Document 5
Document 5
FOR
PROCUREMENT OF MACHINERY, EQUIPMENT,
FURNITURE & FIXTURE AND MISCELLANEOUS ITEMS
FOR PIFD ISLAMABAD CAMPUS
Procurement Office, Pakistan Institute of Fashion and Design, 51-J/III, Johar Town, Lahore
CONTENTS
PAGE 1 OF 60
29 RELEASE OF PERFORMANCE GUARANTEE (PG) ..................................................16
30 DISPUTE RESOLUTION ......................................................................................16
SECTION III– BID DATA SHEET (BDS) ...................................................................17
SECTION IV – TERMS OF REFERENCE AND SCOPE OF WORK .....................................18
31 TERMS OF REFERENCE: ....................................................................................18
32 ACCEPTANCE CRITERIA: ..................................................................................18
33 SCOPE OF WORK AND ITEM SPECIFICATIONS ..................................................19
SECTION V - APPLICATION FORMS ...........................................................................46
PAGE 2 OF 60
Chartered by the Government of Pakistan
TENDER NOTICE
TENDER FOR
PIFD/TENDER/2024-25/035
PAGE 3 OF 60
CHECK LIST
The bidder must fill up this checklist and attach the document in the
following order:-
Price Schedule Form (Annex ‘E’) duly filled, signed & 󠄀YES 󠄀NO
1
stamped by the bidder
PAGE 4 OF 60
INVITATION TO THE BID
Pakistan Institute of Fashion and Design (PIFD) is a federally
chartered Public Sector degree awarding institute. The Ministry of
Federal Education & Professional Training is the administrative Ministry
of PIFD, Lahore. Pakistan Institute of Fashion and Design (PIFD), Lahore
invites sealed Bids from interested Tax registered firms having
experience working with Education/Government institutes for the
“Procurement of Machinery, Equipment, Furniture & Fixture and
Miscellaneous Items for PIFD Islamabad Campus ” based on the “SINGLE
STAGE TWO ENVELOPE” Bidding Procedure in terms of rule no. 36 (b) of the
Public Procurement Rules 2004 (PPRA Rules 2004):
Tender Documents will be immediately available after the publishing
of this Notice (Rule No. 23(1) of PPRA 2004). Interested Bidders may
obtain Tender Documents containing detailed terms & conditions,
procedure for submission of Bid, and evaluation criteria from PIFD during
office hours (Monday to Friday from 9:00 A.M to 4:00 P.M) on the
submission of written request & payment of Tender Documents Fee (in cash)
Rs. 1,000/-. (non-refundable).
GENERAL CONDITION
PAGE 5 OF 60
1.8 The Bidders are required to submit their bids online on EPADS
(e-Pak Acquisition & Disposal System) https://eprocure.gov.pk
and also in hard copy without failure otherwise bid will be
rejected.
1.9 Last date for submission as mentioned in Bid Data Sheet. In case
of a holiday on the date of opening the Bid, the Bid will be
opened on the next working day.
PAGE 6 OF 60
PREPARATION OF BIDS
PAGE 7 OF 60
b) Bid Submission Form (Annexure ‘A’) on the firm’s
Letterhead
c) Price Reasonability Certificate (Annexure ‘B’) on the
firm’s Letterhead
d) Affidavit on the Stamp Paper (Annexure ‘C’)
e) Declaration Form (Annexure ‘D’) on the firm’s
Letterhead
f) Technical Bid (Annexure ‘F’) on the firm’s Letterhead
g) Item Specifications Conformance Form (Annexure ‘H’)
on the firm’s Letterhead
h) Income Tax Registration Certificate (Active).
i) Sales Tax Registration Certificates (Active).
j) Copy of business registration category i-e Sole
proprietor (copy of CNIC), Partnership, Pvt. Limited,
Public Limited, etc.
k) Tender Document duly signed and stamped on each page
by the Bidder.
l) Earnest Money/Bid Security in the form of CDR (Lot
Wise).
ii) Other Documents
a) Professional Tax Certificate.
