Provincial Disaster Management Authority Tender Documents PROCUREMENT OF OBMs (40-Hp Long Shaft) Provincial Disaster Management Authority 40/A, Lawrence Road, Lahore Tel: 042-99204403-4 Fax :- 042-99204405 Sign______________________ Stamp_______________________ Page 1 Provincial Disaster Management Authority Tender Documents DISCLAIMER This Request for Tender Document is provided to the recipient solely for use in preparing and submitting applications in connection with contract for provision of 40-Hp Long Shaft Out Board Motor Engine for Boat Fleet. The Request for Tender (RFT) Document is being issued by the PDMA, Punjab solely for use by prospective bidders in considering the Project. Neither PDMA, Punjab, nor their employees make any representation (expressed or implied) or warranties as to the accuracy or completeness of the information contained herein, or in other document made available to a person in connection with the tender process for the Project and shall have no liability for this RFT Document or for any other written or oral communication transmitted to the recipient in the course of the recipient’s evaluation of the Assignment. Neither PDMA Punjab, nor their representatives will be liable to reimburse or compensate the recipient for any costs nor expenses incurred by the recipient in evaluating or acting upon this RFT Document or otherwise in connection with the Assignment as contemplated herein. PDMA, Punjab reserves its right, in its full discretion, to modify the RFT and/or the Project at any time to the fullest extent permitted by law, and shall not be liable to reimburse or compensate the recipient for any costs nor expenses incurred by the recipient in such an event. Sign______________________ Stamp_______________________ Page 2 Provincial Disaster Management Authority Tender Documents TENDER DOCUMENT (Special Instructions) Provincial Disaster Management Authority 40/A, Lawrence Road, Lahore. Pakistan Phone: (+ 92) (42) (99204403-4) Fax: (+92) (42) (99204405) 1.1 PPRA Rules to be followed Punjab Procurement Rules 2014 will be strictly followed. These may be obtained from: http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab Procurement Rules 2016. Origin. 1. For purposes of "origin" shall be considered to be the place where the Goods are produced or from which the Services are provided. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. Tender Cost. 2 The Bidder shall bear all costs / expenses associated with the preparation and submission of the Tender (s) and the Purchaser shall in no case be responsible / liable for those costs / expenses. Joint Venture. 3.1 Bidders may form a joint venture of two or more Bidders. An Agreement Deed to that effect, legally executed and signed by all the partners shall be submitted with the Tender. 3.2 One of the partners shall be authorized to, be in charge, incur liabilities, receive payments and receive instructions for and on behalf of any or all partners. A power of attorney to that effect, legally executed, signed by all the partners shall be submitted with the Tender. 3.3 All the partners shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The Tender, and in case of successful Tender, the Contract Deed, to that effect, shall be signed by all the partners. Examination of the Tender Document 4.1 The Bidder is expected to examine the Tender Document, including all instructions and terms and conditions. Clarification of the Tender Document 5.1 The Bidder may require further information or clarification of the Tender Document, no later than three working days prior to the deadline for the submission of the Tender, in writing or by telephone or by visiting the office. Sign______________________ Stamp_______________________ Page 3 Provincial Disaster Management Authority Tender Documents Amendment of the Tender Document 6.1 The Purchaser may, at any time prior to the deadline for submission of the Tender, at its own initiative or in response to a clarification requested by the prospective Bidder(s), amend the Tender Document, on any account, for any reason. All amendment(s) shall be part of the Tender Document and binding on the prospective Bidder(s). 6.2 The Purchaser shall notify the amendment(s) in writing to the prospective Bidders who shall acknowledge receipt of the amendment(s) in writing to the Purchaser. 6.3 The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the deadline for the submission of the Tender, in which case all rights and obligations of the Purchaser and the Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. Preparation / Submission of Tender 7.1 The Bidder shall submit only one Tender. 7.2 The Tender shall be furnished for whole Tender and not in piecemeal. 7.3 The Tender and all documents relating to the Tender, exchanged between the Bidder and the Purchaser, shall be in English. Any printed literature furnished by the Bidder in another language shall be accompanied by an English translation which shall govern for purposes of interpretation of the Tender. 7.4 The Tender shall be filed in / accompanied by the prescribed Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature, etc. which shall be typed, completely filled in, stamped and signed by the Bidder or his Authorized Representative. In case of copies, photocopies may be submitted. 7.5 The Tender shall be in two parts i.e. the technical proposal and the financial proposal. Each proposal shall be in two sets i.e. the original and the copy. In the event of any discrepancy between the original and the duplicate, the original shall govern. 7.6 The Bidder shall seal the Original Technical Proposal in an envelope duly marked as under: Technical Tender for Tender No. [Name of the Purchaser] [Address of the Purchaser] [Name of the Bidder] [Address of the Bidder] [Phone No. of the Bidder] 7.7 The Bidder shall seal the Original Financial Proposal in an envelope duly under: Financial Tender for Tender No. [Name of the Purchaser] marked as Sign______________________ Stamp_______________________ Page 4 Provincial Disaster Management Authority Tender Documents [Address of the Purchaser] [Name of the Bidder] [Address of the Bidder] [Phone No. of the Bidder] 7.8 7.9 The Bidder shall again seal the sealed envelopes of Technical Proposal and the Financial Proposal in an outer envelope, duly marking the envelope as under: Tender for Tender No. Strictly Confidential Open on [Last Date of submission of the Tender] [Name of the Purchaser] [Address of the Purchaser] [Name of the Bidder] [Address of the Bidder] [Phone No. of the Bidder] The Tender shall be mailed to reach or dropped in the Tender Box placed at the Reception of the Purchaser’s office, at following address and time: PDMA, Punjab Office 40/A Lawrence Road, Lahore Closing Time: 02:00pm, 27th July, 2017 Opening Time: 02:30pm, 27th July, 2017 Tender Price 8.1 The quoted price shall be: 8.1.1 Best / final / fixed and valid until completion of the Contract i.e. not subject to negotiation / variation / escalation; 8.1.2 in Pak Rupees; 8.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc. 8.2. If not specifically mentioned in the Tender, it shall be presumed that the quoted price is as per the above requirements. 8.3 Where no prices are entered against any item(s), the price of that item shall be deemed to have been distributed among the prices of other items, and no separate payment shall be made for that item(s). 8.4 In case of locally produced Service, the price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufacture or assembly of the item. In case of Contract of imported Service offered Ex-Warehouse/Off-the-Shelf from within the Purchaser’s country, import duties and sales and other taxes already paid shall be shown separately. Sign______________________ Stamp_______________________ Page 5 Provincial Disaster Management Authority Tender Documents Tender Security A Tender Security will be Rs.750,000 in the shape of Demand Draft / Call Deposit Receipt/ AA rating Bank Guarantee in the name of DIRECTOR GENERAL, PDMA. Validity of the Offer 9.1 denominated in a currency of the Tender; 9.1.2 Have a minimum validity period of ninety days from the last date for submission of the Tender or until furnishing of the Performance Security, whichever is later. 