<<

Chief Executive Officer, District Education Authority, , School Education Department Government of the

ug 10, 2011) – For submission 28, 2011) Bidding Document

Procurement of Misc. Items

(Mandi Bahauddin)

Note: Procurement is done in line with Punjab Procurement Rules, 2014

21-09-2020

Page i of 77

Invitation for Bids

The Chief Executive Officer. District Education Authority, Mandi Bahauddin, School Education Department in receipt of funding from development partner/donor sponsoring education in the selected districts of Punjab. It is intended that part of which will be used to make eligible payments under the contract for supply of the following items:

Lot# Item Items Description Quantity Estimated Cost

For 64 3 Makers Space IT Lab 9,206,400/- Schools

2. The Chief Executive Officer, District Education Authority, now invites sealed bids from eligible bidders i.e. Manufacturers, authorized Sales & Service Dealers, General Order Suppliers (Joint Ventures and consortiums) registered with the relevant tax authorities for the supply of above-mentioned items.

3. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures specified in the Punjab Procurement Rules, 2014 (amended Jan 2016), and is open to all eligible bidders as defined in the bidding document. Separate Bid for each LOT is acceptable however, Partial Bid in any Lot is not allowed. One (01) Bidder may submit bid in one or more Lots. Contract(s) will be awarded to the technically responsive lot wise lowest evaluated bidder(s). Partial Bidding within a lot is not allowed.

4. Interested eligible bidders may obtain bidding documents and further information from the Procurement Section of Chief Executive Officer, District Education Authority.

5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bidding Documents.

6. Sealed Bids must be delivered to the above office on or before 11:00 AM by 06-10-2020, (Tuesday) and must be accompanied by a Bid Security as mentioned in Bid Data Sheet in the form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of in favor of Chief Executive Officer, District Education Authority.

Page ii of 77

7. Bids (technical proposals) will be opened on the same date in the presence of bidders’ representatives who choose to attend at 01:00 PM by 06-10-2020, in the Office of Chief Executive Officer, District Education Authority, Mandi Bahauddin.

8. The bidders are requested to give their best and final prices (inclusive of all taxes and delivery charges at desired schools).

9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax / PRA registration certificate must be provided along with technical proposal.

10. For obtaining any further information or clarifications, please contact the person named below:

Chief Executive Officer, District Education Authority, Mandi Bahauddin Phone: 0546-507517

Table of Contents

PART-I

INVITATION FOR BIDS ...... II PART-I ...... 1

SECTION I. INSTRUCTIONS TO BIDDERS ...... 1 SECTION II. BID DATA SHEET ...... 12 SECTION III. SCHEDULE OF REQUIREMENTS...... 15 SECTION IV. TECHNICAL SPECIFICATIONS ...... 16 SECTION V. BIDDING FORMS ...... 46

PART-II ...... 49

SECTION I. CONTRACT FORMS ...... 49 SECTION II. GENERAL CONDITIONS OF CONTRACT ...... 52 SECTION III. SPECIAL CONDITIONS OF CONTRACT ...... 62

Page iv of 77 Part-I Section I. Instructions to Bidders A. Introduction

1. Source of 1.1 The Procuring Agency named in the Bid Data Sheet has received funds Funds from DIFD. The Procuring Agency intends to apply a portion of the proceeds of this budget to eligible payments under the contract for which this Invitation for Bids is issued.

2. Eligible2.1 This Invitation for Bids is open to all suppliers, except as provided Bidders hereinafter.

2.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Procuring Agency to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation for Bids.

2.3 Government-owned enterprises may participate only if they are legally and financially autonomous, if they operate under commercial law, and if they are not a dependent agency of the Government.

2.4 Bidders shall not be under a declaration of blacklisting by any Government department or Punjab Procurement Regulatory Authority (PPRA), 2014.

3. Eligible Goods 3.1 All goods and related services to be supplied under the contract shall and Services have their origin in eligible source countries, defined in the Bid Data Sheet (BDS), and all expenditures made under the contract will be limited to such goods and services.

3.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality of the Bidder. 4. Cost of 4.1 The Bidder shall bear all costs associated with the preparation and Bidding submission of its bid, and the Procuring Agency named in the Bid Data Sheet, hereinafter referred to as “the Purchaser,” will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

B. The Bidding Documents

Page 1 of 77 5. Content of5.1 The goods required, bidding procedures, and contract terms are Bidding prescribed in the bidding documents. In addition to the Invitation for Documents Bids, the bidding documents include: (a) Instructions to Bidders (ITB) (b) Bid Data Sheet (c) Schedule of Requirements (d) Technical Specifications (e) Bid Submission Form (f) Manufacturer’s Authorization Form (g) Price Schedules (h) Contract Form (i) Performance Security Form (j) Integrity Pact Form (k) General Conditions of Contract (GCC) (l) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in the rejection of its bid.

6. Clarification of 6.1 A prospective Bidder requiring any clarification of the bidding Bidding documents may notify the Purchaser in writing or by email at the Documents Purchaser’s address indicated in ITB Clause 19.1. The Purchaser will respond in writing to any request for clarification of the bidding

documents which it receives no later than three (3) days prior to the deadline for the submission of bids prescribed in the Bid Data Sheet.

Written copies of the Purchaser’s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders that have received the bidding documents. 7. Amendment of 7.1 At any time prior to the deadline for submission of bids, the Purchaser, Bidding for any reason, whether at its own initiative or in response to a Documents clarification requested by a prospective Bidder, may modify the bidding documents by amendment.

7.2 All prospective bidders that have received the bidding documents will be notified of the amendment in writing or by email, and will be bidding on them.

7.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

C. Preparation of Bids

8. Language of 8.1 The bid prepared by the Bidder, as well as all correspondence and Bid documents relating to the bid exchanged by the Bidder and the Purchaser shall be written in the language specified in the Bid Data Sheet. Supporting documents and printed literature furnished by the

Page 2 of 77 Bidder may be in same language.

9. Documents9.1 The bid prepared by the Bidder shall comprise the following Comprising components: the Bid (a) a Bid Form and a Price Schedule completed in accordance with ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB Clause 13 that the Bidder is eligible to bid and is qualified to perform the contract if its bid is accepted;

(c) documentary evidence established in accordance with ITB Clause 14 that the goods and ancillary services to be supplied by the Bidder are eligible goods and services and conform to the bidding documents; and

(d) bid security furnished in accordance with ITB Clause 15.

10. Bid Form10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity, and prices.

11. Bid Prices11.1 The Bidder shall indicate on the appropriate Price Schedule the unit prices (where applicable) and total bid price of the goods it proposes to supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty paid (DDP) prices.

11.4 The Bidder’s separation of price components in accordance with ITB Clause 11.2 above will be solely for the purpose of facilitating the comparison of bids by the Purchaser and will not in any way limit the Purchaser’s right to contract on any of the terms offered.

11.5 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation on any account, unless otherwise specified in the Bid Data Sheet. A bid submitted with an adjustable price quotation will be treated as nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data Sheet.

13. Documents13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, Establishingdocuments establishing the Bidder’s eligibility to bid and its Bidder’s qualifications to perform the contract if its bid is accepted. Eligibility and Qualification 13.2 The documentary evidence of the Bidder’s eligibility to bid shall

Page 3 of 77 establish to the Purchaser’s satisfaction that the Bidder, at the time of submission of its bid, is eligible as defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted shall establish to the Purchaser’s satisfaction:

(a) that, in the case of a Bidder offering to supply goods under the contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ Manufacturer or producer to supply them in Pakistan;

(b) that the Bidder has the financial, technical, and production capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within Pakistan, the Bidder is or will be (if awarded the contract) represented by an Agent in that country equipped, and able to carry out the Supplier’s maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and

(d) that the Bidder meets the qualification criteria listed in the Bid Data Sheet.

14. Documents14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, Establishingdocuments establishing the eligibility and conformity to the bidding Goods’ documents of all goods and services which the Bidder proposes to Eligibility and supply under the contract. Conformity to Bidding 14.2 The documentary evidence of the eligibility of the goods and services Documents shall consist of a statement in the Price Schedule of the country of origin of the goods and services offered which shall be confirmed by a certificate of origin issued at the time of shipment.

14.3 The documentary evidence of conformity of the goods and services to the bidding documents may be in the form of literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and performance characteristics of the goods;

(b) a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period to be specified in the Bid Data Sheet, following commencement of the use of the goods by the Purchaser; and

(c) an item-by-item commentary on the Purchaser’s Technical Specifications demonstrating substantial responsiveness of the

Page 4 of 77 goods and services to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB Clause 14.3(c) above, the Bidder shall note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications, are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names, and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser’s satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.

15. Bid Security15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a bid security in the amount specified in the Bid Data Sheet.

15.2 The bid security is required to protect the Purchaser against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of the following forms:

(b) Bank call-deposit (CDR), Demand Draft (DD) or Pay Order (PO) valid for thirty (30) days beyond the validity of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 will be rejected by the Purchaser as nonresponsive, pursuant to ITB Clause 24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by the Purchaser pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the Bidder signing the contract, pursuant to ITB Clause 32, and furnishing the performance security, pursuant to ITB Clause 33.

15.7 The bid security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause 32; or (ii) to furnish performance security in accordance with ITB

Page 5 of 77 Clause 33.

16. Period of 16.1 Bids shall remain valid for the period specified in the Bid Data Sheet Validity of after the date of bid opening prescribed by the Purchaser, pursuant to Bids ITB Clause 19. A bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. 16.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by email). The bid security provided under ITB Clause 15 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid, except as provided in ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a period exceeding sixty (60) days beyond the expiry of the initial bid validity, the contract price will be adjusted by a factor specified in the request for extension.

17. Format and17.1 The Bidder shall prepare an original and the number of copies of the bid Signing of Bid indicated in the Bid Data Sheet, clearly marking each “ORIGINAL BID” and “COPY OF BID,” as appropriate. In the event of any discrepancy between them, the original shall govern.

17.2 The original and the copy or copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. All pages of the bid, except for unamended printed literature, shall be initialed by the person or persons signing the bid.

17.3 Any interlineation, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

18. Sealing and18.1 The Bidder shall seal the original and each copy of the bid in separate Marking of envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” Bids The envelopes shall then be sealed in an outer envelope.

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in the Bid Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid Data Sheet, the Invitation for Bids (IFB) title and number indicated in

Page 6 of 77 the Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the Bid Data Sheet, pursuant to ITB Clause 2.2.