b) List of clients (providing similar service)
c) Copies of relevant Supply/Purchase Orders/Contract
Agreements
d) Copy of the Last 3 years Audited Financial
Statement/Report
B. FINANCIAL PROPOSAL
i) The Financial Proposal of the bidder as per prescribed
format (Annexure-‘E’).
ii) The cost quoted by the bidder shall be kept firm and
unchanged for a period specified in the Bid/Tender
Documents from the date of opening of the bids. The bidder
shall keep the price firm/unchanged during the period of
extension of time or for the repeat order (if any).
iii) The quoted price will be inclusive of all taxes, duties,
levies, insurance, freight (transportation charges), etc.
iv) The Financial Bid is liable for rejection if the Financial
Proposal contains a conditional offer.
v) Documents to be Furnished With Financial Proposal
[Envelope B]
a) Financial Proposal/Price Schedule form duly filled,
signed, and stamped by the Bidder (Annexure ‘E’).
b) Copy of the CDR submitted as Bid Security / Earnest
Money with Technical Proposal. Amount of the Earnest
PAGE 8 OF 60
money/ Bid Security mentioned under the heading “BID
SECURITY”.
C. SEALING THE BID
The Proposal [Envelop A and Envelop B] shall be placed in an
outer Envelope and sealed appropriately. The cover shall be
marked as “PROPOSAL FOR – TENDER REFERENCE, the “FROM”
address and the “TO” address shall be written on the sealed
envelope without fail otherwise the Proposal is liable for
rejection
D. BID SUBMISSION ADDRESS
The Bid should be addressed and submitted to the Secretary,
Tender Committee, Pakistan Institute of Fashion and Design,
51-J/III, Johar Town, Lahore, during office hours on working
days. Bids submitted after the due date and time or unsealed
or incomplete or submitted by fax or email will be summarily
rejected
PAGE 9 OF 60
6.3 The bid not accompanied by Bid Security/Earnest Money shall be
rejected without any right of appeal.
6.4 The Bid Security may be forfeited if a Bidder:-
Refuses to accept the Letter of Intent (LOI) of the Bid;
or
Fails to furnish Performance Security.
In case the offer is withdrawn, amended, or revised by
the bidder during the validity period of the offer, the
earnest money is liable to be forfeited.
8 LATE BIDS
8.1 The Procuring Agency reserves the right to accept Bids received
after the time for submission of Bids, however subject to the
condition that the same is received within the date specified
as the last date for submission of applications but before the
time for opening of the Applications.
PAGE 10 OF 60
h) The bidder is not an active taxpayer (Income Tax & Sales
Tax)
i) A cash receipt (original or photocopy) for the purchase of
the Tender is not attached to the offer.
j) The technical proposal should not strictly contain any
Price/Cost indications as such otherwise; the bids will be
summarily rejected.
k) Bidder failed to submit the bid online on EPADS
10 OPENING OF BIDS
10.1 The Procuring Agency shall open all Bids at the date, time, and
place specified in the Bid Data Sheet. Late Bids shall be
treated in accordance with ITB 8.1.
10.2 The Procuring Agency shall prepare a record of the opening of
Bids to include, as a minimum, the name of the Bidders.
11 CLARIFICATION OF BIDS
11.1 To assist in the evaluation of Bids, the Procuring Agency may
ask a Bidder for a clarification (including missing documents)
of its Bid, to be submitted within a stated reasonable period
of time. Any request for clarification from the Procuring Agency
and all clarifications from the Bidder shall be in writing.
11.2 If any Bid does not provide clarifications and/or documents
requested by the date and time set in the Procuring Agency’s
request for clarification, its Bid shall be evaluated based on
the information and documents available at the time of
evaluation of the Bid.
12 RESPONSIVENESS OF APPLICATIONS
12.1 The Procuring Agency may reject any Bid that is not responsive
to the requirements of the Tender Documents. In case the
information furnished by the Bidder is incomplete or otherwise
requires clarification as per ITB 11, and the Bidder fails to
provide satisfactory clarification and/or missing information
within prescribed time, it may result in disqualification of
the Bidder.
