Generator Tenders Nov 2012

Page 1

GENERATOR TENDERS NOV 2012


http://www.facebook.com/mavenpk

http://twitter.com/mavenpk

http://www.linkedin.com/in/mavenpk









302 Spare Depot EME Rawalpindi Tel : GHQ -33078 No. 50808/ LP/IT-002 01 Nov 2012 To:

PPRA Cabinet Division, G-5/4 Islamabad

Subject:

Tender Inquiry -24/Generators (Emergent

requirement)/2012-13

302 Spares Depot EME Rwp intends to purchase the items as mentioned in Anx ‘A’ to this letter please. TERMS AND CONDITIONS OF THE TENDER 1. RATES a. Quoted rates must be valid up to 30 Jun 2013 b. Quoted rates must be inclusive of all the Gov't taxes i.e. GST, INCOME TAX AND OTHER . c. Rate will be quoted for brand new items. 2. QUOTATIONS No columns should be left blank in quotation, however, NQ should be written in column for ITEMS NOT BEING QUOTED. 3. RESTRICTIONS a. CUTTING OR OVERWRITING in the quotation makes it liable to rejection, also please be careful while quoting the rates of the origin as the sample/Items must also comply to the origin mentioned in purchase orders, otherwise your firms will be warned and liable to de registeration. b. The purchaser retains the authority to REJECT any or all the quotations without assigning any reason. 4. SUPPLY REQUIREMENTS a. The store(s) / item(s) should be exactly in accordance with the specification / sample. b. Samples are displayed for reference /guidance of the contractors by the concerned group. c. Samples may be demanded from the firms to assess the quality, technical feasibility and functionality of the item. 5. TENDER OPENING a. Quotation must be dropped in the tender box before 1100 hrs on 09 Nov 2012. b. The tender will be opened on 09 Nov 2012 at 1145 hrs. c. No Quotation will be accepted after due date and time. 6. IMPORTANT NOTE: a. Only GHQ security wise cleared firms, registered with this Installation or any other Ministry of Defence organization can participate in this tender inquiry. b. The firm has to deposit Rs. 100 per tender at the time of submitting the quotations or send pay order of Rs 100/- with the quotations. c. The firm has to provide the import documents at the time of delivery of items. d. Please mention delivery period while quoting the rates. e. Firm has to deposit the principal documents/agency agreement at the time of submitting the quotations. f. This tender is aval on PPRA Website. 7.

Warning a. Do carefully study the specifications of store(s) / items(s) of this Tender inquiry before quoting otherwise, for wrong quotation 302 Spares Depot EME will not be responsible. b. Do read all clauses carefully before preparing the quotations. c. In case of any discrepancy of clauses (s) in quotation by the firm, the quotation will become liable to rejection. d. Provide Quotations on Firm pad in HARD COPY and SOFT COPY. Without SOFT COPY the quotation will not be accepted. Maj LPO (Muhammad Haroon Zubair)


302 SPARES DEPOT EME TENDER INQUIRY 26-/2012-13 S/No Sec

Main Eqpt

Part No

302/TCW/FORM/002

Nomenclature

A/U

1

X-2

30 KVA Perkins

6115-ZO-215-1411

Washer Thrust

No

2

X-2

30 KVA Perkins

6115-ZO-215-1412

Oil Pump

No

3

X-2

30 KVA Perkins

6115-ZO-215-1413

Shaft

No

4

X-2

30 KVA Perkins

6115-ZO-215-1414

Gear Idler

No

5

X-2

30 KVA Perkins

6115-ZO-215-1417

Plunger

No

6

X-2

30 KVA Perkins

6115-ZO-215-1418

Pipe Oil

No

7

X-2

30 KVA Perkins

6115-ZO-215-1422

Fuel Injection Pump

No

8

X-2

30 KVA Perkins

6115-ZO-215-1423

Sleeve

No

Origin UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak Pak China Pak UK China Pak UK China Pak

9

X-2

30 KVA Perkins

6115-ZO-215-1424

Seal

No

UK China Pak

10

X-2

30 KVA Perkins

6115-ZO-215-1430

Atomizer

No

11

X-2

30 KVA Perkins

6115-ZO-215-1442

Nozzle

No

12

X-2

30 KVA Perkins

6115-ZO-215-1447

Coover

No

13

X-2

30 KVA Perkins

6115-ZO-215-1448

Connector

No

14

X-2

30 KVA Perkins

6115-ZO-215-1458

FlyWheel Housing

No

15

X-2

30 KVA Perkins

6115-ZO-215-1459

Dowel

No

UK China Pak UK China Pak China Pak China UK China Pak UK China Pak

Rate


16

X-2

30 KVA Perkins

6115-ZO-215-1461

Stater Motor

No

17

X-2

30 KVA Perkins

6115-ZO-215-1463

Solenoid

No

18

X-2

30 KVA Perkins

6115-ZO-215-1467

Sump

No

19

X-2

30 KVA Perkins

6115-ZO-215-1481

Pulley Crank

No

20

X-2

30 KVA Perkins

6115-ZO-215-1482

Thrust Block

No

21

X-2

30 KVA Perkins

6115-ZO-215-1483

Water Pump

No

22

X-2

30 KVA Perkins

6115-ZO-215-1484

Bearing

No

23

X-2

30 KVA Perkins

6115-ZO-215-1485

Pulley Water Pump

No

24

X-2

30 KVA Perkins

6115-ZO-215-1486

Body

No

25

X-2

30 KVA Perkins

6115-ZO-215-1487

Kit Repair

No

26

X-2

30 KVA Perkins

6115-ZO-215-1491

Alternator

No

27

X-2

30 KVA Perkins

6115-ZO-215-1492

Regulator

28

X-2

30 KVA Perkins

6115-ZO-215-1493

Ractifier

29

X-2

30 KVA Perkins

6115-ZO-215-1495

Rotor

No

30

X-2

30 KVA Perkins

6115-ZO-215-1496

Stator

No

31

X-2

30 KVA Perkins

6115-ZO-215-1497

Jit Brush Semi Conductor Device

No

32

X-2

30 KVA Perkins

6115-ZO-215-1500

Manifold

No

33

X-2

30 KVA Perkins

6115-ZO-215-1506

Flange

No

No

No

UK China Pak UK China Pak China UK China Pak UK China UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak Pak China Pak China


34

X-2

30 KVA Perkins

6115-ZO-215-1516

Lift Pump

No

35

X-2

30 KVA Perkins

6115-ZO-215-1519

Kit Repair

No

36

X-3

20 KVA HINO SHOP

15010-L1800

Oil Pump Assy

No

37

X-3

20 KVA HINO SHOP

15021-31W00

Gear Oil Pump

No

38

X-3

20 KVA HINO SHOP

15023-31W00

Gear Oil Pump

No

39

X-3

20 KVA HINO SHOP

16712-90073

Injection Pump Assy

No

40

X-3

20 KVA HINO SHOP

16760-99107

Plunger

No

41

X-3

20 KVA HINO SHOP

16773-95000

Delivery Valve

No

42

X-3

20 KVA HINO SHOP

21022-T8200

Vane

No

43

X-3

20 KVA HINO SHOP

21027-61500

Floating Seat

No

44

X-2

20 KVA HINO SHOP

23300-37508

Starting Motor

No

45

Z-37

20 KVA HINO SHOP

13503-27000

Solenoid Assy

No

46

Z-32

20 KVA HINO SHOP

18502-90018

Thermo Switch

No

47

X-3

20 KVA DEUTZ

0141-01-8

Spring

No

48

X-3

20 KVA DEUTZ

0141-01-2

Bush

No

49

X-3

20 KVA DEUTZ

0141-01-4

Seal

No

50

X-3

20 KVA DEUTZ

0141-01-28

Crank Pulley

No

51

X-3

20 KVA DEUTZ

0141-01-30

Pulley

No

UK China Pak UK China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak Pak China Pak Pak China OEM China Pak OEM China Pak OEM China Pak Pak China Pak China Pak China OEM China Pak Pak China


52

X-3

20 KVA DEUTZ

0141-01-51

Seal Rubber

No

53

X-3

20 KVA DEUTZ

0141-01-40

Bush

No

54

X-3

20 KVA DEUTZ

0141-01-83

Bush

No

55

X-3

20 KVA DEUTZ

0141-01-85

Bush

No

56

X-3

20 KVA DEUTZ

0141-01-88

Shell Bearing

Set

57

X-3

20 KVA DEUTZ

0141-01-148

Seal

No

58

X-3

20 KVA DEUTZ

0141-01-149

Bush

No

59

X-3

20 KVA DEUTZ

0141-01-154

Gasket

No

60

X-3

20 KVA DEUTZ

0141-01-155

Gasket

No

61

X-3

20 KVA DEUTZ

0141-11-15

Gasket Tappet Cover

No

62

X-3

20 KVA DEUTZ

0141-14-1

Lube Oil Pump

No

63

X-3

20 KVA DEUTZ

0141-17-3

Fuel Injection Pump

No

Pak China Pak China Pak China Pak China China Pak Pak China Pak China Pak China Pak China Pak China OEM China Pak OEM China Pak

64

X-3

20 KVA DEUTZ

0141-17-21

Fuel Feed Pump

No

OEM China Pak

65

X-3

20 KVA DEUTZ

0141-17-24

Kit Feed Pump

No

66

X-3

20 KVA DEUTZ

0141-19-6

Nozzle Injection

No

67

X-3

20 KVA DEUTZ

0141-19-7

Seat Nozzle

No

68

X-3

20 KVA DEUTZ

0141-22-67

Hose

No

69

X-3

20 KVA DEUTZ

0141-26-4

Heater Plug

No

71

X-3

20 KVA DEUTZ

0141-41-9

Pipe Exhaust

No

72

X-2

20 KVA DEUTZ

PXB/0268/A

Pulley Alternator (0141-44-2)

No

70

OEM China Pak OEM China Pak OEM China Pak Pak China China Pak China Pak Pak China OEM China Pak


73

X-2

20 KVA DEUTZ

PXB/0269/A

Bush Rubber (014144-4)

No

74

X-2

20 KVA DEUTZ

PXB/0270/A

Alternator Assy (0141-44-10)

No

75

X-2

20 KVA DEUTZ

0271/A

Starter Assy (014144-1)

No

76

X-2

20 KVA DEUTZ

PXB/0274/A

77

X-2

20 KVA DEUTZ

PXB/0277/A

78

X-2

20 KVA DEUTZ

PXB/0278/A

Clutch Plate (014152-26)

No

79

X-2

20 KVA DEUTZ

PXB/0279/A

Shaft (0141-52-17)

No

80

X-2

20 KVA DEUTZ

PXB/0280/A

Spring (0141-52-20)

No

81

X-2

20 KVA DEUTZ

PXB/0281/A

Pressure Plate (0141-52-27)

No

82

X-2

20 KVA DEUTZ

PXB/0282/A

Clutch Release Bearing (014152-28)

No

83

X-2

20 KVA DEUTZ

PXB/0283/A

Motor (0141-56-29)

No

84

X-2

20 KVA DEUTZ

PXB/0284/A

Clamp (0141-56-7)

No

85

X-2

20 KVA DEUTZ

PXB/0285/A

Pump Hydraulic (0141-83-5)

No

86

X-2

20 KVA DEUTZ

PXB/0286/A

Ring (0141-83-7)

No

87

X-2

20 KVA DEUTZ

PXB/0287/A

Gear (0141-83-8)

No

88

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1114

Cylinder Block kit

No

89

90

X-2

X-2

75,76 and 81 KVA Perkins

75,76 and 81 KVA Perkins

Adapter Drive (014151-21) Bearing (0141-5215)

No No

Pak China OEM China Pak OEM China Pak China China China Pak OEM China Pak OEM China Pak Pak China OEM China Pak OEM China Pak OEM China Pak Pak China OEM China Pak Pak China OEM China Pak UK China Pak

6115-ZO-215-1162

6115-ZO-215-1165

Cylinder Head Gasket

Cam shaft

No

UK China Pak

No

UK China Pak


91

X-2

75,76 and 81 KVA Perkins

92

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1171

Gear Pump injection

No

93

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1179

Nozzle

No

94

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1180

Injectoe Washer

No

95

X-2

6115-ZO-215-1181

Clip injector

No

96

X-2

6115-ZO-215-1182

Hose flexible

No

97

X-2

6115-ZO-215-1183

cap

No

98

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1184

Plug Core

No

99

X-2

75,76 and 81 KVA Perkins

100

X-2

101

X-2

102

X-2

103

75,76 and 81 KVA Perkins 75,76 and 81 KVA Perkins 75,76 and 81 KVA Perkins

6115-ZO-215-1166

Tappet

No

No 6115-ZO-215-1185

Fly wheel housing

6115-ZO-215-1186

AVR Plate

No

6115-ZO-215-1187

Plug Blanking

No

75,76 and 81 KVA Perkins

6115-ZO-215-1188

Dowel

No

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1190

Plug

No

104

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1191

Flywheel assy

No

105

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1195

starter Motor

No

106

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1196

fan drive housing

No

107

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1199

Sump

No

108

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1201

Tube assy

No

75,76 and 81 KVA Perkins 75,76 and 81 KVA Perkins

UK China Pak UK China Pak UK China Pak UK Pak China Pak China Pak China Pak China UK China Pak UK China Pak China Pak China Pak UK China Pak UK China Pak UK China Pak UK China Pak Pak China Pak UK China Pak UK China Pak


109

X-2

110

X-2

111

X-2

112

X-2

113

114

X-2

X-2

75,76 and 81 KVA Perkins 75,76 and 81 KVA Perkins

6115-ZO-215-1205

Cylinder head cover

No

6115-ZO-215-1208

Diaphram

No

75,76 and 81 KVA Perkins

6115-ZO-215-1214

Crankshaft Pully

No

75,76 and 81 KVA Perkins

6115-ZO-215-1215

Block

No

75,76 and 81 KVA Perkins

Pak China Pak China UK China Pak UK China Pak

6115-ZO-215-1217

75,76 and 81 KVA Perkins

6115-ZO-215-1218

Kit water pump repair

Impeller

No

UK China Pak

No

UK China Pak

115

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1219

Roller bearing

No

116

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1220

Bearing

No

117

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1225

Drive shaft

No

118

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1230

Alternator

No

119

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1232

Pulley

No

120

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1234

Gear Idler

No

121

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1235

Screw

No

122

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1236

Gear Cam Shaft

No

123

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1237

Key Wood Ruf

No

124

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1238

Timing Gear Cover Joint

No

125

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1239

Oil Pump

No

UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak Pak China UK China Pak Pak China UK China Pak UK China Pak


126

X-2

75,76 and 81 KVA Perkins

127

X-2

75,76 and 81 KVA Perkins

6115-ZO-215-1248

Exhaust Manifold

No

75,76 and 81 KVA Perkins

NIV

Electric Fuel Motor

No

6115-ZO-215-5382

Bearing Bushing

No

6115-ZO-215-5383

Bearing Bushing

No

6115-ZO-215-5393

Fly Wheel Housing

No

6115-ZO-215-5395

Cover Plate

No

6115-ZO-215-5397

Bushing

No

128

100 KVA Perkins 100 KVA Perkins

6115-ZO-215-1240

Turbo Charger

No

129

X-2

130

X-2

131

X-2

132

X-2

133

X-2

134

X-2

100 KVA Perkins

6115-ZO-215-5398

Fly wheel

No

135

X-2

100 KVA Perkins

6115-ZO-215-5399

Gear Ring

No

136

X-2

100 KVA Perkins

6115-ZO-215-5401

Casing Gear

No

137

X-2

100 KVA Perkins

6115-ZO-215-5402

Sealing Ring

No

138

X-2

100 KVA Perkins

6115-ZO-215-5403

Sensor

No

139

X-2

100 KVA Perkins

6115-ZO-215-5404

Sealing Ring

No

140

X-2

100 KVA Perkins

6115-ZO-215-5406

O-Ring

No

141

X-2

100 KVA Perkins

6115-ZO-215-5407

Gear

No

142

X-2

100 KVA Perkins

6115-ZO-215-5409

Chamshaft

No

143

X-2

100 KVA Perkins

6115-ZO-215-5445

Fuel Pump

No

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

UK China Pak Pak China UK China Pak Pak China Pak China UK China Pak Pak China Pak China UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak


144

X-2

145

X-2

146

X-2

147

X-2

148

X-2

149

X-2

150

X-2

151

X-2

152

X-2

153

X-2

154

X-2

155

100 KVA Perkins 100 KVA Perkins

6115-ZO-215-5448

Hose Nipple

No

6115-ZO-215-5449

Clamp Hose

No

6115-ZO-215-5450

Hose Fuel

No

6115-ZO-215-5451

Hose Fuel

No

6115-ZO-215-5452

Sealing Ring

No

6115-ZO-215-5453

Hose Nipple

No

6115-ZO-215-5454

Tube

No

6115-ZO-215-5456

Valve Housing

No

6115-ZO-215-5457

Retainer

No

6115-ZO-215-5458

Nipple

No

100 KVA Perkins

NIV-SD-ES-044

Electric Fuel Motor

No

X-2

100 KVA Perkins

6115-ZO-215-5467

Regulator

No

156

X-2

100 KVA Perkins

6115-ZO-215-5468

Fuel Injection Pump

No

157

X-2

6115-ZO-215-5469

Delivery Pipe

No

158

X-2

6115-ZO-215-5470

Retainer

No

159

X-2

100 KVA Perkins

6115-ZO-215-5471

Sealing

No

160

X-2

100 KVA Perkins

6115-ZO-215-5472

Injector

No

161

X-2

100 KVA Perkins

6115-ZO-215-5473

Spring Compression

No

162

X-2

6115-ZO-215-5474

Pin

No

163

X-2

6115-ZO-215-5475

Spacer

No

164

X-2

6115-ZO-215-5480

Delivery Valve

No

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

100 KVA Perkins 100 KVA Perkins

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China UK China Pak UK China Pak UK China Pak Pak China Pak China UK China Pak UK China Pak UK China Pak Pak China Pak China UK China Pak


165

X-2

166

X-2

167

X-2

168

X-2

169

X-2

170

X-2

171

X-2

172

X-2

173

X-2

174

X-2

175

X-2

176

X-2

177

X-2

178

X-2

179

X-2

180

X-2

181

X-2

182

X-2

183

X-2

184

X-2

185

X-2

186

X-2

187

X-2

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

6115-ZO-215-5481

Bushing

No

6115-ZO-215-5482

Seal Rubber

No

6115-ZO-215-5486

Inlet Manifold

No

6115-ZO-215-5487

Inlet Band

No

6115-ZO-215-5489

Cover

No

100 KVA Perkins

6115-ZO-215-5490

Gasket

No

100 KVA Perkins

6115-ZO-215-5491

Sealing Ring

No

6115-ZO-215-5586

Plug

No

6115-ZO-215-5492

Inlet Manifold

No

6115-ZO-215-5493

Inlet band

No

6115-ZO-215-5496

Turbo charger

No

6115-ZO-215-5504

Sealing Ring

No

6115-ZO-215-5505

Flange

No

6115-ZO-215-5516

Regulator pressure

No

6115-ZO-215-5517

Screw

No

6115-ZO-215-5518

Hose air Vent

No

6115-ZO-215-5519

Sleeve Rubber

No

6115-ZO-215-5520

Gasket

No

6115-ZO-215-5521

Clamp

No

6115-ZO-215-5522

Charge Air Pipe

No

6115-ZO-215-5523

Clamp

No

6115-ZO-215-5524

Washer

No

6115-ZO-215-5526

Oil Cooler

No

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China UK China Pak Pak China Pak China UK China Pak Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China UK China Pak