9.2 The proceeds of the Tender Security shall be payable to the Purchaser, on the occurrence of any / all of the following conditions: 9.2.1 If the Bidder withdraws the Tender during the period of the Tender validity specified by the Bidder on the Tender Form; or 9.2.2 If the Bidder does not accept the corrections of his Total Tender Price; or 9.2.3 If the Bidder, having been notified of the acceptance of the Tender by the Purchaser during the period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance with the Tender Document. 9.3 The Tender security shall be returned to the unsuccessful Bidder upon award of the Contract. The Tender Security shall be returned to the successful Bidder on furnishing the Performance Security. Tender Validity 10.1 The Tender shall have a minimum validity period of ninety days from the last date for submission of the Tender. The Purchaser may solicit the Bidder's consent to an extension of the validity period of the Tender. The request and the response thereto shall be made in writing. If the Bidder agrees to extension of validity period of the Tender, the validity period of the Tender security shall also be suitably extended. The Bidder may refuse extension of validity period of the Tender, without forfeiting the Tender security. Modification / Withdrawal of the Tender 11.1 The Bidder may, by written notice served on the Purchaser, modify or withdraw the Tender after submission of the Tender, prior to the deadline for submission of the Tender. 11.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the expiration of the period of the Tender validity, shall result in forfeiture of the Tender Security. Opening of the Tender 12.1 Tenders shall be opened, at the given place, time and date, in the presence of the Bidders for which they shall ensure their presence without further invitation, as detailed below: Sign______________________ Stamp_______________________ Page 6 Provincial Disaster Management Authority Tender Documents PDMA, Punjab Office 40/A Lawrence Road, Lahore Closing Time: 02:00pm, 27th July, 2017 Opening Time: 02:30pm, 27th July, 2017 12.2 The Bidder's name, modifications, withdrawal, security, attendance of the Bidder and such other details as the Purchaser may, at its exclusive discretion, consider appropriate, shall be announced and recorded. Clarification of the Tender 13.1 The Purchaser shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Bidder(s). No change in the price or substance of the Tender shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the Tender. Determination of Responsiveness of the Tender 14.1 The Purchaser shall determine the substantial responsiveness of the Tender to the Tender Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself without recourse to extrinsic evidence. A substantially responsive Tender is one which: 14.1.1 Meets the Mandatory Requirement of the Eligibility Criteria of the Tender 14.1.2 meets the eligibility criteria for the Bidder / the Goods / the Services; 14.1.3 meets the delivery period / point for the Goods / the Services; 14.1.4 meets the rate and limit of liquidated damages; 14.1.5 Offers fixed price quotations for the Goods / the Services; 14.1.6 Is accompanied by the required Tender Security; 14.1.7 Is otherwise complete and generally in order; 14.1.8 Conform to all terms and conditions of the Tender Document, without material deviation or reservation. 14.2 A material deviation or reservation is one which affects the scope, quality or performance of the Goods or limits the Purchaser's rights or the Bidder's obligations under the Contract. 14.3 The Tender determined as not substantially responsive shall not subsequently be made responsive by the Bidder by correction or withdrawal of the material deviation or reservation. However, the Purchaser may waive off any minor non- conformity or inconsistency or informality or irregularity in the Tender. 14.4 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows: 14.4.1 If there is a discrepancy between the amount in figures and the amount in words for the Total Tender Price entered in the Tender Form, the amount which tallies with the Total Tender Price entered in the Price Schedule, shall govern. Sign______________________ Stamp_______________________ Page 7 Provincial Disaster Management Authority Tender Documents 14.4.2 if there is a discrepancy between the unit rate and the total price entered in the price Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit rate as quoted shall govern and the total price shall be corrected, unless there is an obvious and gross misplacement of the decimal point in the unit rate, in which case the total price as quoted shall govern and the unit rate shall be corrected. 14.4.3 If there is a discrepancy in the actual sum of the itemized total prices and the total tender price quoted in the Price Schedule, the actual sum of the itemized total prices shall govern. 14.5 The Tender price as determined after arithmetic corrections shall be termed as the Corrected Total Tender Price which shall be binding upon the Bidder. 14.6 Adjustment shall be based on corrected Tender Prices. The price determined after making such adjustments shall be termed as Evaluated Total Tender Price. 14.7 The cost of making good any deficiency resulting from any acceptable, quantifiable variations and deviations from the terms and conditions of the Contract / Technical Specifications, shall be added to the corrected Tender Price for comparison purposes only. No credit shall be given for offering delivery period earlier than the specified period. 14.8 The Bidder shall state the Tender Price for the payment terms outlined in the Conditions of Contract which will be considered for the evaluation of the Tender. The Bidder may state alternate payment terms and indicate the reduction in the Tender price offered for such alternative payment terms. The Purchaser may consider the alternative payment terms offered by the Bidder. 14.9 The Bidders may offer discounts for items which shall be taken into account in the evaluation of the Tenders so as to determine the Tender offering the lowest evaluated cost for the Purchaser in deciding award(s) for whole tender. Rejection / Acceptance of the Tender 15.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity of any or all item(s) without any change in unit prices or other terms and conditions, accept or reject all tender(s), cancel / annul the Tendering process at any time prior to award of Contract, without assigning any reason or any obligation to inform the Bidder of the grounds for the Purchaser's action, and without thereby incurring any liability to the Bidder and the decision of the Purchaser shall be final. 15.2 The Tender shall be rejected if it is: 15.2.1 Substantially non-responsive; or 15.2.2 Not qualified on technical proposal; or 15.2.3 Submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents / by other than specified mode; or 15.2.4 Incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or subjected to interlineations / cuttings / corrections / erasures / overwriting; or; 15.2.5 The Bidder submits more than one Tenders; or Sign______________________ Stamp_______________________ Page 8 Provincial Disaster Management Authority Tender Documents 15.2.6 The Bidder refuses to accept the corrected Total Tender Price; or 15.2.7 The Contactor has conflict of interest with the Purchaser; or 15.2.8 The Bidder tries to influence the Tender evaluation / Contract award; or 15.2.9 The Bidder engages in corrupt or fraudulent practices in competing for the Contract award. Acceptance Letter 16.1 The Purchaser shall, send the Acceptance Letter to the successful Bidder, prior to the expiry of the validity period of the Tender, which shall constitute a contract, until execution of the formal Contract. Performance Security 17.1 The successful Bidder shall furnish Performance Security as under: 17.1.1 within three working days of the receipt of the Acceptance Letter from the Purchaser; 17.1.2 In the form of a Bank Guarantee, issued by a AA rated scheduled bank operating in Pakistan, as per the format provided in the Tender Document or in another form acceptable to the Purchaser; 17.1.3 of a sum equivalent to 10% of the contract value; 17.1.4 denominated in a currency of the Contract (PKR); 17.1.5 Have a minimum validity period of ninety days from the date of Award Notification or until the date of expiry of warranty period, whichever is later; 17.2 The proceeds of the Performance Security shall be payable to the Purchaser, on occurrence of any / all of the following conditions: 17.2.1 If the Bidder commits a default under the Contract; 17.2.2 If the Bidder fails to fulfill any of the obligations under the Contract; 17.2.3 If the Bidder violates any of the terms and conditions of the Contract. 