used and in working condition for any

vehicle with over dirve not used locally say

Qabli

1 GCT, Rawalpindi 1

26gasoline engine

compression tester

with 16mm and 21mm connectors Large, shock

protected, easy-reading 2-1/2" diameter gauge

with dual calibration 0-300 psi, 0-21 kg/cm²

2

27 Growler Tester ArmatureDIA:20mmto100mm Volts220/230 2

30 Ignition Timing Gun

BTSHUB Ignition Timing Light, 12V Strobe

Lamp, Inductive Petrol Engine Timing Light

Gun, Xenon Inductive with RPM Readout for

Gasoline for Car Motor Motorbike Vehicle

Motorcycle Marine Lawnmower

2

31 Magnetic Pickup Toolprob pick up tool set MAGNETIC FLEXIBLE HANDLE

12" 4

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

33 Nut Splitters (in Set)

Material: chrome plated finish and

hardened steel body Capacity: Suitable

for nuts of 9-12mm, 12-16mm, 16-

22mm or 22-27mm. Case material: 26 x

18 x 5cm Dimensions each: 9 - 12mm Nut

Splitter Requires 10mm Spanner to

tighten.

1 GCT Chakwal 1

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Chakwal 5

GCT, Rawalpindi 5

37 Petrol engine( 100cc, 125cc)(Used & in Good working condition

with stand)1 GCT, Rawalpindi 1

38 Petrol engine( 70-80 cc) (Used & in Good working condition

with stand)1 GCT, Rawalpindi 1

34Offset Ring Spanner set

6mm to 32mm

RING SPANNER SET 6-32MM 6mm to 32mm

(set of 12 pieces)4

35Oil Seal extractors and

installers

20pcs Crank Bearing Camshaft Oil Seal

Remover and Installer Kit Crank Seal Kit

Crankshaft and Camshaft Seal Tool Kit

4

36 Parts Tray Steel tray for holding parts Multi sizes 10

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 1

GCT, Rawalpindi 1

GCT Chakwal 3

GCT, Rawalpindi 3

42 Ring spanner setRING SPANNER SET6mm to 32mm (set of 12

pieces)2 GCT, Rawalpindi 2

GCT Chakwal 2

GCT, Rawalpindi 2

39 Pop Rivet Plier RIVET PLIER (ALUMINUM) 2

40 radiator pressrure tester

28pcs Car repair tool kit sets Universal

Radiator Pressure Tester Vacuum Type

Cooling System Test Detector tools Kits

Car Tool

2

41 Ring ExpanderPISTON RING COMPRESSOR

L=3"CAPACITY:53 TO 125MM6

43 Service Creeper

BIG RED TR6452 Torin Rolling Garage/Shop

Creeper: 40" Padded Mechanic Cart with

Adjustable Headrest and 6 Casters, Red

4

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

44Spark Plug Cleaner and

Tester Power source 230v

Spark Plug Cleaner and Tester Power source

230v1 GCT Chakwal 1

45 Spark plug spanner 1/2" Drive Magnetic Spark Plug Socket with

limited torque protection 3 GCT, Rawalpindi 3

46 Spray Paint CutfitFace shield, face mask painting, coverall,

spray paint, air cleaner, complete set 3 GCT Chakwal 3

47 Stud extractor setSCREW EXTRACTOR SET 5PCS 1/8" 1/4" 5/16 7/16

9/162 GCT, Rawalpindi 2

1 GCT Chakwal 1

1 GCT, Rawalpindi 1

GCT Chakwal 2

GCT, Rawalpindi 2

GCT Chakwal 1

GCT, Rawalpindi 1

48 Telescoping gauge

6Pcs/set 8-150mm Telescoping Gauge set 6 Pcs Set

Telescopic Gauge Set Micrometer Measurement

Bore Engineers Kit

49 Test lamp Searching part lamp 220 V with 30 mtrs wire 4

50 Tire Pressure gauge

3-Functiom Tire Pressure Gauge 0-160psi , 0-

11 bar

Air Inlet : 1/4" PT

2

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

GCT Chakwal 3

GCT, Rawalpindi 3

GCT Chakwal 1

GCT, Rawalpindi 1

53 Turbo Arc Welder (140) Amp

IGBT Inverter technology

Input voltage(V): 1~220-240/380-400

Frequency(HZ: 50/60

Output current(A): 20-250

Duty cycle(%): 250A@60%

No-load voltage(V): 70-80

Max.output current(A): 250

Phase: Single

1 GCT Chakwal 1

54 Universal and Ball JointUniversal and Ball Joint Separator Set for the

removal and replacement of ball joints2 GCT Chakwal 2

51 Tools Trolly

Roller cabinet

With 7 pcs drawers

Overall size: 765x465x812mm

Overall with caster size: 765x465x976mm

With 5pcs 536x410x74.5mm drawer

Casters size:5\”*2\”

Thickness of Cabinet:0.8-1.0mm

Thickness of drawer:0.7mm

6

52Tube bender , Tube cutter

and Flaring tools set

High Quality Tubing Cutter & Flaring

Tool Kit2

Place of Delivery QtyUnit Price Including

All Taxes

Total Price (Rs)

Including All Taxes

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY PAKISTANI RUPEES

55 Valve Spring Compressor

Includes 5 interchangeable driving adaptors

to fit valve springs: 16mm, 19mm, 23mm,

25mm, 30mm

Driving adaptors are made of heat treated

Chrome Molybdenum Steel

2 Length pressure screws: 50mm & 90mm

Ideal to use on cars, motorcycles

Hand-operated tool kit

BLOW CASE: W340 x D195 x H50 (mm)

3 GCT Chakwal 3

GCT Chakwal 2

GCT, Rawalpindi 2

TOTAL 900,392

56 wheel spanner cross type

Premium Quality

Solid Metal

Universal Spanner Wrench

Easy to Use

Product Type: Cross Spanner (Pana)

4 Different Sizes

All Size Available 17" - 19" - 21" 24"

