Bidding Document For BID NOTICE NO. LDCMMC/ Admin-15/ HO-2017-18 “PROCUREMENT OF NEW TENTS’’ MANAGING DIRECTOR LAHORE DIVISION CATTLE MARKET MANAGEMENT COMPANY 408-J, DHA EME Society, Multan Road, Lahore Ph. No. 042-35234417-19 Fax No. 042-35234431 Page 1 of 11 Table of Contents 1. Invitation to Bid ……………………………………………………….. 3 2. Bidding Details (Instruction to Bidders) ……………………………. 3. Bid Scope………………………………………………………………. 5 4. Evaluation Criteria ……………………………………………………. 5 6. Financial Proposal Bid Form ………………………………………… 6 7. Terms and Conditions ….…………………………………………..... 7 8. Bidding Procedure ……………………………………………………. 8 9. Rejection of Bids ……….……………………………………………... 9 4 10. Declaration of Bidder………………………………………………..... 10 11. Annexure-A ……….………………………….………………............. 11 Page 2 of 11 1. INVITATION TO BID Lahore Division Cattle Market Management Company (LDCMMC) is a Company limited by Guarantee incorporated u/s 42 of Companies Ordinance 1984. The objective of LDCMMC is to establish, organize, manage, operate and regulate cattle markets, to frame the contracts to outsource internal services, to manage and maintain the services of the Cattle Market etc. Sealed Technical & Financial proposals in accordance with PPRA-Rules 2014 “Single Stage-Two Envelope Bidding Procedure” are invited from registered companies/firms for “PROCUREMENT OF NEW TENTS”. The detailed description is available in Bidding Documents which can be purchased immediately after the publication of this notice on cash payment of Rs. 1,000/- (nonrefundable fee) from LDCMMC office. Sr. # 1 Details PROCUREMENT OF NEW TENTS Note: Complete details are available in the bidding documents. Estimated Price Rs. 500,000/- Terms & Conditions for submission of proposals 1. The proposal must reach to LDCMMC office at 408-J, DHA-EME, Multan Road, Lahore on or before 27th July, 2017 (till 03:00 pm). 2. Technical and financial proposals should be submitted in separate envelopes. The word “Technical Proposal” and “Financial Proposal” being clearly written on the respective envelopes. 3. Technical proposals will be opened on the same day 27th July, 2017 at 03:30 pm, in presence of bidders or their authorized representatives who wish to witness the tender opening. After the technical evaluation, financial proposals of only technically qualified companies shall be opened on a date/time to be announced subsequently. 4. The Bid Security equal to 2% (two percent) of the Estimated Price must be attached with the Financial Proposal in the form of Pay Order/CDR/Demand Draft in favor of “Lahore Division Cattle Market Management Company” 5. The Financial Proposal shall be inclusive of all applicable taxes in Pakistan. 6. Affidavit that the company has never been blacklist by any Government/Semi Government/autonomous body or private company. 7. The companies/ firms/ sole proprietors must be registered with income Tax and sales tax department (Copy of NTN Certificate should be provided). 8. Incomplete Proposals shall not be considered. 9. The bid validity period shall be 90 days from the last date for submission of the Tender. 10. LDCMMC reserves the right to reject all the proposals submitted in response to this tender notice prior to acceptance. Page 3 of 11 LAHORE DIVISION CATTLE MARKET MANAGEMENT COMPANY 2. BIDDING DETAILS All bids must be accompanied with Bid Security (As per provisions of clause “Bid Security” of this document) in favor of “Lahore Division Cattle Market Management Company”. The bids along with Bid security, Bid Forms, Affidavits, etc., must be delivered into the Bid Box, placed in office of Lahore Division Cattle Market Management Company (LDCMMC), Lahore at or before 03:00 pm on 275th July, 2017.. The technical bids will be publicly opened in the office of LDCMMC, 408-J, DHA-EME, Multan Road, Lahore, on 27th July, 2017 at 03:30 pm. Queries of the Bidders (if any) for seeking clarifications regarding the specifications/terms of PROCUREMENT OF NEW TENTS must be received in writing to the procuring agency within ten working days from the date of bid advertisement. Any query received after ten working days shall not be entertained. The bidder must submit bids on the basis of complete items. The bidder shall submit bids which must comply with the bidding document. Alternative bids will not be considered. Bidders are also required to state, in their proposals, the name, title, fax number and e-mail address of the bidder’s authorized representative through whom all communications shall be directed until the process has been completed or terminated. The procuring agency will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. Contact details for all correspondence in relation to this bid are as follows: Manager Procurement & Contract Email: [email protected] 408-J, DHA EME Society, Multan Road, Lahore, Pakistan. Contact No. 03218400253 / 042-35234417-9 LDCMMC being competent authority, reserves the right to cancel or reject all bids submitted in response to this bid notice prior to acceptance. Page 4 of 11 3. BID SCOPE Lahore Division Cattle Market Management Company (LDCMMC), (herein referred to as “the Procuring Agency”) invites/ requests Proposals (hereinafter referred to as “the Bid”) for “PROCUREMENT OF NEW TENTS” (hereinafter referred to as “the Work/Goods/Services”). The contactor executed with the contractor /successful bidder will be the frame work contract & the work order / purchase order will be issue at need basis. 