UPS TENDERS OCT 2012
www.mavenpk.com
Invitation for Bids Date: 14th October, 2012 Credit No: CR. 5042-PK IFB No: WT2-Goods/2012 1. Benazir Income Support Programme has received a credit from the International Development Association towards the cost of Waseela-e-Taleem Project. It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for Purchase of Equipment for 13 BISP Tehsil Offices. 2. Benazir Income Support Programme now invites sealed bids from eligible bidders for the supply of following equipment and related services:S. No 1 2 3 4 5 6
Item Desktop Computer Heavy Duty Printer Photocopier Scanner UPS Generator
Quantity 26 13 13 13 26 13
3. Interested eligible bidders may obtain further information from and inspect the bidding documents at the office of:Director Procurement Benazir Income Support Programme F-Block, Pak. Secretariat, Islamabad. Phone No. 051-9246302 Fax No. 051-9246417 Email: shamimq_69@yahoo.com 4. A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a nonrefundable fee of PKR: 500/- in the shape of call deposit/bank draft/pay order. Copy of tender notice is also available on the website of PPRA (www.ppra.org.pk) and BISP (www.bisp.gov.pk). 5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents: for Procurement of Goods, National Competitive Bidding. 6. Bids must be delivered to the above office on or before 1100 hours on 15th November, 2012 and must be accompanied by a security of PKR: 270,400/-. 7. Bids will be opened in the presence of bidders’ representatives who choose to attend at 1130 hours on 15th November, 2012 at the offices of Conference Room, 2nd Floor, F-Block, Pak. Secretariat, Islamabad. 8.
The bidders are requested to give their best and final prices as no negotiations are expected.
BIDDING DOCUMENT PUNJAB SKILLS DEVELOPMENT FUND PROCUREMENT OF IT EQUIPMENT AND UPS
www.psdf.org.pk
1|Page
INVITATION TO BID 1. Punjab Skills Development Fund (hereinafter referred to as “the Purchaser”) invites / requests proposals (hereinafter referred to as “the Tenders”) for supply of IT Equipment and UPS, for its office (hereinafter referred to as “the Goods”) and for installation, configuration, deployment, commissioning, testing, after-sale support, etc. of said goods (hereinafter referred to as “the Services”). 2. The bidding document carrying all details is available at PPRA http://ppra.punjab.gov.pk and PSDF website http://www.psdf.org.pk for download.
website
3. All bids/proposals must be accompanied by a call deposit receipt (CDR) of two percent (02%) for the value of all the equipment quoted which will be refunded once the bidding process has been completed and contract awarded to the successful tenderer. The bids along with the CDR must be delivered to CEO Punjab Skills Development Fund, within 15 Days after publication of this advertisement. The bids will be publicly opened in Punjab Skills Development Fund (Camp Office), 3rd Floor, Room No. 409, Planning & Development Department, Government of Punjab, Lower Mall Opposite Civil Secretariat, Lahore at 1400 hours on November 12, 2012. 4. Once submitted, alternative bids will not be acceptable. The attention of bidders is drawn to the provisions of Clause on “Determination of Responsiveness of Bid” regarding the rejection of Bids, which are not substantially responsive to the requirements of the Bidding Documents. 5.
The Purchaser will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.
6.
The Purchaser reserves the right to accept or reject one or all the tenders or part of tenders without assigning any reason thereof.
7. All prices must be quoted in Pak Rupees and should include any Taxes applicable, such as GST, Income Tax, etc. If not specifically mentioned in the Quotation, it will be presumed that the prices include all the taxes. Any subsequent change in tax regime would be adjusted accordingly. 8. Failure to comply with any terms and conditions in the tender document and contract given out to the successful tenderer could incur imposition of penalties as spelled out lately in the contract. 9. Supply of the said goods will be made to the locations, as specified by PSDF within 4 6 week from the date of purchase order. 10. The bidding firm must have efficient complaint management system i.e., (Help Desk, etc) 11. The Tenderer is expected to examine the Tender Document, including all instructions and terms and conditions.
2|Page
TERMS AND CONDITIONS OF THE TENDER 1. Definitions In this document, unless there is anything repugnant in the subject or context: i. "Authorized Representative" means any representative appointed, from time to time, by the Purchaser or the Contractor. ii. “Availability and Reliability� means the probability that a component shall be operationally ready to perform its function when called upon at any point in time. iii. "Commencement Date of the Contract" means the date of signing of the Contract between the Purchaser and the Contractor. iv. "Contract" comprises of purchase order and acceptance thereof by the tenderer and terms and conditions contained in the bidding document including any Schedules and Attachments thereto and all documents incorporated by reference therein. v. "Contractor" means the person whose Tender has been accepted by the Purchaser. vi. "Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations. vii. "Contract Value" means that portion of the Contract Price adjusted to give effect to such additions or deductions as are provided for in the Contract which is properly apportionable to the Goods or Services in question. viii. "Day" means calendar day. ix. "Defects Liability Period" means the warranty period following the taking over, during which the Contractor is responsible for making good, defects and damage in Goods and Services provided, under the Contract. x. "Force Majeure" means an event beyond the control of the Contractor and not involving the Contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Purchaser in its sovereign capacity, wars, revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. xi. "Goods" means equipment, machinery, and/or other materials which the Contractor is required to supply to the Purchaser under the Contract. xii. "Person" includes individual, association of persons, firm, company, corporation, institution and organization, etc., having legal capacity. xiii. "Prescribed" means prescribed in the Tender Document. xiv. "Purchaser" means the Punjab Skills Development Fund or any other person for the time being or from time to time duly appointed in writing by the Purchaser to act as Purchaser for the purposes of the Contract. xv. "Origin" shall be considered to be the place where the Goods are produced or from where the Services are provided. Goods are produced when, through manufacturing, processing or assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. The origin of Goods and Services is distinct from the nationality of the Contractor. xvi. "Services" means installation, configuration, deployment, commissioning, testing, training, support, after sale service, etc. of Goods and other such obligations which the Contractor is required to provide to the Purchaser under the Contract. xvii. “Taking-Over Certificate" means the certificate to be issued by the Purchaser to the Contractor.