4

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: CHEMICAL

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery Qty

1Boiling Round bottom flask with lipped

neck03 pcs set with size 500ml, 1000ml, and 2000 ml 2 GCT Jauhrabad 2

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 3

GCT PDK 1

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 10

GCT PDK 10

PACKAGE NAME: CHEMICAL

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

5Buritte Mehr's with rubber tube het and

pinch cockcapacity: 50 ml 10

2 Bourdon Pressure GaugeA bench mounting apparatus for calibrating Bourdon type pressure

gauges using deadweight techniques.6

3 Brix Hydrometer

With thermometer Length 25 cm graduated in 0.1 Bx 10 pcs set

from 0-10 Bx Range, 10-20 Bx

Range, 20-30 Bx Range, 30-40 Bx Range, 40-

50 Bx Range, 40-50 Bx Range, 50-60 Bx

Range, 60-70 Bx Range, 70-80 Bx Range, 80-

90 Bx Range, 90-100 Bx Range.

4

6Burette stand equipped withdouble clamp,

brass

double burette holder & rod, stainless steel, with base,dimension

length 22" suppoet rod dia .5"20

4 Brix Hydrometer

Without thermometer Length 25 cm, graduated in 0.5 Brix

03 pcs Set from 0 -30 Bx Range, 30-60 Bx

Range, and 60-90 Bx Range

4

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

7 Ceramic tile glazed 15x20cm and thickness 7mm 5 GCT PDK 5

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

GCT Jauhrabad 5

GCT PDK 5

9 Cork borer nickled brass with handle for each 06 piece set 4 GCT PDK 4

GCT Jauhrabad 4

GCT PDK 4

GCT Jhang 1

GCT PDK 1

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 5

GCT Jauhrabad 17

GCT PDK 5

GCT Jauhrabad 3

GCT PDK 3

8 Conductivity/tds meterPortable Measuring Range Auto-Ranging 0.1uS/cm to

199.9mS/cmResolution 0.01Accuracy 0.5%10

12 Digital ThermometerMeasuring range: -50’C –

+110’C□Resolution: 0.1’C Accuracy: ±1’C15

13Elenmeyer's conical flask Glass pyrex

brand Capacity04 Pcs set with capacity : 50 ml, 100 ml, 250 ml, 500ml 27

10 Crucible tongs with bow iron made 18'' size for lab work 8

11 Density meter

Suitable for movable liquid,viscous liquid,volatile

liquid,corrosive liquid,high temperature liquid,suspended

liquid,emulsification liquid.,etc ,measurement range: 0.001-

99.999g/cm3

2

14 Fireclay crueible with lid Capacity 200-250ml 6

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

GCT Jauhrabad 5

GCT PDK 5

GCT Jauhrabad 4

GCT PDK 4

17 Galvanometer measurement ranges; 3mA, accuracy ±1.5% 10 GCT PDK 10

GCT Jauhrabad 3

GCT PDK 3

GCT Jauhrabad 5

GCT PDK 5

20Straight Peen Hammer Pak. Made

weight 500 gm with wooden handle

Straight Peen Hammer Pak. Made weight 500 gm with wooden

handle2 GCT PDK 2

GCT Jauhrabad 6

GCT PDK 6

GCT Jauhrabad 2

GCT PDK 2

23 Magnifying glass fitted in steel fitted in steel/plastic, dia 60mm 3 GCT PDK 3

16 Funnel with stem China Glass 04 pcs set with sizes 5 cm, 10 cm, 15 cm, and 20 cm dia 8

18 Glass pencil Std. Size wax based smooth lead 6

15 Funnel stand for two funnelsFunnel stand for two funnel, with two funnel holders for 40-180mm,

adjustable height up to 45cm10

22Kohlrauch flask for polarisatoin Glass

Capacity02 pcs set with capacity 100 ml and 200 ml 4

19Gooch crucible complete with asbestos

Porcelaincapacity 25 ml 10

21 Hydrometer Jar10" Hydrometer, the packing tube will be used as a test jar. Balling:

0-38%Potential ABV: 0- 22%Specific Gravity: 0.990 - 1.17012

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

GCT Jauhrabad 6

GCT PDK 3

GCT Jauhrabad 2

GCT PDK 2

26 Measuring Cylinder with spout Boro silicate Glass, Capacity 1000 ml, graduations 10 ml 6 GCT Jauhrabad 6

GCT Jauhrabad 5

GCT PDK 5

28 Natural Gas Burner

standard lab burner has a 0.50 inch aluminum mix tube with

flame stablizer, 7.9mm OD serrated gas inlet connection

burner height 156mm

20 GCT PDK 20

GCT Jauhrabad 2

GCT PDK 2

GCT Jauhrabad 3

GCT PDK 3

GCT Jauhrabad 4

GCT PDK 2

32Pipe wrench Bosi Japan with following

sizes 6"Pipe wrench Bosi Japan with following sizes 6" 1 GCT PDK 1

24 Measuring cylinder Boro Cilicate Glass capacity : 500 ml...I.D -- 5cm, height is 37 cm 9

29 Pair of scissors 4" and 6" Size 4

30 Petri dish glass 02 pcs set with size 4 cm and 15 cm dia 6

25 Measuring CylinderBoro silicate Glass, Capacity 1000 ml, graduations 10ml,dimension

2.3 x18.3 inch (I.D x H)4

27 Measring Flask Glass boro silicate05 Pcs Set with capacity: 50 ml, 100 ml, 250

ml, 500 ml, 1000 ml10

31 Ph-meter (checker) portable Range 0.00 - 14.00 PH, pocket type small 6

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

33 Pipette blader Rubber with easily adjustable 7 GCT PDK 7

GCT PDK 3

GCT Jauhrabad 3

GCT Jauhrabad 3

GCT PDK 3

GCT Jauhrabad 6

GCT PDK 2

GCT Jauhrabad 2

GCT Jhang 2

GCT PDK 2

38 Prism glass, triangle shape, size1-2 mm 10 GCT PDK 10

GCT Jauhrabad 6

GCT PDK 6

40 Round bottom flask with lipped 03 pcs set with size 500ml, 1000ml, and 2000 ml 2 GCT PDK 2

35 Platinium wire lab grade0.1 mm thickness and 5 cm length, attach to screw clamp for lab

test6

36Pocelain basin round bottom with spout

Royal Berline porcelain03 pcs set with size 6 cm dia, 10 cm dia and 15 cm dia 8

34 Pipette Stand Holding 8-12 pipette metallic base 6

37 Pressure Transducer

Type: Capacitive Pressure SensorComponent: Mechanical

Structure Type For: Diffused Silicon Pressure Transmitter Output

Signal Type: Digital Type Production Process: CeramicsMaterial:

Ceramics

6

39 Retort rings with brass screw interior dia 10cm, stem length 14 cm, brass screw 12

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

GCT Jauhrabad 20

GCT PDK 20

42Rubber tubing 20 Feet length for each

bore size7.5 mm , 10 mm, 12 mm, and 15 mm 1 GCT PDK 1

43 Rubber tubing 50 fit length for each 7.5 mm , 10 mm, 12 mm, and 15 mm 1 GCT Jauhrabad 1

44 Saybolt viscometer

Operation Range 21℃ to 99℃®Precision 0.05℃®Dimensions

260x260x530mmWorking temperature 0 to

50℃ Storage temperature -10 to 70℃

1 GCT Jhang 1

GCT Jauhrabad 1

GCT PDK 1

GCT Jauhrabad 10

GCT PDK 10

47 Test tube burshes length 90mm and dia 20mm 5 GCT PDK 5

GCT Jauhrabad 6

GCT PDK 6

41 Rubber CorkTop dia 16 mm to 40 mm bottom dia 12 mm to 34 mm Different

sizes40

45 Soxhlet apparatusAccording to A D IN / ASTM STANDARD, borosilicate glass, temp

range 400℃2

46 Sprit lamp complete with wick holder 120 ml glass capacity 20

48Test tube holder with wooden handle

metallicstrip type 12

Place of Delivery Qty

Sr.No Item Name Specifications Total Quantity

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

GCT Jauhrabad 20

GCT PDK 20

GCT Jauhrabad 5

GCT Jhang 5

GCT PDK 5

GCT Jauhrabad 12

GCT PDK 12

52 Visocosity bath (100c)

Adjustment of set point temperature, sample holding capacity 4-6

Nos, with timer and stirring facility, power 220v stainless steel glass

body for oil contact

1 GCT Jauhrabad 1

GCT Jauhrabad 3

GCT PDK 3

49 Test tube-ordinary set of 10 cmx2 cm, and 15 cmx2.5 cm 40

50 ThermocoupleTemperature sensor transmitter probe type thermocouple pt100

temperature transducer15

Total 839,980

51 Thermometers graduated stem (china) Hg Filled temperature range 0-220C, graduated 1C 24

53 Water condenser Spiral type glass condenser boro silicate 6

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: PHYSICS & CHEMISTRY

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the

specifications mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of

Bank guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or

Banker’s cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/

invitation to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible.

The successful Bidder’s bid security will be discharged after furnishing the performance

guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Bid Form to sign the contract or to furnish

performance guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order

will be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of

6

Name and Signature of Bidder with official stamp

Dated:

Contract, in the Performance Guarantee Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the

highest standard of ethics during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-competitive levels for any wrongful gains,

and to deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the

places specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price

(inclusive of all taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain

applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at

--------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package

Number (----------------------------) and has accepted a bid by the Supplier for the supply of items

(attached list) Package Name (-----------------------------) and Package Number (--------------------------

-------------), in the sum of Rs---------------------------------------------------------- (hereinafter called

“the Contract Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria)

[Package Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab

(GOP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through

any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or

other obligation or benefit in whatsoever form from GOP, except that which has been expressly declared pursuant

hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay

compensation to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s

fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement

of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

13

Name and Signature of Bidder with official stamp

Dated:

TERMS & CONDITIONS

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids.

Further extension if required is to be obtained as per Punjab Procurement Rules 2014. A

bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. In

exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing (or

by email). The bid security provided shall also be suitably extended. A Bidder may refuse

the request without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be

quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt.

14

Name and Signature of Bidder with official stamp

Dated:

rules, duties, transportation, commissioning charges etc. in Pak Rupees.

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement

proceeding and bidder shall be bound to deliver the procured item at the place specified by

the Procuring agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample,

the bidder will be responsible for delivery of the same. In case performance / quality of the

sample are un- satisfactory the procuring agency can reject the same. Provided samples will

be retained temporally by Procuring Agency for evidence and will be returned back upon

successful delivery.

15

Name and Signature of Bidder with official stamp

Dated:

12. Acceptance of Arithmetical Errors

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation

to Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the

specifications of the items mentioned in the Bid Form. The bidder quoting minimum prices

of items meeting closely the specification of items, other conditions mentioned in the bidding

documents will be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

16

Name and Signature of Bidder with official stamp

Dated:

labor, parts replacement and any other related service. Warranty period will be started from

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order

will be issued. In case of non-submission of performance guarantee @ 10% of the contract

amount within 07 days of the award of contract, the bid security will be forfeited and contract

will be terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

17

Name and Signature of Bidder with official stamp

Dated:

21. Inspection

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary,

rejects the goods / items shall in no way be limited or waived by reason of pre-delivery

inspection, passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide

all necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time

to time will be applicable. Procuring agency shall comply time to time instructions given by the

18

Name and Signature of Bidder with official stamp

Dated:

Govt pertaining to tax matters.

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document,

Delay penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the

contractor up to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the

procurement contract, the dispute should be resolved through Arbitration. If, after thirty

(30) days from the commencement of such informal negotiations, the Purchaser and the

Supplier have been unable to resolve amicably a Contract dispute, either party may require

that the dispute be referred for resolution to the formal mechanisms. These mechanisms

may include, but are not restricted to, conciliation mediated by a third party, adjudication in

an agreed and/or arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed

by him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period

of one year depending upon the intensity of lapses.