PAGE 11 OF 60
SECTION-II – QUALIFICATION CRITERIA AND REQUIREMENTS
14 QUALIFICATION/EVALUATION CRITERIA
14.1 TECHNICAL EVALUATION
The Bidder(s) should meet the Eligibility/Qualification
Criteria (Annexure ‘G’) to participate in the Bid process and
must enclose documentary proof, along with Technical Bid, for
fulfilling the Criteria:-
14.2 FINANCIAL EVALUATION
I. Technically qualified/successful bidder(s) / Tenderer(s)
shall be called for the opening of the Financial
Proposal(s). The Financial Proposals will be opened in the
presence of the Bidders at the time and venue indicated by
the PIFD accordingly. The technically Eligible/Successful
Bidder(s)/ Tenderer(s) or their authorized representatives
shall be allowed to take part in the Financial Proposal(s)
opening.
II. Financial Proposal evaluation will be conducted under the
Public Procurement Rules, 2004. The Price evaluation will
include all duties, taxes, expenses, etc. In case of any
exemption of duties and taxes made by the Government in
favor of the Procuring Agency, the contractor shall be
bound to adjust the same in the Financial Proposal.
16 LETTER OF ACCEPTANCE
16.1 After acceptance of the Bids by the Tender Committee, a Letter
of Intent (LOI) will be issued only to the successful Bidder(s).
18 AWARD OF CONTRACT
18.1 The Tender will be awarded (Lot Wise) to the most advantageous
bidder, who has been declared as Technically Qualified.
PAGE 12 OF 60
19 SIGNING THE CONTRACT
19.1 The Tender Committee/Concerned Authority shall sign a Contract
with the successful bidder who has submitted the Performance
Guarantee.
19.2 The Successful Bidder may ask to provide the stamp paper for
issuance of Supply/Work Order or Signing the Contract.
20 PAYMENT
20.1 Payment shall be released through the Treasurer Office of PIFD,
Lahore, within 15 working days of receipt of the invoice
provided that:
Invoice is complete, accurate, and to the entire
satisfaction of Finance Department.
Delivery Challan
General Sales Tax Invoice
Provision of Supply/Work completion certificate.
Satisfactory Inspection Report from the Inspection
Committee of PIFD
20.2 No advance payment shall be made.
21 TAXES
21.1 Rates quoted should be inclusive of all applicable taxes.
21.2 PIFD will deduct taxes at source, as per prevailing
rules/regulations of the Government.
21.3 In case supplies/services or part thereof are exempt from levy
of tax, the bidder shall provide an exemption certificate (SRO)
to this effect, otherwise taxes will be deducted.
22 BID VALIDITY
22.1 Offer will remain valid for 90 days from the date of opening of
tender. In case of acceptance of the offer within the validity
period, the bidder is bound to supply/serve at the quoted rates
and on the terms of the tender, failing which bid money will be
forfeited.
PAGE 13 OF 60
24 CONSTITUTION OF GRIEVANCE REDRESSAL
24.1 Procuring agency shall constitute a Grievance Redressal
Committee (GRC) comprising of odd number of persons with proper
power and authorization to address the complaint. The GRC shall
not have any of the members of the Procurement Evaluation
Committee. The committee will have one subject specialist
depending on the nature of the procurement.
24.2 Any party or Bidder can file its written complaint against the
eligibility parameters or any other terms and conditions
prescribed in the prequalification or bidding documents found
contrary to the provision of the Procurement Regulatory
Framework, and the same shall be addressed by the GRC well
before the application/proposal submission deadline.
24.3 Any party or Bidder can file its written complaint against the
eligibility parameters or any other terms and conditions
prescribed in the prequalification or bidding documents found
contrary to the provision of the Procurement Regulatory
Framework, and the same shall be addressed by the GRC well
before the application/proposal submission deadline.
24.4 In case, the complaint is filed against the technical evaluation
report, the GRC shall suspend the procurement proceedings.
24.5 In case, the complaint is filed after the issuance of the final
evaluation report, the complainant cannot raise any objection
on technical evaluation of the report: Provided that the
complainant may raise the objection on any part of the final
evaluation report in case where single stage one envelop bidding
procedure is adopted.