3|Page
2. Headings and Titles: In this document, headings and titles shall not be construed to be part thereof or be taken into consideration in the interpretation of the document and words importing the singular only shall also include the plural and vice versa where the context so requires. 3. Notice In this document, unless otherwise specified, wherever provision is made for exchanging notice, certificate, order, consent, approval or instructions amongst the Contractor and the Purchaser, the same a) shall be in writing; b) issued within reasonable time; c) served by sending the same by courier or registered post to their principal office in Pakistan or such other address as they shall notify for the purpose; and d) The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed accordingly. 4. Tender Scope The Purchaser invites / requests Proposals for the supply of goods and services for its offices. 5. Tender Eligibility a) The company must have local presence and registered office in Pakistan. b) The company must be tax-payer having National Tax Number. c) The supplier must be manufacture of Goods / provider of Services or authorized dealer / agent of original manufacturer of Goods / provider of Services. d) The company must have experience of after sales support in the past. e) The company must be authorized agent/reseller and have imported the goods legally. f) The company must have the authorization letters from the manufacturers. g) Comprehensive 1 year support for Quoted Equipment. h) Immediate Response is required on site through a certified technician/professional. i) Optional operational & Maintenance charges for IT Equipment & Generator & Electrical Appliances, should be mentioned separately on basis for one year as applicable. j) Goods and Services can only be supplied / sources / routed from “origin” in “eligible” member countries. k) Eligible” is defined as any country or region that is restricted to do business in Pakistan by any law of Government of Pakistan. l) "Origin" shall be considered to be the place where the Goods are produced or from which the Services are provided. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. m) Discontinued models will not be eligible. 6. Joint ventures are not allowed. 7. The Contractor shall not assign or sub-contract its obligations under the Contract, in whole or in part. 8. Amendment of the Tender Document a) The Purchaser may, at any time prior to the deadline for submission of the Tender, at its own initiative or in response to a clarification requested by the prospective Tenderer(s), amend the Tender Document, on any account, for any reason. All amendment(s) shall 4|Page
be part of the Tender Document and binding on the prospective Tenderer(s). b) The Purchaser shall notify the amendment(s) in writing to the prospective Tenderers. c) The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the deadline for the submission of the Tender, in which case all rights and obligations of the Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to the deadline as extended. 9. Response Format a) The Tenderer is allowed to bid for one or all items. b) The Tender and all documents relating to the Tender, exchanged between the Tenderer and the Purchaser, shall be in English. Any printed literature furnished by the Tenderer in another language shall be accompanied by an English translation which shall govern for purposes of interpretation of the Tender. c) The Tender shall be accompanied by the, Charts, Drawings, Documents, Brochures, Literature, etc. which shall be signed by the Tenderer or his Authorized Representative. d) The Tender shall be in a single envelope containing both technical proposal and the financial proposal. 10. The Proposal shall comprise the following, with quoted price: a) A signed cover letter specifying the items for which bid has been submitted and name & designation of authorized person b) Affidavit (All terms & conditions and qualifications listed anywhere in the bidding have been satisfactorily vetted and accepted) c) Authorized Certificate / document from the principal / manufacturer. d) Evidence of eligibility of the Tenderer and the Goods e) Evidence of conformity of the Goods / the Services to the Tender Document f) Evidence that the quoted Goods are genuine, brand new, non- refurbished, un-altered in any way, compliant to required specifications, imported through proper channel g) Technical Brochures / Literature h) Details of Warranty and After-Sale Service i) Registration Certificate for Sales Tax j) Income Tax & Sales Tax Returns for the last three tax years k) Power of Attorney, if an authorized representative is appointed l) Price Schedule m) Tender Security n) The Tenderer shall seal the Original Proposal in an envelope duly marked as under: Original Tender for PSDF [Name of the Purchaser] [Address of the Purchaser] [Name of the Tenderer] [Address of the Tenderer] [Phone No. of the Tenderer] Strictly Confidential 11. The contract for all correspondence in relation to this bid is as follows: Mr Ali Akbar Bosan Email: info@psdf.org.pk Address: Punjab Skills Development Fund, 3rd Floor, Room No. 409, Planning & Development Department, Government of Punjab, Lower Mall Opposite Civil Secretariat, Lahore Bidders should note that all queries should be communicated in writing or email only. 5|Page
Bidders are also required to state, in their proposals, the name, title, fax number and email address of the bidder’s nominated person through whom all communications shall be directed until the process has been completed or terminated. 12. Bid Schedule Closing day for the submission of Bid is 15 days from the publication of advertisement 13. Clarification / Questions relating to the bid The Purchaser shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Tenderer(s). No change in the price or substance of the Tender shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such correction is sole discretion of the purchaser 14. Tender Price The quoted price shall be: a) best / final / fixed and valid until completion of the Contract i.e not subject to variation / escalation; b) on FOR basis including all charges up to the delivery points in Lahore c) in Pak Rupees; d) inclusive of all taxes, duties, levies, insurance, freight, etc. e) If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as per the above requirements. f) Where no prices are entered against any item(s), the price of that item shall be deemed to have been distributed among the prices of other items, and no separate payment shall be made for that item(s). g) Each cost should be identified separately as installation (one time) or monthly/quarterly/yearly (recurring) for any support of operation services thereof. h) The Tenderer shall bear all costs / expenses associated with the preparation and submission of the Tender(s) and the Purchaser shall in no case be responsible / liable for those costs / expenses. 15. Tender Security a) The Tenderer shall furnish the Tender Security in the form of Demand Draft or Pay Order, in the name of the Purchaser for a sum equivalent to 2% of the Total Tender Price; b) have a minimum validity period of ninety days from the last date for submission of the Tender or until furnishing of the Performance Security, whichever is later. c) The proceeds of the Tender Security shall be payable to the Purchaser, on the occurrence of any / all of the following conditions: i. If the Tenderer withdraws the Tender during the period of the Tender validity specified by the Tenderer on the Tender Form; or ii. If the Tenderer does not accept the corrections of his Total Tender Price; or iii. If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser during the period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance with the Tender Document. d) The Tender security shall be returned to the unsuccessful Tenderer upon award of the Contract. The Tender Security shall be returned to the successful Tenderer on furnishing the Performance Security.