18.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared “late”.

18.4 If the outer envelope is not sealed and marked as required by ITB Clause 18.2, the Purchaser will assume no responsibility for the bid’s misplacement or premature opening.

19. Deadline for19.1 Bids must be received by the Purchaser at the address specified under Submission of ITB Clause 18.2 no later than the time and date specified in the Bid Bids Data Sheet.

19.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 7, in which case all rights and obligations of the Purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

20. Late Bids20.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser pursuant to ITB Clause 19 will be rejected and returned unopened to the Bidder.

21. Modification21.1 The Bidder may modify or withdraw its bid after the bid’s submission, and provided that written notice of the modification, including substitution Withdrawal of or withdrawal of the bids, is received by the Purchaser prior to the Bids deadline prescribed for submission of bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of ITB Clause 18. A withdrawal notice may also be sent by email, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids. 21.3 No bid may be modified after the deadline for submission of bids.

21.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its bid security, pursuant to the ITB Clause 15.7.

E. Opening and Evaluation of Bids

22. Opening of 22.1 The Purchaser will open all bids in the presence of bidders’ Bids by the representatives who choose to attend, at the time, on the date, and at the Purchaser place specified in the Bid Data Sheet. The bidders’ representatives who are present shall sign an attendance sheet evidencing their presence.

Page 7 of 77

22.2 The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of 23.1 During evaluation of the bids, the Purchaser may, at its discretion, ask Bids the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.

24. Preliminary24.1 The Purchaser will examine the bids to determine whether they are Examination complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Supplier does not accept the correction of the errors, its bid will be rejected, and its bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.

24.3 The Purchaser may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the Purchaser will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security (ITB Clause 15), Applicable Law (GCC Clause 30), and Taxes and Duties (GCC Clause 32), will be deemed to be a material deviation. The Purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 8 of 77 24.5 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

25. Qualification25.1 In the absence of prequalification, the Purchaser will determine to its & Evaluationsatisfaction whether the Bidder is qualified to perform the contract of Bids satisfactorily, in accordance with the criteria listed in ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 13.3, as well as such other information as the Purchaser deems necessary and appropriate.

25.3 The Purchaser will technically evaluate and compare the bids which have been determined to be substantially responsive, pursuant to ITB Clause 24, as per Technical Specifications required

25.4 The Purchaser’s financial evaluation of a bid will be on delivered duty paid (DDP) price inclusive of prevailing taxes and duties.

26. Contacting the 26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any Purchaser matter relating to its bid, from the time of the bid opening to the time evaluation report is made public i.e. 10 days before the contract is awarded. If the Bidder wishes to bring additional information or has grievance to the notice of the Purchaser, it should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid evaluation, or bid comparison may result in the rejection of the Bidder’s bid.

F. Award of Contract

28. Award 28.1 Subject to ITB Clause 30, the Purchaser will award the contract to the Criteria successful Bidder whose bid has been determined to be substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily.

29. Purchaser’s29.1 The Purchaser reserves the right at the time of contract award to Right to Vary increase or decrease, by the percentage indicated in the Bid Data Sheet, Quantities at the quantity of goods and services originally specified in the Schedule Time of Award of Requirements without any change in unit price or other terms and conditions.

30. Purchaser’s30.1 The Purchaser reserves the right to accept or reject all bids, and to annul Right to the bidding process at any time prior to contract award, without thereby Accept or incurring any liability to the Bidder or bidders or any obligation to Reject All Bids inform the Bidder or bidders of the grounds for the Purchaser’s action.

Page 9 of 77

31. Notification of 31.1 Prior to the expiration of the period of bid validity, the Purchaser will Award notify the successful Bidder in writing by registered letter or by email, to be confirmed in writing by registered letter, that its bid has been accepted.

31.2 The notification of award will constitute the formation of the Contract.

31.3 Upon the successful Bidder’s furnishing of the performance security pursuant to ITB Clause 33, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause 15.

32. Signing of32.1 At the same time as the Purchaser notifies the successful Bidder that its Contract bid has been accepted, the Purchaser will send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties.

32.2 Within seven (07) days of receipt of the Contract Form, the successful Bidder shall sign and date the contract and return it to the Purchaser.

33 Performance 33.1 Within fourteen days of the receipt of notification of award from the Security Purchaser, the successful Bidder shall furnish the performance security (where applicable) in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents, or in another form acceptable to the Purchaser.

33.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 32 or ITB Clause 33.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser may make the award to the next lowest evaluated Bidder or call for new bids.

34. Corrupt or34.1 The Procuring Agency requires that Bidders, Suppliers, and Contractors Fraudulent observe the highest standard of ethics during the procurement and Practices execution of contracts. For the purposes of this provision, the terms set forth below are defined as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Agency,

(iii) “collusive practice” is an arrangement among bidders (prior to or after bid submission) designed to establish

Page 10 of 77 bid prices at artificial, non-competitive levels for any wrongful gains, and to deprive the Procuring Agency of the benefits of free and open competition;

(b) The Procuring Agency will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in accordance with prevailing Blacklisting procedures under Punjab Procurement Rules 2014, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Bank-financed contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 5.4 and sub-clause 24.1 of the General Conditions of Contract.

Page 11 of 77 Part-I Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Name of Procuring Agency: Chief Executive Officer, District Education Authority, Mandi Bahauddin.

ITB 1.1 Name of Project: “Rehabilitation & Revitalization of School IT & Science Labs”

ITB 1.1 Name of Contract: Procurement of IT Lab Makers Space, Science and Electrical Equipment ITB 4.1 Name of Purchaser: Chief Executive Officer, District Education Authority, School Education Department District Mandi Bahauddin ITB 6.1 For clarification purposes, the Employer’s address is:

Chief Executive Officer District Education Authority, Mandi Bahauddin Phone: 054-6507517

Requests for clarification shall be received by the Employer no Later than by 05-10-2020.

ITB 8.1 Language of the bid – English

Bid Price and Currency

ITB 11.2 The price quoted shall be Delivered Duty Paid (DDP) at the following schools in accordance with the Schedule of Requirements including the delivery charges detail of delivery stations mentioned at (Annex-A)

ITB 11.5 The price shall be in Pak Rupees and shall be fixed.

Preparation and Submission of Bids

ITB 13.2 a. NTN and GST / PRA Registration.

ITB 13.3 (b) a) Average Annual Turnover of 50% of the estimated amount for

Page 12 of 77 each lot for last two years. (Audited Financial Statements) * b) Bank Statement for the last 2 financial years, with Bank Maintenance Letter (up to June 2019) * FY – 2017-18 to FY – 2018-19. ITB 13.3 (d) Qualification requirements: In addition to ITB 13.1, ITB 13.2, and ITB 13.3 (b), the potential bidder must also fulfill the following:-

a) Min. 03 (Three) PO / Work orders/Contracts (copies) in last 5 years of similar nature having accumulative value equivalent to estimated lot amount mentioned in the tender. b) Affidavit Rs. 50 Stamp paper that firm is not black listed by any Govt. Department. ITB 14.3 (b) N/A

ITB 15.1 Amount of Bid Security: Bid Security is 2% of the Estimated Cost

Lot # Item Bid Security

3 Makers Space IT Lab 184,128/- Note: i. Bid Security must be attached with Technical Proposal.

Bids shall be in the prescribed format, sealed and accompanied by the Bid Security in the form of Call Deposit, Bank Draft, or Pay Order in favor of Chief Executive Officer, District Education Authority, Mandi Bahauddin having its validity 90 days from the date of opening of bid.

ITB 16.1 Bid Validity Period: (90) days after the date of opening of bid. ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids must be accompanied by unit price and total price. ITB 18.2 (a) Address for Bid Submission: Office of Chief Executive Officer, District Education Authority, Mandi Bahauddin Phone: 054-6507517

ITB 18.2 (b) IFB Title and Number: ______ITB 19.1 Deadline for Bid Submission: 06-10-2020 till 11:00 AM

ITB 22.1 Time, Date, and Place for Bid Opening: 06-10-2020 at 1:00 PM as per address mentioned above.

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lot wise Technically Responsive Lowest

Page 13 of 77

Delivered Duty Paid (DDP) Price offered by the qualified responsive bidder.

Contract Award

ITB 29.1 Percentage for quantity increase or decrease: 15 % of total contract value

Page 14 of 77 Part-I Section III. Schedule of Requirements

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of delivery required.

TABLE 1: DELIVERY SCHEDULE

Delivery Period Lot# Item Description Location Qty from the date of Notification of Award

Annex-A 6-8 weeks 3 Makers Space IT Lab

Note. The above equipment shall be delivered at the schools identified by the client detail at Annex-A complete in all respects with installation, testing & commissioning.

Page 15 of 77 Part-I Section IV. Technical Specifications Note: Technical Brochures must be attached (if any)

Lot-1 Electric Equipment Items Sr# Name of Item Specifications

Size 56" with Copper Winding, White Color and one year 1 Ceiling Fan warranty and installation on sites Size 18" with copper winding, White Color and one year 2 Bracket Fan Electric warranty and installation on sites Equipment SMD Bulb 25 watts, screw type (Philips, Osaka, Orient or 3 Light Bulb equivalent) with one year warranty Locally fabricated switch board with 4 sockets and switches 4 Electric Switch Board with 1.5 feet 7/29 wire for making connection

Lot-2 5KVa UPS Item Item Description Specifications

UPS 5KVA, Pure Sine wave UPS, built-in voltage stabilizer, 5KVA Ups with one year input range, 180VAC to 260VAC, Multi-Function LCD warranty display panel with Low Voltage, Battery Charging and other 5KVA-UPS alarm functions.

Batteries with six months (4 x 180Ah) batteries or Higher. Liquid base warranty Local Made wheel mounted UPS battery bank for ups batteries Battery Bank 2 for each UPS

Lot-3 IT Lab Makers Spaces Detail of Kits for Each School Sr. Kit Qty 1 Arduino Kit 9

2 Special Modules & Sensors Kit 1 Raspberry pi Kit 1 3 4 Robotic Car Kit 7

Robotic Arm Kit 1 5 6 Additional Supplies Kit 1

Wall Mounted Cabinet Length 4’ x Depth 1.25' x Height 1’ Hinged Door x2 Locks x 2 7 2 Handles x2 Made with high quality laminated board (brown colour) complete in all respect With installation at site

Page 16 of 77 ARDUINO BASICS KIT Sr. Item(s) Image Item Details Qty Microcontroller ATmega328P DIP ATMEGA32u4 USB Convertor Operating Voltage 5V Input Voltage 7-12V Input Voltage (limit) 6-20V Digital I/O Pins 14 PWM Digital I/O Pins 6 Arduino UNO 1 Analog Input Pins 6 1 R3 Flash Memory 32 KB (ATmega328P) of which 0.5 KB used by bootloader SRAM 2 KB (ATmega328P) EEPROM 1 KB Clock Speed 16 MHz LED_BUILTIN 13

USB 2.0 Cable Type A/B Shielded Heavy Duty 2 Arduino Cable 1 Connect Arduino Uno or any board with the USB female A port of your computer.