24.6 The GRC shall investigate and decide upon the complaint within
ten days of its receipt.
24.7 The decision of the Committee shall be in writing and shall be
signed by the Head and each Member of the Committee. The
decision of the committee shall be final.
PAGE 14 OF 60
performance (in the case of award of a Contract), and to have
them audited by auditors appointed by the Procuring Agency.
25.3 Any communications between the Bidders and the Procuring Agency
related to matters of alleged corrupt and fraudulent practices
must be made in writing or in electronic forms that provide a
record of the content of the communication.
25.4 The Procuring Agency will reject an application or bid or
proposal if it is established that the Bidders or the Bidder or
Prosper were engaged in corrupt and fraudulent practices in
competing for the contract.
25.5 Procuring Agency will also declare the Bidders as blacklisted
in accordance with Public Procurement Rule (PPRA) 19 and
predefined standard mechanism.
26 INSPECTION OF ITEMS/WORK
26.1 PIFD shall inspect the Goods supplied/the Services provided,
under the Contract/Supply Order, to verify their conformity to
the Technical Specifications.
26.2 After the inspection/testing of the machinery and equipment
supplied by the Contractor, if the aforementioned machinery and
equipment does not meet the requirements, PIFD has the right
to reject and ask the Contractor to replace the rejected goods
or make all alterations necessary to meet the requirements of
the specifications free of cost to PIFD.
27 WARRANTY/MAINTENANCE PERIOD
27.1 Warranty of items/equipment shall be as per mentioned in the
section Scope of Work and items specification ITB 33 from the
date of handing over to the PIFD.
27.2 The Bidder will warrant that the items supplied are new and are
not refurbished.
27.3 In case of fault or malfunctioning of the items the supplier
will be informed through SMS, WHATSAPP, OR EMAIL. The Supplier
will be responsible for removing the fault within 24 hours of
launching the Complaint.
28 LIQUIDATED DAMAGES
28.1 When the supplier fails to deliver the goods/services within
the time period specified in the Tender Document/contract, the
Tender Committee may, without prejudice to any other remedy it
may have under the contract, deduct from the contract price, as
liquidated damages, a sum equivalent to 2% of the price of the
delayed goods/services per day of delay, maximum up to 10 days
or as per PPRA rules.
PAGE 15 OF 60
29 RELEASE OF PERFORMANCE GUARANTEE (PG)
29.1 The Performance Guarantee (PG) will be released/refunded to the
Successful Bidder(s) after completion of delivery of Goods.
However, where the warranted items are provided the PG will be
released/refunded on the completion of the warranty period.
30 DISPUTE RESOLUTION
30.1 In case of any dispute arising between the Bidder and PIDF, the
same shall be referred to the sole arbitrator, the Vice
Chancellor of PIFD, who shall give the award within 15 days of
proceedings. Reference to arbitration shall be a condition
precedent for any other action under the law. A specimen of the
affidavit is enclosed as Annexure ‘C’
PAGE 16 OF 60
SECTION III– BID DATA SHEET (BDS)
1. GENERAL
4. PERFORMANCE SECURITY
5% of the Total Tender amount in the form of CDR, Demand
Draft, or Bank Guarantee
PAGE 17 OF 60
SECTION IV – TERMS OF REFERENCE AND SCOPE OF WORK
31 TERMS OF REFERENCE:
31.1 The contractor must adhere to industry standards and best
practices throughout the project.
31.2 Bidders can quote the rates for any or all Lots.
31.3 The Procuring Agency shall have the right, at his exclusive
discretion, to increase/decrease the quantity of any or all
item(s), under PPRA Rules 2004 without any change in unit prices
or other terms and conditions,
32 ACCEPTANCE CRITERIA:
32.1 Verification of the original product is required.
32.2 Provision of warranty for equipment as per Clause 27 of the
Tender Document or 1 year comprehensive.