4. EVALUATION CRITERIA 4.1 ELIGIBILITY OF BIDER Eligible Bidder is a Bidder who: A. Is a bonafide firm, company & organization/person etc. having at least one year experience in this specific nature of goods/work/services. B. Has valid Registration Certificate for Income Tax (NTN) & STRN. C. Should be an Active Taxpayer. D. Affidavit on Rs.100/- stamp paper that the company has never been blacklist by any Government/Semi Government/autonomous body or private company. E. Comply with the specifications mentioned in Annexure-A. The bids will be evaluated on Least Cost method. After the submission of Bids, the evaluation committee will evaluate the bids on technical basis. The technically qualified & eligible bidder with “lowest evaluated bid” will become successful bidder. Page 5 of 11 5. FINANCIAL PROPOSAL BID FORM Sr. No. Item Description SPECIFICATION/ DETAILS (As given in Annex-A) 1. Qty. (Nos.) Unit Price per Item (in Rs.) Amount (in Rs.) 2. 3. 4. 5. 6. Amount inclusive of All costs: (Rupees……………………………………………………………………. only) Total amount inclusive of all applicable taxes in Pakistan: (Rupees……………………………………………………………………. only) Rs. ...................../Rs. ...................../- (Note: Transportation, or satisfactory delivery at company’s premises including of any other costs shall be included in total quoted bid price) Name & Address of Bidder: __________________________________ Telephone: _________________________________________________ Fax: ______________________________________________________ Email: _____________________________________________________ Sales Tax No ________________________________________________ National Tax No ______________________________________________ Signature of Authorized Bidder: ____________________ Page 6 of 11 6. TERMS AND CONDITIONS 6.1 The bidder is expected and shall deemed to have examine the bid document thoroughly, specifications, terms, requirements etc. including all terms and conditions. 6.3 The bidder shall bear all costs / expenses associated with the preparation and submission of the bid(s) and the procuring agency shall in no case be responsible / liable for those costs / expenses. 6.4 Bid Price 6.2 6.5 6.6 The prospective bidders may solicit clarification of the goods/work/services specification as mentioned in bid document in writing. The prices shall be inclusive of all taxes applicable in Pakistan i.e. GST/PST, Income Tax, PRA, transportation, and are considered final. Please note all the goods/work/services shall be provided at the premises of the Procuring Agency and bid price include all costs as mentioned above in this section. If not specifically mentioned in proposal, it will be presumed that the prices include all taxes. Any subsequent change in tax regime would be adjusted accordingly at the time of payment. The contractor shall bear all expenditures accruing on or relating to registration of contract document (i.e. stamp papers, duties, registration charges at sub registrar office including the fee of local commission and others, etc.). Validity of Bid The bid validity period shall be 90 days from the last date for submission of the Bid. Bid Security The Bid Security equal to 2% (two percent) Lot wise of the Total Estimated Price including taxes, must be attached with the Financial Proposal in the form of Pay Order/CDR/Demand Draft in favor of “Lahore Division Cattle Market Management Company”. Bid security has a minimum validity period of ninety (90) days from the last date for submission of the Bid. The successful Bidder’s bid security shall be discharged upon signing of contract or furnishing the 2% performance security/guarantee of the total contract price valid for the contract period. But it must be furnished before receiving of first payment by the contractor s per schedule of payment. The bid Security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity Or (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security/guarantee. Note: The Procuring Agency can hold the Bid Security of top 2 bidders. And if the first lowest evaluated bidder withdraws his bid due to any reason, the Procuring Agency shall forfeit Page 7 of 11 bid security of such first bidder and offer the contract at its sole discretion to the second lowest evaluated bidder if it seems feasible. 6.8 Withdrawal of Bids The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the period between deadline for submission of bids and the expiration of the period of bid validity specified in Bidding Documents. Withdrawal of a bid after submission & before the period of bid validity may result in forfeiture of the Bid Security submitted by the Bidder. 6.9 The Procuring Agency will follow the PPRA Rule-38 of 2014 “Single stage – two envelope procedure” for the entire process of the procurement. In bidding process, separate evaluation of technical bid and financial bid will be carried out. First the technical bid will be opened and the financial bid of only those bidders will be opened who will qualify in technical bid evaluation. The technical evaluation will be carried out based on the information provided by bidder as requested in technical proposal heading. The bidders are advised to go through the technical proposal and financial proposal and provide the complete information as per proposals. 6.7 Bidding Procedure Clarification of Bids. During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 6.10 Delivery Period and Transportation 6.10.1 The goods/work/services should be provided and delivered at the place provided under purchase order (PO). The delivery shall be provided within terms & conditions of purchase order (PO). Any delay or extension in the provision of the good can be discussed at the time of signing the contract by providing sufficient grounds for the extension. Provision of extension will be on the discretion of procuring agency. 