17.3 The Bidder shall cause the validity period of the performance security to be extended for such period (s) as the contract performance may be extended. The Performance shall be returned to the Bidder within thirty working days after the expiry of its validity. TERMS & CONDITIONS OF THE CONTRACT Contract 18.1 The Purchaser shall, after receipt of the Performance Security from the successful Contractor, send the Contract provided in the Tender Document, to the successful Contractor. Within three working days of the receipt of such Contract, the Contractor shall sign and date the Contract and return it to the Purchaser. Contract Documents and Information 19.1 The Contractor shall not, without the Purchaser's prior written consent, make use of the Contract, or any provision thereof, or any document(s), specifications, drawing(s), pattern(s), sample(s) or information furnished by or on behalf of the Purchaser in Sign______________________ Stamp_______________________ Page 9 Provincial Disaster Management Authority Tender Documents connection therewith, except for purposes of performing the Contract or disclose the same to any person other than a person employed by the Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. Contract Language 20.1 The Contract and all documents relating to the Contract, exchanged between the Contractor and the Purchaser, shall be in English. The Contractor shall bear all costs of translation to English and all risks of the accuracy of such translation. Standards 21.1 The Goods supplied and the Services provided under this Contract shall conform to the required Specifications or better in accordance with the latest standards. Patent Right 22.1 The Contractor shall indemnify and hold the Purchaser harmless against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods / the Service or any part thereof. Execution Schedule 23.1 The Contractor shall submit an Execution Schedule, giving details of customs clearance, supply, installation, configuration, deployment, commissioning, testing, training, etc., as required under the Contract, to the Purchaser, within stipulated period of the Contract (where applicable). Packing 24.1 If goods are involved, the Contractor shall provide such packing of the Goods as is sufficient to prevent their damage or deterioration during storage / transit to their final destination as indicated in the Contract. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination and, without limitation, rough handling, exposure to extreme temperatures, salt and precipitation at all points in storage / transit. The Contractor shall arrange and pay for the packing of the Goods to the place of destination as specified in the Contract, and the cost thereof shall be included in the Contract Price. Insurance 25.1 The Contractor shall provide such insurance of the Goods as is sufficient to protect against their damage or deterioration during storage / transit to their final destination as indicated in the Contract. The Bidder shall arrange and pay for the insurance of the Goods to the place of destination as specified in the Contract, and the cost thereof shall be included in the Contract Price. Labeling 26.1 The Goods supplied under the Contract, shall be clearly labeled so as to correspond with the delivered documentation, with proper labeling scheme provided by the Client. Delivery Sign______________________ Stamp_______________________ Page 10 Provincial Disaster Management Authority Tender Documents 27.1 The Contractor shall indicate his delivery approach clearly specifying the requirements for packing, shipping and unpacking of deliverable hardware, software and documentation. The approach shall address shipment of deliverables to the various designated (installation) sites. The approach shall also specify any special shipping constraints such as custom requirements, security requirements, access arrangement or loading dock requirements. The Contractor shall deliver the Goods at Districts of the Punjab, as specified by the Purchaser at the time of delivery. 27.2 The Service shall remain at the risk and under the physical custody of the Contractor until the delivery and testing of the Goods is completed. 27.3 The Contractor shall ensure that the Goods shall be delivered complete to enable the testing and training to proceed without interruption. If it shall appear to the Client that the Goods have been or are likely to be delayed by reason of incomplete delivery or for any other reasons, he may require the Bidder at the expense of the Contractor to dispatch the missing items of the Goods or suitable replacements thereof to the site of delivery by the fastest available means including air freight. Spare Parts and Support 28.1 The Contractor shall ensure that the Services provided by the Contractor, under the Contract are standard and of exact equipment, and incorporate all recent improvements in design and materials, unless provided otherwise in the Contract. 28.2 The Contractor shall further ensure that the Services provided by the Contractor, under the Contract shall have no defect, arising from design, materials, installation, configuration, or from any act or omission of the Contractor that may develop under normal use of the provided Service. 28.3 The Contractor shall maintain sufficient backup stock of spare parts and tools locally at sites, for the maintenance of the supplied Goods, during the warranty period. 28.4 The Contractor shall ensure availability of spare parts and technical assistance for all components for at least Three years, without major changes, after the completion of final acceptance. 28.5 The Contractor shall give six months advance notice on any discontinued part(s) with a suggestion for appropriate alternatives. 28.6 The Contractor shall also identify and provide the following: 28.6.1 Items (repairable spares, parts and consumable supplies) that are needed to maintain design performance, reliability and availability standards prescribed in the Technical Specifications. The quantity of spare parts and consumable items provided and kept shall be equal to the requirements for one year of operating stock; 28.6.2 Critical items, whose failure would cause a system failure; 28.6.3 Items of high cost and/or long lead time (over thirty working days); 28.6.4 Items whose design reliability is such that normal stock replenishment would not justify maintaining a level of the item in stock. Inspection and Testing Sign______________________ Stamp_______________________ Page 11 Provincial Disaster Management Authority Tender Documents 29.1 The Purchaser, itself or through Third Party or both shall inspect and test the Goods supplied, the Services provided or the works carried out, under the Contract, to verify their conformity to the Technical Specifications. 29.1.1 The inspections and tests shall be conducted at the premises of the Contractor/its subContractor (s) / at the final destination. Where conducted at the premises of the Contractor /its sub- Contractor (s), the Contractor / its sub- Contractor (s) shall provide all reasonable facilities and assistance, including access to drawings, production data and online verification from official web site of the Manufacture, to the inspectors, at no charge to the Purchaser. 