32.3 Provision of service warranty upon completion of the project in
accordance with Clause 27 of the Tender Document
PAGE 18 OF 60
33 SCOPE OF WORK AND ITEM SPECIFICATIONS
i. FURNITURE DESIGN
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
Warranty: 01 Year
Warranty: 01 Year
Warranty: 01 Year
4. Mortise Machine JET Benchtop Mortiser, No 01
1/2" Chisel, 4-3/4"
Stroke, 1Ph 115V (Model
JBM-5)
Warranty: 01 Year
PAGE 19 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
PAGE 20 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
PAGE 21 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
PAGE 22 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
As Per Sample
PAGE 23 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
(for FMM
Department)
11. Teachers tables Wooden Tables (2.5' x Nos 1
for classrooms 4')
(for FMM
Department)
12. White Board 6' x 12' Nos 1
with Stands As per sample
(for FMM
Department)
13. Student hand Classroom chairs with arm Nos 25
Chairs handle
(for FMM
Department)
16. Office Tables Wooden Tables (2.5' x 4') Nos. 06
As per sample
(for FMM
Department)
PAGE 24 OF 60
No. ITEM NAME SPECIFICATION UNIT QTY IMAGE
For F&D
20. Cutting Tables Cutting Table Nos. 02
Width: 48”, Length 72”,
For F&D Height: 37”
As per Sample
21. Drafting Table Drafting Table for Nos. 25
pattern making
For F&D Width: 48, Length: 30”,
Height: 36”
As per Sample
22. Wooden Chair Low Back Wooden Chair Nos. 25
As per Sample
For F&D
23. Wooden Chair High Back Wooden Chair Nos. 25
As per sample
For F&D
24. Garment Rack Garment Rack with Wheels Nos. 25
As per Sample
For F&D
25.
For F&D
29. Painting Table Wooden painting Tables Nos 02
(6 x 8 Feet with MDF
(For Textile base)
Design) As per sample
30. Tracing Tables with glass Top (6’ x Nos 02
4’)
For Textile
Design As per sample
31. Cutting Tables Cutting Tables wooden Nos 01
6' x 4'
(For Textile
Design) As per sample
PAGE 25 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
PAGE 26 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
2. Lead Tin Polish Diameter 6 inches, 150mm, Nos. 06
Disc/ Tin Lap thickness 18mm.
Imported Material
4. Faceting
100, Diameter 6”, local Nos. 25
Grinding
Disc/Laps
400, Diameter 6”, local Nos. 25
PAGE 27 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
10. Chromium Oxide As per sample Kg 02
PAGE 28 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
As per sample
As per sample
As per sample
PAGE 29 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
7. Diamond Cutter Imported Gesswein Set. 05
Master Set
PAGE 30 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
14. Hard Felt 3/32” Shank for a No. 100
Wheels scratch finish,
Imported
As per sample
As per sample
PAGE 31 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
4. Buffs Maco Popline 120*15 No. 12
PAGE 32 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
12. Polishing Compound Red Rouge No. 06
As per sample
As per sample
PAGE 33 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
19. Glass Beakers # 800 ml No. 04
As per sample
As per sample
As per sample
PAGE 34 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
25. Ring Sizers Stainless Steel No. 02
PAGE 35 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
2. Melting Gas Local No. 03
Torches with
Burners.