Arduino Uno Enclosure - Clear Plastic The enclosure provides slots to access each header, USB port, power jack, the reset button, AREF and ICSP connectors, as well as feet and vents to ensure the board gets proper cooling and slide-in wall Arduino UNO 3 mounting slots. 1 Case All of the status LEDs on the Uno are visible through the case thanks to light pipes embedded in the design.

High quality switching 'wall wart' AC to DC 9V 1000mA wall power supply manufactured specifically for Electronics. These are switch mode power supplies which mean the output is regulated to 9V Power and the capable output current is much higher 4 1 Adaptor (1000mA!). These will power most projects that don't require more than 1000mA of current. Works with most devices that use a 9V adaptor and less than 1A of power. Model: MB-102 Dimension: 16.7 x 5.7 x 1cm Tie Points: 830 tie points (consists of: 630 tie-point terminal strip, 200 tie-point distribution strips) Matrix: 126 separate 5 point terminals, plus 4 Prototyping horizontal bus lines (Power Lines) of 50 test points 5 1 Board each Wire size: Suitable for 20~29 AWG (0.3mm~0.8mm) wires

Page 17 of 77 5mm Diffused 1.8-2.2VDC forward drop Max current: 20mA 6 LED Red 5mm 5 Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

5mm Diffused 1.8-2.2VDC forward drop LED Green Max current: 20mA 7 5 5mm Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

5mm Diffused 1.8-2.2VDC forward drop Max current: 20mA LED Blue 8 Suggested using current: 16-18mA 5 5mm Luminous Intensity: 150-200 mcd

220 Ohm Resistance 10pcs pack RESISTOR 1/4 Watt 9 220R (10 Pcs PTH 1 Pack) Thick Leads Tolerance: +/-5 ohms

1 kilo Ohm Resistance 10pcs pack RESISTOR 1/4 Watt 10 1K (10 Pcs PTH 1 Pack) Thick Leads Tolerance: +/-5 ohms

10 kilo Ohm Resistance 10pcs pack RESISTOR 1/4 Watt 11 10K (10 Pcs PTH 1 Pack) Thick Leads Tolerance: +/-5 ohms

65 Pcs Pack Length: 25 cm x 4 Pcs 20 cm x 4 Pcs 15 cm x 8 Pcs Jumper Wire: 10 cm x 49 Pcs Male to Male 12 1 Bundle 0.1" male header contacts on both ends 65 Pcs Standard 0.1" (2.54mm) spacing when placed next to each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) 10 Pcs Pack Length: 30cm 0.1" Female header contacts on one end, 0.1" male Jumper Wire: header contacts on other end Male to Standard 0.1" (2.54mm) spacing when placed next to 13 1 Female strip each other 10 Pcs Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”)

1x Rotary Potentiometer - 50k Ohm, Logarithmic 1x Mounting Nut 1x Washer Electrical Characteristics Taper: Linear, audio Standard Resistance Range: 1K - 10K ohms Standard Resistance Tolerance: ±20 % Residual Resistance: 1 % max. Potentiometer Environmental Characteristics 14 1 50k Operating Temperature ...-10 °C to +50 °C Power Rating Linear: 0.2 watt Dual Section: 0.125 watt Audio: 0.1 watt Dual Section: 0.06 watt Maximum Operating Voltage Linear : 200 V Audio: 150 V Sliding Noise: 47 mV max

Page 18 of 77 Rated Voltage: 6V DC Operating Voltage: 4-8V DC Rated current: <30mA Sound Type: Continuous Beep 15 Active Buzzer Resonant Frequency: ~2300 Hz 1 Small and neat sealed package Breadboard and Perf board friendly

8-Bit Serial-In, Parallel-Out Shift Wide Operating Voltage Range of 2 V to 6V High-Current 3-State Outputs Can Drive Up To 15 LSTTL Loads Low Power Consumption, 80-µA Max ICC 16 74HC595N 1 Typical tpd = 14 ns ±6-mA Output Drive at 5 V Low Input Current of 1 µA Max Shift Register Has Direct Clear

Infrared sensor receiver module KY-022 Specifications: Infrared remote control distance: more than 8 meters Launch tube infrared wavelength: 940Nm IR Reciever Crystal frequency: 455KHZ crystal 17 1 Module Carrier frequency: 38KHZ Encoding: encoding format for the NEC Size: 86 * 40 * 6mm Power: CR2025/1600mAH

KY-013 Analog Temperature Sensor module consist of a Temprature/Fla NTC thermistor and a 10 kΩ resistor. The resistance 18 1 me Sensor of the thermistor varies with surrounding temperature

KY-020 Tilt Switch consists of a 10kΩ resistor and a metallic ball switch with bidirectional conduction that will Tilt switch open/close the circuit depending on its tilt degree. It 19 1 module does not measure tilt angle.

LDR (Light Dependant Resistor) Diameter : 5mm No. of Pins : 2 Type of Mounting : PCB Through Hole Maximum Operating Temperature : +800C 20 LDR 5mm (Approx.) 2 Dark resistance:1-20M ohm Voltage, ac or dc peak: 100V Current: 5mA Operating temperature range: -25°C +75°C

With Button Cap Dimensions: 12 mm General Tolerance: X.X=±0.4X.XX=±0.25 Rating 50mA @ 12VDC 5. Operating Force: 160 `50 gms Button Switch Travel: 0.35mm ±0.1 21 4 with Cap Contactless Resistance: 100 mOhms Mechanical/Electrical Life 200,000 cycles/Min. Insulation Resistance: 100M OHMS Min. at 500VAC Dielectric Strength: 250VAC For 1 Min 2002/95/EC (ROHS) Compliant

Remote control distance: more than 8 meters Launch tube infrared wavelength: 940Nm Crystal: the oscillation frequency of 455 KHz IR carrier frequency: 38KHz Encoding: the encoding format of the NEC, upd6122 encoding scheme, the user code 00FF, key coding 1X IR remote 22 below picture 1 control Size: 86 * 40 * 6mm Frequency: 38K Power supply: CR2025/160mAH Button: free height is less than 3mm, the force 200- 350g, the life of more than 200,000 button presses

Page 19 of 77 This is a high quality, 4- digit 7-segment display - red in color. It has a common cathode. The display features one decimal point per digit, and individually controllable apostrophe and colon points.

The LEDs have a forward voltage of 2.1VDC and a Four digital 23 max forward current of 20mA. The hardware 1 tube interface is sixteen (two rows of eight) through- hole pins.

Dimensions: Overall Display: 40.18 x 12.8 mm (1.58 x 0.50") Digit Height: 10mm (0.39") Common Cathode, 14.2mm, Red Digit Size: 14.2mm x 8.1mm Current consumption : 30mA / segment One digital Peak current : 70mA 24 1 tube Reverse Voltage: 3V Operating Temperature: - 25°C to +85°C

28BYJ-48 With Driver Module ULN2003 64 steps per rotation (5.625 degrees per step) Diameter: 28mm 5V Stepper Length: 274mm motor 25 Shaft Size: 5mm diameter x 8mm long 1 with ULN2003 Mounting Hole Distance: 32mm center to center Driver Module Mount Hole Diameter: 4mm

Servo MG90S (Metal gear) Maximum Rotation: 0° - 180° Weight: 13.4g Dimension: 22.8×12.2×28.5mm Stall torque: 1.8kg/cm (4.8V); 2.2kg/cm (6.6V) Operating speed: 0.10sec/60 degree (4.8V); 0.08sec/60 degree (6.0V) 26 Servo MG90S 1 Operating voltage: 4.8V Temperature range: 0 °C -55 °C Dead band width: 1us Power Supply: Through External Adapter servo wire length: 25 cm Servo Plug: JR (Fits JR and Futaba) 3 Servo Plastic Arms & 3 screws included 16x2 Blue, Backlight I2C breakout Module for LCD (soldered) LED is 16-Character 2- Line, blue Screen and white Character (STN Negative Blue) Be I2C- Bus Interface that can connect 8 devices LCD1602 IIC together in the same bus (setup different Address) 27 1 I2C Supply voltage: 5V Interface:I2C/TWI x1,Gadgeteer interface x2 Adjustable contrast Size: 80x36x20mmz(3.1x1.4x0.7in)

KY- 015 Operating Voltage: 3.5V to 5.5V Operating current: 0.3mA (measuring) 60uA (standby) DHT11 Digital Output: Serial data Temperature 28 Temperature Range: 0°C to 50°C 1 and Humidity Humidity Range: 20% to 90% Sensor Resolution: Temperature and Humidity both are 16- bit Accuracy: ±1°C and ±1%

Water sensor brick is designed for water detection, which can be widely used in sensing the rainfall, water level, even the liquate leakage. The brick is mainly comprised of three parts: An Electronic brick Water level connector, a 1 M resistor, and several lines of bare 29 measurement 1 conducting wires. module

RFID Card Inductive Module with Key Chain

Specifications:

Current :13- 26mA / DC 3.3V Idle Current :10-13mA / DC 3.3V Sleep current: <80uA Peak current: <30mA Operating Frequency: 13.56MHz Supported card types: S50, S70, UltraLight, Pro, Desfire Product Physical Characteristics: Dimensions: 40mm RFID module × 60mm 30 1 MFRC-522 Environmental Operating temperature: - 20- 80 degrees Celsius Environment Storage temperature: - 40- 85 degrees Celsius Relative Humidity: 5% - 95% Data Transfer Rate: Max. 10Mbit / s

Package Included: 1 X RFID-RC522 module one; 1 X Standard S50 Blank Card; 1 X S50 shaped cards one (as shown keychain shape); 1 X Straight row pin KY 037 High Sensitivity microphone sound sensor module

Features: Mounting screw hole 3mm SOUND 31 5V DC power supply 1 MODULE Analog output Threshold level output flip High sensitive microphone Power indicator light Comparator output is light

Page 20 of 77 5V Relay interface board, Equiped with high-current relay, AC250V 10A ; DC30V 10A Standard interface that can be controlled directly by Single Channel microcontroller (Arduino , 8051, AVR, PIC, DSP, 32 Relay module ARM, ARM, MSP430, TTL logic) 1

Comes with on board LED Indicator

PCB a single panel, size: 42mm * 24mm * 12mm(max) Colour: green (as the picture shows) with 4 holes, about 3.1mm in diameter genuine spare battery for the celestial sphere CR2032, Voltage 3V, current is 260mAh, non- rechargeable batteries. Crystal 32.768KHz, matching capacitance 6pF, size 2 * 6mm DS1302 made large 8-pin DIP chip, chip, IC Block 33 RTC Module below for easy replacement and plug the chip 1 module operating voltage compatible 3.3V/5V, 5V and 3.3V microcontrollers can be connected with Operating temperature: 0-- 70 VCC and GND must not be reversed, or it will burn the chip 51 MCU P0 port requires a pull-up if your single- chip pull-up resistor is not connected, you can port the data cable to the other

The 4x4 Keypad features 16 push buttons arranged as 4x4. It contains high quality pcb with on board 16 push buttons.