19

Name and Signature of Bidder with official stamp

Dated:

30. Delivery Period

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in

all respect at places as mentioned in the Form of Bid in safe and sound condition at its

own risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank

Draft, and Banker’s Cheque only, issued by the scheduled bank valid for one year. In

case of expiry of performance guarantee, the contractor shall renew the performance

guarantee valid for warranty period, if required by the procuring agency. Performance

guarantee will be returned after warranty period. In case of non-satisfactory services

and non-compliance of procurement order / procurement contract in terms of supply of

any item / good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with

the successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate

anywhere in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery Qty

GCT Jauhrabad 2 ½ Liter

GCT, Rawalpindi 0.5

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.05

3 Ammonium Acetate China, in kg 0.5 GCT Jauhrabad 0.5

4 Ammonium Carbonate - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

5 Ammonium Oxalate - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 3

GCT Jhang 3

GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

PACKAGE NAME: PHYSICS & CHEMISTRY

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

2 Aluminum sulphate, 500gm China, in kg 0.55

Sr.No Item Name SpecificationsTotal

Quantity

6 Analytical / Electronic Balance 0.1 gm to 500 gm 6

7 Antiminum Sulphate - 500 gm China, in kg 0.75

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

GCT, Rawalpindi 0.25

9 Barium Nitrate China, in kg 0.5 GCT Jauhrabad 0.5

GCT Jauhrabad 5

GCT Jhang 5

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.05

GCT Chakwal 25

GCT Jauhrabad 25

GCT Jhang 25

GCT, Rawalpindi 25

13 Burette 50 ml glass 5 GCT Chakwal 5

8 Barium Chloride 500 gm China, in kg 1

10 Battery (12 V) D.C /Adapter 300 milli ampere 10

11 Bismuth Chloride China, in kg 0.55

12 Bunsen Burner Brass 100

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 12

GCT PDK 12

15 Cadmium Sulphate China, in kg 0.5 GCT Jauhrabad 0.5

16 Calcium Chloride China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Chakwal 25

GCT Jauhrabad 25

18 Cobalt Nitrate China, in kg 0.1 GCT, Rawalpindi 0.1

19 Connecting Wires copper roll 10 GCT Jauhrabad 10

GCT Jauhrabad 10

GCT Jhang 10

21 Desiccators 240m

size 240mm

schiehler's with perforated

dise

2 GCT Jhang 2

17 Chromatograph Tank Plastic 3" x 8" x 8" 50

20 Copper Foils (5cm x 2cm)thickness 2cm and width 5

cm20

14 Burette with stop cock Capacity: 50 ml 24

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 2

GCT PDK 1

GCT Jauhrabad 200 g

GCT, Rawalpindi 0.1

GCT Jauhrabad 1

GCT Jhang 1

25 Dropper 6" Plastic 5 GCT Chakwal 5

26 Ferric Chloride China, in kg 0.1 GCT, Rawalpindi 0.1

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

22Desiccator schiehler's with

perforated dise

Desiccator schiehler's with

perforated dise

02 pcs set with dia15 cm

and 20 cm

3

23 Dimethyl Glyoxime (DMG) China, in kg 0.3

24Distilled Water Plant. (Gas or

Electric)

stainless steel or glass, 220-

230 volts,operation type

automatic

2

27 Ferric Sulphate China, in kg 0.75

28 Ferrous Chloride China, in kg 0.75

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

30 Gas Burner/ Spirit lampsSS Spirit lamp with

stand,size 125 ml10 GCT Jhang 10

31 Gas piperubber, 0.5" dia and length in

meter10 GCT Jauhrabad 10

32 Glass Rod length 8 inch and dia 0.5" 20 GCT Jhang 20

GCT Jauhrabad 1

GCT PDK 1

34 Graduated Cylinder 100 ml glass 10 GCT Jhang 10

35 Graduated cylinder 50 ml glass 10 GCT, Rawalpindi 10

GCT Chakwal 5

GCT Jauhrabad 5

GCT Jhang 5

37 Kipp’s Apparatus 250 ml glass 2 GCT Jhang 2

29 Ferrous Sulphate China, in kg 0.75

33 Glass rods

05 pcs of 8 inch length set

with size 6 mm, 10 mm, 12

mm, and 18mm dia.material

borosilicate

2

36 Hoffman’s Voltameter

graduated 50cm3 x 2 cm3,

height 720mm, width 87mm,

reservoir capacity 200cm3

complete with one pair of

electodes

15

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

38 Lead Nitrate China, in kg 0.5 GCT Jauhrabad 0.5

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

39 Manganese Sulphate China, in kg 0.5 GCT Jauhrabad 0.5

40 Measuring flask 1 Litre 5 GCT, Rawalpindi 5

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.05

GCT Jauhrabad 25gm

GCT, Rawalpindi 0.25

GCT Jauhrabad 5

GCT, Rawalpindi 1

44 Naphthalene - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

45 Nesslers reagent - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

47 Ostwald’s Viscometer120x1 mm(length x internal

dia), height 237 mm, glass25 GCT Jauhrabad 25

41 Mercuric Chloride China, in kg 0.55

46 Nickel Sulphate China, in kg 0.75

42 Methyl Orange China 25gm 0.5

43 Methylated Spirit China, litre 6

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 10

GCT Jhang 10

GCT PDK 10

49 Paraffin (Wax) China, in kg 1kg GCT Jauhrabad 1

50 Phenolphthalene - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 25

GCT Jhang 25

GCT Jauhrabad 10

GCT PDK 10

53 Pipette 10ml 10 ml 25 GCT Jauhrabad 25

GCT Jauhrabad 25

GCT Jhang 25

48 Ostwald's viscometer

Made with borosilicate

glassWithout

stopcockTime of outflow

for water at room

temperature: 60 to 100

secondsMinimum

30

54 Pipette sucker Rubber 50

51 Pinch Cock Steel 50

52 Pinch cock clip 6 cm long, steel 20

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT PDK 7

GCT Jauhrabad 7

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

57 Potassium Dichromate - 500 gm China, in kg 0.15 GCT, Rawalpindi 0.15

58 Potassium Ferricyanide China, in kg 0.5 GCT Jauhrabad 0.5

59 Potassium Ferro cyanide China, in kg 0.5 GCT Jauhrabad 0.5

60 Potassium Hydroxide - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

61 Potassium Iodide - 500 gm China, in kg 0.25 GCT, Rawalpindi 0.25

62Potassium Permanganate - 500

gmChina, in kg 0.2 GCT, Rawalpindi 0.2

55 Pipette graduated in 1/10 ml---1ml

Germany14

56 Plumbic Chloride 500gm China, in kg 0.75

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

63 Resined Flannel cloth

Special Cloth used for

cleanliness of tools with

soft fabric

1kg GCT Jhang 1

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 25

GCT Jhang 20

65 Silver Nitrate China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.15

67 Sodium Chloride - (500gm) Pack China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

66 Sodium Bicarbonate 500 gm China, in kg 0.65

68 Sodium Cobalt nitrate 500 gm China, in kg 0.75

64 Rubber TubesDia=½ “ nos, length in

meter45

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

69 Sodium Hydroxide China, in kg 1kg GCT, Rawalpindi 1

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

71 Sodium Stannate China, in kg 0.1 GCT, Rawalpindi 0.1

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

73 Sodium Thiosulphate China, in kg 0.25 GCT, Rawalpindi 0.25

74 Stalagmometer glass, capacity 20ml 25 GCT Jauhrabad 25

GCT Jauhrabad 4

GCT Jhang 4

GCT PDK 4

GCT PDK 4

76 Steel Spatula 10" Steel 15 GCT Jhang 15

GCT Jauhrabad 25

GCT Jhang 25

77 Stop watchaccuracy 0.1 sec, timing

range 99min50

70 Sodium Phosphate China, in kg 0.75

72 Sodium Sulphide China, in kg 0.75

75 StalagmometerMaterial: Borosilicate

GlassCapacity: 20 ml16

Place of Delivery Qty

Place of Delivery with Quantity

Pakistani Rupees

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Acetic Acid, 2.5 liter China, in liter 3 ltr

Sr.No Item Name SpecificationsTotal

Quantity

78 Sulphuric Acid China litre 5 GCT Jauhrabad 5

79 Tartaric Acid China, in kg 0.25 GCT, Rawalpindi 0.25

GCT Jauhrabad 25

GCT Jhang 25

GCT Jauhrabad 6

GCT PDK 6

82 Tube Test Brush length 90mm and dia 20mm 20 GCT Jauhrabad 20

GCT Chakwal 5

GCT Jauhrabad 15

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

GCT Jauhrabad 0.5

GCT, Rawalpindi 0.25

86 Zinc Sulphate China, in kg 0.25 GCT, Rawalpindi 0.25

80 Tripod stand 8 inches / 6 inches 50

81 Tripod standwrought iron made, 6 to 8

inch size12

85 Zinc nitrate China, in kg 0.75

83 Universal pH Paper Rang (1-14)box of 20 leaves, strip width

is 45mm x 7mm 20

84 Zinc chloride China, in kg 0.75

Place of Delivery Qty

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

1 Balance Physical 2 GCT Jhang 2

2 Blotting paper

400 gm/m2, Thickness

1mm, Dimension 460*570

mm.