6|Page
16. Tender Validity The Tender shall have a minimum validity period of ninety days from the last date for submission of the Tender. The Purchaser may solicit the Tenderer's consent to an extension of the validity period of the Tender. The request and the response thereto shall be made in writing. If the Tenderer agrees to extension of validity period of the Tender, the validity period of the Tender security shall also be suitably extended. The Tenderer may refuse extension of validity period of the Tender, without forfeiting the Tender security. 17. Modification / Withdrawal of the Tender a. No modification in tender shall be allowed after submission b. The Tender, withdrawn after the submission of the Tender shall result in forfeiture of the Tender Security. 18. Opening of the Tender a. Tender will be opened in the presence of bidding firms b. The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such other details as the Purchaser may, at its exclusive discretion, consider appropriate, shall be announced and recorded. 19. Determination of Responsiveness of the Tender The Purchaser shall determine the substantial responsiveness of the Tender to the Tender Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself without recourse to extrinsic evidence. A substantially responsive Tender is one which meets: a) the eligibility criteria for the Tenderer / the Goods / the Services; b) the Technical Specifications for the Goods / the Services; c) meets the delivery period / point for the Goods / the Services; d) meets the rate and limit of liquidated damages; and; e) offers fixed price quotations for the Goods / the Services; f) is accompanied by the required Tender Security; g) is otherwise complete and generally in order; h) conforms to all terms and conditions of the Tender Document, without material deviation or reservation. i) A material deviation or reservation is one which affects the scope, quality or performance of the Goods or limits the Purchaser's rights or the Tenderer's obligations under the Contract. j) The Tender determined as not substantially responsive shall not subsequently be made responsive by the Tenderer by correction or withdrawal of the material deviation or reservation. However, the Purchaser may waive off any minor non-conformity or inconsistency or informality or irregularity in the Tender. 20. Evaluation of the Tenders k) The bids of firms not meeting the technical specifications shall be rejected. The selected firms would be responsible for complete execution, installation, configuration, deployment, commissioning, testing of the equipment and would hand over it in satisfactory running state within stipulated time. l) The Tender Evaluation Committee shall evaluate the Tenders, previously determined to be substantially responsive, in steps. In the first step, Technical specifications shall be evaluated as per the technical evaluation criteria. In the second step, Financial Proposal of only such Tenders which meets the technical specifications shall be evaluated. 7|Page
m) The Tender shall be checked for any arithmetic errors which shall be rectified, as follows: i. If there is a discrepancy between the amount in figures and the amount in words for the Total Tender Price entered in the Tender Form, the amount which tallies with the Total Tender Price entered in the Price Schedule, shall govern. ii. If there is a discrepancy between the unit rate and the total price entered in the price Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit rate as quoted shall govern and the total price shall be corrected, unless there is an obvious and gross misplacement of the decimal point in the unit rate, in which case the total price as quoted shall govern and the unit rate shall be corrected. iii. If there is a discrepancy in the actual sum of the itemized total prices and the total tender price quoted in the Price Schedule, the actual sum of the itemized total prices shall govern. n) The Tender price as determined after arithmetic corrections shall be termed as the Corrected Total Tender Price which shall be binding upon the Tenderer. o) Adjustment shall be based on corrected Tender Prices. The price determined after making such adjustments shall be termed as Evaluated Total Tender Price. p) The cost of making good any deficiency resulting from any acceptable, quantifiable variations and deviations from the terms and conditions of the Contract / Technical Specifications, shall be added to the corrected Tender Price for comparison purposes only. No credit shall be given for offering delivery period earlier than the specified period. 21. Rejection / Acceptance of the Tender a. The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity of any or all item(s) without any change in unit prices or other terms and conditions, accept a Tender reject any or all tender(s), cancel / annul the Tendering process at any time prior to award of Contract, without assigning any reason or any obligation to inform the Tenderer of the grounds for the Purchaser's action, and without thereby incurring any liability to the Tenderer and the decision of the Purchaser shall be final. b. The Tender shall be rejected if it is: i. Substantially non-responsive; or ii. Does not enclose brochures/technical specifications iii. Incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or iv. Subjected to interlineations / cuttings / corrections / erasures / overwriting; or v. The Tenderer submits more than one Tenders for the same items; or vi. The Tenderer refuses to accept the corrected Total Tender Price; or vii. The Tenderer has conflict of interest with the Purchaser; or viii. The Tenderer tries to influence the Tender evaluation / Contract award; or ix. The Tenderer engages in corrupt or fraudulent practices in competing for the Contract award. 22. Purchase Order The Purchaser shall, send the Purchase Order to the successful Tenderer, prior to the expiry of the validity period of the Tender, which shall constitute part of the contract. 23. Performance Security The Performance Security shall be retained by the purchaser equivalent to 10% of the purchase order in Pak Rupees at the time of the delivery of goods. The proceeds of the Performance Security shall be payable to the Purchaser, if the product fails to perform as 8|Page