4x4 Matrix 34 1 Keyboard

KY-016 5mm RGB crystal LED RGB LED module consists of a plug-in full color LED made by R, G, B three pin PWM voltage input can be adjusted section three primary colors (red/blue/green) strength in order to achieve full color mixing effect. Control of the module with the Arduino RGB Three 35 can be achieved cool lighting effects. 1 Color Module Features: RGB trichromatic limiting resistor to prevent burnout PWM adjusted color mixing Working voltage: 5V LED drive mode: Common cathode driver

Breadboard Power Supply Module Breadboard power supply module, with 5 V, 3.3 V output voltages Apply to any Standard breadboard Input voltage: 6.5-12 V (DC) or 5V USB power supply Output voltage: 3.3V and 5V can switch over Maximum output current: <700 ma Input voltage ON/OFF switch Independent control of upper and Lower Power Supply BreadBoard Power Rails. Can switch over to 0 V, 36 Module MB- 1 3.3 V, 5 V using jumpers on any rail. 102 On-board two groups of 3.3V, 5V DC output plug pin, convenient external lead use. Connectors: 1x Barrel 5mm Connector (center +ve) for Input Power 1x USB connector for 5V input or 5V output 4x 2 Pin Headers pointing downward for 3.3V or 5V output (to get output using flying wires) 1x 2×4 Header for 3.3V and 5V output 2x 1×4 selection jumper for 3.3V/OFF/5V Standard DC Motor with soldered Connectors Operating Temperature: -10°C ~ +60°C Rated Voltage: 6.0VDC Rated Load: 10 g*cm No-load Current: 70 mA max No-load Speed: 9100 ±1800 rpm DC Motor Loaded Current: 250 mA max 37 with Fan / 1 Loaded Speed: 4500 ±1500 rpm Wires Starting Torque: 20 g*cm Starting Voltage: 2.0 Stall Current: 500mA max Body Size: 27.5mm x 20mm x 15mm Shaft Size: 8mm x 2mm diameter Weight: 17.5 grams HC-SR501 The PIR (Passive Infra-Red) Sensor is a pyroelectric device that detects motion by measuring changes in the infrared (heat) levels emitted by surrounding objects. When motion is detected the PIR Sensor outputs a high signal on its output pin. This logic signal can be read by a microcontroller or used to drive an external load. Dual output modes and a sensible design that performs within stated datasheet specifications are a few reasons over 100,000 units are in use around the world.

Electrical Parameters: 38 PIR Sensor 1 Product Type: HC--SR501 Body Sensor Module Operating voltage range: DC 4.5-20V Quiescent Current: <50uA Level output: High 3.3 V /Low 0V Trigger: L can not be repeated trigger/H can be repeated trigger (Default repeated trigger) Delay time: 5-200S(adjustable) the range is (0.xx second to tens of second) Block time: 2.5S(default)Can be made a range(0.xx to tens of seconds Board Dimensions: 32mm*24mm Angle Sensor: <100 ° cone angle Operation Temp: -15-+70 degrees

Page 21 of 77 LED Display Module MAX 7219 Dot Matrix for Arduino Features: Model:MAX7219 Can drive an 8 x 8 common cathode lattice Module with input and output interfaces, supports multiple modules cascade The left of the module has an input port and the right an output port The control of a single module, simply input port to the CPU Multiple modules cascade input termination CPU, 2 Dot Matrix output termination module, a module of the input of the 39 8x8 input terminal, the output terminal of the first two 1 MAX7219 modules of the first three modules, and so on Specifications: Operating voltage: 5V With four screws hole(diameter: 3 mm) For example 51 MCU: VCC - 5V GND - GND DIN - P22 CS - P21 CLK - P20 Size of the borad: 5 x 3.2 cm Net weight:17 g Color:As shown in the pictures 1N4007 Rectifier Diode Low Forward Voltage Drop IN4001 40 High surge Current Capability 2 Rectifier Diode

2N2222 NPN Collector−Emitter Voltage 40 Vdc Collector−Base Voltage 75 Vdc Emitter−Base Voltage 6.0 Vdc Collector Current − Continuous IC 600 mAdc Transistor 41 Total Device Dissipation @ TA = 25°C 2 2n2222 NPN Derate above 25°C PD 625 5.0 mW mW/°C Total Device Dissipation @ TC = 25°C Derate above 25°C PD 1.5 12 W mW/°C Operating and Storage Junction Temperature Range TJ, Tstg −55 to +150 °C GY-61 - Analog acceleration sensor module using ADXL335

Pin Description: 1 VCC power supply range of 3-5v 2 X_OUT X-axis output 3 Y_OUT Y-axis output ADXL335 4 Z_OUT Z-axis output Analog 42 5 GND Ground 1 Accelerometer Module Parameter Description 3 ~ 5 V power supply 400uA supply current Analog output communication interface Operating Temperature -40 ° ~ 85 ° Dimensions (L * W * H) 15.7mm × 20.3mm × 11.6mm F240/G235 Double-layer anti-fall activity parts box Size: length 234* width 168* height 62mm Component Material: transparent PP

43 Features: waterproof, anti-UV, anti-corrosion, 1 Box

internal box detachable

No. of Items in Kit 31

Page 22 of 77

SENSORS KIT

Sr. Item(s) Item Details / Specifications Qty KY-006 The Buzzer Module consists of a passive piezoelectric Small passive 1 buzzer, it can generate tones between 1.5 to 2.5 kHz by 1 buzzer module switching it on and off at different frequencies either using delays or PWM. KY-031 The knock sensor, detects the knocks and the taps. It Knock sensor can work like a switch. The sensor sends data 2 1 module momentarily to the board. To keep the LED on, the button state change codes should be used. So the sensor will work as a switch. SW-420 The default state of the swith is close Digital output Vibration switch 3 Supply voltage:3.3V-5V 1 module On-board indicator LED to show the results On-board LM393 chip Dimension of the board: 3.2cm x 1.4cm KY-009 RGB Full Color LED SMD Module consists of a 5050 RGB LED SMD 4 SMD LED, use with limiting resistors to prevent 1 module burnout. Compatible with popular electronics platforms like Arduino, Raspberry Pi and ESP8266. KY-005 Infrared The Infrared Transmitter Module consists of just a 5mm 5 Transmitter IR LED. It works together with the Compatible with 1 Module popular electronics platforms like Arduino, Teensy, Raspberry Pi and ESP8266. KY-017 This module consists of a mercury switch, a 680Ω Mercury open 6 resistor and an LED that will light up when tilt is 1 optical module detected. The mercury ball will open/close the circuit when the module is rotated. Automatic KY-034 7 flashing colorful Voltage range: 3.3V - 5V 1 LED module 5MM 7-colour LED

KY-021 Mini magnetic Arduino magnetic reed switch module Keyes. A reed 8 1 reed modules switch is a magnetic sensor that is normally open and gets closed when exposed to a magnetic field.

Page 23 of 77

KY-003 Hall Magnetic Sensor consists of a 3144EUA-S Hall magnetic sensitive Hall-effect switch for high-temperature 9 1 sensor module operation, a 680Ω resistor and a LED. Compatible with popular electronics platforms like Arduino and Raspberry Pi. KY-040 With Cap rotary encoder is a rotary input device (as in knob) that Rotary encoder 10 provides an indication of how much the knob has been 1 module rotated AND what direction it is rotating in. It’s a great device for stepper and servo motor control. You could also use it to control devices like digital potentiometers.

IR Infrared Slotted Optical Speed Measuring Sensor 11 Speed Sensor 2 Detection Optocoupler Module

KY-039 Detect the This project uses bright infrared (IR) LED and a 12 1 heartbeat module phototransistor to detect the pulse of the finger, a red LED flashes with each pulse KY-008 Laser sensor Laser transmitter module consists of 650nm red laser 13 1 module diode head and a resistor. Handle with caution, do not look directly into the laser head. KY-001 Temperature Temperature Sensor Module consists of a DS18B20 14 1 sensor module single-bus digital temperature sensor, an LED and a resistor. KY-026 Flame Sensor Module consist of a 5mm infrared Flame sensor receiver LED, a LM393 dual differential comparator a 15 1 module 3296W trimmer potentiometer, six resistors and two indicator LEDs. The board features an analog and a digital output. KY-023 Joystick module consists of two 10k potentiometers XY-axis joystick perpendicularly positioned to control the X and Y axis 16 1 module by changing the resistance when the joystick is moved. A push button is activated when the joystick is pushed down the Z axis.