29.1.2 The Purchaser may reject the Goods, the Services or the Works if they fail to conform to the Technical Specifications, in any test(s) or inspection(s) and the Contractor shall either replace the rejected Goods, Services or Works or make all alterations necessary to meet the Technical Specifications, within three working days, free of cost to the Purchaser. 29.1.3 The Purchaser’s post-delivery right to inspect, test and, where necessary, reject the Goods shall in no way be limited or waived by reason of pre-delivery inspection, testing or passing of the Goods. 29.1.4 Nothing contained in any Clause shall, in any way, release the Bidder from any Warranty or other obligations under the Contract. Taking-Over Certificate 30.1 The Contractor shall, by written notice served on the Client with a copy to the Purchaser, apply for a Taking-Over Certificate. 30.2 The Client shall, within twenty one days of receipt of Contractor's application, either issue the Taking-Over Certificate to the Contractor with a copy to the Purchaser, stating the date of successful inspection / testing of the Goods or any portion thereof, for their intended purposes; or reject the application giving the reasons and specifying the work required to be done by the Contractor to enable the Taking- Over Certificate to be issued. 30.3 Nothing contained in Clauses 42.1 and 42.2 shall, in any way, release the Contractor from any Warranty or other obligations under the Contract. Warranty 31.1 The Contractor shall warrant to the Purchaser that the Goods supplied by the Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered in anyway, of the most recent or current model, imported through proper channel, and incorporate all recent improvements in design and materials, unless provided otherwise in the Contract. 31.2 The Contractor shall further warrant that the Goods supplied by the Contractor, under the Contract shall have no defect, arising from design, materials, workmanship or from any act or omission of the Contractor that may develop under normal use of the supplied Goods. Sign______________________ Stamp_______________________ Page 12 Provincial Disaster Management Authority Tender Documents The Contractor shall provide Manufacturer’s warranty for minimum two years Shelve life (hereinafter referred as Warranty Period), after the issue of Taking-over Certificate in respect of Goods, the Services and the Works, or any portion thereof, as the case may be, which will include: 31.3.1 Free, on site repair / replacement of defective / damaged parts and labor, within 48 hours of intimation; 31.3.2 On site replacement of defective / damaged Goods, if repair of such Goods involves a duration exceeding 48 hours. 31.3.3 The Contractor shall clearly mention Terms and Conditions of service agreements for the Goods supplied after the expiry of initial warranty period. In case of International Warranties, the local authorized dealers shall mention their service and warranty setup, details of qualified engineers, etc. 31.3.4 The Warranty Period shall start from the date of installation / configuration / deployment of the Goods/services on site. 31.3.5 The Client shall, by written notice served on the Contractor with a copy to the Purchaser, promptly indicate any claim(s) arising under the warranty. 31.3.6 The Contractor shall, within the prescribed time period, after receipt of such notice, repair or replace the defective / damaged Goods or parts thereof on site, without any cost to the Purchaser. 31.3.7 The end user licenses, end user warranties and end user contracting support services shall be in the name of Purchaser, for the Goods supplied, the Services provided and the Works done, under the Contract. Ownership of Goods and Replaced Components (where applicable) 32.1 Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the property of the Purchaser when the Goods are taken over by the Purchaser. Defective components to be replaced by the Contractor, pursuant to the Contract, shall become the property of the Contractor as and where it lies. Defects Liability Expiry Certificate 33.1 The Contractor shall, after expiry of the warranty period, by written notice served on the Client with a copy to the Purchaser, apply for a Defects Liability Expiry Certificate. 33.2 The Client shall, within twenty one days of receipt of such notice, either issue the Defects Liability Expiry Certificate to the Contractor with a copy to the Purchaser, stating the date of expiry of the Warranty Period for all the Goods supplied and fulfillment of all obligations by the Contractor, under the Contract; or reject the application giving the reasons and specifying the work required to be done by the Bidder to enable the Defects Liability Expiry Certificate to be issued. 31.3 Payment. Sign______________________ Stamp_______________________ Page 13 Provincial Disaster Management Authority Tender Documents 34.1 The Contractor shall submit an Application for Payment, in the prescribed form, to the Purchaser. The Application for Payment shall: be accompanied by such invoices, receipts or other documentary evidence as the Purchaser may require; state the amount claimed; and set forth in detail, in the order of the Price Schedule, particulars of the Services provided and the Works done, up to the date of the Application for Payment and subsequent to the period covered by the last preceding Certificate of Payment, if any. 34.1.2 The Purchaser shall issue a Certificate of Payment, in the prescribed form, to the Contractor, the amount due, within fourteen days of receipt of an Application for Payment. The Purchaser may withhold a Certificate of Payment on account of defect(s) / short coming(s) in the Goods /services supplied /non-satisfactory performance of the Services / the Works. The Purchaser may make any correction or modification in a Certificate of Payment that properly be made in respect of any previous certificate. 34.1.3 The Purchaser shall pay the amount within fourteen days of issuance of a Certificate of Payment. Payment shall not be made in advance. The Purchaser shall make payment for the Goods/services supplied, the Services provided and the Works done, to the Bidder, as per Government policy, in the currency of the Tender, through treasury cheque. Price 35.1 The Contractor shall not charge prices for the Goods supplied, the Services provided and for other obligations discharged, under the Contract, varying from the prices quoted by the Contractor in the Price Schedule. Contract Amendment 36.1 The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit, increase, decrease or otherwise change the nature, quality, quantity and scope, of all / any of the Goods /the Services / the Works, in whole or in part. The Bidder shall, within ten working days of receipt of such notice, submit a cost estimate and execution schedule of the proposed change (hereinafter referred to as the Change), to the Purchaser. 36.2 The Contractor shall not execute the Change until and unless the Purchaser has allowed the said Change, by written order served on the Bidder. 36.3 The Change, mutually agreed upon, shall constitute part of the obligations under this Contract, and the provisions of the Contract shall apply to the said Change. 36.4 No variation in or modification in the Contract shall be made, except by written amendment signed by both the Purchaser and the Contractor. Assignment / Subcontract 37.1 The Contractor shall not assign or sub-contract its obligations under the Contract, in whole or in part, except with the Purchaser's prior written consent. 37.2 The Contractor shall guarantee that any and all assignees / sub- Contractor of the Contractor shall, for performance of any part / whole of the work under the contract, Sign______________________ Stamp_______________________ Page 14 Provincial Disaster Management Authority Tender Documents comply fully with the terms and conditions of the Contract applicable to such part / whole of the work under the contract. Extensions in time for performance of obligations under the Contract 38.1 If the Contractor encounters conditions impeding timely performance of any of the obligations, under the Contract, at any time, the Bidder shall, by written notice served on the Purchaser, promptly indicate the facts of the delay, its likely duration and its cause(s). As soon as practicable after receipt of such notice, the Purchaser shall evaluate the situation and may, at its exclusive discretion, without prejudice to any other remedy it may have, by written order served on the Contractor, extend the Contractor 's time for performance of its obligations under the Contract. Liquidated Damages 39.