As per sample
As per sample
PAGE 36 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
9. Soldering Plate Asbestos Free No. 36
PAGE 37 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
17. Mobil Oil. Lit. 05
As per sample
PAGE 38 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
24. Prong Pusher Imported No. 12
As per sample
PAGE 39 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
9. Flat Plier Nos 01
PAGE 40 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
31. Portable Hand Imported Nos 01
Torch for
Soldering with
cylinder
32. Parrot Nose Large Nos 01
Plier
33. Bench Hammer small (round flat) Nos 01
As per sample
As per sample
As per sample
As per sample
PAGE 41 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
5. Dapping Block Stainless Steel No. 02
(Large)
As per sample
As per sample
As per sample
PAGE 42 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
12. Bench Vise 05” Teknik Dokum No. 05
As per sample
PAGE 43 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
2. Sheet Wire Imported No. 01
Cutter
As per sample
As per sample
As per sample
As per sample
PAGE 44 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
8. Planishing Imported No. 06
Hammer
As per sample
As per sample
As per sample
As per sample
As per sample
PAGE 45 OF 60
iii. FASHION DESIGN
S# ITEM NAME SPECIFICATION UNIT QTY
LOT # 10 - DRAPING LABS
1 Draping Draping Mannequins Nos. 15
Mannequins Size: 42 Stockman Paris Wome Haute
Couture
2 Draping Draping Mannequins Nos. 03
Mannequins Size: 40 Stockman Paris Wome Haute
Couture
3 Draping Draping Mannequins Iron Stands Nos. 18
Mannequins Iron Wooden Stick, Neck Pieces, Nobe &
Stands Stopper for Stockman Draping
Mannequins
4 Draping Size: 42 (Local) with iron stand, Nos. 15
Mannequins Local wooden stick, neck piece, Nobe &
Stopper
5 Draping a. Draping Mannequins Women Legs Nos. 03
Mannequins (Local)
b. Draping Mannequins full form Nos. 02
with legs (local)
6 Display Display Mannequins Nos. 05
Mannequins
7 Wooden Mannequins Wooden Mannequins for Human Anatomy Nos. 05
for Human Anatomy Class
Class
8. Single Needle Single Needle Lock Stitch with Table & Nos. 02
Lock Stitch with Stand
Table Servo Motor for display studio
Juki or Equivalent
LOT # 11 – SEWING LAB
1 Single Needle Single Needle Lock Stitch with Table & Nos. 25
Lock Stitch with Stand
Table Servo Motor Juki or Equivalent
2 Single Needle Single Needle Lock Stitch for leather Nos. 01
Lock Stitch with stitching Heavy Duty) with table and
Table stand and Servo Motor Juki or
Equivalent
3. Zigzag Machine Zigzag Machine for Heavy Fabric Nos. 01
Juki or Equivalent
PAGE 46 OF 60
S# ITEM NAME SPECIFICATION UNIT QTY
3 Steam Boiler Steam Boiler Nos. 01
Fully Automatic Electric Steam
Generator
Naomoto or Equivalent
4 Vertical Steam Vertical Steam Nos. 01
Samjin or equivalent
As per sample
2. Bench Weaving 24 Frames with Nos 10
looms- Accessories
Head Wires,
reed, Shuttle
3. Cone winder As per sample Nos 01
Machine
4. Warping Board As per sample Nos 02
PAGE 47 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
9. Machine Stand As per sample Nos 06
PAGE 48 OF 60
# ITEM NAME SPECIFICATION UNIT QTY IMAGE
11. Weighting Scale 600g/0.01g Electronic Nos 02
Fabric GSM Weight Scale
Balance with 0-2mm Disc
Sampler Cloth Cutter for
Textile Paper Non-woven
Fabrics
As per sample
PAGE 49 OF 60
v. GENERAL ITEMS
S# ITEM NAME SPECIFICATION UNIT QTY IMMAGE
LOT # 15 – WATER COOLER, DISPENSER AND FILTRATION PLANT
1. Water Cooler CANNON or Equivalent Nos. 02
Cooling Capacity: 80
Ltr/Hr ~ 90 Ltr/H
Number of Taps: 3
Water Tank Material:
Non Magnetic Stainless
Steel (Food Grade)
Coiling around Water
Tank: 100% Pure Copper
Body Material:
Stainless Steel
Refrigerant: R 134a
CFC Free
Standard Warranty
2. Water Dispense 3 Taps (Hot, Nos. 02
Cold, Normal)
Refrigerator Capacity
20 Ltr Cold Water
Capacity: 3.5 Ltr
Compressor Cooling:
Yes Water Tank
Capacity: 4 Ltr
Warranty: 3 year
Dawlance or Equivalent
3. RO Filtration Plant RO Water Plant Nos. 02
Made in USA,
Inlet Pressure: 30psi
Working Pressure:90psi
Volt 24v DC with Gage
Mete
PAGE 50 OF 60
S# ITEM NAME SPECIFICATION UNIT QTY IMMAGE
4. Pedestal Fans 24" , with Electrical Nos. 03
Steel Sheet and winded
with 99.99% pure
copper wire
Royal Deluxe or
Equivalent
5. Microwave Oven - Dawlance DW115 CHZP Nos. 01
25 Liter or Equivalent
PAGE 51 OF 60
S# ITEM NAME SPECIFICATION UNIT QTY IMMAGE
2. Computer Chairs High Quality Nos. 25
As per Sample
PAGE 52 OF 60
SECTION V - APPLICATION FORMS
Annexure ‘A’
We, the undersigned, submitting our Bid for the referenced Invitation
to Bid and declare that:
Name of Authorised
Person
Designation
Date
-----------/------------/2024
PAGE 53 OF 60
Annexure ‘B’
(To be printed on Firm letterhead)
(1) We certify that the prices quoted against this tender are
reasonable and not more than the prices charged from any other
Agencies in the country and in case of any discrepancy, we hereby
undertake to refund the price charged in excess.