Arduino UNO Ethernet Sheild Operating voltage 5V (supplied from the Arduino Board) Ethernet Controller: W5100 with internal 16K buffer Connection speed: 10/100Mb Connection with Arduino on SPI port 17 Ethernet Shield IEEE802.3af compliant 1 Low output ripple and noise (100 mVpp) Input voltage range 36V to 57V Overload and short- circuit protection 9V Output High efficiency DC/DC converter: typ 75% @ 50% load 1500V isolation (input to output)

Page 24 of 77 Standalone GPS receiver 9600 baud (default setting; can be changed) 3.3V Device 3.3V TTL IOs; (FYI, the TX 3.3V ‘high’ state will be sufficient to drive normal 5V microcontroller TTL inputs without additional hardware) Onboard LED which flashes to indicate lock U-blox NEO-6M GPS module Under 1 second time-to-first-fix for hot and aided starts Indoor GPS: -162 dBm tracking sensitivity Anti-jamming technology 18 GPS Module 1 Support SBAS (WAAS, EGNOS, MSAS, GAGAN) U-blox 6 50 channel positioning engine with over 2 million effective correlators Timepulse 5Hz position update rate Operating temperature range: -40 TO 85°C UART TTL socket EEprom to store settings Mounting Hole: 3mm Module size: 23mm x 30mm Antenna size: 25mm x 25mm Cable Length: 50mm

Microcontroller: Tensilica 32-bit RISC CPU Xtensa LX106 Operating Voltage: 3.3V Input Voltage: 7-12V Digital I/O Pins (DIO): 16 Analog Input Pins (ADC): 1 UARTs: 1 SPIs: 1 19 Node MCU 1 I2Cs: 1 Flash Memory: 4 MB SRAM: 64 KB Clock Speed: 80 Mhz Wi-Fi: IEEE 802.11 b/g/n: Integrated TR switch, balun, LNA, power amplifier and matching network WEP or WPA/WPA2 authentication, or open networks

Size 25 × 24 × 9 mm Weight: 3g Still resolution: 5 Megapixels Video modes: 1080p30, 720p60 and 640 × 480p60/90 Linux integration: V4L2 driver available Sensor: OmniVision OV5647 Sensor resolution: 2592 × 1944 pixels Sensor image area: 3.76 × 2.74 mm 20 Pi CAM 1 Pixel size: 1.4 µm × 1.4 µm Optical size: 1/4"Full-frame SLR lens equivalent: 35 mm S/N ratio: 36 dB Dynamic range: 67 dB @ 8x gain Sensitivity: 680 mV/lux- sec Dark current: 16 mV/sec @ 60 C Fixed focus: 1 m to infinity Focal ratio (F-Stop):2.9

F240/G235 Double-layer anti-fall activity parts box Size: length 234* width 168* height 62mm 21 Component Box 1 Material: transparent PP Features: waterproof, anti-UV, anti-corrosion, internal box detachable No. of Items in Kit 22

Page 25 of 77 RASPBERRY PI KIT Sr. Item(s) Item Details / Specifications Qty roadcom BCM2711, Quad core Cortex-A72 (ARM v8) 64- bit SoC @ 1.5GHz 1GB SDRAM 2.4 GHz and 5.0 GHz IEEE 802.11ac wireless, Bluetooth 5.0, BLE Gigabit Ethernet 2 USB 3.0 ports; 2 USB 2.0 ports. Raspberry Pi standard 40 pin GPIO header (fully backwards compatible with previous boards) 2 × micro-HDMI ports (up to 4kp60 supported) 2-lane MIPI DSI display port 2-lane MIPI CSI camera port 1 Raspberry Pi 4 Model B 1 4-pole stereo audio and composite video port H.265 (4kp60 decode), H264 (1080p60 decode, 1080p30 encode) OpenGL ES 3.0 graphics Micro-SD card slot for loading operating system and data storage 5V DC via USB-C connector (minimum 3A*) 5V DC via GPIO header (minimum 3A*) Power over Ethernet (PoE) enabled (requires separate PoE HAT) Operating temperature: 0 – 50 degrees C ambient

The official Raspberry Pi case for Raspberry Pi 4 High-quality, two-part ABS construction Cut-outs for the dual micro HDMI, Audio/Video, USB 2 Pi Case 1 and Ethernet ports, as well as the USB-C power connector and access to the microSD card.

micro HDMI to VGA Female Video Adapter Cable, 1 end Micro HDMI to VGA 3 connector: HDMI Male, 2nd end connector: VGA Female, 1 Cable Audio Support, Resolution:Up to 1920x1080

Class 10 Original Sandisk Class 10 Micro SD card preinstalled with the NOOBS Raspberry Pi operating system. Perfect for both the Raspberry Pi 4 Model B , Raspberry Pi 3 or Raspberry Pi Zero W Details NOOBS Sd Card This is the hard drive and operating system for your 4 1 16 GB Raspberry Pi Extended partition to make full use of the SD card Ready to use – plug it in and you're ready to go Only the most current stable release of the operating system will be used High quality MicroSD card

Compatible with USB1.1/2. Powered by USB connection cable. No external power required. Fully plug and play. High speed data transfer. Convenient for carrying. Support hot-swapping. 5 SD Card Reader Directly in the reader quick and edit the file. 1 Specification

Support : win 98/2000/xp/mac os. Model No : CR-03. Support for TF card, micro SD card, micro MMC card High transfer rate of up to 480Mbps.

The official Raspberry Pi USB-C 15.3W power supply. Built specifically for the Raspberry Pi 4 Model B 6 Adapter 5V 3A 1 European 2-Pin plug 5.1V 3A output provides all the power your Raspberry Pi 4 Model B will need

F240/G235 Double-layer anti-fall activity parts box Size: length 234* width 168* height 62mm 7 Component Box 1 Material: transparent PP Features: waterproof, anti-UV, anti-corrosion, internal box detachable

No. of Items in Kit 7

Page 26 of 77 ROBOTIC CAR KIT Sr. Item(s) Item Details / Specifications Qty Microcontroller ATmega328P DIP ATMEGA32u4 USB Convertor Operating Voltage 5V Input Voltage 7-12V Input Voltage (limit) 6-20V Digital I/O Pins 14 PWM Digital I/O Pins 6 1 Arduino UNO R3 1 Analog Input Pins 6 Flash Memory 32 KB (ATmega328P) of which 0.5 KB used by bootloader SRAM 2 KB (ATmega328P) EEPROM 1 KB Clock Speed 16 MHz LED_BUILTIN 13

USB 2.0 Cable Type A/B Shielded Heavy Duty 2 Arduino Cable Connect Arduino Uno or any board with the 1 USB female A port of your computer.

Arduino Uno Enclosure - Clear Plastic The enclosure provides slots to access each header, USB port, power jack, the reset button, AREF and ICSP connectors, as well as feet and vents to ensure the 3 Arduino UNO Case 0 1 board gets proper cooling and slide-in wall mounting slots. All of the status LEDs on the Uno are visible through the case thanks to light pipes embedded in the design. Li-ion Cell 18560 Frame size: 9V Block Dimensions (L x B x H mm): 26,2 x 15,2 x 48,5 Weight (g): 40.0 Electrochemical System: Nickel-Metal Hybrid 4 3 Capacity: 200mAh Nominal Voltage: 8.4V Jacket: Plastic Int. Frame size to IEC: HR6F22

18650 Li-ion 3 Cell Wire ends stripped and tinned Holder Battery Connector Dimensions: 28mm (1.1") length x 15.8mm (0.6") width x 6.3mm (0.24") height 5 1 Total Length: 18cm (7") Wire Length: 15cm (5.9")

Prototyping Board 400 Point Solderless PCB Half size Breadboard – 400 Tie Points This is a half size breadboard with 400 tie points, it is half the length of the standard size breadboard 6 20-29 AWG (0.3-0.8mm) wire. 1 55mm x 85mm x 10mm Weight: 40 grams

Bluetooth Bluetooth HC 05 Typical -80dBm sensitivity Up to +4dBm RF transmit power Low Power 1.8V Operation 7 1.8 to 3.6V 1 I/O PIO control UART interface with programmable baud rate With integrated antenna With edge connector

Switch This single-pole, double-throw (SPDT) rocker switch makes a great on/off power switch. It is rated for 10 A at 125 VAC and 8 6 A at 250 VAC. 1

IN4001 Rectifier 1N4007 Diode Rectifier Diode Low Forward Voltage Drop 9 0 High surge Current Capability 2

Page 27 of 77 Capcitor 4700uF Polar capacitor 4700uF 16V 10 2 Radial

Sensor: Ultrasonic HC-SR04 Distance Working Voltage: DC 5 V Working Current: 15mA Working Frequency: 40Hz Max Range: 4m 11 Min Range: 2cm 3 Measuring Angle: 15 degree Trigger Input Signal: 10uS TTL pulse Echo Output Signal: Input TTL signal and the range in proportion Dimension: 45*20*15mm

Line Follower Sensor TCRT5000 Module IR sensor with transistor output Operating Voltage: 5V Diode forward Current: 60mA 12 3 Output: Analog or digital data Transistor collector current: 100mA (maximum) Operating temperature: -25°C to +85°C

Dual Motor Driver Input Voltage: 3.2V~40Vdc Module Driver: L298N Dual H Bridge DC Motor Driver Power Supply: DC 5 V - 35 V Peak current: 2 Amps Operating current range: 0 ~ 36mA Control signal input voltage range: Low: -0.3V ≤ Vin ≤ 1.5V High: 2.3V ≤ Vin ≤ Vss Enable signal input voltage range: Low: -0.3 ≤ Vin ≤ 1.5V (control signal is invalid) 13 1 High: 2.3V ≤ Vin ≤ Vss (control signal active) Maximum power consumption: 20W (when the temperature T = 75 °C). Storage temperature: -25 °C ~ +130 °C On-board +5V regulated Output supply (supply to controller board i.e. Arduino) Size: 3.4cm x 4.3cm x 2.7cm

10 Pcs Pack Length: 30cm 0.1" Female header contacts on one end, 0.1" male header contacts on other end Jumper Wire: Male to Standard 0.1" (2.54mm) spacing when placed 14 Female strip 0 next to each other 1 10 Pcs Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”)

Jumper Wire: Male to 65 Pcs Pack Male Bundle Length: 65 Pcs 25 cm x 4 Pcs 20 cm x 4 Pcs 15 cm x 8 Pcs 10 cm x 49 Pcs 15 0 1 0.1" male header contacts on both ends Standard 0.1" (2.54mm) spacing when placed next to each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) Robot Chassis 1 x Car Chassis 2 x Gear Motor 2 x Car Tire Tyre Diameter: 6.6cm 2 x Fastener 1 x Universal Wheel 16 1 x 4-AAcell holder 1 2 x 20 slot Speed Encoder Minimum Thickness of car chasis: 3mm All parts as showin in picture

All Necessary Screws And Nuts

Ultrasonic sensor L Shaped Mounts 3mm Acrylic Mount for Ultrasonic distance sensor

17 3

Nut Bolts 3mm Diameter 1 Inch Length

18 6

Component Box Capacity: 7.9L / 267.13oz / 33.39cups Length: 323mm / 12.72in Width: 245mm / 9.65in Height: 137mm / 5.39in 19 Hinged clips lock 1