188

X-2

189

X-2

190

X-2

191

X-2

192

X-2

193

X-2

194

X-2

195

X-2

196

X-2

197

X-2

198

X-2

199

X-2

200

X-2

201

X-2

202

X-2

203

X-2

204

X-2

205

X-2

206

X-2

207

X-2

208

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

6115-ZO-215-5527

Gasket

No

6115-ZO-215-5528

Sealing

No

6115-ZO-215-5529

O Ring

No

6115-ZO-215-5530

Flange

No

6115-ZO-215-5531

Gasket

No

6115-ZO-215-5543

Radiator Anchorage

No

6115-ZO-215-5544

Hose Clamp

6115-ZO-215-5545

Rubber fitting

6115-ZO-215-5546

Clamp Srip

6115-ZO-215-5547

Stay Radiator

6115-ZO-215-5548

Chrage air pipe

6115-ZO-215-5549

Chrage air pipe

6115-ZO-215-5567

Spacer sleeve

6115-ZO-215-5569

Starter Motor

No

6115-ZO-215-5573

Sleeve Insulating

No

6115-ZO-215-5578

Plug Contact

No

6115-ZO-215-5579

Contact

No

6115-ZO-215-5580

Sealing Ring

No

6115-ZO-215-5581

Connecting Box

No

100 KVA Perkins

6115-ZO-215-5582

Engine Heater

No

X-2

100 KVA Perkins

6115-ZO-215-5584

Cable

No

209

X-2

5 KVA

752-41910

Sump Assy

No

210

X-2

5 KVA

750-12020

Oil Pump and Gear Assy

No

100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins 100 KVA Perkins

No No No No No No No

Pak/China UK Pak China Pak China Pak China Pak/China UK Pak/China UK Pak China Pak China Pak China Pak China Pak China Pak China Pak China UK China Pak Pak China China Pak China Pak China Pak China Pak UK China Pak Pak China UK China Pak UK China Pak


211

X-2

5 KVA

751-12012

Valve Oil Relief

No

UK China Pak

212

X-2

5 KVA

750-12221

Camshaft Assy

No

213

X-2

5 KVA

6115-ZO-215-0471

Gear Wheel

No

214

X-2

5 KVA

751-10430

Oil Seal Rear

No

215

X-2

5 KVA

757-14171

Pump Fuel Lift

No

216

X-2

5 KVA

V2751-12330

Push Rod

No

217

X-2

5 KVA

751-15880

Injector Fuel

No

218

X-2

5 KVA

751-15870

Nozzle

No

219

X-2

5 KVA

327523

Plug Heater

No

220

X-2

5 KVA

750-14000

Flywheel and Gear Ring Assy

No

221

X-2

5 KVA

757-14930

Coupler

No

222

X-2

5 KVA

202-35320

Element

No

223

X-2

5 KVA

202-35330

Flange

No

224

X-2

5 KVA

750-40621

Water Pump Assy

No

225

X-2

5 KVA

751-41220

Cap

No

226

X-2

5 KVA

201-44331

Spacer

No

227

X-2

5 KVA

757-14331

Spacer

No

228

X-2

5 KVA

201-44461

Pulley Idler

No

UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK Pak China UK China Pak Pak China Pak China Pak Pak UK China Pak Pak China Pak China Pak China UK China Pak


229

X-2

5 KVA

201-32731

Bearing

No

230

X-2

5 KVA

360-03851

Strainer Seacock

No

231

X-2

5 KVA

362-03050

Adapter Pipe

No

232

X-2

5 KVA

757-21700

Starter Motor (12V 1.4KW)

No

233

X-2

5 KVA

751-10984

Pulley

No

234

X-2

5 KVA

757-15321

Manifold Adaptor 90째

No

235

X-2

5 KVA

366-01287

Gasket (for Exhaust Fitting)

No

236

X-2

5 KVA

757-12646

Silincer Acoustic

No

237

X-2

5 KVA

366-07859

Joint

No

238

X-2

5 KVA

757-10211

Gauge Pressure Sender

No

239

X-2

5 KVA

757-12901

Speed Control Assy

No

240

X-2

5 KVA

757-10365

Panel Assy

No

241

X-2

KUBOTA 5KW

19374-1101-0

Assy Cleaner Air

Set

242

X-2

KUBOTA 5KW

19374-1122-0

Assy Element Cleaner

Set

243

X-2

KUBOTA 5KW

16920-0101-2

Comp Frame Pipe

No

244

X-2

KUBOTA 5KW

16923-0101-0

Comp Frame Pipe

No

245

X-2

KUBOTA 5KW

16920-3069-0

Comp Bed

No

246

X-2

KUBOTA 5KW

19922-3069-0

Comp Bed

No

247

X-2

KUBOTA 5KW

16923-3069-0

Comp Bed

No

china Pak Pak China Pak China UK China Pak UK China Pak UK China Pak Pak Pak UK China Pak Pak China china Pak china Pak UK China Pak Jap China Pak Jap China Pak Pak China Pak China Pak China Pak China Pak

248

X-2

KUBOTA 5KW

16922-0301-2

Assy Panel

No

China Jap China Pak


249

X-2

KUBOTA 5KW

16920-0301-2

Assy Panel

No

250

X-2

KUBOTA 5KW

16924-0301-2

Assy Panel

No

251

X-2

KUBOTA 5KW

16927-0301-2

Assy Panel

No

252

X-2

KUBOTA 5KW

16902-0218-0

Bracket Front

No

253

X-2

GASOLINE 5KW

5330-570-3224

254

X-2

GASOLINE 5KW

2805-784-3686

255

X-2

GASOLINE 5KW

2805-073-3038

256

X-2

GASOLINE 5KW

2805-073-3042

257

X-2

GASOLINE 5KW

5310-223-3318

258

X-2

GASOLINE 5KW

2805-939-3283

259

X-2

GASOLINE 5KW

4720-867-8833

260

X-2

GASOLINE 5KW

2940-731-4370

261

X-2

GASOLINE 5KW

2805-073-3036

262

X-2

GASOLINE 5KW

2805-868-0865

X-2

GASOLINE 5KW

263

264

265

X-2

GASOLINE 5KW

X-2

GASOLINE 5KW

Gasket Cylinder to Crank Case (97403) 13206E 0643 Toppet Assy Hydraulic (97403) 13206E 0580 Gasket Oil Filter MTG (97403) 13206E 0177 Gasket Oil Pan (97403) 13206E 0733 Gasket oil pressure Regulator Valve (88044) AN 901-5e Hose Assy Oil Filter inlet and outlet (97403) 13206E 0770-1 Hose Rocker Box Drain 997403) 33213E 3271 Kit Oil Filter Shell Replacement (97403) 13215E 4168 Seal Oil Filter Centering (97403) 13206E 0167 Valve Oil Inlet Check (197403) 13206E 0756

2805-073-3067

Seal Oil Pump Supply Line (97403) 13206E 0734

2990-849-2096

Kit Governor Replacement (97403) 13214E 8209

2920-966-9126

Stator Assy Alternator (97403) 13206 E 0707

No

Jap China Pak Jap China Pak Jap China Pak Pak China Pak China Pak

No

China Pak

No

China Pak

No

China Pak

No

China Pak

No

China china

No

Pak Pak

No

China china

No

Pak Pak

No

China Pak

No

China china

No

Pak china

No

Pak


266

X-2

GASOLINE 5KW

5935-920-8301

267

X-2

GASOLINE 5KW

2920-966-9169

268

X-2

GASOLINE 5KW

2920-867-8828

269

X-2

GASOLINE 5KW

2920-999-6887

270

X-2

GASOLINE 5KW

2920-890-9886

271

X-2

GASOLINE 5KW

2920-781-4303

Adapter Cable (97403) 13214 E 9525 Regulator Assy (97403) 13206 E 0813 Cable AssyHigh Tension Magneto to No2 Cyl Spark Plug (97403) 13206 E 1460-7 Gear Assy Megneto (97403) 13206 E 0900 Megneto (97403) 13215 E 1716 Kit Breaker Point Condenbser Replacement (97403) 13215 E 4170 (used on w model XMS-2805 Kit Megneto Repair (97403) 13214 E 8219 Fair Banks Morse only Consist of:Contact Set Megneto (82796) 10013-235 Connector Receptable 13211 E 6705 (97403) Seal Oil Tachometter Adopter to Gear (97403) 13206E 0602 Bearing Ball Rotor Shaft 13211 E 6807 (97403)

china No

china No

No

No

No

2920-856-7095

273

X-2

GASOLINE 5KW

NIV

274

X-2

GASOLINE 5KW

5935-295-6403

275

X-2

GASOLINE 5KW

2805-073-3059

276

X-2

GASOLINE 5KW

3110-585-3296

277

X-2

6 HP R-175

NIV-Es-2527

FIP Assy

No

278

X-2

400 KVA Perkins

NIV-ES-106

Cyl Head Tapet Cover Jain Kit

No

280

281

X-2

X-2

NIV-ES-111

Fuel Feed Pump

Pak china Pak china

Pak

china

GASOLINE 5KW

X-2

Pak china

No

X-2

279

Pak china

272

400 KVA Perkins

Pak

No

Pak china

No

Pak china

No

Pak china

No

Pak china

No

Pak china Pak UK China Pak

No

UK China Pak

400 KVA Perkins

997-724

400 KVA Perkins

NIV

Water Pump Kit

No

UK China Pak

FIP

No

RC


282

X-2

110 KVA (Cumin’s)

283

X-2

110 KVA (Cumin’s)

3800875

Injector

Set

284

X-2

110 KVA (Cumin’s)

3800883

Pump Water

No

285

X-2

110 KVA (Cumin’s)

C6204213510

Front Crank Seal

No

286

X-2

110 KVA (Cumin’s)

C6141211341

Rear Crank Seal

No

287

X-2

110 KVA (Cumin’s)

0327-1513-1

PCB Assy

No

288

X-2

110 KVA (Cumin’s)

NIV-ES-1704

Self Starter Assy

No

289

290

X-2

X-2

110 KVA (Cumin’s)

NIV-ES-059

Feed Pump Assy

No

USA China Pak USA China Pak USA China Pak USA China Pak USA China Pak USA China Pak USA China Pak

NIV

FIP

No

USA China Pak

100 KVA (Cummins)

NIV-ES-1274

Elect Fuel Motor

No

USA China Pak

291

X-2

100 KVA (Cummins)

NIV-ES-2178

Fuel Shut Off Switch

No

292

X-2

100 KVA (Cummins)

NIV-ES-2163

Guide Valve Exhaust

No

293

X-2

100 KVA (Cummins)

NIV-ES-2197

Hour Meter

No

294

X-2

100 KVA (Cummins)

NIV-ES-2174

Nozzle Fuel Inj

No

295

X-2

100 KVA (Cummins)

NIV-ES-2155

Ring Set Piston

No

296

X-2

100 KVA (Cummins)

NIV-ES-1084

Starting Relay

No

297

X-2

100 KVA (Cummins)

NIV-ES-266

Volt Meter AC (0 to 240)

No

OEM China Pak OEM China Pak OEM China Pak OEM China Pak China Pak Pak OEM China Pak OEM China Pak


298

X-2

100 KVA (Cummins)

299

X-2

100 KVA (Cummins)

NIV

Nozzle Fuel Inj

No

300

X-2

100 KVA (Cummins)

NIV

Radiator Assy

No

301

X-2

100 KVA (Cummins)

NIV-SS-539

Elect Wire For Panel Wring

No

302

X-2

100 KVA (Cumin’s)

NIV-ES-059

Feed Pump Assy

No

303

X-2

85 KVA Perkins

NIV-ES-046

Elect Fuel motor Assy

No

304

X-2

85 KVA Perkins

NIV-ES-047

Fuel Pump

No

305

X-2

85 KVA Perkins

NIV-ES-1003

Fuel Injection Pump (FIP)

No

306

X-2

85 KVA Perkins

NIV2952

Timing Cover Packing

No

307

X-2

85 KVA Perkins

ES-1000

Feed Pump Assy

No

308

X-2

85 KVA Perkins

4132A014

Lift Pump Complete Assy

No

309

310

311

312

313

X-2

X-2

X-2

85 KVA Perkins 85 KVA Perkins 85 KVA Perkins

X-2

75 KVA/100 KVA Volvo Penta

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-1758

Low Pressure Oil Switch

No

ES-414

ES-1002

Relay 5 Amp 240VAC

Self Starter Assy

OEM China Pak OEM China Pak OEM China Pak OEM China Pak USA China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak

No

China Pak Pak

No

UK China Pak

ES-1001

Water Pump assy

No

UK China Pak

NIV-ES-2876

Turbo Charger

Gemany Nos China Pak Pak

NIV-2915

Fan Radiator

Nos

China


314

X-2

75 KVA/100 KVA Volvo Penta

315

X-2

75 KVA/100 KVA Volvo Penta

NIV-2918

Water Pump Assy

Nos

316

X-2

75 KVA/100 KVA Volvo Penta

NIV-2935

Air Restriction Indicator

Nos

317

X-2

75 KVA/100 KVA Volvo Penta

NIV-2936

Fuel Cut off Elect Unit

Nos

318

X-2

75 KVA/100 KVA Volvo Penta

ES-1485

Self Starter Assy

Nos

319

X-2

75 KVA/100 KVA Volvo Penta

ES-1072

Starter Motor (Ign Switch)

Nos

320

X-2

75 KVA/100 KVA Volvo Penta

SD-ES-1070

Trans PTO Cushion

Nos

321

X-2

75 KVA/100 KVA Volvo Penta

NIV-2941

AC Fuel Pump with pulley

Nos

322

X-2

75 KVA/100 KVA Volvo Penta

NIV-1073

Alternator Assy

Nos

323

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-2469

Auto Control Relay

Nos

324

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-2891

Cam Shaft Oil Seal

Nos

325

X-2

75 KVA/100 KVA Volvo Penta

NIV2944

Fuel Filter Assy with mounting base

Nos

326

X-2

75 KVA/100 KVA Volvo Penta

NIV-1086

Oil Pressure Gauge Range 0-100

Nos

X-2

75 KVA/100 KVA Volvo Penta

327

328

329

X-2

75 KVA/100 KVA Volvo Penta

X-2

75 KVA/100 KVA Volvo Penta

NIV-2917

Fuel Lifty Pump Assy

Nos

NIV-2924

Feed Pump Elect

Nos

Gemany China Pak Gemany China Pak Gemany v Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak China Pak Gemany China Pak

NIV-735

NIV

Fuel Filter Water Spratar

Gemany Nos China Pak

Fan Assy

Gemany Nos China Pak


330

X-2

75 KVA/100 KVA Volvo Penta

331

X-2

75 KVA/100 KVA Volvo Penta

SD-ES-1095

Fuel Shut Off Switch

332

X-2

75 KVA/100 KVA Volvo Penta

ES-2170

Governer Assy

X-2

75 KVA/100 KVA Volvo Penta

X-2

75 KVA/100 KVA Volvo Penta

X-2

75 KVA/100 KVA Volvo Penta

336

ES-036

Feed Pump Assy

Gemany Nos China Pak Gemany Nos China Pak Gemany Nos China Pak

Ign Switch

Gemany Nos China China

Injector Assy

Pak Nos China Pak

NIV-092

Main Switch

Gemany Nos China Pak

X-2

75 KVA/100 KVA Volvo Penta

ES-1011

Motor Brg Inner/Outer (6213C3)

Nos

337

X-2

75 KVA/100 KVA Volvo Penta

ES-1627

Self Starter Relay

Nos

338

X-2

75 KVA/100 KVA Volvo Penta

1015

Water Reservizor Tank

Nos

339

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-2149

Water Seperator Filter Assy

Nos

340

X-2

75 KVA/100 KVA Volvo Penta

15503-27000

Assy Solenoid

Nos

341

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-033

Fuel Filter Assy With Mounting Base

Nos

342

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-039

AC Fuel Pump with Pulley

Nos

343

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-041

Fan Belt A-39

Nos

344

X-2

75 KVA/100 KVA Volvo Penta

NIV-077

Bty Terminal

Nos

345

X-2

75 KVA/100 KVA Volvo Penta

NIV-ES-043

Automatic Engine Controller Unit (AEC) Model ASM-150

Nos

333

334

335

ES-1547

ES-1025

Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Gemany China Pak Pak China Pak Pak China Pak Gemany China Pak


346

X-2

60 KVA Perkins

2418F474

Rear Seal

No

347

X-2

60 KVA Perkins

3418F4365

Front Seal

No

348

X-2

60 KVA Perkins

2656F823

Fuel Separator Assy

No

349

X-2

60 KVA Perkins

3783R018

Air Cleaner Hose Pipe

No

350

X-2

60 KVA Perkins

2645K612

Nozzle Injection

No

351

X-2

60 KVA Perkins

3117L261

Pump Gear

No

352

X-2

60 KVA Perkins

2645K023

Automiser

No

353

X-2

60 KVA Perkins

3116Z121

Starter Ring Gear

No

354

X-2

60 KVA Perkins

3115C113

Fan Pully

No

355

X-2

60 KVA Perkins

2486A217

Oil Cooler

No

356

X-2

60 KVA Perkins

3114V041

Pully Crank Shaft

No

357

X-2

60 KVA Perkins

U5MW0194

Water Pump Assy

No

358

X-2

60 KVA Perkins

2485C546

Fan

No

359

X-2

60 KVA Perkins

4131F071

Oil Pump

No

360

X-2

60 KVA Perkins

2674A431

Turbo Charger

No

361

X-2

60 KVA Perkins

428A027

Turbo Feed Pump

No

362

X-2

60 KVA Perkins

3766A131

Exhaust Elbow

No

UK China Pak UK China Pak UK China Pak Pak China UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak Pak China Pak UK China Pak UK China Pak UK China Pak Pak China Pak


363

X-2

60 KVA Perkins

NIV

Main Gen Motor

No

364

X-2

60 KVA Perkins

NIV

Indicator Light 200V

No

365

X-2

60 KVA Perkins

NIV

DC Generator 12V

No

366

X-2

60 KVA Perkins

NIV

Face Protection Relay

No

367

X-2

60 KVA Perkins

NIV

Eng Control Module

No

368

X-2

60 KVA Perkins

NIV

Motor Coupling Rubber

No

369

X-2

60 KVA Perkins

NIV

Self Starter

No

370

X-2

60 KVA Perkins

NIV

Electric Fuel Motor

No

371

X-2

37.5 KVA Perkins

NIV-SD-ES-2026

Altemtor Assy

No

372

X-2

37.5 KVA Perkins

NIV-SD-ES-2018

Relay 12V

No

373

X-2

30 KVA Detroit

NIV-SD-ES-2340

Injector Nozzle

Set

374

X-2

30 KVA Detroit

6115-ZO-215-1454

Reg Generator

No

375

X-2

30 KVA Detroit

NIV-SD-ES-2215

Self Starter Assy

No

376

X-2

30 KVA Detroit

6115-ZO-215-1555

Switch Starter

No

377

X-2

30 KVA Detroit

6115-ZO-215-1054

Water Pump Assy

No

378

X-2

30 KVA Detroit

6115-ZO-215-1058

Water Pump Kit

No

379

X-2

30 KVA Detroit

5330-599-8359

Main Oil Seal Frt & Rear

No

UK China Pak China China Pak UK China Pak China Pak Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak


380

X-2

30 KVA Detroit

2910-352-3276

Nozzle Assy

Set

381

X-2

42 KVA Cummins

NIV-ES-051

Feed Pump Assy

No

382

X-2

OEM China Pak OEM China Pak

42 KVA Cummins

NIV-ES-053

Alternator Assy

No

OEM China Pak

383

X-2

24 KVA Perkins

2815-274-3489

Alternator Assy

No

384

X-2

24 KVA Perkins

NIV

Fuel Injection Pump Assy

No

385

X-2

24 KVA Perkins

NIV

Front Crank Seal

No

386

X-2

24 KVA Perkins

NIV

Fuel Injector Pump

Set

387

X-2

24 KVA Perkins

NIV

Governor Assy

No

388

X-2

24 KVA Perkins

NIV

Oil Pump Assy

No

389

X-2

24 KVA Perkins

NIV

PCB Assy

No

390

X-2

24 KVA Perkins

NIV

Self Starter Assy

No

391

X-2

24 KVA Perkins

NIV

Thurst Washer Set

Set

392

X-2

24 KVA Perkins

NIV

Timing Belt

No

393

X-2

24 KVA Perkins

NIV

Turbo Charger Assy

No

394

X-2

24 KVA Perkins

NIV

Water Pump Assy

No

395

X-2

32 KVA Seimens

NIV-ES-080

Self Starter

No

UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak UK China Pak OEM China Pak


396

X-2

32 KVA Seimens

397

X-2

32 KVA Seimens

NIV-ES-082

Feed Pump

No

398

X-2

32 KVA Seimens

NIV-ES-083

Alternator Assy

No

399

X-2

50 KVA Perkins

NIV-ES-2552

DC Generator Assy 24V

No

400

X-2

50 KVA Perkins

761G-04-0742

Oil Seal Frt Brg

No

401

X-2

50 KVA Perkins

761G-18D-013A

Oil Seal Rear

No

NIV-ES-081

Water Pump Assy

No

OEM China Pak OEM China Pak OEM China Pak UK China Pak UK China Pak UK China Pak

402

403

X-2

X-2

50 KVA Perkins

50 KVA Perkins

NIV-ES-2536

NIV-ES-2526

Coupling Fuel Pump Rubber

Water Pump Kit

No

UK China Pak

No

UK China Pak

404

X-2

50 KVA Perkins

NIV-ES-2529

Nozzle

No

UK China Pak

405

X-2

50 KVA Perkins

NIV

Electric Fuel Motor

No

406

X-2

40 KVA Perkins

NIV-SD-ES-1447

AVR SX-460

No

407

X-2

40 KVA Perkins

NIV-SD-ES-1446

Main Strarter Assy

No

408

X-2

40 KVA Perkins

NIV-SD-ES-729

Water Pump Assy

No

466

X-2

40 KVA Perkins

NIV-SD-ES-2127

Injector Nozzle Assy

Set

467

X-2

40 KVA Perkins

NIV-ES-729

Water Pump

No

468

X-2

16 KVA

NIV-SD-ES-956

Alternator starter

No

UK China Pak China Pak UK China Pak UK China Pak UK China Pak UK China Pak OEM China Pak


469

X-2

16 KVA

NIV-SD-ES-1578

Rectifier Plate

No

470

X-2

16 KVA

NIV-SD-ES-248

Regulator 12 V

No

X-2

16 KVA

NIV-ES-082

Feed Pump

471

No

472

X-2

Gen Set 75 KVA Perkin

NIV-SD-ES-999

Oil Sending Unit

Nos

473

X-2

Gen Set 75 KVA Perkin

NIV-SD-ES-1879

Relay 12 V 4 Pin

Nos

474

X-2

Gen Set 75 KVA Perkin

NIV-ES-2622

Emergency Stopper Switch

Nos

475

X-2

Gen Set 75 KVA Perkin

NIV-ES-2779

RPM HZ Meter

Nos

476

X-2

Spares Gen Sets 5 KVA

NIV

Ratchet Assy

Nos

477

X-2

Gen Set 100 KVA Cumins

NIV-ES-2919

Oil Seal Cam Shaft

Nos

Self Starter Assy 12 V 704 AMF Unit PCB with SDE Logo 1.4 V

OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak OEM China Pak Pak OEM China China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak China Pak

478

X-2

Gen Se 75 KVA

NIV-ES-1485

479

X-2

Gen Se 75 KVA

7004-002-00

480

X-2

Gen Se 75 KVA

NIV-SD-ES-2340

Injector

Nos

481

X-2

Gen Se 75 KVA

NIV-SD-ES-2938

Water Pump Assy

Nos

482

X-2

Gen Se 75 KVA

NIV-ES-750

Exhaust Pipe

Nos

483

X-2

NIV-ES-2856

Fan Assy

Nos

484

X-2

E00024602

AVR SX-460

Nos

485

X-2

2873K621

Self Starter Assy

Nos

486

X2

NIV-ES-3117

DJK 317 AMF

Nos

487

Z-9

NIV-SD-SS-409

Bty 12 V 70 AH

Nos Volta

488

Z-9

NIV-SS-25

Bty 12 V 160 AH

Nos Volta

Gen Set 50 KVA Stamford Gen Set 50 KVA Stamford Gen Set 50 KVA Stamford Gen Set 50 KVA Stamford Gen Set 20 KVA Gen Set 80 KVA

Nos Nos


489

Z-9

Gen Set 30 KVA

6140-Zo-210-4460

Bty 12 V 100 AH

490

Gen Set 30 KVA Perkin

26560163

Elect Fuel Pump (Motor)

491

Gen Set 30 KVA Perkin

IR-0793

Element Fuel Filter

Nos Volta UK Nos Pak China Pak Nos Pak China

Note : All firms must not hesitate to provide OEM rates along with the rates of the same spares with other origins (China or Pak), OEM rates have their significant value, and firms must provide the OEM rates also of all the above mentioned spares keeping in mind that the firm can then provide the OEM quoted spares at the competitive price along with necessary proof, where required.


pk

m o .c

n 71 e av 4-

m 03-4 3 0

4 4 8


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0











STATE BANK OF PAKISTAN SBP BSC (BANK) HEAD OFFICE, KARACHI (ENGINEERING DEPARTMENT) TENDER NOTICE

30 th October, 2012

NO. ED (EMD)/3296/106 - 2012

Tender No.

Description

Tender Cost

Due date & time of submission

Date & time of opening of bids

1

Supply, Installation, testing and Commissioning of 500 KVA Diesel Generator set for State Bank of Pakistan, Main Building, I.I. Chundrigar Road, Karachi.

Rs.3000/-

07. 12.2012 03.30PM

07.12.2012 04.00PM

Sealed Tenders are invited for the following work from the Sole Distributor/Exclusive Dealers registered with Sales and Income Tax Departments.

1. Tender shall be submitted in accordance with the Schedule of Prices, Specifications and other

provisions of the tender documents provided to the intended bidders. Bids shall be evaluated on the basis of evaluation criteria given in the Tender Documents. 2. Bidding shall be conducted using the National Competitive Bidding Procedure specified in the PPRA Rules 2004 and is opened to all eligible bidders that meet the minimum qualification criteria mentioned in the tender documents. 3. Tender shall be valid for a minimum of 90 days from the date of submission of Bid. 4. Prescribed tender documents along with copy of terms and conditions can be obtained from the Office of the under signed at 1st floor SBP Sub- Office Building opposite Boulton Market, Karachi on payment as mentioned in the above schedule against Cash / Pay Order / Demand Draft (non-refundable) in favor of State Bank of Pakistan & on production of Request Letter on Company’s Letter Head and copy of Sales Tax Certificate, Income Tax Certificate, Valid Certificate for Authorized agent and Company’s Profile on any working day. 5. No Tender Documents shall be sold on the date fixed for opening of the Tender. 6. The earnest money @ 3% of the quoted rates in the shape as provided in tender documents in favour of State Bank of Pakistan should be submitted with the tender. 7. Incomplete, conditional and tenders without earnest money in the specified form/format shall be rejected. 8 Tender should be dropped in tender box kept in the office of the PA to Head Engineering at 1st floor SBP Bolton Market Building, M.A. Jinnah Road, Karachi as per the detail mentioned in the above table. 9. This tender is only an invitation to offer and the Bank does not bind itself to accept any tender and reserves the right to reject any / all tenders as per PPRA Rules. 10. The Bank reserves the rights to increase/decrease/add/delete the quantity as per their requirement and availability of budget. 11. In case the tender is not opened on the scheduled date due to any force de majeure then the same shall be opened on the next working day at the same time and place. 12. Further, personal canvassing or recommendation or unauthorized practices for getting the contract will also disqualify the bidders. 15. Allotted time for completion of work is 45 days.

SD/(Fazli Hameed) Head Engineering Engineering Department State Bank of Pakistan SBP BSC (Bank), Head Office Karachi ( 021-32454121)












ATTACHE DEFENCE PROCUREMENT H gh Cornmisson ior Pakistan 35 36 Lowndes Square London, SWlX 9JN lel: O2A7 6449 224 Fax a2a1 823 2121 E'tr,lail: adp std!ry!A!19!CL!wo d ci-n

s#* ae.dar:

Ou Feference:

DSN/9115

Sponsoting DP: DP (NaV)

05

Novembd 2012

INVITATION TO TENDER Yon tue invited to tender your quolation for ihc supnl) of natcrial/storcs as ps 'Schcdul€ to Tendd" at Annex',^ for exporl to takisid. Tcnder must be prepecd i. accorddce ilidr the following instiuctionsl

L

Your tender uusl be DrcFJed in duplical€ md senl in the s€aled enlelopc be ifg the Bords _'l'endq Irside". OrcN sl,ouid be prepded sepr.tely for cach tetderlo avoidconfusion Dxle snd tinc of rec€ipt or tcnder: Your tdder nu$ rcach Lhis omcc (add€ss gs'en b€lo*) t"O- tO:O rt*" on 07 Decenbd 2012 (fendcr Openiirg D.te) Tcnders recen'ed ater the specifiedtim€ndynotbcaccepted. TendcNwill beopencdo. I ll0hou6on07Decenber2012. Attache Defcnce

?rocurenefi

!ligh Commission lbr Pakistan 35-16 Lo$ndes Square London, SWIX 9JN

Rrsis

i. ii.

ofDelivdv:

Quotation is inviied on:

FOB UK Seapon (PNSC Ship) conneclingPNSC OR FOA UK Airport(PIA Ancraft) conrcclinglIA.

Specificntionsr ltens nust be factory new ald laiest produotion. lullv seryi€able dd strictlv to Dcfence specificalions / original Manulacturels specifications Tend€rs mnst r,. r.crl, r'aco,orce rirh rhe p.rr\ :n ei\cn S hedrrh ol lrnhr'

"i r ".n."lon. be.i.

.to'r.o oc nphliahed n ..( o * trth cf .'e ro rc t ed '"rd o' difteEd. Aircnft{lelicoptes/Ships pets must bc cenilied bv dr€ manulactureis lnspectiof Aufiorit) duly authoriz€d by the Govenrnrent ofthai country'

-nfo,.ng specifications

i ii.

ar

please be conllrrned in tho quotalion lhal OU\'l Confomitl Cenificato dd OEM tlillbc provjded al thctime olshlpmcni ln cscNSN. PdrNunber orquali! slodards ofthc rcquned iiens has been $rpc$eded by a new one. docnmentary nroof to this elfect oriEinaling ].on thc OEM niv aho be

Il may

ltst

Ccdilicale

ovided along$itb tcchnicdldenils ofth€ orered iten

trxoort Licen.e .nd Prices: Expofi Ljcence, ifrcqun€d {ill be rcsponsibilit) ofth€ supplid In S,,d Uso Ccrlilcale (EUC) required plcae connrn in volr quolation so thtt saoc is " processcd witho t dy d€lay dd E:port Licence is obtained by the scller in tine Pices must ml 6e nore ihan $ extended to ant Governnrent DepaflrenrAgencv or olher tdes leliable in thc country oforigin dd./or cxlrn.

dd

should include local, F€dcn1

Litereture/Brochure: Operation ard Maifiendce Mmuah ilmv. nav

also be providcd

soon as posible afte. siening of spocilythe datc by whichyou can guddtee to delilcrthe sbres

Delir..v Schedule: Dclive.y is requircd .s

contra't

Please


h.

89r&gq!!!!-Ee!!-G-!!4 lerfonocc

Bank Gumlee equlvalenl to 5% to l0% of lhe oiler value lalid lor 60 days beyond dclive.y dale sill be required to bc subritted on a$ard of contact to )our limi !t lhe dis*etion ofADP l-o!don.

2.

!a!idib4

3.

lIllq

'1. 5. 6

Ple6c subnrn-No Bid' if you cdnol ofer ilems aealnsl this lender, inordcrto siay on ou biddinS iist.

Ol ler shonld bo

lalid for al

leasl 90 days

fron

the dale

oi openilg of lendeB lo allos suflicient

tine for proce$iDs olpDrchasc proposal ir/oul oithe Embdsy ofPakindn, London. UK

You quotalion should shor lirm prices per unit for each iteh separalell in addiiion to lle tolal cost including packin8, delive.) dd hddling oharges (lieight foNardefs chrget on FOB UK Po'l basis lree orVAT ror

I!!Eq!!.! i

Storcs nray be inspected

q!s-qrj!!j.Sg

conmission will not

?. (DPL'15)

6

and

rvhd requied

Contracl !vil1 bc conchded betseen Covcmnrent

b€ paid ro any agenl or third ParB in

ofPakisl

P*istd

and

)our

iim

'rherefore,

Th€ stores $pplied should be olbrmd nes ndufaolure. Form md starped by the Executive ofthe fim or dy official authorized bv hnn on fls hehalt

l&Ila4/G!3.!a!&.c-llqa-(D!I4ll sitl

be si8red

Palnenl wiU be airosed bl ADI (London) otlice throueh DACMA (l-ondon) rithin working days after shiFnent/airlifi oI slores. faymcnl te.ns will be 90_ 10% i.e 90% will be paid on sh ipment of ade afl* roceift ol the CRV (Reccipl Confirnatior Repodl lidn lhe stor€s and renainin8 l0% par-nent ilill ultinale consi$ee after iln.tional cheoks.

S. 2l

9.

&rq!d&r!!rg!r!

be

Riqht Rcs.ded: l1ris olfice reserycs the righl lo reject the inconplete ore6 or offe$ deliating oy respect. Qudliiies car bc increased/decroded at the tine of placiig the order'

n om

tender

insltuctions in

10. belore

L3&-Q4i$q:

In the evenl ofdelay in delivery. at the sqplier's fault. thc supplier infonns the purchser Siving redsons/jtrstifica1ion for iI The purclder shlll have thc risht ro tal(e

expb ol sNh deliverj Fdod,

a. b. c.

Cancelthe contBct and,/or

dd cxpense ol ihe supPlier dd without notice to hio, or To recover the liquidated danage $hen the Cof,petent Purchde Olficer is satislledliat the faihrE tu supply the stor;s {ilhin the scheduled delivery peiod hds been lor rcasons within the control of the slpplier. and or if the Golemmenl hd sutlired lo$ for reNon beldted delivery. These be €covered al ihe rate ol2% but oot le\s lhan lon ofthe liquidared dmages. il inposed. par nonlh for the period exc€editg the o ginal delircry pe od, laic viLe of the stote supplied sub.jecl lothc prclision lhaiiotalliquidaled dmagcs tnus inposed $illnot exceed 10%of the lolal valued of the store. delivered late. To turchd€ 1i0.1 else whcrc, stor€ nol delivered. at rhe risk

till

Clarification oflntnadon to TenJtr: ln cde oI cldification rcquired regMding this tender' undcmigned mayDle$e be conl,rcted on 004.120?66,19220 or 'adplondon@btoir€nworld com

ll.

SDAXXXXXXX

NABIL PASHA Capiain Pakistan Navy Atlache Def enc€ Procurement


.U\NEX'A DSN/9415

s.

No.

01

NSN/PA.RT NO.

4'730-99-520-26s3

DESCRIPTION

SEA WATER DISCIIER PIPE (HOSE ASSY RUBBER)

AAINIT

QTY

EACH

68

FACH

08

PART NO:

02

6320

PARENT EOUIPMENT: DIESEL GENERATOR ?50 KW

4',730-99-520-2652

HOSE ASSEMBLY RUBBER. 2-112" NOM BORE 6-114' FLANGE DIA 12" LGO/A

PART NO: 6320

PARENT EOUIPMENTI DIESEL GENERATOR 750 KW

SD,XXXXXX NABIL PASHA Captain Pakistan NarT Attache Delence Plocurement


s

SorRcF

1,

o' s- cql"

Genll€OEMcentf€dalaninelrsLres'ilonlyben'cSFaDeSliresnoli{it!ii!'ii:':);t'r:rr'ri:;rr

s;horlzed

2.

PEglal.lilglFlJCT!Oriis

dea lea,h

Supllirng

gent6 trtlcst \vilinoi be accepailie

F rJn n

hls Otfer,QuoRi{i

:(\

15

u

cigairy_

'inle

:':ri':i:i 3ioi9s !

Il be

sirpprel

oli"li

iinr' i€l:'a| i

oiV i alfor?er e:?-rt(:' jncasefieato:'sa'Fa€?qiolrca -lo-CfVsAt.cr?alCeeie-ale1s:oc!c"a,ct:' : 1a be pio\i'ei bY ll'e. is oi Deaier/Acentrslccki'i l' i€specl ceniiciru id rn. .ifJii,iiiiil,i.'il,r i'ieileisn,p :,pr'. rg F nn 4 d- f':"v r'! e:roo se-F'ls acJ.r

oei:Er'niar:s

.r

a ; c.

s

Ceirificaie rd€rence nlfnbel \!ih dale. NsmeoJtre auihadzed dealerlElentc,ock esl.

lnsldaie.rd!ftiioipedodJofvalidlvot&al€lship phone tax afld hls "Otery'lualailon" i610 proYlde ogl!1s eonla'l ia'1dr€ss, e-rialladdress

Numbers as ernb6sedlengraved on the

iom

"PiircjPal

r'!elher the OEM

rc.

',1€

OEM's


-8n77--

Firm's Name Cootract No.-

\!b herebt guarantee that the iLticles supllied are produced tew in accordance with approved dra$ings and in all respects i! accordance with ihe tenns of the contract. and $ai the material used, whelher or not of orr manulacture, are jn accordance $ith the latest

appropriaie stzrdard specifications and also in accordance q,ith the terms of the contract, comllete ofgood rvorknanship throughouq ald that we wili replace &ee ofcost evew article or pan thereof qhich before use or in use shail be found defeitive, or not within th; limirs arrd to]erance ofspecification requirements, or in any way not io accordalce with the term,s ofthe contract. This guarantee will remain valid for a period of 12 months ftom rhe date of delivery (Date of Bill ol Lading/Airway bill) ofstores.

In case of our failure to replace the defectlve stores ftee of cost within a reasonable period, we will reirnd the relevant cost paid to us in the currency in q,hich received.

The signature must be the safie ds lhat on the Tender. or , iJ olherb-ise, must be sho\tn to be the signature ofa petson capable ofgtuing a guarantee on behalfofthe Cortlrdctor.

Sig11at!re

DBte


GOVERNMENT OF GILGIT-BALTISTAN OFFICE OF THE EXECUTIVE ENGINEER B&R DIVISION (WORKS DEPARTMENT) Dated

No. AB/SAC-Tender/2011-12/2071

27th October, 2012

NOTICE INVITING TENDER: 1. Tender in sealed covers are hereby invited from pre-qualified contractors/firms in relevant category for the year 2012-13 for execution of the below mentioned work. The tender should reach in the office of the undersigned on the date and time mentioned below. The tender shall be opened in presence of the contractor are their authorized representative who wish to remain present:-

S.#

Name of Work

1 1.