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, deduct from the Contract Price, as liquidated damages, a sum of money @0.25% of the Contract Price which is attributable to such part of the Goods / the Services / the Works as cannot, in consequence of the failure / delay, be put to the intended use, for every day between the scheduled delivery date(s), with any extension of time thereof granted by the Purchaser, and the actual delivery date(s). Provided that the amount so deducted shall not exceed, in the aggregate, 10% of the Contract Price. Blacklisting 40.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period, for future tenders. 40.2 If the Contractor is found to have engaged in corrupt or fraudulent practices in competing for the award of contract or during the execution of the contract, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklisted the Contractor, either indefinitely or for a stated period, for future tenders. Forfeiture of Performance Security 41.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, forfeit Performance Security of the Contractor. Termination for Default 42.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, at any time, without prejudice Sign______________________ Stamp_______________________ Page 15 Provincial Disaster Management Authority 42.2 Tender Documents to any other right of action / remedy it may have, by written notice served on the Bidder, the nature of the default(s) and terminate the Contract, in whole or in part, without any compensation to the Contractor. Provided that the termination of the Contract shall be resorted to only if the Contractor does not cure its failure / delay, within fifteen working days (or such longer period as the Client may allow in writing), after receipt of such notice. If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser may procure, upon such terms and conditions and in such manner as it deems appropriate, Goods / Services / Works, similar to those undelivered, and the Bidder shall be liable to the Purchaser for any excess costs for such similar Goods /Services/Works from Pakistan. However, the Bidder shall continue performance of the Contract to the extent not terminated. Termination for Insolvency 43.1 If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, by written notice served on the Contractor, indicate the nature of the insolvency and terminate the Contract, in whole or in part, without any compensation to the Contractor. Termination for Convenience 44.1 The Purchaser may, at any time, by written notice served on the Contractor, terminate the Contract, in whole or in part, for its convenience, without any compensation to the Contractor. 44.2 The Goods and the Services which are complete or to be completed by the Contractor, within thirty working days after the receipt of such notice, shall be accepted by the Purchaser. For the remaining Goods, the Purchaser may elect: 44.2.1 To have any portion thereof completed and delivered; and/or 44.2.2 to cancel the remainder and pay to the Contractor an agreed amount for partially completed Goods, Services, Works and materials / parts previously procured by the Contractor for the purpose of the Contract, together with a reasonable allowance for overhead & profit. Force Majeure 45.1 The Contractor shall not be liable for liquidated damages, forfeiture of its Performance Security, blacklisting for future tenders, termination for default, if and to the extent his failure / delay in performance /discharge of obligations under the Contract is the result of an event of Force Majeure. 45.2 If a Force Majeure situation arises, the Contractor shall, by written notice served on the Purchaser, indicate such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Contractor shall continue to perform 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. Dispute Resolution Sign______________________ Stamp_______________________ Page 16 Provincial Disaster Management Authority Tender Documents 46.1 The Purchaser and the Contractor shall make every effort to amicably resolve, by direct informal negotiation, any disagreement or dispute arising between them under or in- connection with the Contract. 46.2 If, after thirty working days, from the commencement of such informal negotiations, the Purchaser and the Contractor have been unable to amicably resolve a Contract dispute, either party may, require that the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The place for arbitration shall be Lahore, Pakistan. The award shall be final and binding on the parties. Statues and Regulations 47.1 The Contract shall be governed by and interpreted in accordance with the laws of Pakistan. 47.2 The Contractor shall, in all matters arising in the performance of the Contract, conform, in all respects, with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and By-Laws in force in Pakistan, and shall give all notices and pay all fees required to be given or paid and shall keep the Purchaser indemnified against all penalties and liability of any kind for breach of any of the same. 47.3 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any dispute or difference of any kind arising out of or in connection with the Contract. Taxes and Duties 48.1 The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed outside and within Pakistan. Taxes and duties shall be deducted as per Law. The Contractor may make inquires on income tax / sales tax to the concerned authorities of Income Tax and Sales Tax Department, Government of Pakistan. The Client 49.1 The Client shall only carry out such duties and exercise such authority as specified in the Contract. The Client shall have no authority to relieve the Contractor of any of his obligations under the Contract, except as expressly stated in the Contract. 49.2 The Contractor shall proceed with the decisions, instructions or approvals given by the Client in accordance with these Conditions. Authorized Representative 50.1 The Purchaser or the Contractor may, at their exclusive discretion, appoint their Authorized Representative and may, from time to time, delegate any / all of the duties / authority, vested in them, to their authorized Representative(s), including but not limited to, signing on their behalf to legally bind them, and may, at any time, revoke such delegation. 50.2 The Authorized Representative shall only carry out such duties and exercise such authority as may be delegated to him, by the Purchaser or the Contractor. 50.3 Any such delegation or revocation shall be in writing and shall not take effect until notified to the other parties to the Contract. Sign______________________ Stamp_______________________ Page 17 Provincial Disaster Management Authority Tender Documents 50.4 Any decision, instruction or approval given by the Authorized Representative, in accordance with such delegation, shall have the same effect as though it had been given by the Principal. 50.5 Notwithstanding any Clause, any failure of the Authorized Representative to disapprove any Goods or Services or Works shall not prejudice the right of the Client (as specified in this Tender) to disapprove such Goods or Services or Works and to give instructions for the rectification thereof. 