Stackable Clear Plastic

No. of Items in Kit 34

Page 28 of 77 ROBOTIC ARM KIT Sr. Item(s) Item Details / Specifications Qty Microcontroller ATmega328P DIP ATMEGA32u4 USB Convertor Operating Voltage 5V Input Voltage 7-12V Input Voltage (limit) 6-20V Digital I/O Pins 14 PWM Digital I/O Pins 6 1 Arduino UNO R3 1 Analog Input Pins 6 Flash Memory 32 KB (ATmega328P) of which 0.5 KB used by bootloader SRAM 2 KB (ATmega328P) EEPROM 1 KB Clock Speed 16 MHz LED_BUILTIN 13 USB 2.0 Cable Type A/B Shielded 2 Arduino Cable Heavy Duty 1 Connect Arduino Uno or any board with the USB female A port of your computer. Arduino Uno Enclosure - Clear Plastic The enclosure provides slots to access each header, USB port, power jack, the reset button, AREF and ICSP connectors, as well as feet and vents to 3 Arduino UNO Case ensure the board gets proper cooling and slide-in 1 wall mounting slots. All of the status LEDs on the Uno are visible through the case thanks to light pipes embedded in the design. 9V 3A High quality switching 'wall wart' AC to DC 9V 3000mA A wall power supply manufactured specifically for Electronics. These are switch mode power supplies Power Adapter (9V which mean the output is regulated to 9V and the 4 1 3A) capable output current is much higher (3000mA!). These will power most projects that don't require more than 1000mA of current. Works with most devices that use a 9V adaptor and less than 3A of power.

400 Point Solderless PCB Half size Breadboard – 400 Tie Points This is a half size breadboard with 400 tie points, it is half the length of the standard size breadboard 5 Prototyping Board 0 1 20-29 AWG (0.3-0.8mm) wire. 55mm x 85mm x 10mm Weight: 40 grams

This single-pole, double-throw (SPDT) rocker 6 Switch switch makes a great on/off power switch. It is 1 rated for 10 A at 125 VAC and 6 A at 250 VAC.

Directional movements are simply two potentiometers - one for each axis Compatible with Arduino interface The biaxial XY Joystick Module KY-023 applies ARDUINO Dimensions: 1.57 in x 1.02 in x 1.26 in 7 Joystick Module (4.0 cm x 2.6 cm x 3.2 cm) 1 Pins 1. GND: ground 2. +5V: 5V DC 3. VRx: voltage proportional to x position 4. VRy: voltage proportional to y position 5. SW: switch pushbutton

10 Pcs Pack Length: 30cm 0.1" Female header contacts on one end, 0.1" male Jumper Wire: Male to header contacts on other end 8 Female strip Standard 0.1" (2.54mm) spacing when placed next 1 10 Pcs to each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) 65 Pcs Pack Length: 25 cm x 4 Pcs 20 cm x 4 Pcs 15 cm x 8 Pcs Jumper Wire: Male to 10 cm x 49 Pcs 9 Male Bundle 1 65 Pcs 0.1" male header contacts on both ends Standard 0.1" (2.54mm) spacing when placed next to each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”)

Page 29 of 77 Robot Arm Chassis Complete Mg966R Servos Included Specification: Material: Aluminum Alloy Function: Clamping objects Color: Black Packing Includes: 5 X Multifunctional bracket 10 Robot Arm Chassis 4 X Long U shape bracket 1 1 X L shape bracket

4 X Cup bearing 1 X Alloy mechanical claw 3 X U beam bracket 6 X 25T Metal Servo Arm plate 6 X MG996R Servo 1 X Screw nuts 1 X Screwdriver

PCA9685 Servo Motor Driver 16-Channel 11 Motor Driver Servo 12 Bit 1 PWM Servo Motor Driver Module for controlling 16 free-running PWM outputs with just two pins.

Capacity: 7.9L / 267.13oz / 33.39cups Length: 323mm / 12.72in Width: 245mm / 9.65in 12 Component Box Height: 137mm / 5.39in 1 Hinged clips lock Stackable Clear Plastic No. of Items in Kit 12

Page 30 of 77 ADDITIONAL SUPPLIES KIT

Sr. Item(s) Item Details / Specifications Qty

40 Pcs Pack Length: 30cm 0.1" Female header contacts on one end, 0.1" male Jumper Wire: Male to Female 40 header contacts on other end 1 Pcs strip Standard 0.1" (2.54mm) spacing when placed next to 2 each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) 65 Pcs Pack Length: 25 cm x 4 Pcs 20 cm x 4 Pcs 15 cm x 8 Pcs Jumper Wire: Male to Male 10 cm x 49 Pcs 2 Bundle 0 2 65 Pcs 0.1" male header contacts on both ends Standard 0.1" (2.54mm) spacing when placed next to each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) 40 Pcs Pack Length:30 cm 0.1" Female header contacts on both ends Jumper Wire: Femlae to Female Standard 0.1" (2.54mm) spacing when placed next to 3 1 40 Pcs Strip each other Wire Colors: brown, red, orange, yellow, green, blue, purple, grey, white, black Gauge: 28 AWG (0.0126”) 26 AWG - Suitable for Breadboard This flexible 26AWG wire has silicone insulation with a red color and is very strong and durable. The wire is suitable for a voltage up to 600V and can be loaded with a maximum of ~ 3.5A, depending on the 4 Loose Wire 1 length.

Max Voltage: 600V Temperature: -60 ° C ~ 200 ° C Max Current: ~ 3.5A (depending on the length)

5mm Diffused 1.8-2.2VDC forward drop 5 LED Red 5mm 0 Max current: 20mA 25 Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

5mm Diffused 1.8-2.2VDC forward drop 6 LED Green 5mm 0 Max current: 20mA 25 Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

5mm Diffused 1.8-2.2VDC forward drop 7 LED Blue 5mm Max current: 20mA 25 Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

5mm Diffused 1.8-2.2VDC forward drop 8 LED: RGB Max current: 20mA 8 Suggested using current: 16-18mA Luminous Intensity: 150-200 mcd

220 Ohm Resistance 10pcs pack 1/4 Watt 9 RESISTOR 220R (10 Pcs Pack) 0 15 PTH Thick Leads Tolerance: +/-5 ohms

Page 31 of 77 1 kilo Ohm Resistance 10pcs pack 1/4 Watt 10 RESISTOR 1K (10 Pcs Pack) 0 15 PTH Thick Leads Tolerance: +/-5 ohms

10 kilo Ohm Resistance 10pcs pack 1/4 Watt 11 RESISTOR 10K (10 Pcs Pack) 0 15 PTH Thick Leads Tolerance: +/-5 ohms

1x Rotary Potentiometer - 50k Ohm, Logarithmic 1x Mounting Nut 1x Washer Electrical Characteristics Taper: Linear, audio Standard Resistance Range: 1K - 10K ohms Standard Resistance Tolerance: ±20 % Residual Resistance: 1 % max. Environmental Characteristics 12 Potentiometer 50k 0 6 Operating Temperature ...-10 °C to +50 °C Power Rating Linear: 0.2 watt Dual Section: 0.125 watt Audio: 0.1 watt Dual Section: 0.06 watt Maximum Operating Voltage Linear : 200 V Audio: 150 V Sliding Noise: 47 mV max

1N4007 Rectifier Diode 13 IN4001 Rectifier Diode 0 20 Low Forward Voltage Drop High surge Current Capability

2N2222 NPN Collector−Emitter Voltage 40 Vdc Collector−Base Voltage 75 Vdc Emitter−Base Voltage 6.0 Vdc Collector Current − Continuous IC 600 mAdc Transistor 14 0 Total Device Dissipation @ TA = 25°C 20 2n2222 NPN Derate above 25°C PD 625 5.0 mW mW/°C Total Device Dissipation @ TC = 25°C Derate above 25°C PD 1.5 12 W mW/°C Operating and Storage Junction Temperature Range TJ, Tstg −55 to +150 °C 8-Bit Serial-In, Parallel-Out Shift Wide Operating Voltage Range of 2 V to 6V High-Current 3-State Outputs Can Drive Up To 15 LSTTL Loads 15 74HC595N 0 Low Power Consumption, 80-µA Max ICC 5 Typical tpd = 14 ns ±6-mA Output Drive at 5 V Low Input Current of 1 µA Max Shift Register Has Direct Clear 18650 8-slot Li-ion battery charger Specification:

Product Name: 18650 Charger 8 slots Input voltage: 110-240V Output voltage: DC 4.2V Product size: 170*110*30mm 16 Li-ion Cell Charger 8 cell 2 Weight: 185 grams Battery model: 18650 Features: 8 slots are independently charged and do not interfere with each other. When charging, it lights up red. When fully charged, it lights up green. Automatically stop when fully charged, not overcharged. Frame size: 9V Block Dimensions (L x B x H mm): 26,2 x 15,2 x 48,5 Weight (g): 40.0 Electrochemical System: Nickel-Metal Hybrid 17 Li-ion Cell 18560 0 3 Capacity: 200mAh Nominal Voltage: 8.4V Jacket: Plastic Int. Frame size to IEC: HR6F22

Aluminium Electrolytic Capacitor Radial Leaded 18 Capcitor 4700uF 16VDC 10 4700uF 20% AEC-Q200

Corrugated Storage Carton 19 Cardboard Carton Size: 1 Length 2' x width 1' x height 1'

No. of Items in Kit 180

Page 32 of 77 Lot-4 Science Lab Equipment

Sr# Category Item Specification Unit

1. Beaker 100ml *Common Specification for Glassware Nos 2. Beaker 250ml *Common Specification for Glassware Nos 3. Beaker 50 ml *Common Specification for Glassware Nos 4. Beaker 500ml *Common Specification for Glassware Nos Blades (Safety 5. Good quality Pack of 6 razor) Conical Flask 6. *Common Specification for Glassware Nos Biology 100ml 7. Lab Cotton Wool large local made Nos Equipment pack 8. Dissecting Board 1x1 1/2 feet, soft wood single piece Nos Dissecting Box 12 stainless steel 12 pieces (Stainless steel 2 9. pieces imported foreceps, 2 scissors, 2 scaples, 2 needles, Nos quality Blow Pipe, Plastic Ruler, 2 dropping Pipettes) 10. Dissecting Tray steel made, size 20x25cm Nos 11. Funnel 4"dm *Common Specification for Glassware Nos 12. Funnel 6" dm *Common Specification for Glassware Nos Inoculation Loop Metal Handle with brass pin Nos 13. 5ul Does not scratch glass, Lint free High quality Pack of Lens Paper 14. pack of 50 50 Magnifying Glass handheld, good quality plastic Nos 15. 75mm Compound microscope with monocular non inclined or inclined which can be rotatable at 360 degree, 10x wide field eye piece according to DIN standard, Revolving nosepiece with positive click stop, three Microscope objectives, 4x, 10x, 40x, which should be Nos Compound Biology parfocal, parcentred and coated to resist