per the specifications or if the contractor fails to fulfill any of the obligations under the contract. 24. Contract Documents and Information The Contractor shall not, without the Purchaser's prior written consent, disclose any information except for purposes of performing the Contract or disclose the same to any person other than a person employed by the Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. The Contract and all documents relating to the Contract, exchanged between the Contractor and the Purchaser, shall be in English. 25. Standards The Goods supplied and the Services provided under this Contract shall conform to the authoritative latest industry standards and best practices 26. Patent Right The Contractor shall indemnify and hold the Purchaser harmless against all third party claims of infringement of patent, trademark or intellectual property rights arising from use of the Goods / the Service or any part thereof. 27. Execution Schedule The Contractor shall supply all goods within 1 weeks of the signing of the purchase order. 28. Packing The Contractor shall provide such packing of the Goods as is sufficient to prevent their damage or deterioration during storage / transit to their final destination as indicated in the Contract. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination and withstand, without limitation, rough handling, exposure to extreme temperatures, salt and precipitation at all points in storage / transit. The Contractor shall arrange and pay for the packing and transport of the Goods to the destination as specified in the Contract 29. Insurance The Contractor shall provide such insurance of the Goods as is sufficient to protect against their damage or deterioration during storage / transit to their final destination at his cost. The Contractor shall arrange and pay for the insurance of the Goods to the place of destination as specified in the purchase order. 30. Labeling The Goods supplied under the Contract, shall be clearly labeled so as to correspond with the delivered documentation. 31. The Goods shall remain at the risk and under the physical custody of the Contractor until the delivery and testing of the Goods is completed. 32. The Contractor shall ensure that the Goods shall be delivered complete. If it shall that the Goods have been or are likely to be delayed by reason of incomplete delivery or for any other reasons, he may require the Contractor at the expense of the Contractor to dispatch
9|Page
the missing items of the Goods or suitable replacements thereof to the site of delivery by the fastest available means including air freight. 33. In case of IT equipment, the Contractor shall provide a document stating step-by-step procedures for installation and disaster recovery of IT equipment to the Purchaser. All recent patches and updates for firmware/hardware, on a reliable media with proper labeling shall be provided to purchaser. The Contractor shall configure the system for high availability and reliability, of all hardware and software. 34. Power In case of IT & electrical equipment, the Goods supplied, unless otherwise specified, shall be capable of operating normally with single phase AC power, within the range of 220-240V, with the corresponding frequency of 50 Hz, inclusive, and should be protected from overvoltage, over-heating and out-of-tolerance current surges. 35. After Sales Support The Contractor shall be responsible for after sales support, during the warranty period. 36. Inspection and Testing The Purchaser shall inspect and test the Goods supplied provided, under the Contract, to verify their conformity to the Technical Specifications. The inspections and tests shall be conducted at final destination. 37. The Purchaser may reject the Goods, if they fail to conform to the Technical Specifications, in any test(s) or inspection(s) and the Contractor shall either replace the rejected Goods or make all alterations necessary to meet the Technical Specifications, within three working days, free of cost to the Purchaser. 38. The Purchaserâ€&#x;s post-delivery right to inspect, test and, where necessary, reject the Goods shall in no way be limited or waived by reason of pre-delivery inspection, testing or passing of the Goods. 39. Taking-Over Certificate The Contractor shall apply for taking over certificate in writing. The Purchaser may issue the certificate or reject it for reasons to be recorded in writing. The Contractor shall, within the prescribed time period, after receipt of rejection, replace the defective / damaged Goods or parts thereof as specified in the reply, without any cost to the Purchaser. 40. Warranty a. The Contractor shall warrant to the Purchaser that the Goods are genuine, brand new, non- refurbished, un-altered in any way, of the most recent or current model, imported through proper channel, and incorporate all recent improvements in design and materials, unless provided otherwise in the Contract. b. The Contractor shall further warrant that the Goods supplied shall have no defect, arising from design, materials, workmanship or from any act or omission of the Contractor that may develop under normal use of the supplied Goods. c. The Contractor shall provide Manufacturer’s warranty for minimum one years (hereinafter referred as Warranty Period), after the issue of Taking-over Certificate in respect of Goods, or any portion thereof, as the case may be, which will include the cost of warranty for additional years shall be mentioned separately. 10 | P a g e
d. The purchaser retains the rights to enter into annual maintenance contact with the supplier. e. The Warranty Period shall start from the date of singing of taking over certificate by the Purchaser f. The end user licenses, end user warranties and end user contracting support services shall be in the name of Purchaser, for the Goods supplied and the Services provided, under the contract. 41. Ownership of Goods and Replaced Components Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the property of the Purchaser when the Goods are taken over by the Purchaser. Defective items to be replaced by the Contractor, pursuant to the Contract, shall become the property of the Contractor as and where it lies. 42. Payment a. The Contractor shall submit an invoice for Payment to the purchaser along with the taking over certificate. b. The Purchaser shall pay the amount for the goods verified in the Taking over Certificate. Payment shall not be made in advance. c. All payments shall be subject to any and all taxes applicable under the laws of Pakistan. 43. Contract Amendment a. The Purchaser may, at any time, by written notice served on the Contractor, increase, decrease or otherwise change the nature, quality, quantity and scope, of all / any of the Goods in whole or in part. b. The Contractor shall, within ten working days of receipt of such notice, submit a cost estimate and execution schedule of the proposed change (hereinafter referred to as the Change), to the Purchaser. c. The Change, mutually agreed upon, shall constitute part of the obligations under this Contract, and the provisions of the Contract shall apply to the said Change. d. No variation in or modification in the Contract shall be made, except by written amendment signed by both the Purchaser and the Contractor. 