(2) We also hereby categorically confirm that the services offered by
us are exactly according to the particulars and specifications laid
down in your tender inquiry in all respects.
(3) We hereby confirm to adhere to the service period required in the
tender inquiry which would be the essence of the contract and which
will be strictly adhered to by us. In case of failure, we agree
unconditionally to accept the recovery of liquidated damages as
spelled out above.
Designation
Date /-------------/2024
-------------
PAGE 54 OF 60
Annexure ‘C’
To be print on Stamp Paper
AFFIDAVIT
FROM:
TO:
Pakistan Institute of Fashion and Design, Lahore (PIFD)
57 J-III, Johar Town
Lahore
Authorized Signature:------------------------------------
NAME OF FIRM
STAMP:
COMPLETE ADDRESS
Dated: -----------/----------/2024
PAGE 55 OF 60
Annexure ‘D’
Declaration Form
(Mandatory: On Letterhead, Non-provision will disqualify the bidder)
All terms & conditions have been carefully read & understood and
are hereby unconditionally accepted. It is declared that:
1) I understand that by inserting any condition in my bid
consciously or unconsciously will AUTOMATICALLY disqualify me
from the bidding process.
2) All the information furnished by me/us here-in is correct to
the best of my knowledge and belief.
3) I/We have no objection if inquiries are made about the work
listed by me/us in the accompanying annexure.
4) I/We agree that the decision of the Committee in selection
will be final and binding to me/us.
5) I / We have read the instructions appended to the pro forma
and I/We understand that if any false information is found at
any stage, the Tender Committee is at liberty to act in a
manner it feels deemed fit, which includes, but not limited
to, confiscation of Security/Earnest Money AND/OR imposing a
bar/restriction from future business with Pakistan Institute
of Fashion and Design (PIFD), Lahore AND/OR blacklisting.
TENDER NAME
NAME OF FIRM
YEAR OF ESTABLISHMENT
OFFICE ADDRESS
GST NUMBER
NTN
VALID TELEPHONE #
VALID EMAIL
PAGE 56 OF 60
Annexure ‘E’
(on the letterhead and attach with Financial Bid only. Use separate form for each item
Lot)
LOT # ------------------
Name of Company:
Item Name Brand / Make & Qty. Unit Price Total Amount
Model Inclusive of
all the Tax
1.
2.
3.
4.
5.
6.
7.
8.
9.
Total Amount
Amount in Words
PAGE 57 OF 60
Annexure ‘F’
The bidder must attach this list along with the Technical Bid
2 Year of Registration:
Sole Proprietor
3 Legal Status of the Company Private Limited/Private Partnership
Partnership /AoP
9 Email Address
11 Contact Number
Designation
PAGE 58 OF 60
Annexure ‘G’
TECHNICAL EVALUATION CRITERIA
Description Maximum
Marks
PAGE 59 OF 60
Annexure ‘H’
(To be reproduced on the letterhead)
LOT # ----
Item Name Specification Offered Brand
/Model/Make
1.
2.
3.
4.
5.
Note: use separate form for each LOT
PAGE 60 OF 60