50.6 If the Contractor questions any decision or instruction of the Authorized Representative of the Purchaser / the Client, the Bidder may refer the matter to the Purchaser who shall confirm, reverse or vary such decision or instruction. Documentation 51 The Contractor shall furnish the user documentation, the operation manuals, and service manuals for each appropriate unit of the supplied Goods and other information pertaining to the performance of the Goods, in hard copy format, in soft copy format and in the form of on-line help, as the case may, before the Goods are taken over by the Purchaser. Waiver 52 Failure of either party to insist upon strict performance of the obligations of the other party, under the Contract, shall in no way be deemed or construed to affect in any way the right of that party to require such performance. Sample 53 Firm shall provide its quoted sample of 40HP Long Shaft Out Board Motor as per Departmental Standardized specifications for test & Trials. Schedule Sr. No. 1 2 3 4 5 6 7 Event Date Receipt of Tender Documents 27.07.2017 Opening of Technical Bids 27.07.2017 Test & Trial of Samples 29.07.2017 Technical Evaluation Report with Test & Trial 31.07.2017 Reports) Opening of Financial Bids of Shortlisted Firms 01.08.2017 Award of Work order 03.08.2017 Delivery Period 25-Days Time 2.00 PM 2.30 PM 11.00AM 3.00 PM 3.00PM Specifications of OBM CE & EN Certified Sign______________________ Stamp_______________________ Page 18 Provincial Disaster Management Authority Tender Documents SPECIFICATIONS Engine (HP) Long Shaft 40Hp Sign______________________ Stamp_______________________ Page 19 Provincial Disaster Management Authority Tender Documents EVALUATION CRITERIA Sr. No. 1. PARTICULARS PARTICIPATION RESTRICTION i. ii. iii. iv. v. 2. No Prospective Bidder may technically qualify if it owns more than five percent (5%) of the share (directly or indirectly, in terms of voting rights and/or rights to dividends) of another Prospective Bidder or is a member of another bidding company / firm. No Prospective Bidder may technically qualify if it has any representative on the Board of Directors of another Prospective Bidder. No Prospective Bidder may technically qualify if any of PDMA’s advisors or external consultants holds any shares or has any representatives in the Board of Directors of the Prospective Bidder or is a member of another bidding company / firm. No Prospective Bidder may qualify if it has affiliation (first kin only) with any employee of PDMA, Punjab. In Joint venture the experience and resources of sub-contractor(s) shall NOT be considered for Technical qualification. However Limited Companies and Partnership firms would be considered as single entity. INELIGIBILITY OF A PROSPECTIVE BIDDER i. If the Prospective Bidder has been barred / blacklisted from participating in any project by any federal, provincial or local government or any government instrumentality in Pakistan, whereas the bar subsists as on the request for Request for Tender advertisement publication date in newspaper, such entity shall not be eligible to participate in bidding and contract process, either individually or as a member of another bidding company. Any concealment at any later stage would automatically lead to cancellation of Bid and cartage contract with appropriate ancillary damages as determined by PDMA, Punjab. ii. A Prospective Bidder in the 3 (three) years preceding the Request for Tender date in newspaper should not have: a. Failed to perform any contract, as evidenced by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Prospective Bidder as the case may be; or b. has been expelled from any project or contract by any public entity or authority; or c. had any contract terminated by any government or government instrumentality for breach by such Prospective Bidder. d. should not have defaulted on any account on any previous or current contract with PDMA, Punjab iii. Such entity shall not be eligible to participate in bidding and contract process, either individually or as a member of another bidding company. Any concealment at any later stage would automatically lead to cancellation of bidding process and cartage contract with appropriate ancillary damages as determined by PDMA, Punjab. iv. Any concealment or later discovery of any default, concealment or misrepresentation by any means at any later stage would automatically lead to cancellation of bid and Transportation Contract with appropriate ancillary damages as determined by PDMA, Punjab. 3. ELIGIBILITY REQUIREMENTS (MANDATORY DOCUMENTS) i. ii. iii. Sample Deposit Receipt 3S facilities with detail of inventories & Import documents OEM Certificate Sign______________________ Stamp_______________________ Page 20 Provincial Disaster Management Authority iv. v. vi. vii. viii. ix. x. Tender Documents Authorized Dealership Certificate Copy of attested CNIC & 2 Passport Size Colour Photographs in case of Sole Proprietor Copy of attested CNIC & Passport Size Colour Photographs of Power of Attorney holder of applicant to represent the applicant Registration Certificate /Certificate of Incorporation from concerned Authority NTN (Company, Firm, AOP Or Individual as applicable). PRA Registration Certificate. Original Bank Statement for last three year duly stamped with bank original covering letter duly stamped and signed xi. Affidavit of Non-Black listing / non-penalty on violation of PPRA Rules Or Procuring Agency’s Terms & Conditions. (Certificate to this effect on Rs.100/= non-judicial stamp paper to be provided). xii. DD/CDR of worth Rs.2,000/- on account of documentation and processing fee in the name of Director General, PDMA Rs.750,000 as Bid Security in the shape of CDR/DD in the name of Director General, PDMA, Punjab. In addition to above the following documents be submitted to whom it is relevant: In case of Joint Company or Pvt. limited the List of directors, Form A, Form 29, Memorandum and Articles of Association. Partnership documents in case of Partnership firm Audited statements of accounts for the last 03 years of limited companies Any other relevant information with documents in addition to above the bidder may wish to submit xiii. xiv. 4. 1. QUALIFICATION CRITERIA Qualification Criteria Technical Proposal will be based on applicant’s meeting the following qualification criteria regarding their financial soundness, firm’s experience and quality of its personnel and other relevant information as demonstrated by the applicant’s response in the Forms attached to the Letter of Application. SubCategory Category Weightage / Marks A Financial Soundness 40 B Experience Record 60 Total: 100 Marks shall only be given if the Forms are filled by the applicant as per instructions given in this Document. No compromise shall be made on an overall minimum of 75% marks required to qualify in the aforesaid qualification criteria. Criteria, sub-criteria and marking system for the evaluation of applicants shall be as under: 2.1 SUB-CATEGORY A: FINANCIAL SOUNDNESS For Financial Soundness, Attested Income Tax Returns for last three financial years shall be submitted. No marks shall be given if declared Income Tax Returns for last three Sign______________________ Stamp_______________________ Page 21 Provincial Disaster Management Authority Tender Documents financial years are not attached. Marks shall be awarded on the basis of the following criteria: Sr. No. i) Category The financial capability of the applicant/bidder would be evaluated by Annual Average Turnover as per declared Tax Returns for the last 03 Financial Years ending 30.06.2016 as per duly filled Annexure-B Criteria for Marks Marks Assigned 40 A=Annual Average Turnover: Full Marks will be given if “A” is Rs.20.00 Million per Annum or above For “A” less than Rs.20.00 Million per Annum, Marks will be (A/20)*40 No marks will be given if “A” is less than Rs.10.00 million No marks shall be allotted if declared Income Tax Statements for last three years are not attached along with Annexure-B Sub-Category A Total 2.2. 