44. Assignment / Subcontract The Contractor shall not assign or sub-contract its obligations under the Contract, in whole or in part. 45. Extensions in time for performance of obligations under the Contract If the Contractor encounters conditions impeding timely performance of any of the obligations, under the Contract, at any time, the Contractor shall, by written notice served on the Purchaser promptly indicate the facts of the delay, its likely duration and its cause(s). As soon as practicable after receipt of such notice, the Purchaser shall evaluate the situation and may, at its exclusive discretion, without prejudice to any other remedy it may have, by written order served on the Contractor extend the Contractor's time for performance of its obligations under the Contract. 46. Blacklisting a. If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklist the Contractor, either 11 | P a g e
Indefinitely or for a stated period, for future tenders and send information thereof to PPRA. b. If the Contractor is found to have engaged in corrupt or fraudulent practices in competing for the award of contract or during the execution of the contract, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period, for future tenders and send information thereof to PPRA. 47. Forfeiture of Performance Security If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, forfeit Performance Security of the Contractor. 48. Force Majeure a. The Contractor shall not be liable for forfeiture of its Performance Security, blacklisting for future tenders, termination for default, if and to the extent his failure / delay in performance /discharge of obligations under the Contract is the result of an event of Force Majeure. b. If a Force Majeure situation arises, the Contractor shall indicate such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Contractor shall continue to perform under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 49. Dispute Resolution a. The Purchaser and the Contractor shall make every effort to amicably resolve, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract. b. If, after thirty working days, from the commencement of such informal negotiations, the Purchaser and the Contractor have been unable to amicably resolve a Contract dispute, either party may, require that the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The place for arbitration shall be Bahawlapur, Pakistan. The award shall be final and binding on the parties. 50. Statues and Regulations The Contract shall be governed by and interpreted in accordance with the laws of Pakistan. 51. Taxes and Duties The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed 52. Authorized Representative a. The Purchaser and/or the Contractor may, at their exclusive discretion, appoint their Authorized Representative and may, from time to time, delegate any / all of the duties / authority, vested in them, to their authorized Representative(s), b. Any decision, instruction or approval given by the Authorized Representative, in accordance with such delegation, shall have the same effect as though it had been given by the Principal.
12 | P a g e
53. Waiver Failure of either party to insist upon strict performance of the obligations of the other party, under the Contract, shall in no way be deemed or construed to affect in any way the right of that party to require such performance. 54. Documentation The Contractor shall furnish the user documentation, the operation manuals, and service manuals for each appropriate unit of the supplied Goods and other information pertaining to the performance of the Goods.
13 | P a g e
1. Server (Equivalent or Higher) Processor (Intel):
(Quantity 1) Quad-Core Intel Xeon processor E3-1200 product family (3.1Ghz) L3 Cache 8 MB
RAM: HDD: Motherboard: Optical Drive: Power Supply: Accessories:
16 GB ECC DDR-3 Memory 5 X 146 GB or higher, SAS hard drivers (hot plug) Standard Compatible DVDRW 22X DL SATA HOT PLUG PSU Multimedia USB Keyboard, Optical USB Mouse, Power Cables Chassis Tower (Quantity 1) 2. Operating System: Genuine Microsoft Windows Server 2008 R2 Standard/Enterprise 64-bit
3. UPS Line Interactive UPS: 3KVA 2700 Watts with dry batteries 4. Backup Drive Network Attached Storage (NAS) 2TB
15 | P a g e
(Quantity 1)
(Quantity1)
PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE
SUPPLY OF 600VA UPS TENDER # IT/7251-LP Sealed bids are invited from reputed & renowned suppliers for the above captioned tender. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING TECHNICAL
2% of total bid value 30-10-2012 12-11-2012 14-11-2012; 09:15 AM 14-11-2012; 10:00 AM ONWARDS
TENDER OPENING COMMERCIAL (FOR
WILL BE COMMUNICATED LATER TO
TECHNICALLY ACCEPABLE BIDDERS ONLY)
TECHNICALLY QUALIFIED BIDDERS
Tender documents may be collected on submission of written request on letterhead of company on any working day between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time, if required. - Bid opening procedure will be “Single Stage – Two Envelope Procedure”- (bid shall comprise a single package containing two separate envelopes inside). One envelope shall contain Company profile, experience detail, technical proposal containing technical details and compliance sheet, NTN & GST Certificate or any other information deemed necessary; whereas the other envelop shall contain the financial bid. Technical Bids will be opened on the aforementioned date & time in the presence of bidders or their authorized representatives. Commercial bids (of the technically qualified bidders only) shall be opened at a later date, which will be communicated to the concerned accordingly. - Attachment of earnest money with the bidding documents is a mandatory. - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. - Those bidders who conform technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract. - This advertisement is for one time procurement of the Captioned Goods/
Services/ Work only, which does not qualify for other jobs in PSO. This advertisement is also available on PPRA website www.ppra.org.pk
UNIVERSITY OF ENGINEERING AND TECHNOLOGY, TAXILA (PROCUREMENT CELL)
TENDER NOTICE 33/2012 FOR PURCHASE OF FURNITURE/EQUIPMENTS FOR ESTABLISHMENT OF RENEWABLE ENERGY RESEARCH AND DEVELOPMENT CENTER, MECHANICAL ENGINEERING DEPARTMENT 1. The University of Engineering & Technology, Taxila invites quotations for purchase of following items from the registered Firms/Suppliers:
Name of Item FURNITURE & FIXTURE
Item # 1
1.