2 Supply/installation of commissioning of 02 Nos DG set 63 KVA for Governor house and office at Islamabad and camp office Islamabad (Ch to: residential/non residential facilitation of new administration of GB)

5

Date of Sale of Tender 6

Date of Opening of Tender 7

1500/-

09-11-12

12-11-12

Estimated Cost

2% E/Money

Cost of Tender

3

4

4981300/-

99626/-

2. Tender copy can be obtained from the office of the undersigned on cash payment as shown above work (Not Refundable) on any working day and 03 days before the date of opening of tender, as per following terms and conditions:a. Tender form shall be issued to the Govt: Contractor in person on production of Original CNIC, Valid PEC Registration Certificate and Fee Receipt of Works Department GB for the Current Financial Year. b. Tender form shall be issued to contractors as per relevant category and code only. c. Tender form to a sick project contractor will not be issued. d. Tender form to a contractor who has two or more works in hand will not be issued. e. Tender form to a contractor having court case/litigation against the Department will not be issued. f. Contractors/firms should provide 2% estimated cost in shape of deposit at call in the Name of Executive Engineer B&R Division Gilgit from any schedule bank of Pakistan. g. Tender sale will be closed 03 days before date of opening, h. Conditional tenders will not be accepted. i. All Standard PEC terms and Conditions and PPRA rules will remain applicable. Note:

Works Department authorities reserve the right to reject/cancel any of all the tenders without assigning any reason thereof. (ENGR: JAN NABI) Executive Engineer B&R Division Works Department Gilgit Ph#.05811-920311. Fax#.05811-920587.

Distribution. 1. Chief Engineer Works Department Gilgit Region. 2. Superintending Engineer Works Department Gilgit Circle. 3. Deputy Director PPRA Islamabad 4. Executive Engineer B&R Division______________ 5. Office Notice Board. 6. Office Copy



Jang Nov 8















m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


o c . k 44

ma

p 18n ve -7 -44


pk

m o .c

n 71 e av 4-

m 03-4

4 4 8


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0



m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


pk

m o .c

n 71 e av 4-

m 03-4 3 0

4 4 8


COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DPI, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be filled in all respects.

Yours truly,

m o .c

_________________ Signature of Tenderer

pk

Seal/Stamp of Firm

n 71 e av 4-

m 03-4 3 0

4 4 8

_________________ Complete Name

_________________ Capacity in which Signing _________________ Date

Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478

DP-1 DIRECTORATE PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

1. Conditions Governing Contracts. The ‘Contract’ made as result of this Understood I/T shall agreed mean the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein. 2.

Understo not agree

m o .c

Delivery of Tender. The offer is to be submitted in duplicate as under:-

k -44 p 18 en

a. Commercial Offer. The offer will be in duplicate and indicate prices quoted Understoodin agreed figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned.

v 4-7 a m 3-4 0 3 0

Understood agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening. c. Special Instructions. Tender documents and its conditions may please be Understood read point by point and understood properly before quoting. All tender conditions agreed should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies Understoodof commercial offer and two or more copies of the technical offer as asked inagreed the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed

Understo not agree

Understo not agree

Understo not agree

Understo not agree


in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

3. Date and Time For Receipt of Tender. Tender must reach this office by Understood the date agreed and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

pk

m o .c

4 4 8

4. Tender Opening. Tenders will be opened as mentioned in the schedule toUnderstood tender. agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening.

n 71 e av 4-

5.

Understo not agree

Understo not agree

m 03-4 3 0

Validity of Offer.

a. The validity period of quotations must be indicated and should invariably Understoodbe agreed 90 days extendable to 120 days from the date of opening of Tender. Conversion rate of FE/LC components will be considered w.e.f. opening of commercial offer.

Understo not agree

b. The quoting firm will certify that in case of an additional requirement of the contract item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

6. Part Bid. Firm may quote for the whole or any portion, or to state in the agreed tender that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. agreed

8. Return of I/T. In case you are Not quoting, please return the tender inquiry Understood stating the reason of NOT quoting. In case of failure to return the ITs either quoted or not agreed quoted consequently on three occasions, this Directorate, in the interest of economy, will

Understo not agree

Understo not agree

Understo not agree


consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Under not ag

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers agreed before signing of the contract and within validity period of their offers. In case the firm withdraws its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood

Under not ag

agreed

a. A copy of letter showing firm’s financial capability. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. Attached a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable from State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan.

m o .c

Not Attached

Attached

b. In case of un-registered firms, whether they have applied for registration or not, shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

k -44 p 18 en

v 4-7 a m 3-4

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract.Understood Understood

0 3 0

agreed agreed

Not Attach

Under Under not not ag ag

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1. 14.

Marking.

Marking of stores in accordance with Spec/Misc/NS/002/80.

15. Documents Required. with the quote:

Understood agreed

Under not ag

Following documents are required to be submitted along

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. Understood agreed

b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS and DP(Navy). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted.

Und not


c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers. e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Under agreed

Understood 17. Security Deposit/Bank Guarantee . To ensure timely and correct supply of agreed stores the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given at page 1.

Under not ag

Understood agreed

Under not ag

agreed

Under not ag

m o .c

agreed 16. Rejection of Stores/Services. The stores/services offered as a result of contract concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

av

k -44 p 18 en

m 03-4 3

4-7

0

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Under not ag


20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract. Understood agreed

Unde not ag

Understood

Unde not ag

21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract. agreed 22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost.

23.

Price Variation. a.

Prices offered against this tender are to be firm and final. Understood agreed

Under not ag

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance.

m o .c

k -44 p 18 en

v 4-7 a m 3-4

c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly.

0 3 0

24. Price Reduction (PR). In case the stores on inspection are found to beUnderstood below the stipulated specification and these are proposed to be accepted by the inspectoragreed under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

Under not ag

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. 25. Buy back. The seller will buy back the spares/items supplied as a part Understood of this agreed tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

Under not ag


26. Force Majeure. The supplier will not be held responsible for any delay occurring Understood in supply of equipment due to event of Force Majeure such as acts of God, War, agreed Civil commotion, Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Non-availability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure. Understood agreed

27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under: a.

Understo not agree

Under not ag

Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts (1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law.

m o .c

(2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine. (3). Arbitration award so given will be firm and final.

k -44 p 18 en

v 4-7 a m 3-4

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute.

0 3 0

28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi Understood agreed shall have jurisdiction to decide the matter. Understood

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are liable agreed to be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value. Understood agreedthe 30. Risk Purchase. In the event of failure on the part of supplier to comply with contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual terms & conditions by the supplier, a penalty may be imposed by DP(Navy).

Understo not agree

Understo not agree

Under not ag

Under not ag


32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract Understood become ineffective due to default of supplier / seller or stores / equipment declared defective agreed and caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or Understood agreed compensation in any form shall be paid to any local or foreign agent, consultant representative, sales promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Underst not agre

Under not ag

Termination of Contract.

m o .c

a. If at any time during the currency of the contract the Purchaser decides to Understood terminate the contract for any reason whatsoever (other than for reasonsagreed of NonDelivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice.

k -44 p 18 en

v 4-7 a m 3-4 0 3 0

b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either: (1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

Understo not agree


Understood full 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves agreed rights to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connected Understood with this enquiry and subsequent actions arising there from come within the scope of theagreed Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. 37. Acknowledgment. Firms will send acknowledgement slips within 07 days Understood from the agreed date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38.

Disqualification. Offers are liable to be rejected if:-

Understood agreed

a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

c. There is any deviation from the General /Special/Technical Instructions contained in this tender.

m o .c

d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are NOT received with the offers.

k -44 p 18 en

e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17.

v 4-7 a m 3-4

f.

Treasury challan is NOT attached with the offer.

g.

Multiple rates are quoted against one item.

0 3 0 relevant brochures and technical details on major equipment Manufacturer’s

h. assemblies are not attached in support of specifications. j.

Subject to restriction of export license.

k. Offers (commercial/technical) amendments/corrections/overwriting. m.

containing

non-initialed/

unauthenticated

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified).

Understo not agree

Understo not agree

Understo not agree

Understo not agree


r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.

Understood

Under not ag

Understood

Under not ag

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision agreed of DP(N) or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

pk

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

m o .c

n 71 e av 4-

4 4 8

40. Limitation. Any appeal received after the laps of timelines given in para 39agreed above shall not be entertained.

41.

m 03-4 3

The above terms and conditions are confirmed in total for acceptance.

0

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnai filled in are to be returned with the offer duly signed by the authorized signatory/person. It is per mention that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Reg Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of T ……………………

(CAPACITY IN WHIC


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229032/R-1209/320195 dated______. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 11-12-2012. Please drop tender in the Tender Box No 104. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer may be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk DETAIL OF STORES S NO QTY/ UNIT TOTAL UNIT PRICE PRICE AS PER LIST ATTACHED (17 ITEMS ONLY) (ALL ITEMS PERTAINS TO 200/250 KVA (AS PER LIST CUMMINS DG) ATTACH ED 17 MAKE: CUMMINS ITEMS) MODEL NO: NT-855 S NO. 23201668-3076 & 23204681-3182

m o .c

k -44 p 18 en

v 4-7 a m 3-4

NSN NO AS PER LIST ATTACHED PART NO AS PER LIST ATTACHED OEM ADDRESS: M/S CUMMINS INC 50JACKSON ST COLUMBUS INDIANA UNITED STATES 47201-6258 812-377-7437 812-377-6340 DUNS 006415160 STEVE.A.HEWETT@CUMMINS.COM 333618 Above mentioned price includes 16% sales Tax (Please tick Yes or No)

0 3 0

Yes

No

Grand Total Earnest Money 1. Registered/Indexed with DGDP: 02% of quoted value only. 2. Registered with DGDP But Un-Indexed: 03% of quoted value only. 3. Un-Registered with DGDP: 05% of quoted value only.


Terms & Conditions 1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

USA.

4.

Origin of OEM.

USA.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelope bidding procedure will be followed. PPRA Rule 36(6).

Required.

As per terms of contract. FOR

At least 90 Days, extendable to 120 Days.

m o .c

k -44 p 18 en

11. Earnest Money/Tender/Bid Bond: Earnest Money as per the applicable rate shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall be rejected. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount (as applicable):

v 4-7 a m 3-4 0 3 0

a.

Registered/Indexed Firms: 2% of the quoted value subject to maximum ceiling of Rs 0.200 Million.

b.

Registered but Un-indexed Firms: 3% of the quoted value subject to maximum ceiling of Rs 0.50 Million.

c.

Un-registered/Un-indexed Firms: 5 % of the quoted value subject to maximum ceiling of Rs 1.00 Million. Note:

12.

Please delete above mentioned condition not relevant to the firm.

Return of Earnest Money. a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers).


d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, after provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers). 13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

Company registration certificates are to be attached with offer.

m o .c

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelope in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g.

k -44 p 18 en

v 4-7 a m 3-4

Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer.

0 3 0

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.


SPECIAL INSTRUCTIONS – INDENT NO 229032. CATEGORY- B SOURCE OF SUPPLY 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockiest will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockiest. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockiest, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockiest is to be provided by the Supplying Firm with following endorsements. a. b. c.

Certificate reference number with date. Name of the authorized dealer/agent/stockiest. Last date/duration/period for validity of dealership.

4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc).

m o .c

ORIGIN OF SUPPLY

5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract”

k -44 p 18 en

v 4-7 a m 3-4

UPDATES & CURRENT INFORMATION

6. Supplying Firm in his “Offer/Quotation” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided.

0 3 0

DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009:

c.

(1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. OEM Test Certificate.


d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm. e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


2200/250 KVA NT-855 CUMMINS DG 2 X DG (G1 & G2) MEHRAN S NO 23201668-3076 & 23204681-3182 S PART NO NO

NSN

DESCRIPTION

DEN SRS NO

QTY

1.

3054218

2910012625182

NOZZLE FUEL INJECTOR

34

1245509

12

2.

3801261

3420011439547

BEARING HALF SET 0.10

34

1245511

02

3.

3051554

2815012629492

PISTON

34

1245513

12

4.

3013195

4710012415647

TUBE ASSEMBLY METAL

34

1245515

02

5.

3013166

4710012421485

TUBE ASSEMBLY METAL

34

1245516

02

6.

213394

5340010870682

PLUG EXPANSION

34

1245518

06

7.

255180

2520010486823

ELEMENT BREATHER

34

1245519

02

8.

146261

5340001554838

PLUG EXPANSION

34

1245520

16

9.

193736

5330795008176

O RING RUBBER

1245523

24

10.

3052770

2910012642115

PUMP FUEL METERING

1245526

02

11.

212013

2910011604900

HEAD FUEL FILTER

34

1245527

01

12.

AS10022

4720715092836

HOSE FLEXIBLE

34

1245529

02

13.

3024666

4710011463086

TUBE BENT METALLIC

34

1245531

02

14.

3005131

2520012415629

POWR TAKE OFF (DRIVE ACCESSORY)

34

1245532

02

15.

3023473

3020011463163

PULLY FLAT

34

1245534

02

16.

3801968

2815795108282

ASSY TURBO CHARGER

34

1245535

02

17.

3025390

3040013063011

SHAFT ASSEMBLY FLEXIBLE

34

1245537

02

en

pk

m o .c

v 4-7 a m 3-4 0 3 0

18

34 4 -4 34


DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir

1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedu tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices against the said schedule and further agree that this offer will remain valid up to 120 days and wi withdrawn or altered in terms of rates quoted and the conditions already stated therein or on be date. I/we shall be bound by a communication of acceptance to be dispatched within the prescribed

m o .c

k -44 p 18 en

2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have tho examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/ aware of the nature of the stores required and my/our offer is to supply stores strictly in accorda the requirements.

v 4-7 a m 3-4 0 3 0

3. The following pages have been added to and form part of this tender: a. ………………………………………. b. ………………………………………. c. ……………………………………….. Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness…………… ADDRESS…………………………………..

*Individual signing tender and/or other documents connected with a contract must specify:-


(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. In the case of companies and firms registered under the Act, 1913 as amended up-to-d under the Partnership Act 1932, the capacity in which signing e.g., the Director, Se Manager, Partner, etc. or their attorney and produce copy of document empowering h sign, if called upon to do so.

(e) (f) (g)

Principal’s proforma invoice (in original) Earnest money Treasury Challan Form for tender Fees as applicable

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

CNIC : _____________________________________ (Attach Copy of CNIC) NTN : ______________________________________ (Attach Copy of NTN) Firm’s Address : __________________________________________________________

6. 7.

m o .c

________________________________________________________________________

k -44 p 18 en

________________________________________________________________________

v 4-7 a m 3-4

8. Date of Establishment of Firm : ________________________________________________

0 3 0

9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner).

(Kindly fill in the above form and forward it under your own letter head with contact details)


COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DP-I, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be filled in all respects.

Yours truly,

m o .c

_________________ Signature of Tenderer

pk

Seal/Stamp of Firm

n 71 e av 4-

m 03-4 3

4 4 8

_________________ Complete Name _________________

Capacity in which

0

Signing _________________ Date

Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478

DP-1 DIRECTORATE PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

Understood 1. Conditions Governing Contracts. The ‘Contract’ made as result of this I/TUnderstood shall mean agreed not agreed the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein.

2.

m o .c

Delivery of Tender. The offer is to be submitted in duplicate as under:-

k -44 p 18 en

a. Commercial Offer. The offer will be in duplicate and indicate prices quoted Understood in Understood agreed not agreed figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned.

v 4-7 a m 3-4 0 3 0

Understood agreed

Understood not agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening.

c. Special Instructions. Tender documents and its conditions may please be read Understood Understood point by point and understood properly before quoting. All tender conditions should be agreed not agreed responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies Understood of Understood agreed not agreed commercial offer and two or more copies of the technical offer as asked in the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be


further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

Understood Understood 3. Date and Time For Receipt of Tender. Tender must reach this office by the date and agreed not agreed time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

m o .c

4. Tender Opening. Tenders will be opened as mentioned in the scheduleUnderstood to tender. Understood agreed not agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5.

k -44 p 18 en

v 4-7 a m 3-4

Validity of Offer.

0 3 0

a. The validity period of quotations must be indicated and should invariably Understoodbe 90 Understood agreed days extendable to 120 days from the date of opening of Tender. Conversion rate not of agreed FE/LC components will be considered w.e.f. opening of commercial offer. b. The quoting firm will certify that in case of an additional requirement of the contract item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

Understood

agreedtender not agreed 6. Part Bid. Firm may quote for the whole or any portion, or to state in the that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted.

7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. agreed

Understood not agreed

8. Return of I/T. In case you are Not quoting, please return the tender inquiry stating Understood the reason of NOT quoting. In case of failure to return the ITs either quoted orUnderstood not quoted agreed not agreed consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Understood

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers agreed beforenot agreed signing of the contract and within validity period of their offers. In case the firm withdraws its


offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood Understood agreed

not agreed

a. A copy of letter showing firm’s financial capability. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. Not Attached from a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable Attached State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan. Attached

Not

b. In case of un-registered firms, whether they have applied for registration or not,Attached shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

m o .c

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract. Understood Understood Understood Understood

k -44 p 18 en

v 4-7 a m 3-4

agreed agreed

not not agreed agreed

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1. 14.

Marking.

0 3 0of stores in accordance with Spec/Misc/NS/002/80. Marking

15. Documents Required. the quote: a.

Understood agreed

Understood not agreed

Following documents are required to be submitted along with

OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. Understood

agreed and b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS DP(Navy). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted.

c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers.

Understo not agree


e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Understood

agreed 16. Rejection of Stores/Services. The stores/services offered as a result of contractagreed concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

17. Security Deposit/Bank Guarantee . To ensure timely and correct supplyUnderstood of storesUnderstood agreed not agreed the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on email address given at page 1.

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0

Understood agreed

Understood not agreed

agreed

not agreed

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract.


21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract. Understood

Understood

agreed not agreed 22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost.

23.

Price Variation. a.

Prices offered against this tender are to be firm and final. Understood agreed

Understood not agreed

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance.

m o .c

c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly.

k -44 p 18 en

v 4-7 a m 3-4

24. Price Reduction (PR). In case the stores on inspection are found to be Understood below theUnderstood agreed stipulated specification and these are proposed to be accepted by the inspector undernot agreed deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

0 3 0

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. Understood 25. Buy back. The seller will buy back the spares/items supplied as a part of this tenderUnderstood agreed not agreed at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

26. Force Majeure. The supplier will not be held responsible for any delay Understood occurring Understood in supply of equipment due to event of Force Majeure such as acts of God, War, Civil agreed commotion, not agreed Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Nonavailability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure.


Understood agreed

Understood not agreed

27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under: a.

Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts (1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law. (2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine. (3). Arbitration award so given will be firm and final.

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute.

m o .c

k -44 p 18 en

28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi Understood shall Understood agreed not agreed have jurisdiction to decide the matter.

v 4-7 a m 3-4 0 3 0

Understood

Understood

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are agreedliable to not agreed be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value. Understood

Understood

agreed 30. Risk Purchase. In the event of failure on the part of supplier to comply with thenot agreed contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood

Understood

agreed termsnot agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual & conditions by the supplier, a penalty may be imposed by DP(Navy).

32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract become Understood Understood ineffective due to default of supplier / seller or stores / equipment declared defective and agreed not agreed caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.


33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or compensation Understood Understood agreed salesnot agreed in any form shall be paid to any local or foreign agent, consultant representative, promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Termination of Contract. a. If at any time during the currency of the contract the PurchaserUnderstood decides Understood to terminate the contract for any reason whatsoever (other than for reasons agreed of Nonnot agreed Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice. b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either:

m o .c

k -44 p 18 en

(1). To have any part thereof completed and take the delivery thereof at the contract price or.

v 4-7 a m 3-4

(2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser.

0 3 0

(3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier. Understood Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full rights agreed not agreed to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connectedUnderstood with this Understood not agreed enquiry and subsequent actions arising there from come within the scope of agreed the Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. Understood agreed

Understood not agreed


37. Acknowledgment. Firms will send acknowledgement slips within 07 days from the date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38.

Disqualification. Offers are liable to be rejected if:-

Understood agreed

a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

Understood not agreed

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are NOT received with the offers. e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. f.

Treasury challan is NOT attached with the offer.

g.