10 GCT Jauhrabad 10

GCT Jauhrabad 25

GCT Jhang 10

GCT Jauhrabad 5

GCT Jhang 2

5 Fusion tubes 1mm diameter 3 " length 100 GCT Jhang 100

6 Galvanometer 3 mA 10 GCT Jhang 10

GCT Jauhrabad 50

GCT Jhang 20

GCT Jauhrabad 10

GCT Jhang 10

GCT Jauhrabad 10

GCT Jhang 10

PAKISTANI RUPEES

PACKAGE NAME: PHYSICS & CHEMISTRY

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with Quantity

3 Electrical lampTable lamp type adjustable

height and direction35

4 Fletcher’s trolley

Trolley, Impact spring for track,

Additional weights (pair), Track

1.5 m, Holder for combination

spoked wheel, Combination

spoked wheel.

7

7 Glass – slabs 4 cm * 7 cm 70

8 Gravesand’s apparatus

(with four pulleys, spirit level,

plumb line) with weight

10X5=50 gm brass

20

9 Hanger and slotted weights 20x5=100 gm 20

Place of Delivery Qty

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

PAKISTANI RUPEES

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with Quantity

GCT Jauhrabad 50

GCT Jhang 8

11 Iron stands big 50 GCT Jauhrabad 50

12Linear expansion

apparatus

The elongation of rod is

measured by a micrometer

screw. The metallic tube with

inlet and outlet tubes for steam

and opening for thermometer.

5 GCT Jauhrabad 5

13 Magnifying Glass 3” 20 GCT Jauhrabad 20

GCT Jauhrabad 12

GCT Jhang 5

GCT Jauhrabad 50

GCT Jhang 20

16Micrometer (screw

gauge)0.01 mm * 0.25mm 20 GCT Jauhrabad 20

GCT Jauhrabad 8

GCT Jhang 3

18 Mirror strips 3 cm * 8 cm 50 GCT Jauhrabad 50

10Helical spring with

weight50x5 = 250 gm brass 58

14 measuring tap 10 to 15 ft 17

15 Meter strips/rod (wooden) 70

17 Microscope vernier Traveling Type 11

Place of Delivery Qty

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

PAKISTANI RUPEES

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with Quantity

GCT Jauhrabad 20

GCT Jhang 10

20 Pestle and Mortar 500 gram capacity 2 GCT Jhang 2

GCT Jauhrabad 25

GCT Jhang 10

22 Prism Glass 50 GCT Jauhrabad 50

23 Screen metal300rnm x 300mm painted

white25 GCT Jauhrabad 25

GCT Jauhrabad 12

GCT Jhang 1

25 Sonometer wooden resonance box 12 GCT Jauhrabad 12

26 Spherical ballDifferent diameter 76mm with

hook 19mm25 GCT Jauhrabad 25

GCT Jauhrabad 50

GCT Jhang 20

19 Pan with pointer usable with helical spring 30

21Point source

adjustmentWooden box type 35

24Searl’s

apparatus/young’s

modulus apparatus

Two aluminium scales

graduated 30-0-30 degrees

mounted on pillar supports, two

pointers with clamps for

attaching to specimen, one

each brass and steel rods

5mm diameter, cord and hook

for carrying weight, but without

weight

13

27 Steel wires 0.36mm and 0.45mm dia 70

Place of Delivery Qty

Unit Price

(Inclusive all

Taxes)

Total Price

(Inclusive all

Taxes)

PAKISTANI RUPEES

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with Quantity

GCT Jauhrabad 50

GCT Jhang 20

29 Wedges (wooden) 25 GCT Jauhrabad 25

30 Weight boxes 0.1 mg to 200g 5 GCT Jauhrabad 5

31Wet and dry bulb

hygrometerComplete Set 5 GCT Jhang 5

32Wire pieces (iron

made)10 cm long 2mm dia 10 GCT Jauhrabad 10

755,390 TOTAL PHYSICS & CHEMISTRY

28Up rights for lens

holdingsteel 70

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: COMPUTER

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the specifications

mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of Bank

guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or Banker’s

cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/ invitation

to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible. The

successful Bidder’s bid security will be discharged after furnishing the performance guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid Form to sign the contract or to furnish performance

guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order will

be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of Contract,

in the Performance Guarantee Form provided in the bidding documents, or in another form

6

Name and Signature of Bidder with official stamp

Dated:

acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the highest

standard of ethics during the procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission) designed

to establish bid prices at artificial, non-competitive levels for any wrongful gains, and to

deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the places

specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price (inclusive of all

taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at -

-------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package Number

(----------------------------) and has accepted a bid by the Supplier for the supply of items (attached list)

Package Name (-----------------------------) and Package Number (---------------------------------------), in

the sum of Rs---------------------------------------------------------- (hereinafter called “the Contract

Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the goods

and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria) [Package

Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab (GOP)

or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through any

corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully declared

the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or

agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person,

including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any

commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with

the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit

in whatsoever form from GOP, except that which has been expressly declared pursuant hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any action

to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation

to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback

given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract,

right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

TERMS & CONDITIONS

13

Name and Signature of Bidder with official stamp

Dated:

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids. Further

extension if required is to be obtained as per Punjab Procurement Rules 2014. A bid valid

for a shorter period shall be rejected by the Purchaser as nonresponsive. In exceptional

circumstances, the Purchaser may solicit the Bidder’s consent to an extension of the period

of validity. The request and the responses thereto shall be made in writing (or by email).

The bid security provided shall also be suitably extended. A Bidder may refuse the request

without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt. rules,

duties, transportation, commissioning charges etc. in Pak Rupees.

14

Name and Signature of Bidder with official stamp

Dated:

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement proceeding

and bidder shall be bound to deliver the procured item at the place specified by the Procuring

agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample, the

bidder will be responsible for delivery of the same. In case performance / quality of the sample

are un- satisfactory the procuring agency can reject the same. Provided samples will be retained

temporally by Procuring Agency for evidence and will be returned back upon successful

delivery.

12. Acceptance of Arithmetical Errors

15

Name and Signature of Bidder with official stamp

Dated:

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation to

Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the specifications

of the items mentioned in the Bid Form. The bidder quoting minimum prices of items meeting

closely the specification of items, other conditions mentioned in the bidding documents will

be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

labor, parts replacement and any other related service. Warranty period will be started from

16

Name and Signature of Bidder with official stamp

Dated:

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order will

be issued. In case of non-submission of performance guarantee @ 10% of the contract amount

within 07 days of the award of contract, the bid security will be forfeited and contract will be

terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

21. Inspection

17

Name and Signature of Bidder with official stamp

Dated:

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary, rejects

the goods / items shall in no way be limited or waived by reason of pre-delivery inspection,

passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time to

time will be applicable. Procuring agency shall comply time to time instructions given by the Govt

pertaining to tax matters.

18

Name and Signature of Bidder with official stamp

Dated:

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document, Delay

penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the contractor up

to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the procurement

contract, the dispute should be resolved through Arbitration. If, after thirty (30) days from

the commencement of such informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may require that the dispute be

referred for resolution to the formal mechanisms. These mechanisms may include, but are

not restricted to, conciliation mediated by a third party, adjudication in an agreed and/or

arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed by

him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period of

one year depending upon the intensity of lapses.

30. Delivery Period

19

Name and Signature of Bidder with official stamp

Dated:

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in all

respect at places as mentioned in the Form of Bid in safe and sound condition at its own

risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such

events may include, but are not restricted to, acts of the Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and

freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative means

for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank Draft,

and Banker’s Cheque only, issued by the scheduled bank valid for one year. In case of

expiry of performance guarantee, the contractor shall renew the performance guarantee

valid for warranty period, if required by the procuring agency. Performance guarantee

will be returned after warranty period. In case of non-satisfactory services and non-

compliance of procurement order / procurement contract in terms of supply of any item

/ good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with the

successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate anywhere

in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

Place of Delivery Qty

1 Mouse Pads Mouse Pads For Laser Mouse etc 27 GCT, Rawalpindi 27

GCT KAMALIA 1

GCT Jhelum 1

GCT Attock 1

GCT PDK 3

GCT, Rawalpindi 1

GCT, Rawalpindi 1

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

PACKAGE NAME: COMPUTER

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with

quantity

2 Printer LaserJet

Minirnum Print Speed: 40 PPM, A4 size,

Resolution 1200X1200 Dpi (1200 Image

euality) or better.

Processor: 1024 MHz RISC or higher.

Mernory: 128 MB RAM or higher.

Paper Handling: Legal, ,A4 & letter size

paper.

Duplex Printing: Automatic Two-sided

printing (Duplexer Card). .

Paper Tray(s): Two Paper Trays minimum.

Low Ink ind icator. Print cancel job etc

LCD/LED Display of the Print Status, with

other Standard Features of the

Manufacturer.

Drivers: Microsoft windows

XP/vista/2003/8-10, server 8 /12 and Red

Hat Linux

supportive. (with USB 2.0 cable)

8

Place of Delivery Qty

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with

quantity

GCT Attock 1

GCT Jhelum 1

GCT Kamalia 1

3 Scanner-A3

Automatic Document Feeding and Flatbed.

Scanning Speed: 20 ppm / 40 ipm or higher

Scanning Resolution: 600 by 600 or higher.

Document Size: l,etter, Legal.

Scanning modes: B/W & Color.