Qty
Desk With Side Rack
06
1.2
Chair Executive High Back
20
1.3
Chair Visitor Medium Back
20
1.4
Conference Table
01
1.5
Steel Frame Sofa
04
1.6
Table Side Base, M.S Pipe Powder Coated. Beech Laminate
08
1.7
Desk Manager
01
1.8
Rack Manager Side
01
1.9
Chair Executive Medium Back (Std)
03
1.10
Cabinet Medium
04
1.11
Workstation For Four Persons
02
1.12
Chair Manager Medium Back
04
1.13
Cabinet Base
08
1.14
Desk For Computer
12
1.15
Chair Secretary Low Back
12
1.16
Library Shelf Both Sided
06
1.17
Work Shop Table
06
1.18
Chair With Writing Tablet
35
1.19
Cabinet Hanging
03
1.20
Rostrum
02
1.21
White Board
04
2
AIR CONDITIONER 2.1 2.2
Floor Standing Unit (05 ton) (Reverse Cycle) (Mitsubishi or alternative) Split Air Condition (2 Ton) (Reverse Cycle) (Mitsubishi or alternative)
3
03 03
EQUIPMENT 3.1
Parabolic Trough Collector
01
3.2
Solar Parabolic Dish / Striling Engine
01
3.3
Dynamometer
01
3.4
10KW Steam Power Plant 3-10KW Turbine *Set a) 3-10KW Kaplan Turbine b) 3-10KW Francis Turbine c) 3-10KW Pelton Turbine * Generator and Pump Included.
01
3.5
01 (Each)
1/6
4
CONSUMABLES
4.1
4.2
1KW Mono Crystal Solar Panels
600W Poly Crystal Solar Panels
i.
Mono Crystal PV Modules (1 KW System)
01
ii.
Batteries Dry, VRLA, Deep Cycle
01
iii.
Charge Controller PWM
01
iv.
Charge Controller MPPT
01
v.
Inverter Modified Sinewave 1000W
01
i.
Poly Crystal PV Modules (600 W System)
01
ii.
Batteries Dry, VRLA, Deep Cycle
01
iii.
Charge Controller PWM
01
iv.
Charge Controller MPPT
01
v.
Inverter Modified Sinewave 1000W
01
4.3
MPPT
MPPT Charge Controller 20A
02
4.4
PWM
PWM Charge Controller 20A
02
4.5
Modified Inverter
Modified Sine Wave Inverter (500 W)
02
4.6
Sine Wave Inverter
True Sine Wave Inverter (10000 W)
05
4.7
SWH
i.
Solar Water/Space Heating System
01
ii.
Space Heating Equipment (Optional)
01
4.8
Analyser
Solar Module Analyzer
01
4.9
Tracker
Solar Tracking System Kit
01
4.10
Surface Pump
Solar Water Surface Pump (PS 150-boost 330)
01
4.11
Submersible
Solar Water Submesible Pump (PS 150)
01
4.12
Cable
Solar Cable Roll (BX-Type)
02
4.13
Connectors
Solar Cabling Connectors
100
4.14
Lamp
DC Light Lamps (15-23 Watts)
30
4.15
DC Fans
DC Fans
10
4.16
LED Lights
LED Lights
48
4.17
Scope Meter
Digital Oscilloscope Meter
02
4.18
Thermometer
Infrared Thermometer
02
4.19
Clampmeter
Clamp-on Multimeter
02
4.20
Tool Kit
Tool Kit With Portable Drill ETC
02
4.21
Lux Meter
Lux Meter
02
4.22
Sun Energy Meter
Sun Energy Meter
02
4.23
Power Supply
Variable Power Supply
02
4.24
Misc Items
Misc/Installation Materials
01
4.25
Energy Meters
Electricity & Gas
4
4.26
Combustion Analyzers
CO, CO2, SOx, NOx
4
4.27
Thermal Imaging Films/system
infrared Thermometer
1
5
MATERIALS/ITEMS FOR SOLAR COLLECTORS 5.1
Angle Iron
1 ½” x1 ½ “, 1”x1”, ½”x ½”
5.2
Steel Strip
1” wide, ½” wide
10kg
5.3
Steel Channel
1 ½”x1”x1”
20kg
10kg each
2/6
5.4
Steel Pipe
5.5 5.6 5.7 5.8
6
7
8
12
Mild Steel 12 #, Mild Steel 10 #
5kg each
Aluminum Pipe
2”,1 ½’,1”, ¾”
5kg
Aluminum Strip
1” wide, ¾” wide, ½” wide
10kg
1 ½”x1”x1”, 1x½”x½”,
Aluminum Angle
1 ½” x1 ½ “, 1”x1”, ¾”x ¾”,
5.10
Wood Plants (Timber)
1 ½” thick x 6” wide, 2” thick x6” wide & 3”x3”
5kg each 5kg 12sq.ft.