Multiple rates are quoted against one item.

m o .c

h. Manufacturer’s relevant brochures and technical details on major equipment assemblies are not attached in support of specifications. j.

k -44 p 18 en

Subject to restriction of export license.

v a m 3-4

containing 7 4-

k. Offers (commercial/technical) amendments/corrections/overwriting. m.

non-initialed/

unauthenticated

0 3 0 offer against FOB/CIF/C&F tender is quoted in local currency The commercial If the validity of the agency agreement is expired.

n. and vice versa.

p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified). r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.


Understood

Understood

Understood

Understood

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision of DP(N)not agreed agreed or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

agreed shallnot agreed 40. Limitation. Any appeal received after the laps of timelines given in para 39 above not be entertained.

41.

The above terms and conditions are confirmed in total for acceptance.

m o .c

k -44 p 18 en

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

v 4-7 a m 3-4

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaires d in are to be returned with the offer duly signed by the authorized signatory/person. It is pertinent to that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Registration DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

0 3 0

(Signatures of T …………………… (Capacity in which


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229095/R-1210/320341 dated______. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 11-12-2012. Please drop tender in the Tender Box No 104. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer may be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk DETAIL OF STORES S NO QTY/ UNIT UNIT TOTAL PRICE PRICE PARENT EQUIPENT CUMMINS DIESEL ENGINE ALL ITEMS PERTAIN TO SAME 19 ITEMS EQUIPMENT CUMMINS DGs SPARES OF AS PER LIST MOH/TOH OF MAIN ENGINE ATTACHED MODEL: NT 855 MAKE:CUMMINS OEM ADDRESS: CUMMINS INTERNATIONAL 500 JACKSON ST COLUMBUS IN UNITED STATES 47201-6258 812-377-3920 812-377-1715 DUNS 006415160 STEVE.A.HEWITT@CUMMINS.CN Above mentioned price includes 16% sale Tax (Please tick Yes or No)

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0

Yes

No

Grand Total Earnest Money 1. Registered/Indexed with DGDP: 02% of quoted value only. 2. Registered with DGDP But Un-Indexed: 03% of quoted value only. 3. Un-Registered with DGDP: 05% of quoted value only. Terms & Conditions


1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

USA.

4.

Origin of OEM.

USA.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelope bidding procedure will be followed. PPRA Rule 36(6).

Required.

Pak Rupees. FOR

At least 90 Days, extendable to 120 Days.

11. Earnest Money/Tender/Bid Bond: Earnest Money as per the applicable rate shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall be rejected. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount (as applicable):

k -44 p 18 en

a.

Registered/Indexed Firms: 2% of the quoted value subject to maximum ceiling of Rs 0.200 Million.

b.

Registered but Un-indexed Firms: 3% of the quoted value subject to maximum ceiling of Rs 0.50 Million.

c. d.

Note: 12.

m o .c

v 4-7 a m 3-4 0 3 0

Un-registered/Un-indexed Firms: 5 % of the quoted value subject to maximum ceiling of Rs 1.00 Million. Please delete above mentioned condition not relevant to the firm.

Return of Earnest Money. a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers). d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, after provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers).


13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

Company registration certificates are to be attached with offer.

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelope in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g.

m o .c

Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer.

k -44 p 18 en

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices.

v 4-7 a m 3-4

Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.

0 3 0


SPECIAL INSTRUCTIONS – INDENT NO 229095. CATEGORY- B SOURCE OF SUPPLY 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockiest will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockiest. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockiest, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockiest is to be provided by the Supplying Firm with following endorsements. a. b. c.

Certificate reference number with date. Name of the authorized dealer/agent/stockiest. Last date/duration/period for validity of dealership.

4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc). ORIGIN OF SUPPLY

m o .c

5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract”

k -44 p 18 en

UPDATES & CURRENT INFORMATION

v 4-7 a m 3-4

6. Supplying Firm in his “Offer/Quotation” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided.

0 3 0

DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009: (1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. c. OEM Test Certificate. d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm.


e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


LIST OF 19 ITEMS FOR CUMMINS PATT NO DESCRIPTION

S. NO 1.

SRS NO

PART NO

1249852

145701

2.

1249858

3050369

130979-023-0006 NMCRL NSN 2815-00-962-5623 2815-01-305-8500

3.

1249864

3801522

299-01-391-0822

4.

1249869

3801755

2815-01-308-1669

5.

1249871

3055171

6.

1249873

3801260

5305-71-510-1970 NMCRL NSN 5306-01-445-1267 3120-01-132-9339

7. 8.

1249875 1249877

217638 3067568

3020-01-065-9404 3110-71-506-0089

9.

1249879

214950

3120-01-087-3004

10. 11.

1249883 1249884

116391 3026556

1309-79-023-0953 3120-01-147-5257

12.

1249887

6519489

2815-71-510-1966

13.

1249888

3313289 OR 3313283

14.

1249889

3060613

4720-01-303-6391

15. 16.

1249891 1249892

3007759 33751550

5330-01-072-4436 4910-01-085-9211

17.

1249893

3054948

5365-01-147-2497

18.

1249894

3070486

2910-01-146-0048

19.

1249900

218153

1309-79-023-0845

EXHAUST VALVE GUIDE VALVE STEM PARTS KIT TURBO SUPER CHARGER RING SET PISTON SCREW CONNECTING ROD BEARING SET SLEEVE V BELT BEARING THRUST ALUMINUM SINGLE BEARING CONNECTING ROD BUSHING BEARING THRUST IMPELLER TUR COMPRESSOR ELEMENT BY PASS LUB OIL FILTER HOSE (NONMETALLI C) SEAL O RING CHECKING TOOL BLOW RING LINER SEAL (SPACER) SLEEVE INJECTOR (SEEVE COOLING FUEL INJECTION NOZZLE) BUSHING

m o .c

k -44 p 18 en

v 4-7 a m 3-4

02940-01-145-9455 3 0

PARENT EQUIPMENT CUMMINS DIESEL ENGINE --DO--

QTY

47

--DO--

07

--DO--

06

--DO--

24

--DO--

03

--DO---DO--

05 12

--DO--

66

--DO---DO--

12 08

--DO--

03

--DO--

05

--DO--

10

--DO---DO--

14 03

--DO--

16

--DO--

11

--DO--

19

06


NMCRL NSN 3120-01-079-5208 DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir

m o .c

1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedu tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices against the said schedule and further agree that this offer will remain valid up to 120 days and wi withdrawn or altered in terms of rates quoted and the conditions already stated therein or on before t I/we shall be bound by a communication of acceptance to be dispatched within the prescribed time.

k -44 p 18 en

v 4-7 a m 3-4

2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in F DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have tho examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/are ful of the nature of the stores required and my/our offer is to supply stores strictly in accordance requirements.

0 3 0

3. The following pages have been added to and form part of this tender: a. ………………………………………. b. ………………………………………. c. ……………………………………….. Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness…………… ADDRESS…………………………………..


*Individual signing tender and/or other documents connected with a contract must specify:(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. In the case of companies and firms registered under the Act, 1913 as amended up-to-d under the Partnership Act 1932, the capacity in which signing e.g., the Director, Secretary, M Partner, etc. or their attorney and produce copy of document empowering him so to sign, upon to do so.

(e) (f) (g)

Principal’s proforma invoice (in original) Earnest money Treasury Challan Form for tender Fees as applicable

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

CNIC : _____________________________________ (Attach Copy of CNIC) NTN : ______________________________________ (Attach Copy of NTN) Firm’s Address : __________________________________________________________

6. 7.

m o .c

k -44 p 18 en

________________________________________________________________________

v 4-7 a m 3-4

________________________________________________________________________

0 3 0 with FBR/Chamber of Commerce/Registrar of Companies. Firm’s Registration Certificate

8. Date of Establishment of Firm : ________________________________________________ 9.

(Attach Copy of relevant CERTIFICATE)

10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner).

(Kindly fill in the above form and forward it under your own letter head with contact details)


COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DPI, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be filled in all respects.

Yours truly,

m o .c

_________________ Signature of Tenderer

pk

Seal/Stamp of Firm

n 71 e av 4-

m 03-4 3 0

4 4 8

_________________ Complete Name

_________________ Capacity in which Signing _________________ Date

Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478

DP-1 DIRECTORATE PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

1. Conditions Governing Contracts. The ‘Contract’ made as result of this Understood I/T shall agreed mean the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein. 2.

Understo not agree

m o .c

Delivery of Tender. The offer is to be submitted in duplicate as under:-

k -44 p 18 en

a. Commercial Offer. The offer will be in duplicate and indicate prices quoted Understoodin agreed figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned.

v 4-7 a m 3-4 0 3 0

Understood agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening. c. Special Instructions. Tender documents and its conditions may please be Understood read point by point and understood properly before quoting. All tender conditions agreed should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies Understoodof commercial offer and two or more copies of the technical offer as asked inagreed the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed

Understo not agree

Understo not agree

Understo not agree

Understo not agree


in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

3. Date and Time For Receipt of Tender. Tender must reach this office by Understood the date agreed and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

pk

m o .c

4 4 8

4. Tender Opening. Tenders will be opened as mentioned in the schedule toUnderstood tender. agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening.

n 71 e av 4-

5.

Understo not agree

Understo not agree

m 03-4 3 0

Validity of Offer.

a. The validity period of quotations must be indicated and should invariably Understoodbe agreed 90 days extendable to 120 days from the date of opening of Tender. Conversion rate of FE/LC components will be considered w.e.f. opening of commercial offer.

Understo not agree

b. The quoting firm will certify that in case of an additional requirement of the contract item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

6. Part Bid. Firm may quote for the whole or any portion, or to state in the agreed tender that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. agreed

8. Return of I/T. In case you are Not quoting, please return the tender inquiry Understood stating the reason of NOT quoting. In case of failure to return the ITs either quoted or not agreed quoted consequently on three occasions, this Directorate, in the interest of economy, will

Understo not agree

Understo not agree

Understo not agree


consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Under not ag

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers agreed before signing of the contract and within validity period of their offers. In case the firm withdraws its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood

Under not ag

agreed

a. A copy of letter showing firm’s financial capability. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. Attached a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable from State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan.

m o .c

Not Attached

Attached

b. In case of un-registered firms, whether they have applied for registration or not, shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

k -44 p 18 en

v 4-7 a m 3-4

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract.Understood Understood

0 3 0

agreed agreed

Not Attach

Under Under not not ag ag

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1. 14.

Marking.

Marking of stores in accordance with Spec/Misc/NS/002/80.

15. Documents Required. with the quote:

Understood agreed

Under not ag

Following documents are required to be submitted along

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. Understood agreed

b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS and DP(Navy). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted.

Und not


c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers. e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Under agreed

Understood 17. Security Deposit/Bank Guarantee . To ensure timely and correct supply of agreed stores the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given at page 1.

Under not ag

Understood agreed

Under not ag

agreed

Under not ag

m o .c

agreed 16. Rejection of Stores/Services. The stores/services offered as a result of contract concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

av

k -44 p 18 en

m 03-4 3

4-7

0

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Under not ag


20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract. Understood agreed

Unde not ag

Understood

Unde not ag

21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract. agreed 22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost.

23.

Price Variation. a.

Prices offered against this tender are to be firm and final. Understood agreed

Under not ag

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance.

m o .c

k -44 p 18 en

v 4-7 a m 3-4

c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly.

0 3 0

24. Price Reduction (PR). In case the stores on inspection are found to beUnderstood below the stipulated specification and these are proposed to be accepted by the inspectoragreed under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

Under not ag

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. 25. Buy back. The seller will buy back the spares/items supplied as a part Understood of this agreed tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

Under not ag


26. Force Majeure. The supplier will not be held responsible for any delay occurring Understood in supply of equipment due to event of Force Majeure such as acts of God, War, agreed Civil commotion, Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Non-availability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure. Understood agreed

27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under: a.

Understo not agree

Under not ag

Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts (1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law.

m o .c

(2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine. (3). Arbitration award so given will be firm and final.

k -44 p 18 en

v 4-7 a m 3-4

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute.

0 3 0

28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi Understood agreed shall have jurisdiction to decide the matter. Understood

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are liable agreed to be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value. Understood agreedthe 30. Risk Purchase. In the event of failure on the part of supplier to comply with contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual terms & conditions by the supplier, a penalty may be imposed by DP(Navy).

Understo not agree

Understo not agree

Under not ag

Under not ag


32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract Understood become ineffective due to default of supplier / seller or stores / equipment declared defective agreed and caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or Understood agreed compensation in any form shall be paid to any local or foreign agent, consultant representative, sales promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Underst not agre

Under not ag

Termination of Contract.

m o .c

a. If at any time during the currency of the contract the Purchaser decides to Understood terminate the contract for any reason whatsoever (other than for reasonsagreed of NonDelivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice.

k -44 p 18 en

v 4-7 a m 3-4 0 3 0

b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either: (1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

Understo not agree


Understood full 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves agreed rights to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connected Understood with this enquiry and subsequent actions arising there from come within the scope of theagreed Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. 37. Acknowledgment. Firms will send acknowledgement slips within 07 days Understood from the agreed date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38.

Disqualification. Offers are liable to be rejected if:-

Understood agreed

a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

c. There is any deviation from the General /Special/Technical Instructions contained in this tender.

m o .c

d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are NOT received with the offers.

k -44 p 18 en

e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17.

v 4-7 a m 3-4

f.

Treasury challan is NOT attached with the offer.

g.

Multiple rates are quoted against one item.

0 3 0 relevant brochures and technical details on major equipment Manufacturer’s

h. assemblies are not attached in support of specifications. j.

Subject to restriction of export license.

k. Offers (commercial/technical) amendments/corrections/overwriting. m.

containing

non-initialed/

unauthenticated

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified).

Understo not agree

Understo not agree

Understo not agree

Understo not agree


r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.

Understood

Under not ag

Understood

Under not ag

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision agreed of DP(N) or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

pk

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

m o .c

n 71 e av 4-

4 4 8

40. Limitation. Any appeal received after the laps of timelines given in para 39agreed above shall not be entertained. 41.

m 03-4 3

The above terms and conditions are confirmed in total for acceptance.

0

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnai filled in are to be returned with the offer duly signed by the authorized signatory/person. It is per mention that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Reg Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of T …………………… (Capacity in which


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229098/R-1210/320342 dated______. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 11-12-2012. Please drop tender in the Tender Box No 104. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer may be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk DETAIL OF STORES S NO QTY/ UNIT UNIT TOTAL PRICE PRICE PARENT EQUIPENT CUMMINS D/G AS PER ALL ITEMS PERTAIN TO EQUIPMENT LIST CUMMINS DIESEL GENERATOR SPARES ATTACHED 05 ITEMS OF MOH/TOH

m o .c

k -44 p 18 en

v 4-7 a m 3-4

MODEL NO: 6CTA8.3-D(M)

0 3 0

S NO. 21388002(STBD) S NO. 21388001(POST)

MAKE:CUMMINS OEM ADDRESS: CUMMINS INTERNATIONAL 500 JACKSON ST COLUMBUS IN UNITED STATES 47201-6258 812-377-3920 812-377-1715 DUNS 006415160 STEVE.A.HEWITT@CUMMINS.COM Above mentioned price includes 16% sale Tax (Please tick Yes or No) Yes

No

Grand Total Earnest Money 1. Registered/Indexed with DGDP: 02% of quoted value only. 2.

Registered with DGDP But Un-Indexed: 03% of quoted value


only. 3. Un-Registered with DGDP: 05% of quoted value only. Terms & Conditions 1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

USA.

4.

Origin of OEM.

USA.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelope bidding procedure will be followed. PPRA Rule 36(6).

Required.

Pak Rupees. FOR

At least 90 Days, extendable to 120 Days.

m o .c

k -44 p 18 en

v 4-7 a m 3-4

11. Earnest Money/Tender/Bid Bond: Earnest Money as per the applicable rate shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall be rejected. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount (as applicable): Registered/Indexed Firms: 2% of the quoted value subject to maximum ceiling of Rs 0.200 Million.

b.

Registered but Un-indexed Firms: 3% of the quoted value subject to maximum ceiling of Rs 0.50 Million.

c. d.

Note: 12.

0 3 0

a.

Un-registered/Un-indexed Firms: 5 % of the quoted value subject to maximum ceiling of Rs 1.00 Million. Please delete above mentioned condition not relevant to the firm.

Return of Earnest Money. a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening.


c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers). d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, after provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers). 13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

m o .c

Company registration certificates are to be attached with offer.

k -44 p 18 en

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelope in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g.

v 4-7 a m 3-4 0 3 0

Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer.

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.


SPECIAL INSTRUCTIONS – INDENT NO 229098. CATEGORY- B SOURCE OF SUPPLY 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockiest will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockiest. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockiest, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockiest is to be provided by the Supplying Firm with following endorsements. a. b. c.

Certificate reference number with date. Name of the authorized dealer/agent/stockiest. Last date/duration/period for validity of dealership.

4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc).

m o .c

ORIGIN OF SUPPLY

5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract”

k -44 p 18 en

v 4-7 a m 3-4

UPDATES & CURRENT INFORMATION

6. Supplying Firm in his “Offer/Quotation” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided.

0 3 0

DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009:

c.

(1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. OEM Test Certificate.


d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm. e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


LIST OF ITEMS DESCRIPTION

S NO 1.

PART NO

PATT NO

3905307

5307-71-505-2606 NMCRL NSN 4730-01-195-0825

2.

3315115

3.

P1-2063

2930-UK-507-8195 NMCRL NSN 2940-01-027-3258 2940-01-273-7632

4.

3802149

2950-01-271-2345

5.

3903202

4330-01-223-8768 NMCRL NSN 2910-01-502-6539

QTY

SCREW BANJO CONNECTOR (STEEL)

PARENT EQUIPMENT CUMMINS DIESEL GENERATOR

WATER FILTER

--DO--

56

AIR INTAKE FILTER KIT TIRBO REPAIR FUEL FILTER

--DO--

20

--DO--

04

--DO--

71

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0

57


DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir

1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedu tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices against the said schedule and further agree that this offer will remain valid up to 120 days and wi withdrawn or altered in terms of rates quoted and the conditions already stated therein or on be date. I/we shall be bound by a communication of acceptance to be dispatched within the prescribed

m o .c

k -44 p 18 en

2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have tho examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/ aware of the nature of the stores required and my/our offer is to supply stores strictly in accorda the requirements.

v 4-7 a m 3-4 0 3 0

3. The following pages have been added to and form part of this tender: a. ………………………………………. b. ………………………………………. c. ……………………………………….. Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness…………… ADDRESS…………………………………..

*Individual signing tender and/or other documents connected with a contract must specify:-


(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. In the case of companies and firms registered under the Act, 1913 as amended up-to-d under the Partnership Act 1932, the capacity in which signing e.g., the Director, Se Manager, Partner, etc. or their attorney and produce copy of document empowering h sign, if called upon to do so.

(e) (f) (g)

Principal’s proforma invoice (in original) Earnest money Treasury Challan Form for tender Fees as applicable

m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

CNIC : _____________________________________ (Attach Copy of CNIC) NTN : ______________________________________ (Attach Copy of NTN) Firm’s Address : __________________________________________________________

6. 7.

m o .c

________________________________________________________________________

k -44 p 18 en

________________________________________________________________________

v 4-7 a m 3-4

8. Date of Establishment of Firm : ________________________________________________

0 3 0

9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner).