40 SUB-CATEGORY B: EXPERIENCE RECORD Credit Marks shall be awarded under this category using the following criteria: Sr. No. i) Category Firm/Company/bidder should have completed minimum value of Rs.20.00 million’s *Similar Nature Project(s) per annum during the last Three (3) years. Marks Assigned Criteria for Marks 40 Full Marks will be given if “A” is Rs.20.00 Million per Annum or above For “A” less than Rs.20.00 Million per Annum, Marks will be (A/20)*40 No marks will be given if “A” is less than Rs.10.00 million *Similar Nature Project (s) includes Provision of OBMs to Public/renowned NGS/INGOs/ SECP Registered Private Sector Entities. (Annexure-C & D shall be filled) Sub-Category B Total For In-hand project(s), Work order/Letter of Award/Agreement of respective project is mandatory indicating Cost of Project. No marks shall be awarded if Work order/Letter of Award/Agreement indicating cost of respective project (s) is not attached along with Annexure-C & D. 40 Sign______________________ Stamp_______________________ Page 22 Provincial Disaster Management Authority 2.2.1 Sr. No. i) Tender Documents SUB-CATEGORY B-1: EXPERIENCE RECORD Category In hand minimum value of Rs.20.00 million’s *Similar Nature Project(s). Marks Assigned Criteria for Marks 20 Full Marks will be given if “A” has Project (s) worth Rs.20.00 Million or above in hand For “A” less than Rs.20.00 Million, Marks will be (A/20)*20 No marks will be given if “A” is less than Rs.10.00 million *Similar Nature Project (s) includes Provision of OBMs to Public/renowned NGS/INGOs/ SECP Registered Private Sector Entities. (Annexure-E & F shall be filled) Sub-Category B-1Total 20 Total Marks of sub-Category B 60 For In hand project(s),Work order / letter of Agreement/Agreement of respective project is mandatory indicating Cost of Project. No marks shall be awarded if Work order / letter of Agreement/Agreement indicating cost of respective project (s) is not attached along with Annexure-E & F. Sign______________________ Stamp_______________________ Page 23 Provincial Disaster Management Authority Tender Documents Annexure-A GENERAL Sr. No. Particulars 1 Name of Firm 2 Head Office Address 3 Telephone 4 Fax 5 Type of Organization 6 Place of Incorporation / Registration Year of Incorporation / Registration 7 PTA Registration Category: Validity: PTA Registration No. 8 NTN: 9 PRA: 10 Name, Designation and Mobile Number of Firm’s Representative: Sign______________________ Stamp_______________________ Page 24 Provincial Disaster Management Authority Tender Documents Annexure-B Financial Soundness Name of Firm: Applicant applying for short listing is required to provide financial information to demonstrate that they meet the requirement of Evaluation Criteria. If necessary, use separate sheet(s) to provide complete information. A copy of declared Income Tax Returns of the past three (3) financial years must be attached. Banker Name of Banker Address of Banker Cash/Bank Credit Line Limit (Attach declared Income Tax Returns of the past three (3) financial years) Telephone Contact Name & Title Fax Telex Summarize documented information in Pak Rupees for the previous three years: Financials (PKR) FY 2013-14 Millions Annual Turnover as per declared Income Tax Return Income Tax Deducted FY 2014-15 FY 2015-16 Sign______________________ Stamp_______________________ Page 25 Provincial Disaster Management Authority Tender Documents Annexure-C Summary of Similar Nature Project (s) Completed in Last Three Years Name of Firm: If necessary, use separate sheet(s) to provide complete information. Name of Project Year Completion of Location Value in (Millions PKR *Each project provided in this form requires a corresponding Annexure-D and adequate documentary evidence in order to be eligible for consideration. Sign______________________ Stamp_______________________ Page 26 Provincial Disaster Management Authority Tender Documents Annexure-D Details of Similar Nature Projects Completed/ongoing from Last Three (03) Years Name of Firm A separate form with adequate documentary evidence (Completion Certificate/Work Order/ indicating Cost of Project) shall be provided for each project mentioned in Form Annexure-C. 1. Name of Contract Location 2. Name of Employer 3. Employer Address .................................................................................................................... 4. Nature of Works and special features of the contract .................................................................................................................... .................................................................................................................... 5. Contract Role (Tick One) (a) Sole Contractor 6. (b) Sub- Contractor Value of the total contract (in specified currencies) at completion, or at date of award for current contract PKR…………. USD…………… 7. Date of Award 8. Date of Completion 9. Contract Duration (Years and Months) Years 10. (c) Member in a JV Months Amount of Income Tax deducted______________ *Attach Income Tax Return for the project Sign______________________ Stamp_______________________ Page 27 Provincial Disaster Management Authority Tender Documents Annexure-E Summary of Similar Nature Project (s) Completed in hand Name of Firm: If necessary, use separate sheet(s) to provide complete information. Name of Project Year Completion of Location Value in (Millions PKR *Each project provided in this form requires a corresponding Annexure-F and adequate documentary evidence in order to be eligible for consideration. Sign______________________ Stamp_______________________ Page 28 Provincial Disaster Management Authority Tender Documents Annexure-F Details of Similar Nature Projects In Hand Name of Firm A separate form with adequate documentary evidence (Letter of Acceptance / Work Order/Agreement indicating Cost of Project) shall be provided for each project in Form Annexure-E. 1. Name of Contract Location 2. Name of Employer 3. Employer Address .................................................................................................................... 4. Nature of Works and special features of the contract .................................................................................................................... .................................................................................................................... 5. Contract Role (Tick One) (a) Sole Contractor 6. (b) Sub- Contractor (c) Member in a JV Value of the total contract (in specified currencies) at completion, or at date of award for current contract PKR…………. USD…………… 7. Date of Award 8. Date of Completion 9. Contract Duration (Years and Months) Years Months Sign______________________ Stamp_______________________ Page 29 Provincial Disaster Management Authority Tender Documents ANNEXURE-G POWER OF ATTORNEY (On a Stamp Paper of appropriate value DULY REGISTERED) Know all, by these presents, we ____________ (name and address of the registered office) do hereby constitute, appoint and authorize Mr./Ms. R/o_________________________________________having _____________________ CNIC_______________who is presently employed with us and holding the position of __________________ as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our proposal for provision of 40-Hp OBM (LONG SHAFT) and including signing and submission of all documents and providing information/ responses to PDMA, PUNJAB, representing us in all matters before Government of Pakistan, and generally dealing with PDMA, PUNJAB in all matters in connection with our request for prequalification Signed: ___________________ CNIC:____________________ Date: ____________________ Name:_________________________________ Address:_______________________________ Place:__________________________________ STAMP OF COMPANY The mode of execution of the Power of Attorney should be in accordance with the procedure, laid down by the applicable law and the charter documents of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. Also, where required, the executants(s) should submit for verification the extract of the charter documents and documents such as a resolution / power of attorney in favor of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the applicant. Sign______________________ Stamp_______________________ Page 30 Provincial Disaster Management Authority Tender Documents ANNEXURE-H Litigation History for the last Five (05) Years Name: Description of Contract Year Name Disputed of amount Client, (Current value in Cause of PKR or US$ litigation and equivalent) matter in dispute Award