Standard features along-with USB cable.

Drivers: Microsoft windows

XPA/ista/2003/07/10/server 8/12 and Red

Hat Linux supportive. (with USB 2.0 cable)

3

Place of Delivery Qty

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with

quantity

1

1

1

4

Scanner Legal Size (Resolution

600 X 600 Or Higher, Scanning

Modes: B/W & Colour, Scanning

Speed: 12Ppm, With Other

Standard Features)

Automatic Document Feeding and

Flatbed.Scanning Speed: 20 ppm / 40 ipm

or higher Scanning Resolution: 600 by 600

or higher.

Document Size: l,etter, Legal.

Scanning modes: B/W & Color.

Standard features along-with USB cable.

Drivers: Microsoft windows

XPA/ista/2003/07/10/sewer 8/12 and Red

Hat Linux supportive. (with USB 2.0 cable)

3 GCT, Rawalpindi

Place of Delivery Qty

Pakistani Rupees

Unit Price

(Inclusive

all Taxes)

Total Price

(Inclusive all

Taxes)

Sr.No Item Name SpecificationsTotal

Quantity

Place of Delivery with

quantity

6 TV 40 Inch LED TV Smart 1 GCT, Rawalpindi 1

7LED TV (55" size) HDMI, USB,

WIFI

CompatibleLED TV (55" size) HDMI, USB, WIFI 1 GCT, Rawalpindi 1

TOTAL 659,050

15 TV / LCD

Smart 55 Inch LED Series 7 Resolution

Standard 4K HDM Port 3, No of USB Port

2, Built in Wifi, Ethernet (RJ45) with

Analog audio, Number of speakers 2,

Speaker output 20W Power Consumption

110W, 0.5W (Standby)

1 GCT PDK

1

Name and Signature of Bidder with official stamp

Dated:

Govt. of the Punjab REGIONAL DIRECTOR OFFICE (NORTH)

Technical Education & Vocational Training Authority (TEVTA), ABAD COMPLEX MURREE ROAD, RAWALPINDI

STANDARD BIDDING DOCUMENT PROCUREMENT OF SMALL TOOLS & EQUIPMENT TO BE MADE UNDER

SINGLE STAGE ONE ENVELOPE PROCEDURE

PACKAGE NAME: ADMIN

Bid Reference No:

Package Name:

Method of Procurement:

SINGLE STAGE ONE ENVELOPE

Last date of issuance of bidding Documents: 31.03.2022

Last Date & Time of Receipt of Bids: 31.03.2022 12:00 (Noon)

2

Name and Signature of Bidder with official stamp

Dated:

Table of Contents

Sr.

No.

Description Page

No. 01. Brief Introduction of Organization 3 02. Instructions to Bidders 4-6 03. Form of Bid 7-8 04. Form For Award of Contract (Contract Agreement) 9-10 05. Performance Guarantee Form 11 06. Draft Integrity Pact 12

07. Terms & Conditions of the Contract 13-19

1. Scope of Work 2. Procurement Procedure ad Method of Procurement 3. Validity of bids 4. Rates on the Bid Form

5. Currency 6. Govt. Taxes and Transportation Charges

13

7. Preparation of Bids / Proposals 8. Alternative Bids 9. Verification 10. Change in Place of Delivery 11. Provision of Sample

14

12. Acceptance of Arithmetical Errors. 13. Submission of Bids 14. Opening of Bids

15. Evaluation 16. Method of Selection of Lowest Evaluated Bidder 17. Comprehensive Warranty /Maintenance

15

18. Award of Contract and Procurement Order 19. Repeat Order 20. Rejection of Bids

16

21. Inspection 22. Delivery, Installation & Commissioning of Goods at Field Offices 23. Comprehensive Warranty/ After Sales Services 24. Payment Mode 25. Taxes

17

26. Penalty 27. Arbitration 28. Black Listing 29. Procedure for Blacklisting 30. Delivery Period 31. Force Majeure

18-19

08. Communication with Purchaser 19

09

Format of All Securities 1. Bid Security 2. Performance Guarantee 3. Release of Bid Security

20

10. Certificate 21

11 Checklist / Guidelines for Bidders 22

3

Name and Signature of Bidder with official stamp

Dated:

BRIEF INTRODUCTION OF THE ORGANIZATION

Sr. No. Fields Description

01. Name of the Organization

02. National Tax Number

03. Sales Tax Registration Number

04. Date of Establishment

05.

Authorized representative through whom all

communications shall be made (Name &

Designation in the organization)

06. Mailing address / Supplier’s address for notice

purposes

07. Contact / Cell No.

08. Fax No.

09. E-Mail Address

Certificate

i. We undertake that our organization M/s______________ is not black listed by any Government /

Semi-Government Department / Agency / Autonomous Bodies in any part of Pakistan.

ii. We have read all terms & conditions and undertake to abide by all Terms & Conditions mentioned

in this bidding document.

4

Name and Signature of Bidder with official stamp

Dated:

INSTRUCTIONS TO BIDDERS

1- The bidder must be active tax payer and registered with FBR having valid Sales Tax, Income

Tax, GST and NTN.

2- Single stage one envelope Procurement Procedure will be adopted.

3- Erasing, cutting/ overwriting should be avoided. However, in case of erasing, cutting /

overwriting, the same shall properly be signed.

4- Envelopes should be properly sealed so that contents of the bid are fully enclosed and cannot

be known until duly opened.

5- Package Name should clearly be written on top left corner of the envelope.

6- Address and contact No. of the bidder on the envelope should be written.

7- Bids will publicly be opened on the date and time given in the advertisement in the presence

of the bidders / authorized representatives who may choose to be present.

8- The bid should be properly page numbered along with index. Separators should be used for

differentiation of various documents.

9- Bidders are also required to state, in their bid, the name, title, contact number (landline,

Mobile) fax number and e-mail address of the authorized representative through whom all

communications shall be made until the process has been completed.

10- All bids must reach the office of Regional Director (North) Office TEVTA, ABAD Complex

Murree Road Rawalpindi within due date and time as mentioned in the invitation to bid /

advertisement.

11- The Procuring agency will not be responsible for any cost or expense incurred by bidders in

connection with the preparation or delivery of bids.

12- All pages of bidding documents should properly be signed and stamped.

13- Price of each item must be filled according to Bid Form including all Govt Taxes.

14- No bid will be accepted after closing date and time.

15- The quoted price of items must be inclusive of all applicable taxes and duties as per Govt.

rules, transportation / delivery, etc. in Pak Rupees.

5

Name and Signature of Bidder with official stamp

Dated:

16- Duly filled, signed and stamped bidding documents must be attached in the bid /proposal as

token of acceptance of terms of conditions of bidding documents.

17- Bids will be evaluated item wise with lowest price and closely conforming to the specifications

mentioned in bid form.

18- Bidders should accept all the terms & conditions of bidding documents and conditional bid

should not be submitted.

19- Bid security as mentioned in the advertisement must be attached in original in the form of Bank

guarantee, Call Deposit Receipt (CDR), Demand Draft (DD), Pay Order (PO) or Banker’s

cheque in favor of “TEVTA ZONAL MANAGER (NORTH)- NON-SALARY”.

20- Any bid without bid security or less than the amount as demanded in Advertisement/ invitation

to bid will be rejected by the Purchaser as nonresponsive.

21- Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible. The

successful Bidder’s bid security will be discharged after furnishing the performance guarantee.

22- The bid security may be forfeited, if a Bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid Form to sign the contract or to furnish performance

guarantee.

23- The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee, Procurement Order will

be issued.

24- The Purchaser reserves the right to accept or reject all bids, and to annul the bidding process

at any time prior to contract award, without thereby incurring any liability to the Bidder or

bidders or any obligation to inform the bidders of the grounds for the Purchaser’s action.

25- Within seven (07) days of issuance of letter of acceptance, the successful Bidder shall sign,

stamp and date the contract. Within seven (07) days of the signing of contract, the successful

Bidder shall furnish the performance guarantee in accordance with the Conditions of Contract,

in the Performance Guarantee Form provided in the bidding documents, or in another form

6

Name and Signature of Bidder with official stamp

Dated:

acceptable to the Purchaser.

26- The Procuring Agency requires that Bidders, Suppliers, and Contractors to observe the highest

standard of ethics during the procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

A. Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

B. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Procuring Agency.

C. Collusive Practice is an arrangement among bidders (prior to or after bid submission) designed

to establish bid prices at artificial, non-competitive levels for any wrongful gains, and to

deprive the Procuring Agency of the benefits of free and open competition.

D. The Procuring Agency will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

7

Name and Signature of Bidder with official stamp

Dated:

Bid Format

To:

Regional Director (North)-TEVTA

ABAD Complex Murree Road

Tel. No. 051-9292043-44

Dear Sir,

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply of items in (Package Name), at the places

specified against each item in conformity with the instructions, terms and conditions and specification of items in the bidding documents as per the price (inclusive of all

taxes) mentioned against each items as per list attached.