(Kindly fill in the above form and forward it under your own letter head with contact details)




GENERAL HEADQUARTERS DIRECTORATE GENERAL PROCUREMENT (ARMY) Fauji Towers 68 Tipu Road, Rawalpindi TENDER NOTICE 1. Sealed tenders are invited from reputed firms possessing NTN certificates for supply of under mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates: Ser Tender No Items A/U Qty Delivery Last Date Date & Time of Tender Period of Submission Opening collection of IT 12 Months 14 Dec 12 18 Dec 12 18 Dec 12 X2/6115-ZO-213- Nos 30 a. at 1000 at 0930 after 12-0819-02 8661 Gen Set Hrs Hrs signing of Diesel Engine 5 FOR the KVA, Continuous contract Single Phase, 220V,0.8PF, 1500 RPM 12 Months 14 Dec 12 18 Dec 12 18 Dec 12 X-2/6115-ZO-215- Nos 30 b at 1000 at 0930 after 12-0821-02 0057 Gen Set 30 Hrs Hrs signing of KVA, continuous, FOR the 400V, 230V, 3 contract Phase, 50 Cycle, with AMF Panel 2. Tender documents and specifications can be obtained from DGP (Army) on production of following: a. Photocopy of Registration Certificate issued by Directorate General Defense Purchase (DGDP). b. Attested copy of Registration certificate issued by Sales Tax Department, copy of NTN certificate. c. Proof of Godwon. d.

Undertaking for adequate financial capability to the value of tender.

e.

Attested Bank Statement for last one year.

f.

Attested copy of CNIC of MD.

g.

Certificate that firm is neither defaulter nor blacklisted by any Govt Org directly or indirectly.

h.

Detail of works experience with Govt / Semi Govt Org.

i.

Detail of property / assets moveable / immoveable.

j.

Original Challan Form No. 32-A for Rs.200/- duly deposited into Government Treasury in favour of CMA (DP) Rawalpindi debit able to (Major Head C02501-20, Main Head12,Sub Head - A, Miscellaneous (Code Head 1/845/30) .

3.

Firms will provide Bid Security alongwith their offer as per following criteria: -

4.

a. Registration and Indexed Firms 2% (Upper limit Rs. 0.2 Million) b. Registered but Un Indexed 5% (Upper limit Rs. 0.5 Million) c. Un-Registered 5% (Upper limit Rs. 1.0 Million) Validity of Offer. 120 days from date of opening of commercial offer.

5. 6. 7.

Performance Bank Guarantee. 10% of the contract value within 30 days of signing of contract. Detailed terms and conditions are mentioned in the tender documents. Tender will be opened in the tender room of DGP (Army) in the presence of firm’s representative. For Further Details Contact Phone: 051-9280679, Fax No. 051-9280909 www. ppra. org. pk





COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DP-I, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be filled in all respects.

Yours truly, _________________ Signature of Tenderer _________________ Complete Name Seal/Stamp of Firm

_________________ Capacity in which Signing _________________ Date

Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478

DP-1 DIRECTORATE PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

Understood 1. Conditions Governing Contracts. The ‘Contract’ made as result of this I/T shall mean the agreement entered into between the parties i.e. the ‘Purchaser’ and the agreed ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein.

2.

Understo not agree

Delivery of Tender. The offer is to be submitted in duplicate as under:a. Commercial Offer. The offer will be in duplicate and indicate prices Understood quoted agreed be in figures as well as in words alongwith essential literature/brochure. It should clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned. Understood agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening. c. Special Instructions. Tender documents and its conditions may please be Understood read point by point and understood properly before quoting. All tender conditions agreed should be responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies of Understood agreed commercial offer and two or more copies of the technical offer as asked in the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be further placed in another cover (third

Understo not agree

Understo not agree

Understo not agree

Understo not agree


cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

Understood 3. Date and Time For Receipt of Tender. Tender must reach this office by the date agreed and time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

4. Tender Opening. Tenders will be opened as mentioned in the schedule to Understood tender. agreed on Commercial offers will be opened at later stage if Technical Offer is found acceptable examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5.

Understo not agree

Understo not agree

Validity of Offer. a. The validity period of quotations must be indicated and should invariably be Understood agreed 90 days extendable to 120 days from the date of opening of Tender. Conversion rate of FE/LC components will be considered w.e.f. opening of commercial offer.

Understo not agree

b. The quoting firm will certify that in case of an additional requirement of the contract item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

6. Part Bid. Firm may quote for the whole or any portion, or to state inagreed the tender that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted. 7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. agreed

8. Return of I/T. In case you are Not quoting, please return the tender inquiry stating the reason of NOT quoting. In case of failure to return the ITs either quotedUnderstood or not agreed quoted consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers before agreed signing of the contract and within validity period of their offers. In case the firm withdraws

Understo not agree

Understo not agree

Understo not agree

Under not ag


its offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood

Under not ag

agreed

a. A copy of letter showing firm’s financial capability. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. Attached a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable from State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan.

Not Attached

Attached

Not Attach

b. In case of un-registered firms, whether they have applied for registration or not, shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms ofUnderstood the agreed contract. Understood agreed

Under not ag Under not ag

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on email address given on page 1. 14.

Marking.

Marking of stores in accordance with Spec/Misc/NS/002/80.

15. Documents Required. along with the quote:

Understood agreed

Following documents are required to be submitted

a. OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. Understood agreed

b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS and DP(Navy). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted. c.

Under not ag

Original quotation/proforme invoice.

Und not


d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers. e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Under agreed

Understood 17. Security Deposit/Bank Guarantee . To ensure timely and correct supply of agreed stores the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on e-mail address given at page 1.

Under not ag

Understood agreed

Under not ag

agreed

Under not ag

agreedof 16. Rejection of Stores/Services. The stores/services offered as a result contract concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Under not ag


20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract. Understood agreed

Unde not ag

Understood

Unde not ag

21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract.

22. Discrepancy. The consignee will render a discrepancy report toagreed all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost. 23.

Price Variation. a.

Prices offered against this tender are to be firm and final. Understood agreed

Under not ag

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance. c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly. 24. Price Reduction (PR). In case the stores on inspection are found to be below Understood agreed the stipulated specification and these are proposed to be accepted by the inspector under deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note:

Under not ag

“Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. 25. Buy back. The seller will buy back the spares/items supplied as a part ofUnderstood this agreed tender at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items. 26. Force Majeure. The supplier will not be held responsible for anyUnderstood delay occurring in supply of equipment due to event of Force Majeure such as acts of God, agreed War, Civil commotion, Strike, Lockouts, Act of Foreign Government and its agencies and

Under not ag

Understo not agree


disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Non-availability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure. Understood agreed 27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under:

a.

Under not ag

Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts (1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law. (2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine. (3). Arbitration award so given will be firm and final.

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute. 28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi shall have jurisdiction to decide the matter.

Understood agreed

Understo not agree

Understood

Understo not agree

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month agreedare liable to be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value.

Understood agreed 30. Risk Purchase. In the event of failure on the part of supplier to comply with the contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual terms & conditions by the supplier, a penalty may be imposed by DP(Navy).

32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract become Understood ineffective due to default of supplier / seller or stores / equipment declared defective and agreed caused loss to the Government, contractor shall be liable to pay to the Government

Under not ag

Under not ag

Underst not agre


compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.

33. Gratuities/Commission/Gifts. No commission, rebate, bonus, feeUnderstood or agreed compensation in any form shall be paid to any local or foreign agent, consultant representative, sales promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Under not ag

Termination of Contract. a. If at any time during the currency of the contract the Purchaser decides to Understood terminate the contract for any reason whatsoever (other than for reasons of Nonagreed Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice.

Understo not agree

b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either: (1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier. Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full agreed rights to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connected with this Understood enquiry and subsequent actions arising there from come within the scope of the agreed Official

Understo not agree

Understo not agree


Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. Understood 37. Acknowledgment. Firms will send acknowledgement slips within 07 days from agreed the date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk

38.

Disqualification. Offers are liable to be rejected if:a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

Understood agreed

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are NOT received with the offers. e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. f.

Treasury challan is NOT attached with the offer.

g.

Multiple rates are quoted against one item.

h. Manufacturer’s relevant brochures and technical details on major equipment assemblies are not attached in support of specifications. j.

Subject to restriction of export license.

k. Offers (commercial/technical) containing non-initialed/ unauthenticated amendments/corrections/overwriting. m.

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified). r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.

Understo not agree

Understo not agree


Understood

Under not ag

Understood

Under not ag

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision agreedof DP(N) or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

agreed 40. Limitation. Any appeal received after the laps of timelines given in para 39 above shall not be entertained.

41.

The above terms and conditions are confirmed in total for acceptance.

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaire filled in are to be returned with the offer duly signed by the authorized signatory/person. It is pertin mention that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Regis Section DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of Ten ……………………… (Capacity in which s


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229035/R-1209/320095 dated . This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 11-12-2012. Please drop tender in the Tender Box No 104. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email

dpnrwp2007@gmail.com S NO

DETAIL OF STORES

QTY/ UNIT

UNIT PRICE

AS PER LIST ATTACHED 06 ITEMS (ALL ITEMS PERTAINS TO 500 KVA AS PER DORMAN DG) LIST ATTACHED MAKE: DORMAN MODEL NO: 6SETCR/CW S NO. 062331/0289/008 OEM ADDRESS M/S DORMAN DIESEL LIMITED CENTRAL SPARES DIVISION, P.O. BOX 17, BEEVOR STREET, LINCOLN LN6 7AD ENGLAND TELE: (0522) 21241 FAX: 0522 29204 FOR S NO 2 ONLY PERKINS ENGINES CO LTD FRANK PERKINS WAY EASTFIELD, PETERBOROUGH CAMBS UNITED KINGDOM PE1 5NA 19 01733 582386 01733 582947 MCDERMAID_MELISSA@PERKINS. COM WWW.PERKINS.COM Applicable sales tax to be mentioned separately in the commercial offer. Yes No Grand Total Earnest Money 1. Registered/Indexed with DGDP: 02% of quoted value only. 2. Registered with DGDP But Un-Indexed: 03% of quoted value only. 3. Un-Registered with DGDP: 05% of quoted value only.

TOTAL PRICE


Terms & Conditions 1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

UK.

4.

Origin of OEM.

UK.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

9. Bid validity. a commercial offer. 10.

Required.

Pak Rupees. FOR.

At least 90 Days, extendable to 120 Days from the date of opening

Tendering procedure Two Stage- Two Envelop bidding procedure will be followed. PPRA Rule 36(6).

11. Earnest Money/Tender/Bid Bond: your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount: a.

Registered/Indexed Firms: 2% of the quoted value subject to maximum celling of Rs 0.200 Million. Applicable for FOR/FOB cases only.

b.

Registered but Un-indexed Firms: 3% of the quoted value subject to maximum celling of Rs 0.50 Million. Applicable for both FOR/FOB cases.

c.

Un-registered/Un-indexed Firms: 5 % of the quoted value subject to maximum ceiling of Rs 1.00 Million. Applicable for both FOR/FOB cases. Note:

(1) firm.

Please delete above mentioned condition not relevant to the

(2) In case of firm wins a contract on EM, it will deposit following documents for provisional Regn before the award of contracts: 12.

Return of Earnest Money. a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotes will be returned on signing of the contract with the first lowest quote (Para 32 (b) of DP-35 refers).


d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, once the firm has provided the Bank Guarantee. (Para 32 (c) of DP35 refers). 13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the offer. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

Company registration certificates are to be attached with offer.

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelop in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g. Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer. h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply above instructions, Terms and conditions, offer will liable for rejection.


Annex ‘A’ to Indent No. 229035 SPECIAL INSTRUCTIONS Source of Supply 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockist will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockist. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockist, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockist is to be provided by the Supplying Firm with following endorsements. a. Certificate reference number with date. b. Name of the authorized dealer/agent/stockiest. c. Last date/duration/period for validity of dealership. 4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc). ORIGIN OF SUPPLY 5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract” UPDATES & CURRENT INFORMATION 6. Supplying Firm in his “Offer/Quotatio” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided. DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009: (1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. (6). Contracting firm to either provide OEM conformance certificate to CINS or is to be e-mailed to CINS directly by the OEM. Hard copy of conformance certificate must follow, in any case, through DHL courier. On receipt, CINS shall approach to OEM for verification of conformance certificate issued by the OEM. In case of companies/firms rendering false OEM conformance certificate, disciplinary action will be initiated against such firms/companies.

c. OEM Test Certificate. d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm. e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.


500 KVA DORMAN DG MODEL NO (6SETCR/CW) NIGRAN – NORE II S NO 062331/0289/008 S NO 1 2 3 4 5 6

PART NO

NSN

DESCRIPTION

QTY

6SE663A SE91AA/3M 359/513 SE652C 525/57M 525/27M

5330795047321 3120995513893 2815795047328 2950795079124 5330795090655 4730795066516

TOP OVER HAUL JOINT SET PART KIT BEARING PISTON RING SET TURBO CHRGER CLIP CLIP (JUBLEE CLAMP)

02 12 18 3 16 45


DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir

1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in sched the tender inquiry or such portion thereof as you may specify in the acceptance of tender at the offered against the said schedule and further agree that this offer will remain valid up to 120 day will not be withdrawn or altered in terms of rates quoted and the conditions already stated therein before this date. I/we shall be bound by a communication of acceptance to be dispatched with prescribed time.

2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in No. DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Mini Defence (Directorate General Defence Purchase) “General Conditions Governing Contracts” and thoroughly examined the specifications/drawings and/ or patterns quoted in the schedule here am/are fully aware of the nature of the stores required and my/our offer is to supply stores str accordance with the requirements. 3. The following pages have been added to and form part of this tender: a. ………………………………………. b. ………………………………………. c. ……………………………………….. Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness…………… ADDRESS…………………………………..

*Individual signing tender and/or other documents connected with a contract must specify:-


(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. In the case of companies and firms registered under the Act, 1913 as amended up-to-da under the Partnership Act 1932, the capacity in which signing e.g., the Director, Sec Manager, Partner, etc. or their attorney and produce copy of document empowering him sign, if called upon to do so.

(e) (f) (g)

Principal’s proforma invoice (in original) Earnest money Treasury Challan Form for tender Fees as applicable

NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT


Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

CNIC : _____________________________________ (Attach Copy of CNIC) NTN : ______________________________________ (Attach Copy of NTN) Firm’s Address : __________________________________________________________

6. 7.

________________________________________________________________________ ________________________________________________________________________ 8. Date of Establishment of Firm : ________________________________________________ 9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner).

(Kindly fill in the above form and forward it under your own letter head with contact details)


COVERING SHEET

I/we M/s ________________________________ do herby affirm to adhere to the necessary instructions for participation in the procurement process. All the columns of DP-I, II and III forms are filled, signed and stamped as per requirement. Data Sheet (for unregistered firms only) is attached and required to be filled in all respects.

Yours truly, _________________ Signature of Tenderer _________________ Complete Name Seal/Stamp of Firm

_________________ Capacity in which Signing _________________ Date

Contact Numbers Assistant Directors Procurement DP(Navy) ADP-31 ADP-32 ADP-33 ADP-34 ADP-36 ADP-37

051-9271471 051-9271472 051-9271473 051-9271474 051-9271475 051-9271478

DP-1 DIRECTORATE PROCUREMENT (NAVY)


No.……………………….. …………. Directorate of Procurement (Navy) At Ministry of Defence Production Building Sectt No. II, Adamjee Road Rawalpindi Tel: 051-9271468-78 Fax : 051-5516307 E-mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk M/S 2012

Invitation to Tender and General Instructions

Understood 1. Conditions Governing Contracts. The ‘Contract’ made as result of this I/TUnderstood shall mean agreed not agreed the agreement entered into between the parties i.e. the ‘Purchaser’ and the ‘Seller’ on Directorate General Defence Purchase (DGDP) contract Form “DP-19” in accordance with the law of contract Act, 1872 and those contained in Defence Purchase Procedure (DP-35) and other special conditions that may be added to given contract for the supply of Defence Stores specified herein.

2.

Delivery of Tender. The offer is to be submitted in duplicate as under:a. Commercial Offer. The offer will be in duplicate and indicate prices quoted Understood in Understood agreed not agreed figures as well as in words alongwith essential literature/brochure. It should be clearly marked in fact on the envelope “Commercial Offer”, tender number and date of opening. Taxes, duties, freight/transportation, insurance charges etc are to be indicated separately. Total price of the items quoted against the tender is to be clearly mentioned. Understood agreed

Understood not agreed

b. Technical Offer: (Where Applicable). Should contain all relevant specifications in triplicate alongwith essential literature/brochure and drawings in an envelope and clearly marked “Technical Offer” (without prices), tender number and date of opening.

c. Special Instructions. Tender documents and its conditions may please be read Understood Understood point by point and understood properly before quoting. All tender conditions should be agreed not agreed responded clearly. In case of any deviation due to non-acceptance of tender conditions(s), the same should be highlighted alongwith your changed offer/conditions. Tender may however be liable to be rejected. d. Firms shall submit their offers in two separate envelopes (i.e. two copies Understood of Understood agreed not agreed commercial offer and two or more copies of the technical offer as asked in the IT). The commercial offer will include rates of items/services called for and the technical offer will not indicate the rates. Both types of offers are to be enclosed in separate covers and each envelope shall be properly sealed bearing the signature of the bidder. Each cover shall indicate type of offer, number and date of IT and IT opening date. Thereafter both the envelopes (technical and commercial offer) shall be placed in one envelope (second cover) duly sealed and signed. This cover should bear the address of the procurement agency indicating, issuance date of IT and No, with its opening date. This should be


further placed in another cover (third cover), addressed as indicated in the tender documents, without any indication that there is a tender within it. e.

The tender duly sealed will be addressed to the following:Directorate of Procurement (Navy)/P-3... At Ministry of Defence Production Building Secretariat No. II, Adamjee Road Rawalpindi, PAKISTAN Telephone: 92-051-9271468-78 Fax No. 92-051-5516307 E-Mail: dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk

Understood Understood 3. Date and Time For Receipt of Tender. Tender must reach this office by the date and agreed not agreed time specified in the Schedule to Tender (Form DP-2) attached. This Directorate will not accept any excuse of delay occurring in post. Tenders received after the appointed/ fixed time will NOT be entertained. The appointed time will, however, fall on next working day in case of closed/forced holiday. Only legitimate/registered representatives of firm will be allowed to attend tender opening.

4. Tender Opening. Tenders will be opened as mentioned in the scheduleUnderstood to tender. Understood agreed not agreed Commercial offers will be opened at later stage if Technical Offer is found acceptable on examination by technical authorities of Service HQ. Date and time for opening of Commercial offer shall be intimated later. Only legitimate / registered representative of firm will be allowed to attend tender opening. 5.

Validity of Offer. a. The validity period of quotations must be indicated and should invariably Understoodbe 90 Understood agreed days extendable to 120 days from the date of opening of Tender. Conversion rate not of agreed FE/LC components will be considered w.e.f. opening of commercial offer. b. The quoting firm will certify that in case of an additional requirement of the contract item(s) in any qty(s) with in a period of 12 months from the date of signing the contract, these will also be supplied ( at the on going contract rates) with discount. Understood

Understood

agreedtender not agreed 6. Part Bid. Firm may quote for the whole or any portion, or to state in the that the rate quoted, shall apply only if the entire quantity is taken from the firm. The Director Procurement reserves the right of accepting the whole or any part of the tender or portion of the quantity offered, and firm shall supply these at the rate quoted.

7.