Lab reflection, plain stage with locked on clips,

Equipment Disc diaphragm, Reflecting mirror, with

standard electric microscope LAMO, with 16. blue condenser (optional) Microscope 20x in wooden box with reflecting mirror Nos 17. (Dissecting) Microscope Cover thickness 0.3-0.17mm Nos 18. Slip 18x18mm Microscope Slides Pack of Ground Edge thickness 1-1.2mm 19. plain 10 Petri Dish 100mm glass, non-reactive with chemicals Pack of 5 20. 21. Pipette (10 ml) *Common Specification for Glassware Nos 22. Plant Presser size Seasones wood 12'x18', with tighting brass Nos

Page 33 of 77

Sr# Category Item Specification Unit

12"x18 inches screws

23. Plate (Glass) transperant glass 250mmX250mm Nos Reagent Bottle *Common Specification for Glassware , Nos 24. 125ml Specimen Jar with 60x120mm clear glass with shock and heat Nos 25. lids resistance 26. Stop Watch digital with lap timing Nos 27. Stopper (Cork) Rubber made Nos 28. Syringe 10cc, disposable (plastic) Nos 29. Watch Glass glass 50 - 70 mm Nos Conjugation in Nos 1 Paramecium Mitosis and set of 12 Meiosis in Onion Good quality (ready to view slides) slides root tip (set of 12 each 2 slides each) Slides 3 Nerve Cell Nos 4 Phylum (any) Nos Rhizopus and Nos 5 Mushroom 1 each Section of Animal Nos 6 Tissues Transverse Section of Artery, Vein Nos and Capillary 1 7 each Transverse Section of Human Small Nos 8 Intestine Transverse Section Slides Good quality (ready to view slides) of Leaf, Root and set of 3 Stem of Brassica 1 slides 9 each Transverse Section of Mammalian Air Nos 10 sacs Transverse Section Nos 11 of Woody stem 1 Ascorbic Acid 90% 500grams 2 Benedict's solution 90% 500ML Bromothymol - 500ML 3 Biology blue solution Lab/Reagent Grade Lab Copper Sulphate 400 4 Chemicals solution 90% grams 400 Diastase 5 Lab/Reagent Grade grams 6 Distilled water Commercial Grade Liter

Page 34 of 77

Sr# Category Item Specification Unit

400 Eosine 7 Lab/Reagent Grade Grams 400 Ethanol 8 90% grams 9 Biuret’s Solution 500ml Glucose Solution 400 10 01% 90% grams 11 Glycerine 90% 500ml Iodine Solution 500ml 12 01% 90% 400 Methylene solution 13 Lab/Reagent Grade grams Lab/Reagent Grade 400 Starch grams 14 Animal and Plant 1 Nos Cell 2 Biodiversity Nos Biogeochemical 3 Nos Cycles 4 Cell Division Nos 5 Germination Nos Human Body 6 Systems Size = 23' x 36 inch, Hard Nos

7 Charts Mandelian Card with lamination Nos Genetics Mechanism of 8 Nos Enzyme action 9 Plant Propagation Nos 10 Reflex Arc Nos 11 Structure of DNA Nos 12 Venous System Nos Transport of 13 Nos Material in Plants diemensions 14" X 10" X 10", 2x life-size model of the human regional brain which divides into 4 parts Highlights the emotional, sexual, memory and learning centers of the limbic system Biology 9 contrasting colors and hand-painted letter to 1. Human Brain Nos Models identify motor and sensory centers Clear identification of the different roles of the analytical left-brain and the creative right- brain 130 key structures of the brain are identified with corresponding key manual

Page 35 of 77

Sr# Category Item Specification Unit

Human removable parts for betterunderstanding, Diaphragm and 2. Dimensions: 10"x 15"x 4.5"(25 x 38 x 11cm) Nos Intercostal made with high quality plastic Muscles 10.6” x 7.75” x 0.75” inch (26.9cm x 19.7cm x 1.9cm) base constructed from plastic with 3 bottom mounting screws for maximum 3. Human Ear strength and support; Model constructed from Nos painted PVC plastic and displays the texture and features; Stationary with 2 removable middle and inner ear pieces 6--7 inch,Enlarged 5 times, 7 parts. After removing the upper half of the sclera (outer shell), the choroids with its varicose veins is exposed, with the removal of second shell 4. Human Eye (the choroids) details of spot is quite visible. Nos All important anatomical features such as muscle insertions, optic nerve, blood vessels, ciliary body, cornea, crystalline lens and iris etc. On base. Human Kidney With Adrenal Gland Model, 2 Parts - Hand Painted - 2 Hand Painted Parts - Approximate Size: 12 X 12 X 28 Cm ,2 5. Human Kidney Nos Part, Hand Painted, High Quality Human Kidney and Adrenal Gland Model. Shows Fine Details of the Human Kidney. Comes Numbered With an English Key Card. size 180cm, made with good quality PVC 6. Human Skeleton plastic with moveable stand and extra fine Nos Biology finishing

Models 7. Pitcher Plant minimum 8inch plant with pot Nos 8. Sundew Plant minimum 8inch plant with pot Nos

1. Blue Litmus Paper High quality Nos

Borosilicate Glass 3.3, burettes rotaflo, fitted 2. Burettes 50ml with rotaflo general purpose screw thread Nos stopcocks featuring PTFE keys. Conical Flasks Borosilicate glass, base 85mm, height 3. Nos Chemistry 250cm3 140mm, neck 34mm Equipment 1 KG 4. Delivery Tubes straight shape bendable after heating, Pack

Finger print 5. magnatic Powder Magnetic powder imported 1 Oz Glass Capillary Length: 75mm. Inner diameter: 1.1 to 1.2mm. Pack of 6. Tubes Wall: 0.2mm ±0.02mm 100

Page 36 of 77

Sr# Category Item Specification Unit

Pack of 7. Filter Papers good quality 100

8. Forceps small, medium, large set of 3 Pack of 3 Finger print lifting handle:113mm, hair length 50mm, head 9. Nos Fiber glass brush diameter: 16mm imported Graduated 10. *Common Specification for Glassware Nos Cylinders 50cm3 Graduated 11. *Common Specification for Glassware Nos Cylinders 100cm3 Graduated Flask 12. *Common Specification for Glassware Nos 250cm3 13. Knives 6 inch stainless steel Nos Pack of 14. Match Boxes local made 10 Organic Waste 15. Can 80 litres high quality plastic can with lid Nos capacity 1 gram to 2 KG, Dual electric & Battery Operated,. Overload protection above 2 kg 16. Digital Balance Nos capacity , can be calibrated with external weight, AC adaptor for 220 Volts Pack of 17. pH paper (1 to 14) Imported quality 80

18. Red Litmus Paper Imported quality Nos Round Bottom 19. Distillation Flask *Common Specification for Glassware Nos 125ml 20. Rubber Tubing silicone made inside dia 0.25inches Nos 21. Sand Baths Local Made Nos 22. Test Tubes Borosilicate Glass, size: 10ml, 20ml Nos Material Borosilicate Glass 23. Chemistry Water Condenser Temperature (Deg. Celsius) 400 DegC Nos Equipment Maximum Temprature Capacity 400degC 24. Wire Gauze 5"x5" good quality Nos 1 Aluminum Foil 10 sft roll Roll Ammonium 400 2 Chloride 90% grams Ammonium 400 3 Nitrate 90% grams Chemistry Barium Chloride 400 Chemicals or any salt of grams 4 Barium 90% Calcium 250 5 Carbonate 90% grams Calcium Chloride 400 6 or any salt of Ca 90% grams

Page 37 of 77

Sr# Category Item Specification Unit

Calcium 400 7 Hydroxides 90% grams Concentrated 400 8 Hydrochloric Acid 37% grams Copper Chloride 400 9 or any salt of 'Cu' 90% grams 2,4-Dinitrophenyl 50 grams 10 Hydrazine 90% 11 Fehling's Solution local made with expiry Date 500ML 12 Ferric Chloride 90% 400 gram Finger print black 1 ounce 13 regular powder (imported latent development) imported 14 Fructose 90% 500grams 400 Glucose 15 90% grams 16 Iodine 90% 500ML 17 Litmus Solution local pack 500ML Magnesium 400 gram 18 Hydroxides 90% Methanol 500grams 19 90% 20 Methyl Orange 90% 25Grams 21 Nitric acid 65% 250 ML 400 Phenolphthalein 22 90% Grams Potassium 400 Chloride or any grams 23 salt 90% Potassium 500grams 24 Hydroxides 90% Potassium 400 25 Permanganate 90% grams 400 Powdered Zinc 26 90% grams 25 Grams Silver Nitrate Pack 27 90% Soap 500grams 28 Chemistry Sodium 400 29 Chemicals Bicarbonate 90% grams 400 Sodium Carbonate 30 90% grams 400 Sodium Chloride 31 90% grams 32 Sodium Hydroxide 90% 400

Page 38 of 77

Sr# Category Item Specification Unit

(pallets) grams

33 Sodium Metal Lab/Reagent Grade 200Grams 400 Sodium Sulphate 34 90% grams 400 Sulphuric Acid 35 85% grams 36 Baking Soda Local KG Alarm System Alarm System based on NAND gate logic Nos 1. (NAND GATE) system Alarm system Alarm System based on NOR gate logic Nos 2. NOR (GATE) system 3. AND gate module AND gate module Nos 2 meter long graduated at each 5 cm Hard (extrude Alumunium 3mm thick with stopper at the end. With V clamp attachable steel ball Angle iron 2m long (diameter not less than 16mm) with zero at 4. with steel ball lower end mark, Local made Nos 5. Bar magnet Cobalt steel size 10mmx10mmx5mm Nos with enamled insulated copper wire (24SWG) Circular coil wounded gradually (50, 75 & 100 turns) on a (fitted on wooden plasticring (inner diameter 100mm) fitted on Nos Physics board) farmica base with 4 Brass terminals mounted 6. Lab on chemically treated wood