FOR PIPING 6.1
Copper Pipe
¾” Φ, ½” Φ
5kg each
6.2
Aluminum Pipe
¾” Φ, ½” Φ
4kg
6.3
Glass Tube
1” Φ, ¾” Φ, ½” Φ, ¼” Φ
10" each
5kg each
FOR PLATING & TANKS 7.1
Copper Sheet
20 G, 18 G, 16 G, 14 G,
7.2
Aluminum Steel
18 G, 16 G, 14 G
10kg
7.3
Steel Sheet
20 G, 18 G, 16 G, 14 G,
10kg
FOR PARABOLIC COLLECTOR Parabolic Triangle with Stands, Aluminum Foil, Reflection Glass Strips, Concentrator Lenses
5’Φ, 6’Φ, 8’Φ, 10’Φ
Roll & Box
FOR COVERING
9.2
11
Welding Rod,
Aluminum Channel
9.1 10
10kg each
5.9
8.1 9
1" Φ, ¾” Φ, ½” Φ
Glass Sheet
2mm, 3mm, 4mm, 5mm
5'x5'
Plastic Sheet Transparent
2mm, 3mm, 4mm, 5mm
5'x5'
10m2
FOR INSULATION 10.1
Thermopore Sheet
½”, 1”, 1 ½”
10.2
Glass Wool
with foil
04 Roll
06 each
EXTRAS / FITTING 11.1
Valves
½”, ¾”, 1”, 1 ½”,
11.2
Rubber Pipe
½”, ¾”, 1”,
100
INSTRUMENTS 12.1
Thermometers (Digital)
-50.0°C to +150.0°C
2
12.2
Pressure Gauges
0-50 psi, 0-100 psi, 0-200 psi, 0-500 psi
4
12.3
Volt Meters
0-220 V, 0-100 V
3
12.4
Ammeters
0-1000 A, 0-10 A
2
12.5
Multimeters (Digital)
.0001-1000A, .0001-1000V, 0Ω-1MΩ
1
12.6
Vernier Caliper Set (Digital)
Slandered Size
2
12.7
Gauges (Sheet, Wire, Depth)
Slandered Size
CONTIGENCY ITEMS SOLAR PANEL INSTALLATION TOOL KIT 13
Site Assessment Tools 13.1
50-100 ft. tape measure
2
13.2
Solar Pathfinder (Evaluates the Solar Energy Potential at a side)
2
13.3
Compass, Maps (reference for location latitude and magnetic declination), Digital Camera,
1
3/6
13.4
GSP Tool: (Garmin GPS 60Cx Handheld GPS Navigator)
13.5
Laser Measuring Tape: Bosch PMB 300 L
2
13.6
Title Laser: Bosch GTL 3, Energy Meters
2
Basic Tools Needed for Installation
1
13.7
Angle Finder, Torpedo Level, Cordless Drill, Unibit & Multiple Drill Bits, Torque Wrench with deep Sockets, Wire Strippers, Crimpers, Lineman’s Pliers,
1
13.8
Crimping Pliers: PV-CZ, Assembly Device: PV-RWZ3
1
13.9
Cable Cutter, Hacksaw
1
Tools For Battery Systems
1
Hydrometer or Refractometer, Small Flashlight (to view electrolyte level), Baking Soda (to neutralize any acid spills), Turkey Baster, Rubber Apron, Funnel, Rubber Gloves
1
13.10 14
15
16
2
MECHANICAL TOOL KIT OR EQUIVALENT 14.1
Vise Grip Locking Pliers, Adjustable , Wrenches, External Pipe Wrenches, Auto Adjustable Wrench
09 Tool
14.2
Wrench Spanner Adj, Inspection Mirror, Tape Measuring, Electrician Knife, Utility Knife, Steel Rule, Feeler Gauges, High Tension Hacksaw, Flash Light, Battery Terminal Cleaner & Battery Tester
13 Tool
14.3
Prybar, Mechanical Finger, Long Aligning Punch, Telescopic magnetic retrieving tool, Chiesel, Punches & Files
29 Tool
14.4
Screw Drivers, Knife Putty, Hex Bit Socket Set & Socket Drive Philip & Flat Tips
29 Tool
14.5
Wrench Set (Box Set), Wrench Set Flare Nut & Combination Wrenches
25 Tool
14.6
Torx Drive Set, Socket Set ¼” & 3/8” Drivers, Universal Sockets, Torque Wrench & Crowfoot Wrench
80 Tool
14.7
Shallow Socket Set, Extensions, Speed Driver, Universal Joint, Deep ½ Sockets & Crowfoot Wrench Set
43 Tool
14.8
Shallow Socket Set, Adapter, Universal Joint, Extensions, Sliding Handel & Breaker Bar
25 Tool
14.9
Pneumatic Impact Wrench, Air Blow Gun, Valve Core & Stem Tool & Large Bore Pneumatic Tire Valve Repair
04 Tool
14.10
Cobalt Drill Bit Sets & Hexallen Sets
37 Tool
14.11
Flare Nuts Metric Wrench Set, Socket Set, Shallow Socket, Extensions & Universal Joints
34 Tool
14.12
Combination Wrench Set Metric & Box Wrenches
20 Tool
14.13
CO2 Fire Extinguisher, Emergency Light, Extension Lead, Pneumatic Gauge Inflator, Hydraulic Jack, Lever Hoist, Crow Bar, Heavy Duty Torque Wrench, Heavy Duty Star Ting Lead
11 Tool
ELECTRICAL TOOL KIT OR EQUIVALENT 15.1
Emergency Light 50 Watt Complete Set
15.2
Weight Scale, Precision Screw Driver Set, Hex Allen Key & Star Allen Key Set
81 Tool
15.3
Suction Gun, Grease Gun Set Including Repair Tools
12 Tool
15.4
C-Clamp, Hacksaw Blade * Grinding Wheel
12 Tool
15.5
Straight Cutting Snips & Ring Pliers
05 Tool
15.6
Taps & Dies Set, Screw Extractor Set, Thread Restore File Set, Screw Pitch Gauge & Die Stock
103 Tool
15.7
Hammer Set
04 Tool
15.8
Puller 13 Ton, Bearing Puller Attachment, Stud Remover & Nut Splitter
11 Tool
15.9
Straight Drill Machine 3/8” & Grinder (Milwaukee)
02 Tool
15.10
Cutting Plier, Lineman Plier, Nose Plier, Combination Plier & Safety Wire Twister Plier
05 Tool
15.11
Tube Cutter & Double Flaring Set
08 Tool
15.12
Soldering Gun Kit, Wire Stripper/Cutter/Crimper Kit, Solder & Solder Flux
15.13
Spring Steel Tube Bender
15.14
Slide Hammer Puller Set, Halogen Light 250 Watts, Ext
15.15
Steel Funnel & Plastic Funnel
01 Tool
05 Kit/Roll 06 Tool 17 Tool / Puller Set 01 Tool
WORKSHOP APPARATUS 16.1
Arc Welding Plant
1
4/6
17
16.2
Gas Welding Plant (Complete Set)
1
16.3
Grinder (Pedestal)
1
16.4
Buffing Wheels
1
16.5
Vacuum Cleaner
1
16.6
Blowers
1
16.7
Drill Press
1
16.8
Glue Guns
1
16.9
Paint Spray Equipment (spary Gun With Motor)
1
16.10
Reviting Equipment
1
16.11
Sheet Cutters No,2
1
16.12
Sheet Bending M/c
1
16.13
Soldering Iron
1
16.14
Solder
1
16.15
Flux Pens
1
16.16
Hot Glue Gun
1
16.17
Cold Glue Gun
1
16.18
Safety Classes Rs 500 each x6 Nos
1
16.19
Scrabers
1
16.20
Shop Magnet
1
16.21
Marking Knife
1
16.22
Scratch Awl
1
DATA ACQUISITION / PROCESSING SYSTEM 17.1
Workstation Type-1 Intel Core i7, Processor 800 Series, 4 GB RAM, 320 GB Hard Disk, Super Drive, 17 Inch LCD Dell, Keyboard, Mouse, Wifi Card (Netgear)
1
17.2
Note Book (Intel Core i7 Processor Dell / HP or equivalent)
1
17.3
Printers
i.