Understood

Quoting of Rates. Only one rate shall be quoted for entire quantity, item wise. agreed

Understood not agreed

8. Return of I/T. In case you are Not quoting, please return the tender inquiry stating Understood the reason of NOT quoting. In case of failure to return the ITs either quoted orUnderstood not quoted agreed not agreed consequently on three occasions, this Directorate, in the interest of economy, will consider the exclusion of your firm’s name from our future distribution list of invitation to tender. Understood

Understood

9. Withdrawal of Offer. Firms shall not withdraw their commercial offers agreed beforenot agreed signing of the contract and within validity period of their offers. In case the firm withdraws its


offer within validity period and before signing of the contract, Earnest Money of the firm shall be confiscated and disciplinary action may also be initiated for embargo up to 01 year. 10. Provision of Documents in case of Contract. In case any firm wins a contract, it will deposit following documents before award of contract: Understood Understood agreed

not agreed

a. A copy of letter showing firm’s financial capability. b. Foreign Seller has to provide its Registration Number issued by respective Department of Commerce authorizing export of subject stores. c. Principal/Agency Agreement. 11.

Treasury Challan. Not Attached from a. Offers must be accompanied with a challan form of Rs. 200/- (obtainable Attached State Bank of Pakistan/Government Treasury) and debitable to Major Head XL VII, Main Head XII, Sub Head ‘A’ Miscellaneous Code No Def – 1220. Each offer will be covered by one challan. Attached

Not

b. In case of un-registered firms, whether they have applied for registration or not,Attached shall pay tender inquiry fee (Challan Form) of Rs. 300/-.

12. Inspection Authority. CINS, Joint Inspection will be carried out by INS, Consignee & Specialist User or a team nominated by Pakistan Navy. CINS inspection shall be as prescribed in DP-35 and PP & I (Revised 2002) or as per terms of the contract. Understood Understood Understood Understood agreed agreed

not not agreed agreed

13. Condition of Stores. Brand new stores will be accepted on Firm’s Warranty/Guarantee Form DPL-15. Copy of DPL-15 can be obtained from DP(N) on e-mail address given on page 1. 14.

Marking.

Marking of stores in accordance with Spec/Misc/NS/002/80.

15. Documents Required. the quote: a.

Understood agreed

Understood not agreed

Following documents are required to be submitted along with

OEM/Authorized Dealer/Agent Certificate along with OEM Dealership Evidence. Understood

agreed and b. The firm/supplier shall provide correct and valid e-mail and Fax No to CINS DP(Navy). Supplier/contracting firm shall either provide OEM Conformance Certificate to CINS or is to be e-mailed to CINS under intimation to DP (Navy). Hard copy of COC must follow in any case through courier. On receipt, CINS shall approach the OEM for verification of Conformance Certificates issued by OEM. Companies/firms rendering false OEM Conforming Certificates will be blacklisted.

c.

Original quotation/proforme invoice.

d. In case of bulk proforme invoice, a certificate that prices indicated in the bulk proforme invoice have not been decreased since the date of bulk proforme invoice from the manufacturers/suppliers.

Understo not agree


e.

Submit breakup of cost of stores/services on the following lines: (1) Imported material with break down item wise along-with import duties. (2) Variable business overheads like taxes and duties imposed by the federal/provincial government as applicable:(i) General Sales Tax (ii) Income Tax (iii) Custom Duty. PCT code along with photocopy of the related page is to be attached where applicable. (iv) Any other tax/duty. (3) Fixed overhead charges like labour, electricity etc. (4) Agent commission/profit, if any. (5) Any other expenditure/cost/service/remuneration as asked for in the tender. Understood

Understood

agreed 16. Rejection of Stores/Services. The stores/services offered as a result of contractagreed concluded against this tender may be rejected as follows: a. 1st rejection on Govt. expense b. 2nd rejection on supplier expense c. 3rd rejection contract cancellation will be initiated.

17. Security Deposit/Bank Guarantee . To ensure timely and correct supplyUnderstood of storesUnderstood agreed not agreed the firm shall furnish an unconditional Bank Guarantee(BG) from a scheduled Bank for an amount upto 10 % of the contract value (excluding Taxes, duties/freight handling charges) on a Judicial Stamp Paper of the value of (Rs 100.00) as per prescribed format or in shape of CSD/Bank draft. The Bank Guarantee shall be endorsed in favour of CMA(DP) Rawalpindi who is the Accounts Officer specified in the contract. The CMA(DP) Rawalpindi have the like power of seeking encashment at site of the Bank Guarantee as if the same has been demanded by the purchaser himself. The Bank Guarantee shall be produced by the supplier within 30 days from the date of issue of the contract and remain valid for upto 60 days after completion of warranty period and remain in force till one year ahead of the delivery date given in the contract. If delivery period is extended, the supplier shall arrange the extension of Bank Guarantee within 30 days after the original delivery period to keep its validity always one year ahead of the extended delivery period. The BG form can be obtained from DP(N) on email address given at page 1. Understood agreed

Understood not agreed

agreed

not agreed

18. Integrity Pact. Procurements exceeding Rs 10 Million shall be subject to an integrity pact, between the procuring agency and the suppliers or contractors. The form is available at www.ppra.org.pk or can be requested at dpnrwp2007@gmail.com, or dpnavy@paknavy.gov.pk . Understood Understood 19. Correspondence. All correspondence will be addressed to the Purchaser. Correspondence with regard to payment or issue of delivery receipt may be addressed to CMA Rawalpindi & Consignee respectively with copy endorsed to the purchaser. Understood agreed

Understood not agreed

Understood agreed

Understood not agreed

20. Pre-shipment Inspection. PN may send a team of officers including DP(N) member for the inspection of major equipments and machinery items at OEM premises as per terms of contract.


21. Amendment to Contract. Contract may be amended/modified to include fresh clause (s) modify the existing clauses with the mutual agreement by the supplier and the purchaser; such modification shall form an integral part of the contract. Understood

Understood

agreed not agreed 22. Discrepancy. The consignee will render a discrepancy report to all concerned within 60 days after receipt of stores for discrepancies found in the consignment. The quantities found short are to be made good by the supplier, free of cost.

23.

Price Variation. a.

Prices offered against this tender are to be firm and final. Understood agreed

Understood not agreed

b. Where the prices of the contracted stores/raw material are controlled by the government or an agency competent to do so on government behalf then price increase/decrease will be allowed at actual on case to case basis on production of government notification by the Supplier for the subject stores where the firms are contractually obliged and bound to produce the stores from raw materials supplied by government/State controlled departments in consultation with Military Finance. c. Except for calculation or typographical errors, the rates of the contracts not having a price variation clause PVC clause will not be increased subsequently. But when such an increase is considered desirable in the interest of expeditious supply of stores and is necessitated by the circumstances beyond the control of the Supplier, the case may be decided accordingly. 24. Price Reduction (PR). In case the stores on inspection are found to be Understood below theUnderstood agreed stipulated specification and these are proposed to be accepted by the inspector undernot agreed deviation subject to be certain price reduction, the relevant Inspection Note may be released and stores dispatched to the consignee with the following endorsement on the Inspection Note: “Accepted under deviation with certain price reduction, as recommended on deviation form, which is subject to final approval/decision by the Purchaser� The supplier will not submit the bills unless price reduction aspect is finally decided upon by the purchaser and formal amendment to this effect is issued in the contract. Understood 25. Buy back. The seller will buy back the spares/items supplied as a part of this tenderUnderstood agreed not agreed at the selling price, which are no longer required as indicated by the buyer with in five years from the final acceptance of the spares/items.

26. Force Majeure. The supplier will not be held responsible for any delay Understood occurring Understood in supply of equipment due to event of Force Majeure such as acts of God, War, Civil agreed commotion, not agreed Strike, Lockouts, Act of Foreign Government and its agencies and disturbance directly affecting the supplier over which events or circumstances the supplier has no control. In such an event the supplier shall inform the purchaser within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances/happening in writing. Nonavailability of raw material for the manufacture of stores, or of export permit for the contracted stores from the country of its origin, shall not constitute Force Majeure.


Understood agreed

Understood not agreed

27. Arbitration. All matters of dispute or difference regarding rejection of stores by the inspector or cancellation of the contract by the Purchaser, arising out of the contract finalized between the parties thereto, the settlement of which is not otherwise specially provided for in the contract, shall be referred to arbitration as under: a.

Foreign Currency (FOB/CIF/C&F/FSA etc) Contracts (1). The dispute shall be referred for adjudication to two arbitrators one to be nominated by each party. Who before entering upon the reference shall appoint an umpire by mutual agreement and if they do not agree a judge of the Superior Court will be requested to appoint the umpire. The arbitration proceedings shall be held in Pakistan and under Pakistan Law. (2). The venue of arbitration shall be the place from which the contact is issued or such other places as the Purchaser at his discretion may determine. (3). Arbitration award so given will be firm and final.

b. Indigenous (FOR etc) Contracts. The settlement of dispute, is not otherwise specially provided for in the contract, through arbitration clause in the contract shall be referred to the decision of Secretary, Ministry of Defence (DP Division). His decision shall be final and binding on both the parties. Work under the contract shall if reasonably possible continue, under the proceedings before the said Secretary and no payments payable by the Director shall be withheld on the account of such proceeding unless they are subject of the dispute. 28. Court of Jurisdiction. In case of any dispute only court of jurisdiction at Rawalpindi Understood shall Understood agreed not agreed have jurisdiction to decide the matter. Understood

Understood

29. Liquidated Damages(LD). Liquidated Damages upto 2% per month are agreedliable to not agreed be imposed on the suppliers by the purchaser in accordance with DP-35, if the stores supplied after the expiry of the delivery date without any valid reasons. Total value of LD shall not exceed 10% of the contract value. Understood

Understood

agreed 30. Risk Purchase. In the event of failure on the part of supplier to comply with thenot agreed contractual obligations the contract will be cancelled at the Risk and Expense of the supplier in accordance with DP-35. Understood

Understood

agreed termsnot agreed 31. Penalty. In case of wrong supply of the item or any breach of the contractual & conditions by the supplier, a penalty may be imposed by DP(Navy).

32 Compensation Breach of Contract. If the contractor fails to supply the contracted stores or contract is cancelled either on RE or without RE or contract become Understood Understood ineffective due to default of supplier / seller or stores / equipment declared defective and agreed not agreed caused loss to the Government, contractor shall be liable to pay to the Government compensation for loss or inconvenience resulting for his default or from the rescission of his contract when such default or rescission take place such compensation will be in excess to the RE amount, if imposed by the competent authority. Compensation amount in terms of money will be decided by the purchase officer and will be deposited by contractor / seller in Government treasury in the currency of contract.


33. Gratuities/Commission/Gifts. No commission, rebate, bonus, fee or compensation Understood Understood agreed salesnot agreed in any form shall be paid to any local or foreign agent, consultant representative, promoter or any intermediary by the Manufacturer/Supplier except the agent commission payable as per the agent commission policy of the government and as amended from time to time and given in the contract. Any breach of such clause(s) of the contract by Manufacturer/Supplier and/or their sole nominated representative may result in cancellation of the contract blacklisting of the Manufacturer/Supplier financial penalties and all or any other punitive measure which the purchaser may consider appropriate. 34.

Termination of Contract. a. If at any time during the currency of the contract the PurchaserUnderstood decides Understood to terminate the contract for any reason whatsoever (other than for reasons agreed of Nonnot agreed Delivery) he shall have right to do so by giving the Supplier a registered notice to that effect. In that event the Purchaser will accept delivery at the contract price and terms of such stores/goods/services which are in the actual process of manufacture that is completed and ready for delivery within thirty days after receipt by the Supplier of such notice. b. In the case of remainder of the undelivered stores/goods/services the Purchaser may elect either: (1). To have any part thereof completed and take the delivery thereof at the contract price or. (2). To cancel the remaining quantity and pay to the Supplier for the articles or sub-components or raw materials purchased by the Supplier and are in the actual process of manufacture at the price to be determined by the Purchaser. In such a case materials in the process of manufacture shall be delivered by the Supplier to the Purchaser. (3). No payment shall however be made for any materials not yet in the actual process of manufacture on the date notice of cancellation is received. c. Should the Supplier fail to deliver goods/services in time as per quality terms of contract or fail to render Bank Guarantee within the stipulated time period or any breach of the contract the Purchaser reserves the right to terminate/cancel the contract fully or any part thereof at the risk and expense (RE) of the Supplier.

Understood Understood 35. Rights Reserved. Directorate of Procurement (Navy), Rawalpindi reserves full rights agreed not agreed to accept or reject any or all offers including the lowest, by giving the reasons in writing to the participants.

36. Application of Official Secrets Act, 1923. All the matters connectedUnderstood with this Understood not agreed enquiry and subsequent actions arising there from come within the scope of agreed the Official Secrets Act, 1923. You are, therefore, requested to ensure complete secrecy regarding documents and stores concerned with the enquiry and to limit the number of your employees having access to this information. Understood agreed

Understood not agreed


37. Acknowledgment. Firms will send acknowledgement slips within 07 days from the date of downloading of IT from the PPRA Website i.e. www.ppra.org.pk 38.

Disqualification. Offers are liable to be rejected if:-

Understood agreed

a.

Received later than appointed/fixed date and time.

b.

Offers are found conditional or incomplete in any respect.

Understood not agreed

c. There is any deviation from the General /Special/Technical Instructions contained in this tender. d. Forms DP-1, DP-2,and DP-3 duly signed and stamped as stipulated, are NOT received with the offers. e. Taxes and duties, freight/transportation and insurance charges NOT indicated separately as per required price breakdown mentioned at Para 17. f.

Treasury challan is NOT attached with the offer.

g.

Multiple rates are quoted against one item.

h. Manufacturer’s relevant brochures and technical details on major equipment assemblies are not attached in support of specifications. j.

Subject to restriction of export license.

k. Offers (commercial/technical) amendments/corrections/overwriting. m.

containing

non-initialed/

unauthenticated

If the validity of the agency agreement is expired.

n. The commercial offer against FOB/CIF/C&F tender is quoted in local currency and vice versa. p. Principals invoice in duplicate clearly indicating whether prices quoted are inclusive or exclusive of the agent commission is not enclosed. q. Earnest money is not provided with the technical offer (or as specified). r. If validity of offer is not quoted as required in IT or made subject to confirmation later. s.

Offer made through Fax/E-mail/Cable/Telex.

t. If offer is found to be based on cartel action in connivance with other sources/ participants of the tender. u.

If OEM and principal name and complete address is not mentioned.


Understood

Understood

Understood

Understood

39. Appeals by Supplier/Firm. Any aggrieved Supplier/Firm against the decision of DP(N)not agreed agreed or CINS or any other problematic area towards the execution of the contract may prefer an Appeal to Standing Appeal Committee(SAC) comprising PN Officers at Naval Headquarters, Islamabad. The detail and timeline for preferring appeals is given below:

S.No 1. 2. 3. 4. 5.

Category of Appeal Appeals for liquidated damages Appeals for reinstatement of contracts Appeals for risk & expense amount Appeals for rejection of stores Appeals in all other Cases

Limitation Period Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision Within 30 days of decision

agreed shallnot agreed 40. Limitation. Any appeal received after the laps of timelines given in para 39 above not be entertained.

41.

The above terms and conditions are confirmed in total for acceptance.

Sincerely yours, _____________________________ (To be Signed by Officer Concerned) Rank:__________________________

NAME:_________________________ NOTE: 1. FORM DP-1, DP-2, DP-3 and Questionnaires. Form DP-1, DP-2, DP-3 and Questionnaires d in are to be returned with the offer duly signed by the authorized signatory/person. It is pertinent to that all these are mandatory requirement for participation in the tender. 2. Copy of DP-35 Revised 2002: Copies of DP-35 revised 2002 are available with Registration DGDP and the same be obtained by the Supplier on payment at the rate of Rs 250/- each.

(Signatures of T …………………… (Capacity in which


DP2 INVITATION TO TENDER FORM 1. Schedule to Tender No CICP/M/IND-229102/R-1210/320343 dated______. This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 11-12-2012. Please drop tender in the Tender Box No 104. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer may be rejected. 3. You are requested to please attach DP-1 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk DETAIL OF STORES S NO QTY/ UNIT UNIT TOTAL PRICE PRICE PARENT EQUIPENT PERKINS D/G ALL ITEMS PERTAIN TO SPARES OF 33 ITEMS AS PER MOH/TOH OF 113 KVA PERKINS DG LIST ATTACHED MODEL NO: YD35028 MAKE: PERKINS OEM ADDRESS: M/S PERKINS ENGINES CO LTD FRANK PERKINS WAY EASTFIELD, PETERBOROUGH CAMBS UNITED KINGDOM PE1 5NA POB:19 TEL:01733 582386 M/S PERKINS ENGINES CO LTD Above mentioned price includes 16% sale Tax (Please tick Yes or No) Yes

No

Grand Total Earnest Money 1. Registered/Indexed with DGDP: 02% of quoted value only. 2. Registered with DGDP But Un-Indexed: 03% of quoted value only. 3. Un-Registered with DGDP: 05% of quoted value only. Terms & Conditions


1.

Special Instructions.

Attached CINS Special Instructions.

2.

Terms of Payment.

100% After issuance of CRV.

3.

Origin of Stores.

UK.

4.

Origin of OEM.

UK.

5.

Technical Scrutiny Report.

6.

Delivery Period. 4-6 Months or earlier.

7.

Currency.

8.

Basis for acceptance.

9.

Bid validity.

10.

Tendering procedure Two Stage- Two Envelope bidding procedure will be followed. PPRA Rule 36(6).

Required.

Pak Rupees. FOR

At least 90 Days, extendable to 120 Days.

11. Earnest Money/Tender/Bid Bond: Earnest Money as per the applicable rate shall be submitted alongwith the technical offer. Technical offers received without Earnest Money shall be rejected. Therefore, your tender must be accompanied by a Bank Draft in favour of CMA (DP), Rawalpindi for the following amount (as applicable): a.

Registered/Indexed Firms: 2% of the quoted value subject to maximum ceiling of Rs 0.200 Million.

b.

Registered but Un-indexed Firms: 3% of the quoted value subject to maximum ceiling of Rs 0.50 Million.

c. d.

Note: 12.

Un-registered/Un-indexed Firms: 5 % of the quoted value subject to maximum ceiling of Rs 1.00 Million. Please delete above mentioned condition not relevant to the firm.

Return of Earnest Money. a. The offers alongwith Earnest Money of the firms not qualified during technical scrutiny shall be returned within 03 days of receipt of TSR. b. Earnest Money of the unsuccessful bidders other than the first three lowest quotes shall be returned instantly on the next day of commercial opening. c. Earnest Money of the second & third lowest quotees will be returned on signing of the contract with the first lowest quotee (Para 32 (b) of DP-35 refers). d. Earnest Money of the first lowest firm will be returned after the finalization of the contract, after provision of Bank Guarantee by the firm. (Para 32 (c) of DP-35 refers).


13.

Special Note. a. All Participating firms must submit technical offers in duplicate (one for TSR committee and one for DP (Navy) record). b. Unregistered (Not registered with Directorate General Defense Purchase) firms must provide the documentary evidence of their financial capability to undertake the project. c. Unregistered firms are to submit a certificate along with their Technical offer stating that the firm is not black listed by any government organization and not under disciplinary trial or embargo. d. In case of Pakistani firms, sales tax, NTN and income tax registration certificates are to be attached with the technical and commercial offers both. These certificates are mandatory with the BID, otherwise offer shall be REJECTED. e.

Company registration certificates are to be attached with offer.

f. Requisite amount of earnest money (in shape of Bank Draft in the favour of CMA (DP)) is to be attached in separate envelope in sealed condition with the Technical offer. Photocopy of the same shall also be attached with DP-2 as a testimony. Cheques/crossed cheques shall not be accepted. g.

Duly completed Form DP-1 and DP-3 are to be attached with Technical Offer.

h. DP-2 Form shall also be submitted with Technical Offer without mentioning of prices. Note: In case of failure to comply with the above instructions, Terms and Conditions, offer shall be liable for rejection.