Sr. No

Item Name Specifications Total

Quantity

Place of Delivery with quantity

Pakistani Rupees

Unit Price (Inclusive all Govt Taxes)

Total Price (Inclusive all Govt Taxes)

Place of Delivery Qty

1 2 3 4 5 6 7 8

1

2

8

Name and Signature of Bidder with official stamp

Dated:

We understand that the purchaser intends to award the contract to the lowest bidder. We will not claim any additional cost in respect of provision of tools

due to any variations. We undertake, if our Bid is accepted to complete the Work / supply in accordance within the given time period. We understand that

the process of procurement is governed by PPRA Rules 2014. However, any additional conditions specified in the bidding document shall remain applicable.

Dated this------------------------- day of--------------------- 2022.

Note: All applicable taxes at the time of payment will be deducted/charged at the rate of tax announced by the Govt.

from time to time will be applicable.

9

Name and Signature of Bidder with official stamp

Dated:

DRAFT FORM FOR AWARD OF CONTRACT (CONTRACT AGREEMENT)

This agreement is made in the presence of the witnesses named below on this day of ---------2022 at -

-------------------------------------------------------------------------between Regional Director Office

(North)- TEVTA Rawalpindi (hereinafter called “the Purchaser”) and (hereinafter called “the

Supplier”)------------------------------------------------------------------------------. Whereas the Purchaser

invited bids for supply of items of Package Name (-----------------------------------) and Package Number

(----------------------------) and has accepted a bid by the Supplier for the supply of items (attached list)

Package Name (-----------------------------) and Package Number (---------------------------------------), in

the sum of Rs---------------------------------------------------------- (hereinafter called “the Contract

Price”).

Now this agreement witnesses as follow:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

agreement, viz., the:

a) Invitation to bid as publicized / advertised by the Purchaser.

b) Bidding document as bought from the Purchaser

c) Specifications of items

d) Form of Bid.

e) Undertaking submitted by the bidder along with the bid papers.

f) Procurement Order.

g) General and special conditions regarding procurement as given in the bidding documents

h) This contract agreement as executed between the Purchaser and the Supplier.

i) The Bid Security and the Performance Guarantee.

j) Any document deemed appropriate by the Purchaser.

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 replace the defective items in conformity and in all respects with the provisions of the

10

Name and Signature of Bidder with official stamp

Dated:

award of contract.

4. The purchaser hereby covenants to pay the supplier in consideration of the provision of the goods

and services and replace the defective items 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.

5. Payment will be made through cross cheque after complete delivery at consignee place

mentioned, against the item and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoices for payment.

6. All disputes or differences between the parties in connections with or arising out of this

agreement shall be settled through arbitration in accordance with the provisions of Punjab

Procurement Rules 2014.The arbitration should be made through mutually agreed single

arbitrator on the request of contractor. In witness whereof, the parties have hereinto set their

respective hands and seals the day and the year hereinto before set forth.

WITNESS:

1.

2.

Signature:

Name:

Designation:

Date:

Signature:

Name:

Designation:

Date:

11

Name and Signature of Bidder with official stamp

Dated:

Performance Guarantee Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.

[Reference number of the contract] dated ____________ 20_____ to supply items (As Per Evaluation Criteria) [Package

Name and no.] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank

guarantee by a schedule bank 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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

12

Name and Signature of Bidder with official stamp

Dated:

Draft Integrity Pact

(For the procurement of 10,000,000 and above)

The lowest evaluated successful bidder shall sign and stamp the below mentioned Integrity Pact for the

procurement contracts exceeding Rupees 10 million. Failure to provide such integrity pact shall make the

bidder non-responsive.

Contract No.________________ Dated __________________ Contract Value: [To be filled in at the

time of signing of Contract]

Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab (GOP)

or any administrative subdivision or agency thereof or any other entity owned or controlled by GOP through any

corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully declared

the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or

agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person,

including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any

commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with

the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit

in whatsoever form from GOP, except that which has been expressly declared pursuant hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with

all persons in respect of or related to the transaction with GOP and has not taken any action or will not take any action

to circumvent the above declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured

as aforesaid shall, without prejudice to any other rights and remedies available to GOP under any law, contract or

other instrument, be voidable at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, [name of Supplier] agrees to indemnify

GOP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation

to GOP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback

given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract,

right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

TERMS & CONDITIONS

13

Name and Signature of Bidder with official stamp

Dated:

1. Scope of Work

Procurement will be based on item wise evaluation with lowest cost closely conforming

specifications. Lowest evaluated successful bidder will be responsible for delivery of items

at consignee’s end in safe and sound condition. The contractor will be responsible for

delivery, installation & commissioning (if any) of all items at consignee’s end mentioned

against good, in new, safe, sound and in operational condition as per the specifications

mentioned against each item that has to be procured.

2. Procurement Procedure and Method of Procurement

Single stage one envelope bidding procedure will be adopted and item wise evaluation on the

basis of lowest cost, closely conforming the specifications mentioned in Bid Form.

3. Validity of Bids

The bids shall remain valid for a period of 45 days from the date of opening of bids. Further

extension if required is to be obtained as per Punjab Procurement Rules 2014. A bid valid

for a shorter period shall be rejected by the Purchaser as nonresponsive. In exceptional

circumstances, the Purchaser may solicit the Bidder’s consent to an extension of the period

of validity. The request and the responses thereto shall be made in writing (or by email).

The bid security provided shall also be suitably extended. A Bidder may refuse the request

without forfeiting its bid security.

4. Rates on the Form of Bid

Rates should be quoted on the attached prescribed Form of Bid. Bidder shall fill all blank

columns of the Form of Bid. In case bidder desires to quote higher specifications, the same

should be provided. Country of Origin, Brand & Model of each & every item must be quoted.

5. Currency

Rates must be quoted in PAK Rupees.

6. Govt. Taxes and Transportation Charges

The total quoted price must be inclusive of all applicable taxes as per Prevailing Govt. rules,

duties, transportation, commissioning charges etc. in Pak Rupees.

14

Name and Signature of Bidder with official stamp

Dated:

7. Preparation of bids/ Proposals

Proposal/bid must be prepared as per instructions of bidding documents. The bid/proposal should be

properly page numbered along with index. Separators should be used for differentiation of various

documents. Sealed Bid / Proposal should consist of duly signed and stamped.

8. Alternative Bids

More than one bid / offer will not be considered from the same bidder for the same package.

Further, alternative bid / bids of an item / items shall not be considered.

9. Verification

Procuring agency can verify any or all documents / information submitted by the bidder. In

case of bogus documents and wrong information the same would not be considered and the

bid shall be liable to be rejected.

10. Change in Place of Delivery

Procuring agency may change place of delivery at any time during the procurement proceeding

and bidder shall be bound to deliver the procured item at the place specified by the Procuring

agency.

11. Provision of Sample

The procuring agency can demand sample of any item for checking the performance / quality

of the same from the qualified bidder. On satisfactory performance / quality of the sample, the

bidder will be responsible for delivery of the same. In case performance / quality of the sample

are un- satisfactory the procuring agency can reject the same. Provided samples will be retained

temporally by Procuring Agency for evidence and will be returned back upon successful

delivery.

12. Acceptance of Arithmetical Errors

15

Name and Signature of Bidder with official stamp

Dated:

Discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail, and the total price shall be corrected. If the

bidder does not accept the correction of the errors, its bid will be rejected and its bid security

will be forfeited.

13. Submission of Bids

The interested bidders should submit bids on the basis of “single stage one envelope

procedure”. All bids must reach the office of Regional Director (North), Rawalpindi, ABAD

Complex Murree Road Rawalpindi, within due date and time as mentioned in the Invitation to

Bid / Advertisement.

14. Opening of Bids

Bids will publicly be opened by the Procurement Committee of Regional Director (North),

Rawalpindi, ABAD Complex Murree Road Rawalpindi in the presence of bidders or their

representatives who may choose to be present, as per date, time and venue mentioned in the

invitation to bid.

15. Evaluation

Evaluation of bids shall be made on item wise evaluation with lowest price and closely

conforming the specifications of the items mentioned in the Bid Form and other conditions

mentioned in the bidding documents.

16. Method of Selection of Lowest Evaluated Bidder

Item wise evaluation will be done with lowest price and closely conforming the specifications

of the items mentioned in the Bid Form. The bidder quoting minimum prices of items meeting

closely the specification of items, other conditions mentioned in the bidding documents will

be selected.

17. Comprehensive Warranty /Maintenance

Bidders must provide (01) One-year free comprehensive onsite warranty, which must include

labor, parts replacement and any other related service. Warranty period will be started from

16

Name and Signature of Bidder with official stamp

Dated:

issuance of completion certificate on successful delivery, and final inspection, to keep the

supplied items operational and functional during the warranty period.

18. Award of Contract and Procurement Order

The contractor must submit performance guarantee @ 10% of the contract amount within 07

days of the award of contract. After receipt of performance guarantee Procurement Order will

be issued. In case of non-submission of performance guarantee @ 10% of the contract amount

within 07 days of the award of contract, the bid security will be forfeited and contract will be

terminated.

19. Repeat Order

The contractor may provide deliverable items on repeat order up to (15% of the original

procurement order) under the provision of Punjab Procurement Rules, 2014, if it is asked for.