6.10.2 The Contractor shall provide goods/work/services at the premises of the Procuring Agency on the given address/place mentioned and total contract value also includes all transportation, set up cost, installation cost etc. 6.11 Liquidated damages for failure/ delay in supply/provision of Goods 6.11.1 Delay in provision of goods/work/services from the delivery/completion period will attract penalty of Liquidation of the contract or delay in supply/ provision of goods charges/penalty @ 0.067 % per day for 05 days as per the discretion of LDCMMC. This period if allowed will be fall in category of grace period. 6.11.2 If the contractor did not complete the delivery/provide the goods/work/services after 05 days of aforesaid period or unsatisfactory goods/work/services are provided or Page 8 of 11 6.12 violate any provision of Contract, the Procuring Agency reserves the right to cancel the whole supply/work/services with forfeiting the Bid Security/Performance Guarantee and also claim further damages as compensation for the whole delay which has been caused by the incomplete delivery or due to total refusal of order. Invoicing and Payment 6.12.1 The technical and inspection team of LDCMMC may inspect and check the goods/work/services to be supplied/provided at the warehouse of the selected Contractor before and after the delivery. 6.12.2 The contractor will submit/consolidated the invoice for all goods/supplies/services after the completion of the good period. 6.12.3 The payment will deliver within 21 days of after receipt of invoice from the contractor. 6.12.4 All the payment will be made subject to deduction of all applicable taxes of Pakistan. 6.13 Opening of the Bid 6.13.1 Bids shall be opened at LDCMMC Head office 408-J, DHA EME society, Multan Road, Lahore at given time and date, in the presence of the Bidder(s) for which they shall ensure their presence without further invitation. 6.13.2 The Bidder's name, modifications, withdrawal, security, attendance of the Bidder and such other details as the Procuring Agency may, at its exclusive discretion, consider appropriate, shall be announced and recorded. 6.13.3 No Bidder or its representative will be allowed to keep any digital device (camera, 7 audio recorder, cell phone etc.) during Bid opening meeting at given time and location. Non-compliance will cause the rejection of respective bidder. Rejection of Bids The Procuring Agency may reject all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 7.1.1 The Procuring Agency incurs no liability, towards Bidders who have submitted bids. 7.1.2 Notice of the rejection of bids shall be given promptly to the concerned Bidders that submitted bids. 7.2 Award Criteria 7.2.1 At first step, eligible Bidder(s) fulfilling mandatory requirements and technical evaluation criteria will stand qualified technically. 7.2.2 At second step, financially qualified successful bidder will be selected on lowest evaluated bid. Page 9 of 11 7.3 Acceptance Letter (Letter of Intent) The Procuring Agency will, send the Acceptance Letter (Letter of Intent) to the successful bidder against complete items, prior to the expiry of the validity period of the bid, which shall constitute a contract, until execution of the formal Contract. The supply time of the Bidder / Contractor shall start from the date of issuance of the Letter of Acceptance. 7.4 Late receiving bids after due time will not be accepted and returned to the bidders unopened. 7.5 ARBITRATION In case of any difference or dispute arising between the parties relating the contract period, shall be referred to resolution to the Managing Director of the Procuring Agency or his duly authorized nominee whose decision shall be final and binding on both the parties and cannot be challenged in any court of law. DECLARATION FOR BIDDERS I/we have read attentively & consciously the above terms & conditions and bind myself/ourselves to abide by the terms & conditions. ___________________________ Signature of the bidder Page 10 of 11 Annexure A Specification/TORS/Scope for the Procurement Of Tents Deluxe Tent Single Fly Double Fold Quantity Required SIX (06) Make Single Fly Double Fold (5X8 M) Material Outer Fold: Cotton Canvas water proof, rot proof-600 GSM Inner Fold: Cotton Sheeting of green color Center Height 2.6 M Wall Height 1.8 M Color Outer Natural Canvas & Inner Green or Yellow Color Poles Painted iron standing poles and wall sticks. (Preferably white color) Doors 4 doors with loop lancing Windows 4 windows with anti-insect netting and rolled up flaps Packing Each tent single bales with all accessories iron poles, iron pegs, iron pins ropes and iron Hammer with wooden handle. Wrapped into polythene and woven PP or hessian cloth. Deluxe Tent Single Fly Single Fold Quantity Required SIX (06) Make Material Single Fly Single Fold (4X4 M) Cotton Canvas water proof, rot proof-320GSM Center Height 2.6 M Wall Height 1.8 M Color Natural Canvas Poles Painted iron standing poles and wall sticks. (Preferably white color) Doors Packing 1 door with loop lacing (one side wall will be completely opened) Each tent packed in single bales with all accessories iron poles, iron pegs, iron pins ropes and iron Hammer with wooden handle. Wrapped into polythene and into woven PP or hessian cloth. I/we have read attentively & consciously the above Specification/TORs/Scope terms & conditions and bind myself/ourselves to abide by the terms & conditions. ____________________________ Signature of the bidder Page 11 of 11
© Copyright 2026 Paperzz