HP Laser Jet 1320 or equivalent
1
ii.
HP Color Laser Jet 2600n or equivalent
1
17.4
Scanner HP 3740 or Latest
2
17.5
Wireless Access Point Netgear
2
17.6
Multimedia Projector (Sony or Alternative or equivalent)
1
17.7
Three (3) in One (Scanner, Photocopier, Printer) (HP / Alternative) Latest or equivalent
1
Offers shall remain valid for 90 days from the date of opening. The bidders shall quote their prices inclusive of all duties / Taxes / Packing / Petrol / Transportation / Installation / Demonstration etc and all other expenses on delivery to consignee at UET Taxila premises. 3. The Tender / Relevant documents can also be downloaded from official website www.uettaxila.edu.pk of UET, Taxila or can be obtained from Director Procurement UET, Taxila . For further queries regarding tender may be asked on 051-9047477 or contact to Director Procurement UET, Taxila in the university working hours. Tender notice can be seen on website “www.ppra.org.pk”. 4. The sealed bids complete in all respect must reach in the office of the Director Procurement UET, Taxila along with earnest money 2% quoted value in shape of CDR (sealed envelope in separate) to be attached with technical offer in the favour of Treasurer, UET, Taxila. 5. Tender submitted without challan form (Tender Fee) & earnest money CDR can be rejected at the time of opening of tender. Earnest money & challan form will be submitted against each tender separately. 6. The procuring agency “may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. The procuring agency shall upon request communicate to any supplier or contractor who submitted a bid or proposal, the grounds for its rejection of all bids or proposals, but is not required to justify those grounds”. 2.
5/6
7. 8. 9. 10. 11.
12. 13. 14. 15. 16. 17.
Tender Fee 1000/- (non-refundable) Basis (FOR/DDP) Purchase of tender upto 19th November, 2012 at 03:30pm Last date of bid submission on 20th November 2012 at 11:00am. Tender will be opened in the Admin Block, UET, Taxila, on 20th November 2012 at 11:30am in the presence of the bidders. The supplier shall be responsible for free demonstration, if so required by the University. The supplier shall be responsible to supply and fix the items at the project site. The supplier shall be responsible for maintenance of the equipment during the warranty period (at least one year) to the satisfaction of the University. The equipment shall be supplied along with literature, brochures, software, tools and accessories. Quantities may be adjusted according to available budget. Complete details are given in the tender documents. The supply order will be given on the basis of complete lot / package. Please follow the given terms; i)
The firm / bidder shall clearly provide the proof of Registration for GST / NTN on their printed letterheads at the time of collection of Tender Documents. ii) Tender No., date & timing of opening should be clearly mentioned on the top of envelopes iii) Submit your offer for each tender in separate envelopes. iv) No tender documents will be received after the closing date / time. Attention v) Quotation will be submitted on “Single Stage two Envelopes (sealed envelope in separate)� basis. vi) In case of closed/forced holidays, tender opening time/date will be considered as the next working day.
Muhammad Gul Aziz Awan Director, Procurement
Phone: 051-9047477, Fax: 051-9047478 Email: director.procurement@uettaxila.edu.pk
6/6
PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE
SUPPLY OF 600VA UPS TENDER # IT/7251-LP Sealed bids are invited from reputed & renowned suppliers for the above captioned tender. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING TECHNICAL
2% of total bid value 30-10-2012 12-11-2012 14-11-2012; 09:15 AM 14-11-2012; 10:00 AM ONWARDS
TENDER OPENING COMMERCIAL (FOR
WILL BE COMMUNICATED LATER TO
TECHNICALLY ACCEPABLE BIDDERS ONLY)
TECHNICALLY QUALIFIED BIDDERS
Tender documents may be collected on submission of written request on letterhead of company on any working day between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time, if required. - Bid opening procedure will be “Single Stage – Two Envelope Procedure”- (bid shall comprise a single package containing two separate envelopes inside). One envelope shall contain Company profile, experience detail, technical proposal containing technical details and compliance sheet, NTN & GST Certificate or any other information deemed necessary; whereas the other envelop shall contain the financial bid. Technical Bids will be opened on the aforementioned date & time in the presence of bidders or their authorized representatives. Commercial bids (of the technically qualified bidders only) shall be opened at a later date, which will be communicated to the concerned accordingly. - Attachment of earnest money with the bidding documents is a mandatory. - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. - Those bidders who conform technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract. - This advertisement is for one time procurement of the Captioned Goods/
Services/ Work only, which does not qualify for other jobs in PSO. This advertisement is also available on PPRA website www.ppra.org.pk
pk
m o .c
n 71 e av 4-
m 03-4 3 0
4 4 8
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.