20. Rejection of the Bid

Bids will be rejected in case of the following:

a. Received after due date and time.

b. Bidding documents are unsigned / unstamped.

c. The bid is conditional.

d. The bid is from a bidder, who is black listed, by any Government / Semi-Government

Department / Autonomous Bodies in any part of Pakistan.

e. The bid is received by telephone/ telex/ fax/ telegram/E-mail.

f. If the bidder is not on active tax payer list of FBR.

g. If the provided samples are of sub-standard.

h. In case of non-compliance of Instructions to bidders & other terms & conditions of bidding

documents.

i. Bid Security is not attached with the bid OR lesser in amount than required OR not in favor /

name of “TEVTA Zonal Manager (North) Non-Salary”.

21. Inspection

17

Name and Signature of Bidder with official stamp

Dated:

a. The inspection or test shall be conducted at the premises of the final destination.

b. The procuring agency may reject the delivered items which fail to conform to the specification

or provided samples, in inspection the contractor shall replace the rejected goods / items within

fifteen working days, free of cost.

c. The TEVTA's (Procuring Agency) post-delivery right to inspect test and where necessary, rejects

the goods / items shall in no way be limited or waived by reason of pre-delivery inspection,

passing of the goods.

22. Delivery, Installation & Commissioning of Goods at Field Formations

The contractor is responsible for delivery, installation & commission (if applicable) as per

procurement order. In case of poor response / coordination from the field formations regarding

delivery, installation & commissioning (if applicable), the contractor is required to inform the

purchaser in writing for the solution of the same.

23. Comprehensive Warranty / After Sale Service

Bidders must provide one-year free comprehensive onsite warranty, which must include labor,

parts replacement and any other related service. Warranty period will be started after completion

of scope of work.

24. Payment Mode

Payment will be made through cross cheque after complete delivery at consignee premises

specified by the procuring agency, and successful final inspection. The contractor shall provide all

necessary supporting documents along with invoice for payment.

25. Taxes

TEVTA shall deduct all applicable taxes at the prevailing rate prescribed by the Govt., from all

bill(s) submitted by the contractor. Change in the rate of tax announced by the Govt. from time to

time will be applicable. Procuring agency shall comply time to time instructions given by the Govt

pertaining to tax matters.

18

Name and Signature of Bidder with official stamp

Dated:

26. Penalty

In case of late delivery of goods/items beyond the period specified in the bidding document, Delay

penalty @ 0.2% per day of the cost of late delivered supply may be imposed on the contractor up

to a maximum 10% of contract amount.

27. Arbitration

In case of any dispute between the procuring agency and the contractor after the procurement

contract, the dispute should be resolved through Arbitration. If, after thirty (30) days from

the commencement of such informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may require that the dispute be

referred for resolution to the formal mechanisms. These mechanisms may include, but are

not restricted to, conciliation mediated by a third party, adjudication in an agreed and/or

arbitration.

28. Black Listing

The procuring agency may, for a specified period, debar a bidder or contractor from

participating in any public procurement process of the procuring agency, if the bidder or

contractor has:

(a) Acted in a manner detrimental to the public interest or good practices.

(b) Consistently failed to perform his obligation under the contract.

(c) Not performed the contract up to the mark; or

(d) Indulged in any corrupt practice.

Black listing mechanism will be followed as per Punjab Procurement Rules 2014.

29. Procedure For Blacklisting

A notice will be issued to the contractor seeking his explanation for the lapses committed by

him. The explanation will be required within 10 days from the date of issue. In case his

explanation is found unsatisfactory, a show cause notice shall be issued providing an

opportunity of being heard followed by decision for Blacklistment for a maximum period of

one year depending upon the intensity of lapses.

30. Delivery Period

19

Name and Signature of Bidder with official stamp

Dated:

1. The lowest evaluated successful bidder (The one who closely conforms the

specifications of items with lowest price) will be responsible for delivery, complete in all

respect at places as mentioned in the Form of Bid in safe and sound condition at its own

risk & cost within 30 days of issuance of procurement order.

2. Delivery period can be extended on the written request of the contractor, giving

compelling reasons for delay in delivery whereas the clause 25 will be intact.

31. Force Majeure

I. The Supplier shall not be liable for forfeiture of its, liquidated damages, or termination

for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

II. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such

events may include, but are not restricted to, acts of the Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and

freight embargoes.

III. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative means

for performance not prevented by the Force Majeure event.

Communication With Purchaser

In case of any problem regarding preparation and submission of bids, the bidder may

contact before three (03) days prior to closing date of submission of bids at:

Regional Director (North) TEVTA - REGIONAL DIRECTOR OFFICE (NORTH) TEVTA,

ABAD COMPLEX MURREE ROAD RAWALPINDI. CONTACT: 0519292043-44

20

Name and Signature of Bidder with official stamp

Dated:

FORMAT OF ALL SECURITIES REQUIRED

1. Bid Security

All bids accompany the bid security as demanded in the Advertisement/Invitation to bid

in the form of CDR / DD / PO / Banker’s cheque in favor of “TEVTA Zonal Manager

(North) Non-Salary”, without which the offer will not be entertained. In case of

withdrawal of bid after opening of bids, or non-compliance of the Procurement Order/

Procurement Contract, the bid security will be forfeited.

2. Performance Guarantee

The successful bidder must furnish to the procuring agency the performance guarantee

@ 10% of the contract amount within 07 days of award of contract. The performance

guarantee can be submitted in the shape of Bank Guarantee, CDR, Pay Order, Bank Draft,

and Banker’s Cheque only, issued by the scheduled bank valid for one year. In case of

expiry of performance guarantee, the contractor shall renew the performance guarantee

valid for warranty period, if required by the procuring agency. Performance guarantee

will be returned after warranty period. In case of non-satisfactory services and non-

compliance of procurement order / procurement contract in terms of supply of any item

/ good and quality, the performance guarantee will be forfeited.

3. Release of Bid Security

Bid Security of unsuccessful bidders will be released as prompt as possible while bid

security of successful bidder will be returned after signing of contract agreement with the

successful bidder. The successful Bidder’s bid security will be discharged after

furnishing the performance guarantee.

21

Name and Signature of Bidder with official stamp

Dated:

CERTIFICATE

A. We undertake that our Firm M/s------------------is not black listed by any Government

/Semi-Government Department/Agency/Autonomous Bodies in any part of Pakistan.

B. We undertake that in case our bid is accepted, the goods to be supplied under the

contract agreement will be genuine, brand new, non- refurbished, un-altered in any

way, as per required specification, imported (if any) through proper channel.

C. We have read all terms & conditions and undertake to abide by all Terms &

Conditions mentioned in this Tender Document.

D. We also hereby categorically confirm that the proposal / bid offered by us comply

with particulars and specification as given in the Bidding Documents.

E. It is certified that quoted rates against each item are as per market rate and we will

refund the excess amount, in case we offered the same items at lowest rate anywhere

in Pakistan.

22

Name and Signature of Bidder with official stamp

Dated:

CHECK LIST / GUIDELINES FOR BIDDERS

All bidders are requested to read the under mentioned checklist carefully and ensure that the under

mentioned all requirement are met for the preparation and submission of their bids:

Sr.

No.

Requirement

Yes / No

01. The bidder is active tax payer in Sales Tax and Income Tax departments

throughout the procurement process

02. Bid Security as demanded in the invention to bid is available in the bid

03. Bid reference and package at top left corner of the envelope is marked

04. No Erasing, cutting/ overwriting made. If made the same is properly signed

and stamped

05. Envelopes are properly sealed

06. Name, title, contact number (landline, Mobile) fax number and e-mail address

of the authorized representative provided

07. Bids are addressed to Regional Director (North), TEVTA ABAD COMPLEX

Murree Road Rawalpindi.

08. All pages of bidding documents are properly signed and stamped at the given

Place.

09. Item wise price inclusive of all prevailing Govt, Taxes at the respective

columns of the Form of Bid must be quoted.

10. Rates are quoted in PAK Rupees including all Govt Prevailing taxes.

11. Quoted bids are inclusive of all taxes, duties, transportation charges etc. in Pak

Rupees.

12. No calculation or arithmetic error is made

13. Bid is submitted within due date and time as mentioned in the advertisement.

14. Bid is not conditional.

15. Certificate in the bidding documents is singed and stamped

16. Read and understand all the bidding documents

17. Address and contact No. of the bidder on the envelope is written

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

1 Deep FreezerWell known maker HDF-385H-Double Door Deep Freezer 385

Liters/13.6Cubic Ft1 GCT PDK 1

2 Deep Freezers 7 CFT,Energy Saver 1 GCT, Rawalpindi 1

GCT Jauhrabad 1

GCT Jhang 1

GCT PDK 1

GCT, Rawalpindi 1

4 Electric grass cutter machine

Electric grass cutter machine with 150 ft 7/29 Power cable.

Voltage: 220V-240~50Hz

Input Power: 1600W

Carbon brush motor

Cutting width: 380mm

Cutting height: 28/48/68mm

Grass box size: 45L

With 0.35m power cord Push blade mower wiith

adustable cutting height of 0.5"-1.75" for a clean and even

cutScotts manual reel mower features durable heat-treated alloy

steel bladesT-style handle with a comfortable cushioned grip for

better maneuverability of the Scotts push lawn mowerLightweight

manual mower that is easy to transport and operate.