SPECIAL INSTRUCTIONS – INDENT NO 229102. CATEGORY- B SOURCE OF SUPPLY 1. Genuine OEM certified brand new stores will only be acceptable. Stores not procured directly from OEM or his authorized dealer/agent/stockiest will not be acceptable. 2. Supplying Firm in his “Offer/Quotation” is to clearly state whether stores will be supplied directly from relevant OEM or OEM’s authorized dealer/agent/stockiest. 3. In case the stores are being sourced through OEM’s Authorized Dealer/Agent/Stockiest, a documentary proof to this effect comprising OEM’s Dealership Certificate in respect of Dealer/Agent/Stockiest is to be provided by the Supplying Firm with following endorsements. a. b. c.

Certificate reference number with date. Name of the authorized dealer/agent/stockiest. Last date/duration/period for validity of dealership.

4. Supplying Firm in his “Offer/Quotation” is to provide, OEM’s contact (address, e-mail address, phone, fax and website etc). ORIGIN OF SUPPLY 5. Supply of Firm in his “Offer/Quotation” is to specifically mention a country of origin for the stores which will be subsequently endorsed in the “Contract” UPDATES & CURRENT INFORMATION 6. Supplying Firm in his “Offer/Quotation” is to provide latest updates and current information about technical specifications/data. If pattern number, part number or quality standards of a particular item has been superseded by a new one after conclusion of the contract, the Supplying Firm will be required to produce a documentary proof to this effect originating from the relevant OEM. If replaced part affects fittings and functioning of other associated parts as well, than details of those parts are also to be provided. DOCUMENTATION REQUIRED 7

Supplying Firm is to provide following documentation at the time of inspection: a. Firm’s Warranty/Guarantee on form “DPL-15”. b. OEM’s “Certificate of Conformity” indicating following and in accordance with NHQ letter CM/465/RRC/212 dated 19-05-2009: (1). Pattern/Part Numbers of stores. (2). Description of stores along with quantity. (3). List of Serial Numbers of Batch Numbers or Lot Numbers as embossed/engraved on the stores. (4). Date/Period of manufacture. (5). Conformance to standards/specifications quoted in the I.T. c. OEM Test Certificate. d. Import documents comprising “Lading/Airway Bill” or “Shipping Bill” and “Bill of Entry” duly endorsed with the name of Supplying Firm.


e. In case like ‘Minimum Order Quantity’ where Supplying Firm itself has not imported the stores rather obtained from another firm/company/party that has actually imported the stores, the Supplying Firm will still remain responsible for providing above mentioned documents and genuineness of stores. 8. OEM’s “Certificate of Conformity” originating from “Principal” who is neither the OEM nor the OEM’s authorized dealer/agent/stockist will not be acceptable. INSPECTION 9. Inspection Authority will be CINS. 10.

Joint Inspection will be carried out by INS, Consignee & Specialist User.


S. NO 1. 2.

PART NO

LIST OF 33 ITEMS FOR CUMMINS PATT NO DESCRIPTION

QTY

U5LT0179 U5LB0153

5330-01-422-3876 5330-01-446-8058

04 03

3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

32418122 31134164 2418F475 U5MB0010 4181A026 3324E002 3314A121 3142L072 3142A051 3343F041

5340-01-425-3069 3120-79-507-1094 5330-70-504-8931 3120-99-822-9395 2815-14-509-1382 2815-99-635-5962 2815-99-476-5117 2815-79-509-0228 2990-79-504-9094 2815-71-509-7796

13.

33415118

5340-99-201-9646

14. 15.

33817117 31745122

2815-99-817-0833 5360-79-509-9781

16.

31744133

5360-99-742-7762

17. 18. 19. 20. 21. 22.

33424107 33173108 2418F436 2654403 2485613 U7LW0151

5340-99-742-7766 2815-70-504-8929 5330-99-777-2343 4330-99-208-2293 6685-99-723-3498 2930-71-509-7798

23. 24.

26740136 ULPR0013

2805-79-509-8076 2910-99-757-2243

25. 26.

2656F808 2656F815

2910-99-567-0908 2910-01-495-8542

27. 28. 29. 30. 31. 32. 33.

2656F810 ULPK0002 U5LF0019 U5MW0160 4132F057 2674A071 31137312

2940-14-522-5966 2910-01-447-2928 2815-79-509-0227 2930-14-522-6069 2815-99-812-4352 2835-79-509-0231 3120-99-203-3275

TOP JOINT GASKIT BOTTOM JOINT SET PLUG CAM SHAFT BUSH REAL OIL SEAL BEARKING KIT PISTON RING KIT INSERT INLET INSERT EXHAUST INLET VALVE EXHAUST VALVE GUIDE INLET VALVE VALVE SPRING WASHER VALVE STEM SEAL VALVE SPRING INLET VALVE SPRING EXHAUST VALVE CAP CATCHER FRONT OIL SEAL OIL FILTER THERMOSTAT WATER PUMP REPAIR KIT TURBO REPAIR KIT REPAIR KIT LIFT PUMP FUEL FILTER FUEL FILTER ASSEMBLY FUEL FILTER LIFT PUMP JOINT PISTON KIT WATER PUMP OIL PUMP TURBO CHARGER THRUST BEARING 0.007

12 07 03 03 08 14 14 14 14 14 14 14 26 30 26 50 04 20 04 04 04 04 15 10 10 06 08 02 03 02 05


DP-3 Tender No……………

Name of the Firm……………… DGDP Registration No……….. Address………………………… Date…………………………….. Telephone No. ………………… Official E-Mail………………….. Fax No …………………….…… Mobile No of contact person…..

To: THE DIRECTOR OF PROCUREMENT (Section P-3..) Ministry of Defence Production Sectt. No. II, Adamjee Road RAWALPINDI Tel: 051-9271468-78 Dear Sir

1. I/We hereby offer to supply to the Director of Procurement (Navy) the stores detailed in schedu tender inquiry or such portion thereof as you may specify in the acceptance of tender at the prices against the said schedule and further agree that this offer will remain valid up to 120 days and wi withdrawn or altered in terms of rates quoted and the conditions already stated therein or on before t I/we shall be bound by a communication of acceptance to be dispatched within the prescribed time.

2. I/We have understood the Instructions to Tenders and General Conditions Governing Contract in F DP-35 (Revised 2002) included in the pamphlet entitled, Government of Pakistan, Ministry of (Directorate General Defence Purchase) “General Conditions Governing Contracts” and have tho examined the specifications/drawings and/ or patterns quoted in the schedule hereto and am/are ful of the nature of the stores required and my/our offer is to supply stores strictly in accordance requirements. 3. The following pages have been added to and form part of this tender: a. ………………………………………. b. ………………………………………. c. ……………………………………….. Yours faithfully, ………………………………… (Signature of Tenderer) ……………………………………. (Capacity in which signing) Address:……………………………….. Date………………………………. Signature of Witness…………… ADDRESS…………………………………..

*Individual signing tender and/or other documents connected with a contract must specify:-


(a) (b) (c) (d)

Whether signing as “Sole Proprietor” of the firm or his attorney. Whether signing as a “Registered Active Partner” of the firm or his attorney. Whether signing for the firm “per procuration”. In the case of companies and firms registered under the Act, 1913 as amended up-to-d under the Partnership Act 1932, the capacity in which signing e.g., the Director, Secretary, M Partner, etc. or their attorney and produce copy of document empowering him so to sign, upon to do so.

(e) (f) (g)

Principal’s proforma invoice (in original) Earnest money Treasury Challan Form for tender Fees as applicable


NECESSARY DATA FOR ISSUANCE OF CONTRACTS ON EARNEST MONEY IMPORTANT Each column must be filled in with BLOCK CAPITAL LETTERS, incompletion shall render disqualification.

1.

Name : _____________________________________

2.

Father’s Name : ______________________________

3.

Address (Residential) : _____________________________________________________ _______________________________________________________________________ _______________________________________________________________________

4.

Designation in Firm : _______________________________________________________

5.

CNIC : _____________________________________ (Attach Copy of CNIC) NTN : ______________________________________ (Attach Copy of NTN) Firm’s Address : __________________________________________________________

6. 7.

________________________________________________________________________ ________________________________________________________________________ 8. Date of Establishment of Firm : ________________________________________________ 9. Firm’s Registration Certificate with FBR/Chamber of Commerce/Registrar of Companies. (Attach Copy of relevant CERTIFICATE) 10. In case PARTNERSHIP (Attach particulars at serial 1,2,3,4,5 and 6 of each partner).

(Kindly fill in the above form and forward it under your own letter head with contact details)






INVITATION FOR BIDS


04 MW Thak ChilasHPP Chilas

Bidding Documents

NOTICE FOR INTERNATIONAL COMPETITIVE BIDDING FOR ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) OF 04 MW THAK CHILAS HYDROPOWER PROJECT, CHILAS Date

:

<November 18,2012>

Loan No. and Title

:

To be financed from proposed Tranche III under Renewable Energy Development Sector Investment Program.

Contract No. and Title :

ICB-GB-002

Engineering, Procurement and Construction of 04MW HPP Thack Chilas. Deadline for Bid Submission 1.

:

January 29, 2013

The Islamic Republic of Pakistan has applied for a loan from Asian Development Bank towards the cost of Renewable Energy Development Sector Investment Program (REDSIP) – Tranche 3.A part of this loan will be used for payments under the contract named above. Bidding is open to the qualified bidders from eligible source countries of the ADB.

2.

Water and Power Department – Government of Gilgit-Baltistan, Pakistan, (The Employer) invites sealed bids from eligible bidders for the Engineering, Procurement and Construction of 04MW Thak Chilas HPP Chilas (including detailed design, supply, construction, erection, installation, testing and commissioning of the “Facilities”). The construction period for Thak Chilas HPP is 1320calendar days. The Project is located at Chilas Gilgit-Baltistan, Pakistan. The works mainly comprise of the following:

a.

Civil Structures •

Access

road

and

bridge,

weir,

lateral

intake

including

course

trashrack,

gates/stoplogs, connecting channel, gravel trap including gates/stoplogs, sand trap including gates/stoplogs, flushing pipes forebay and spill channel, intake gate, flushing gate, steel penstock including expansion joints, bends, aqueduct, penstock manifold, pedestals & anchor blocks for penstock, surface powerhouse, tailrace including connection with headrace of existing Thak Powerhouse, allied structures and protective works, grid station, switchyard, transmission lines, contractor camps and, office. b.

Mechanical Equipment •

Three (3) horizontal shaft Pelton turbines with two or three jets, auxiliary equipment, digital governors (PID type), spherical inlet valves, dewatering, drainage, cooling water, lubrication, HVAC systems,emergency diesel generator set, overhead crane and any other equipment/system necessary for operation of the plant.

Volume – I

1

Invitation for Bids


04 MW Thak ChilasHPP Chilas

c.

Bidding Documents

Electrical Equipment •

Three(3) horizontal

shaft synchronous generators, excitation equipment, control

panels, switchgear panels ,transformers (Step-up/Station auxiliary),33kV outdoor switchyard equipment, SCADA system, AC and DC distribution system, control, alarm, protection, telecommunication, metering, cabling, earthing systems, indoor and outdoor lighting, 18km 33 kV double circuit transmission line from Powerhouse to 33kV Grid Station, 33kV out door Grid station, and any other equipment/system necessary for operation of the plant. International Competitive Bidding (ICB) shall be conducted in accordance with ADB’s “SingleStage; Two- Envelope Bidding Procedure”. The Bidder, either as a single entity or joint venture, shall meet all the qualification criteria set forth. A pass- fail post qualification criteria has been detailed in Bidding Documents and consist of the following basic parameters. •

Nationality:

The bidders shall have nationality of ADB eligible countries.

Conflict of Interest:

No conflict of interest in accordance with ADB policy.

ADB Eligibility:

Not having been declared ineligible by ADB.

Govt.owned Entity:

Entities of Borrower country with financial autonomy, operating under the principal of commercial law and not dependent of the Employer.

UN-Eligibility:

Not having been excluded by an act of compliance with UN Security Council.

Pending litigation:

No pending litigation more than 50% of the bidder’s net worth.

Financial Situation: a.

Historical Financial Performance:

3 years

b.

Average annual turnover:

US$ 6.04 Million

c.

Cash Flow requirement:

US$ 0.755 Million

Experience: a.

General Experience:

b.

Specific Experience:

7 Years Completed

withinthelast(five)

5years

atleastone

EPC Hydropower Projectofat least04MWor higher capacity.The Projectmust havebeenin satisfactory operation for at least 3 years. •

Personnel:

Must demonstrate personnel for the key position relevant to the Project.

Equipment:

Must demonstrate list of key construction equipment relevant to the Project.

3.

To obtain further information and inspect the bidding documents, bidders should contact:

Volume – I

2

Invitation for Bids







GENERAL HEADQUARTERS DIRECTORATE GENERAL PROCUREMENT (ARMY) Fauji Towers 68 Tipu Road, Rawalpindi TENDER NOTICE 1. Sealed tenders are invited from reputed firms possessing NTN certificates for supply of under mentioned items. Procurement will be carried out in the light of PPRA rules. Firms should avoid quoting exorbitant rates: Ser Tender No Items A/U Qty Delivery Last Date Date & Time of Tender Period of Submission Opening collection of IT 14 Dec 2012 18 Dec 18 Dec 2012 Nos 30 12 Months X-2/PXB/0289/ A a. 2012 at at 1000 Hrs after 12-0820-02 Gen Set Diesel 0930 Hrs signing of Engine 12.5 KVA, (FOR) the with AMF Panel, contract Continuous, (with Weather Canopy) Tlr Mtd, 3 Phase, 4 Wire, 220V,400V,50HZ, 0.8PF, 1500 RPM 2. Tender documents and specifications can be obtained from DGP (Army) on production of following: a. Photocopy of Registration Certificate issued by Directorate General Defense Purchase (DGDP). b. Attested copy of Registration certificate issued by Sales Tax Department, copy of NTN certificate. c. Proof of Godwon. d.

Undertaking for adequate financial capability to the value of tender.

e.

Attested Bank Statement for last one year.

f.

Attested copy of CNIC of MD.

g.

Certificate that firm is neither defaulter nor blacklisted by any Govt Org directly or indirectly.

h.

Detail of works experience with Govt / Semi Govt Org.

i.

Detail of property / assets moveable / immoveable.

j.

Original Challan Form No. 32-A for Rs.200/- duly deposited into Government Treasury in favour of CMA (DP) Rawalpindi debit able to (Major Head C02501-20, Main Head12,Sub Head - A, Miscellaneous (Code Head 1/845/30) .

3.

Firms will provide Bid Security alongwith their offer as per following criteria: -

4.

a. Registration and Indexed Firms 2% (Upper limit Rs. 0.2 Million) b. Registered but Un Indexed 5% (Upper limit Rs. 0.5 Million) c. Un-Registered 5% (Upper limit Rs. 1.0 Million) Validity of Offer. 120 days from date of opening of commercial offer.

5. 6. 7.

Performance Bank Guarantee. 10% of the contract value within 30 days of signing of contract. Detailed terms and conditions are mentioned in the tender documents. Tender will be opened in the tender room of DGP (Army) in the presence of firm’s representative. For Further Details Contact Phone: 051-9280679, Fax No. 051-9280909 www. ppra. org. pk
















STATE BANK OF PAKISTAN SBP BSC (Bank), GUJRANWALA TENDER NOTICE ANNUAL CONTRACT FOR ROUND THE CLOCK OPERATION/MAINTENANCE & SERVICING OF DIESEL GENERATOR SETS/IT INSTALLATIONS AT STATE BANK OF PAKISTAN, SBP BSC (BANK), GUJRANWALA. Sealed bids are invited in envelops marked as “Quotation for maintenance of DG Sets & IT Installations” from the interested registered Suppliers / Contractors / Firms for round the clock operation/ maintenance & servicing of DG Sets & IT Installations of Bank’s Server Room through suitable, efficient and physically / medically fit persons having sufficient experience and required skill for the specified job as per BOQ/Terms & conditions obtainable from SBP BSC (Bank), Gujranwala on any working day during business hours. 2.

Attested copies of CNIC and valid Registration together with profile of experience for

institutional purpose will have to be furnished along with the bid. The bids along with earnest money i.e. 2% of annual quoted charges (refundable) in the shape of Bank Draft / Payment Order in favor of the Bank must reach at SBP BSC (Bank), Gujranwala on or before 17th December, 2012 by 11:00 AM. The bids will be opened on the same day at 11:30 AM in the presence of bidders or their representatives who desire to be present. The rates should be valid for the period of 60 days. The successful bidder will have to deposit 10% of the annual quoted amount as Security Deposit before execution of an agreement for one year with the Bank on its standard form. Payment of their monthly bill will be made against Certificate of Satisfaction by the committee constituted for the purpose. Govt. taxes will be deducted from the bill. 3.

Government wage rules should be kept in mind while sending the bid. The Bank can

reject all or any of the bids prior to its acceptance and the grounds for rejection will be communicated as per PPRA Rules. Evaluation results report giving justification for acceptance or rejection of bids will be announced prior to award of the contract.

Sd/Phone: 055-9200310 Fax: 055-9200309

(AAMIR NAZIR BHATTI) CHIEF MANAGER 22nd November, 2012














Benefits of Maven Tenders A subscription to Maven will ensure your organization has access to the latest tenders being called by all levels of Government along with the private and public sectors. As the smartest provider of tender opportunities in the Pakistan market, Maven lead the way in ensuring all relevant tenders for your business are captured and distributed to you in a timely manner. Our capture rates (finding what tenders are available in the market) are considered the best available. What are you currently missing out on?

There are many good reasons to subscribe to a tender notification service. Think of your subscription as an investment, an investment that will more than pay for itself when you win new business called through the tender process. Even if you already have a tender notification provider, having two subscriptions will ensure nothing slips through the net. If you buy your local newspaper and check the tenders advertised column yourself, and this suffices for your business, then you probably don't need our services. However if you are serious about winning new business through the complete capture of all relevant tenders for your business, then a subscription to Maven will deliver.


The following pages outline the main benefits of using our service. Complete Coverage: Maven is your single source. 95% of all publicly advertised tenders in Pakistan pass through our system. We are the only tender notification company that provides customized service. Our research team are highly experienced in hunting down the latest tenders, and our daily media search extends to printed media such as newspapers, trade journals and industry magazines. We also search known industry websites for new tenders being published including all levels of government, councils, and corporate procurers. Rest assured, we know all the sources of tenders and they know us! Benefit to you Your organization receives the widest possible coverage. When you subscribe to Maven you can be assured that all tenders are being captured that are relevant to your business, and that nothing is being missed. You need confidence in this area. Relevancy: We realise the importance of ensuring you only receive tenders that are relevant to your business and industry. Time is precious


and we also understand that you are very busy in your day-to-day work. That is why we have developed an industry matching system that ensures accuracy and relevancy to your specific needs. With many industry categories available, you pick and choose which categories you require tenders from. We also provide keyword profile matching for the most highly targeted matches. Benefit to you You spend less time searching and filtering for tenders in the market and more time running your business. Only receive tenders that are of direct interest to you, and only tenders you are capable of responding to. We keep it quick and simple! Timeliness: We guarantee to have a minimum of 95% of all publicly available tenders to you within 24 business hours of publication. If a tender is published in a newspaper or website today, and it matches your profile, we will send that to you within one business day usually Benefit to you You receive notification in a timely and efficient manner. The earlier the notification to you the more time you have to prepare and respond. With tight closing times becoming the norm, you need to receive notification of tenders at the earliest point possible!


Many of our clients claim that this benefit alone saves them the equivalent of our annual subscription costs! Users: You can have up to five users under your subscription. So if you have a branch network or multiple offices, five people within your business can receive or access tenders we publish. This is useful when each of your branches require tenders for their own region, or where your business has different operating divisions. Benefit to you A subscription can be set-up with 5 users in your organization. Each user can have access to Maven and can receive tenders via email. This means tenders being captured can easily be distributed to your staff or colleagues based on their location or the division they work in.


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.