FOR or AGAINST Applicant Remarks by Applicant Attach Affidavit on non-judicial stamp paper that non-performance of a contract did not occur within the last ten years based on information on all settled disputes or litigation. Sign______________________ Stamp_______________________ Page 31 Provincial Disaster Management Authority Tender Documents ANNEXURE-I AFFIDAVIT FOR CORRECTNESS OF INFORMATION (To be printed on PKR 100 Stamp Paper) Name of Firm: I, the undersigned, do hereby certify that all the statements made in this Tender Document and in the supporting documents are true, correct and valid to the best of my knowledge and belief and may be verified by employer if the Employer, at any time, deems it necessary. The undersigned hereby authorize and request the bank, person, firm or corporation to furnish any additional information requested by Provincial Disaster Management Authority, Punjab (PDMA) deemed necessary to verify this statement regarding my (our) competence and general reputation. The undersigned understands and agrees that further qualifying information may be requested and agrees to furnish any such information at the request of PDMA. PDMA, Punjab undertakes to treat all information provided as confidential. Signed by an authorized Officer of the firm Title of Officer Name of Firm Date Sign______________________ Stamp_______________________ Page 32 Provincial Disaster Management Authority Tender Documents ANNEXURE-J FINANCIAL PROPOSAL SUBMISSION FORM To: Procurement Officer, Provincial Disaster Management Authority, Government of the Punjab, Lahore. Dear Sirs: We, the undersigned, offer to provide 40-Hp OBM (LONG SHAFT) in accordance with your Request for Tender and our Technical Proposal. Our Financial Proposal is as follows Sr. No. Rate per 40Hp OBM in PKR IN FIGURE Item 1 Rate per 40Hp OBM PKR IN WORDS A: Quoted rate for provision of One 40Hp OBM This amount is inclusive of all the applicable taxes in Pakistan. We understand you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: BID EVALUATION CRITERIA i. ii. iii. The lowest evaluated responsive bid for provision of 40-Hp Out Board Motor (Long Shaft), as per Standardized Specifications. A= Quoted / Bided rate per OBM 40Hp P= A x Offered Stock Note: The Quantity is for reference purpose and bid evaluation / performance guarantee. Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Sign______________________ Stamp_______________________ Page 33 Provincial Disaster Management Authority Tender Documents ANNEXURE-K AFFIDAVIT FOR NOT HAVING BEEN BLACKLISTED/BARRED/DEFAULTED) ON JUDICIAL STAMP PAPER DULY NOTORIZED) 1. The candidate firm/company/proprietor hereby declares that it has not been ever barred / blacklisted from participating in any project by any federal, provincial or local government or any government instrumentality in Pakistan. 2. The candidate firm/company/proprietor further declares that since the 5 (five) years preceding the Request for Tender date in newspaper it has NOT: i. Failed to perform any contract, as evidenced by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Prospective Bidder as the case may be; or ii. has been expelled from any project or contract by any public entity or authority; or iii. had any contract terminated by any government or government instrumentality for breach by such Prospective Bidder. iv. defaulted on any account on any previous or current contract with PDMA, Punjab 3. That any concealment or later discovery of any default, concealment or misrepresentation by any means at any later stage would automatically lead to cancellation of bid with appropriate ancillary damages as determined by PDMA, Punjab. Signed: ___________________ Name:_________________________________ CNIC:____________________ Address:_______________________________ Date: Place:__________________________________ ____________________ Sign______________________ Stamp_______________________ Page 34 Provincial Disaster Management Authority Tender Documents Annexure-L INTEGRITY PACT /DISCLOSURE CLAUSE (ON JUDICIAL STAMP PAPER DULY NOTORIZED) The candidate firm/company / proprietor hereby declares its intention not to obtain the procurement of any Contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative sub-division or agency thereof or any other entity owned or controlled by it (GOP) through any corrupt business practice. Without limiting the generality of the forgoing the candidate firm has 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 affiliation, agent, associate, broker, consultant, director, promoter, shareholder sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of Pakistan, except that which has been expressly declared pursuant hereto. The Seller / Supplier / Contractor certifies that it has made and will make full disclosure of all agreements an arrangements with all persons in respect of or related to the transaction with Government of Pakistan and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty. The candidate firm 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 through any of the aforesaid corrupt business practices shall with prejudice to any other right and remedies available to Government of Pakistan under any law, contract or other instrument, be void-able at the option of Government of Pakistan. Notwithstanding any rights and remedies exercised by Government of Pakistan in this regard, the Seller / Supplier / Contractor agrees to indemnify Government of Pakistan for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of Pakistan in any amount equivalent to twenty time the sum of any commission, gratification, brief, finder’s fee or kickback given by the Seller / Supplier / Contractor as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever from Government of Pakistan. Signed: ___________________ Name:_________________________________ CNIC:____________________ Address:_______________________________ Date: ____________________ Place:_________________________________ Sign______________________ Stamp_______________________ Page 35 Provincial Disaster Management Authority Tender Documents Annexure-M CHECKLIST (Tick Relevant Column) CHECK LIST Sample Deposit Receipt Yes No 3S facilities with detail of inventories & Import documents Yes No OEM Certificate Yes No Authorized Dealership Certificate. Yes No Copy of attested CNIC & 2 Passport Size Colour Photographs in case of Sole Proprietor Yes No Copy of attested CNIC & Passport Size Colour Photographs of Power of Attorney holder of applicant to represent the applicant Yes No Registration Certificate /Certificate of Incorporation from concerned Authority Yes No NTN (Company, Firm, AOP Or Individual as applicable). Yes No PRA Registration Certificate Yes No Attested copies of Declared Income Tax Returns for last three Financial Years end on 30.6.2016 Yes No Original Bank Statement for last three year duly stamped with bank original covering letter duly stamped and signed Yes No Attested copies of Relevant experience Yes No Affidavit of Non-Black listing / non-penalty on violation of PPRA Rules Or Procuring Agency’s Terms & Conditions. (Certificate to this effect on Rs.100/= non-judicial stamp paper to be provided). Yes No DD/CDR of worth Rs.2,000/- on account of documentation and processing fee in the name of Director General, PDMA Yes No Rs.,000/- as Bid Security in the shape of CDR/DD in the name of Director General, PDMA, Punjab. Yes No In addition to above the following documents be submitted to whom it is relevant: In case of Joint Company or Pvt. limited the List of directors, Form A, Form 29, Memorandum and Articles of Association. Partnership documents in case of Partnership firm Audited statements of accounts for the last 03 years of limited companies Any other relevant information with documents in addition to above the bidder may wish to submit Yes No Signed: ___________________ CNIC:____________________ Date: ____________________ Name:_________________________________ Address:_______________________________ Place:__________________________________ Sign______________________ Stamp_______________________ Page 36
© Copyright 2026 Paperzz