2 GCT Jauhrabad 2

PACKAGE NAME: ADMIN

3 Refrigerator

Medium size

Connecting Power Cord

Defrosting Yes, Doors Rehangable, Yes, Energy Consumption,

Energy Efficiency Class Yes, Fast Cooling Yes, Glass Shelves

No, Icebox, Noise Level 42db, Dimension (W*H*D)

1240*550*540

Weight 72Kg

4

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

5 Electric Water Cooler

Cabinet

Made of stainless steel sheets. Drain pot made of hard plastic or GI sheet.

Back panel easily removable for cleaning and servicing. top cover of

Plastic(except model 100P)Stainless steel.

Refrigeration System

Fitted with world-renowned, high-starting torque, High-temperature

compressors(Danfoss German Compressor). Condenser and fan are

slightly oversized to ensure efficient working in high temperatures.

Copper cooling coil metal bonded to outside of water tank. The whole

system hermetically sealed with R-134 as a refrigerant.

Water System

All copper, brass, stainless steel water system. Water tank made of

stainless steel.

Insulation

Moisture proof and highly effective polystyrene insulation.

Thermostat

High-quality water temperature control thermostat, adjustable from 9C

to 15C(48F to 60F)

Voltage Rating

Twin pilot lights to indicate power supply and compressor operation.

Water Filtration

A 3-stage Water purifying system also available as an option.

4 GCT Jauhrabad 4

6 Electric Water Cooler

Cabinet

Made of stainless steel sheets. Drain pot made of hard plastic or GI sheet.

Back panel easily removable for cleaning and servicing. top cover of Plastic(except model

100P)Stainless steel.

Refrigeration System

Fitted with world-renowned, high-starting torque, High-temperature

compressors(Panasonic compressor). Condenser and fan are slightly oversized to ensure

efficient working in high temperatures. Copper cooling coil metal bonded to outside of

water tank. The whole system hermetically sealed with R-134 as a refrigerant.

Water System

All copper, brass, stainless steel water system. Water tank made of stainless steel.

Insulation

Moisture proof and highly effective polystyrene insulation.

Thermostat

High-quality water temperature control thermostat, adjustable from 9C

to 15C(48F to 60F)

Voltage Rating

Twin pilot lights to indicate power supply and compressor operation.

Water Filtration

A 3-stage Water purifying system also available as an option.

6 GCT PDK 6

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

20 GCT Jauhrabad 20

6 GCT Jauhrabad 6

8 UPS

U.P.S. 620 VA

Output

Output power capacity 390 Watts / 620VA

Max Configurable Power (Watts) 390 Watts / 620VA

Nominal Output Voltage 230V

Output Frequency (sync to mains) 50/60 Hz +/- 3 Hz Sync to mains

Topology Line interactive

Waveform type Stepped approximation to a sinewave

Output Connections (2) IEC Jumpers

(1) IEC 320 C13

(3) IEC 320 C13

Transfer Time 2 ms typical

Battery type Lead-acid battery

Typical recharge time 5hour(s)

Replacement Battery RBC4

Expected Battery Life (years) 3 - 5

RBC Quantity 1

10 GCT PDK 10

7 UpsUPS 6 KVA,With dry battries of No.12 each of 230-40 AM of

Imported (one UPS +2 battery =1 unit)

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

9 UPS2000 watt

UPS-SPECS

Capacity 2500 VA

D.C Bus Voltage 24V D.C

Working range & Input frequency Normal mode: 100 V - 280V, 50 Hz ± 1 Hz & UPS Mode: 180 V - 260

V , 50 Hz ± 1 Hz

Full Load O/P Current 8.5 ± 0.7A

Protections Over load , Short circuit , Battery Deep discharge , Battery Over charge ,Mains Low, Mains

High, Thermal protection

Product Dimension 320mm x 255mm x 400mm Net Weight of Product 27 Kg ± 1 kg Charging topology

Boost mode Inverter topology H - Bridge Over Load Retry 6 Times Low Battery Retry 4 times Short

Circuit retry 1 time Output Voltage On mains : Same as input & Battery : 220 V ± 7%, 50 Hz ± 1 Hz

Recommended Battery 12 V , 100 Ah / 150 Ah , 2 No

Backup time Depends up on connected Load

Soft start Provided

Generator compatibility Provided

Operating Temperature 0 to 45°C

Output Waveform Sine wave

Transfer Time Mains to inverter Normal mode:< 40ms & UPS Mode:<= 10ms

Transfer Time Inverter to Mains Normal mode:< 25ms & UPS Mode:< 10ms

Charger Working range Normal Mode: 150 V - 280V & UPS Mode: 180V - 260V Charging current 10 A ±

2A

Dimension after packing 485mm x 410mm x 610mm

Gross Weight (With wooden Packing) 35 Kg ± 2 Kg

Application Six computers with 17 ” colour monitor & one Inkjet Printer

BATTERIES SPECS

Battery Type 145F51

Plate Qty. / Cell 23PL

Capacity @ 20 hrs. (AH) 140

Terminal Type T2 (Thick)

Battery Length 505 +0/-5

Battery Width 182 +0/-5

Overall Height (max.) 257

Polarity of Battery C

Dry Battery Weight (Kg) 24.1

Capacity @ 5 hrs. (AH) 112

Container Height (H) 213 +0/-7

5 GCT PDK 5

10 Generator 15 KVA

Max Output (Watt): 15000

Rated Output (Watt): (1 5 Kw)

Engine Type: Vertical,Single cylinder, 4-cycle air-cooled,direct

injection

Starting system: Electric starterWindding: 100 % Copper Class

(H)

Voltage Regulator: Auto Regulating System

Power Factor: 1.0 (Single Phase)

Fuel tank capacity (L): 35

Lube oil type: CD grade or SAE 10W-30, 15W-40

2 GCT PDK 2

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

11 Patients Stool

Overall Dimension 50L x 40W cm

Finish PolishedAllows Manual Adjustment Of The Height

Comes In Epoxy Powder Coated Finish

Corrosion & Rust Proof Surface Finish

4 GCT PDK 4

12 Refrigerator

Refrigerator (Mediumt) staff room + principal office well kknown

maker for conference room Brand Warranty

10 Years Compressor Warranty

Less than 1 Unit a day

Antibacterial Technology

ABT Sterilization

FD Inverter

Blue Turbo Cooling

Digital Control System

4 Temprature Sensors

Fastest Freshness Cooling Antibacterial Technology

A+ Inverter Compressor

105V~260V Full Voltage Operation

1 Hour Icing Technology

One Touch Smart Control

Refrigerant R600

Turbo Cooling

100 Hours Cooling Retention

60% Energy Saving

2+1 LED Lighting

HxWxD(mm)=1775x660x610

Net Capacity: 408L

2 GCT Jauhrabad 2

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

13 Sound system

Sound system

1. Mixer: 1300 W Mackie or Equivalent

2. Stand: Made of Steel “ Complete”

3. Mike: SGDR or Equivalent

4. Collar Mike: Imported

6.Speaker: No 2

1 GCT Jauhrabad 1

14 Sound System

01 mixer 08 channel 220volts1000 watts multiple options (Mike

aux usb ect) withvoltage fluctuation safety feature imported

quality =01 , 08 inch speaker wall mounted 100 watt with tutor

imprted quality =08, wireless hand mic good quality=02, collar

headset mic good quality=02 tosterm mic with stand good quality

=02, soundwire roll copper good quality =02, audio connecting

wire

1 GCT PDK 1

15 Waste bin

Water dispencer orient or equilent Hot, Cold, and Normal

water taps

Mini Refrigerator

Energy Efficient

Elegant Design

Power: Hot 420W

Cold 150W

Voltage: 220-240

Number of Faucets: 3

Cold Water Storage: 2.5 L

Hot Water Storage: 1.1 L

Heating Capacity: 5 l (86 – 98 degree)

Unit Dimensions (WxDxH): 310x310x960mm

Compressor Cooling: Yes

Refrigerant: Yes

Display: LED

Lock: Yes.

Type: Floor Standing.

10 GCT Jauhrabad 10

PLACE OF DELIVERY Quantity

Unit Price

Including All

Taxes

Total Price (Rs)

Including All Taxes

PAKISTANI RUPEES

Sr.No Item Name Specifications Total Quantity

PLACE OF DELIVERY WITH QUANTITY

16 Waste bin 15 liter foot opreated lid (top) 20 GCT, Rawalpindi 20

17 Water dispencer

Water dispencer orient or equilent Hot, Cold, and Normal

water taps

Mini Refrigerator

Energy Efficient

Elegant Design

Power: Hot 420W

Cold 150W

Voltage: 220-240

Number of Faucets: 3

Cold Water Storage: 2.5 L

Hot Water Storage: 1.1 L

Heating Capacity: 5 l (86 – 98 degree)

Unit Dimensions (WxDxH): 310x310x960mm

Compressor Cooling: Yes

Refrigerant: Yes

Display: LED

Lock: Yes.

Type: Floor Standing.

2 GCT Jauhrabad 2

TOTAL 7,224,790