Equipment Small

Common pins 1.5" with plastic beaded top 7. Box 8. Compass 16mm, imported quality Nos Concave mirror Optical true focal length (10cm to 15cm) & Nos 9. with stand (16cm to 20cm) having apprature 75mm single soldered plastic covered standard wire Connecting Wires Nos 10. (40/76) with crocodile clamps on both sides Convex lens (Long (Long-Apreture 2", 10cm focal length), and short Nos (Short-Appreture 1", 6cm focal length) 11. apprature) Drawing Board 1’x1’ good quality 12. Drawing board Small imported quality 13. pins Box Pair with Dry cell with box size C, battery cell and box 14. Physics box Lab Finger Print handle: 150mm Head diameter: 27mm Equipment Magantic Nos imported 15. Applicator

Page 39 of 77

Sr# Category Item Specification Unit

50mm diameter plastic pulley with ball bearing mounted on a 150 x 15mm diameter bar. Tapped holes are provided so that the Fixed Pulley Nos nylon pulley (with ball bearing) may be fitted onto the boss with its axis of rotation in any 16. one of the three planes. LCD, - Clamp for continuous current - Testing AC voltage, DC voltage Digital volt meter - Measures AC/DC current, AC voltage and frequency - Auto shut-off 17. - Aperture of the clamp: 18mm size 1.5 x 1.5" x 1.5" soda glass with blind Glass prism Nos 18. top & bottom Alluminum spring of winding length 23mm & diameter 1.5mm wire thickness 0.6mm +5 Helical spring slotted weight +hanger with screwed pointer Nos with nut at its back (6x50g=300g set) having 19. steel scale adjustable 0-500Ω, fine quality with plug key type 17 keys inclusing ∞ key (infinity key) coil High resistance wounded with wax coating on black plastic Nos box sheet (9.5 x 4") & thickness 5mm with red 20. wood box 75mm with Roller & Pan, Superior Quality, simple inclined plane made of polished hardwood board hinged at one end to wooden base board. A 38mm plastic pulley in U- bracket is mounted on the other end of inclined plane supports masses suspended from the thread with other end tied to the Inclined plane Nos object under observation. The index pointer fixed to the inclined surface moves along the arc scale attached to the baseboard and gives its angle of inclination. Includes two wooden block sliders for friction experiments, one metal roller in bracket with hook, one weight 21. pan with lightweight cord for suspension. 22. Iron powder High quality 500grams

Iron Nails “No school should 0.5",1",1.5,2" 100Grams be supplied more 23. than 5 unit” made of quality iron with 3 Retort Rings Iron stands with measuring 3", 4", 5" each with 24inch rod and Nos clamps 24. mounted on base of L=8" w=5" inch

Page 40 of 77

Sr# Category Item Specification Unit

13mm thick brass strip & brass terminals Key plugs (set of 4) Pack of 4 25. fitted on bakelite base (5mm thick) 26. knitting needle chrome plated (15cm long x 1.5mm diameter) Nos LED Indicator LED Indicator Module 27. Module Ray Box (220V), high quality, robust ray box. Designed with two slots to hold blanking plates, seven grooves for 28. Light ray box lenses. Nos Lime stone Local 500grams 29. 1-500 Ohms, fine quality with plug key type 13 keys including ∞ key (infinity key) coil Low resistance box wounded with wax coating on black plastic Nos sheet (9.5" x 4") & thickness 5mm with red 30. wood box Diameter 12mm, 18mm, 25mm, set of three Metallic bob Nos 31. brass 32. Metallic wire good quality Nos 33. Metre rod 8mm thick, width 25mm Nos Installed on plastic tranperant case (4x4) with NAND gate power supply 5 volts with electirc piezo Nos module 34. buzzer Physics Needles with Lab Good quality Nos 35. stands (Uprights) Equipment Installed on plastic tranperant case (4x4) with NOR gate module power supply 5 volts with electirc piezo Nos 36. buzzer Installed on plastic tranperant case (4x4) with NOT gate module power supply 5 volts with electirc piezo Nos 37. buzzer Installed on plastic tranperant case (4x4) with OR gate module power supply 5 volts with electirc piezo Nos 38. buzzer bakelite or steel made with 75mm diameter Pan Nos 39. with suspension cords and hook. 40. Plane mirror strip size 25mmx75mm, 3mm Nos 41. Polystyrene cups 100 ml polystyrene cups Nos 1.5V-12V (DC) variable valued 2 Ampere Power supply with both ammmeter & voltmeter with short Nos 42. circuit protection /tripper 43. Protractor plastic 180 degree Nos Allumium pulley, spoke type, Diameter, Pulley Nos 44. 75mm Rectangular glass (75mm x 50mm x 15mm) soda glass Nos 45. slab

Page 41 of 77

Sr# Category Item Specification Unit

Resistance Wire Nicrome 400grams 46. (1-9Ω) 50~60 Hz Material Mild Steel Rheostat Nos Voltage 220-240 V 47. Accuracy 1 - 2 % 48. Rubber pad 10x10 inch, 2mm thick Nos rust free (L.C=0.01mm) Screw gauge Nos 49. (pitch 0.5mm) Made of brass and finished in either chrome, Slotted weights bright brass or brass satin finish. with hangers set of Nos 200g (comprising of a hanger of 20g and 9 20g weights 50. slotted weights of 20g). Made of brass and finished in either chrome, Slotted weights bright brass or brass satin finish. with hangers set of Nos 500g (comprising of a hanger of 50g and 9 50g weights 51. slotted weights of 50g) Small metallic 13mm, 19mm,22mm, 25mm, and steel ball Nos 52. sphere with hole 22mm 53. Solid lead shots Lead ½ KG Transparent Plastic with adjustable scale Spring balance Nos 54. (upto 500grams) Resistance of 2.2Ω ,3.3 Ω, 4.7 Ω,6.8Ω,each Standard mounted on in a plastic enclosure with two Nos resistances brass terminals, Power tolerance 10 watts set 55. of Four Physics 56. Thermistor NTC type Nos Lab Thermometer 0 to Equipment 110 °C with half imported quality Nos 57. degree mark 58. Thread Unstretchable fine quality cone Nos Set of 8 pieces Tuning fork Corrosion Resistance, Surface Finish Nos 59. Galvanized, Thickness 10 - 25 mm 60. Vernier caliper Aluminum made, good quality Nos Wooden Wedges with metal strip at wooden made Nos 61. top Weight box with Red plastic weight box SS level, with Nos 62. fractional weights fractional weights 63. Wooden block 12x12 inches, 3mm thick Nos open frame construction, designed for Physics demonstration in labs.AC/DC motor driven AC Generator Nos Lab model While in rotation, the bulb provides 1. Models glow. 2. DC Motor 12Volt DC Motor half open structure Nos

Page 42 of 77

Sr# Category Item Specification Unit

(Medium Size)

Simple model made by covering copper wire Electromagnetic on plastic cylinder and LED bulbs attached Nos Induction with copper wire for illuminating. Also 3. included 4inch bar magnet for induction Fusion and Fission chart presenting Fusion and Fission model Nos 4. model

Common Specifications for Glassware * Borosilicate glass with 80% silicon Content, heat resistant upto 300C, uniform bore, uniform bends and joint, permanent graduation where required, clear glass

Page 43 of 77 Safety Equipment

Sr# Category Item Specification Unit

Length 35", Width 20", chemical resistant 1. Apron Nos material for lab use

(3) 3”x4’,Hazmat Socks (10) 12”x12” , Hazmat Pads (1 Qrt/0.94L), good quality Liquid Acid Neutralizer (1 Qrt/0.94L) good quality Liquid 2. Chemical spill kit Base/Alkaline Neutralizer Nos (1) Chemical Classifier Kit (1 pair.) Nitrile Gloves (1 pair.) Splash Goggles (1) Disposal Bag and Twist Tie (1) 19 Liter Plastic Bucket with Snap-On Lid Closure Method: Two-way Zipper 2 Panel Hood, Elastic Cuff, Elastic Waist & Disposable Ankle 3. Nos Coveralls Material: SMS Based Primary Material: Polypropylene Safety Large Size Equipment Disposable Vinyl Pack of 4. Gloves 20 Good Quality vinyl gloves Portable gravity operated eye wash station features a 6-10 gallon capacity, high-density polyethylene tank that provides for over 15 5. Eyewash stations Nos minutes of full pattern flushing at 0.4 gpm.easy filling with threaded cap, Supplied with wall bracket Material: half helmet for PVC, visor for PVC and impact resistant Brim protector forehead 6. Face Shield Nos Transparent visor, High: about 20.5cm Thickness: 1mm Headgear with adjustable knobs

Fire blankets size 1.8x1.8Mtr, Made of heavyweight, 7. Nos (large size) flame-retardant fiberglass, with cover

Page 44 of 77

Sr# Category Item Specification Unit

• Dry Chemical Powder based General purpose Fire Extinguisher for ordinary combustible materials, liquids, gases and fires under electric tension etc. • Specification compliance: BS 5423 / NFPA - 10 Fire Extinguisher • Min. 5kg powder contents capacity 8. Nos (5kg CO2) • Delivery system comprises of delivery pipe, Depressing liver locking nozel, color coded pressure meter, with wall mount hanger etc. • Instructions label • Approved by the PSQA / Insurance Associations or Other QA Org. of Pakistan Tablets(Panadol, over the counter Painkillers, banadge roll 2 , vinyl gloves 2 packs , 9. First aid kits tweezers 2, surgical scissors 2, sterile gauze Nos swab with box, alcohol prep pad, adhesive Safety wound dressing etc Equipment Flammable liquid 10. Nos storage cabinets 4 Gallon Flammable Storage Cabinets 2 Gallon capacity, Made of heavy 24-gauge stainless steel with a reinforced bottom. Equipped with Type 316 stainless steel flame arrester and fluoropolymer resin cap gasket. 11. Safety can Nos Bottom diameter: 28.5cm (111/4"). impervious to many liquid chemicals, Meet OSHA standards for safe industrial and construction practice Chart with information on type of fires and use of fire extinguisher 12. Safety Charts Nos Size = 23' x 36 inch, Hard card with lamination Splash/droplet: D3 standard, Protection for Splash, droplets and 13. Safety Goggles Nos sprays, saftey eyecup or cover type good quality

Page 45 of 77

Part-I Section V. Bidding Forms

1. Bid Submission Form

Date: No:

To [Client Address]

Having examined the bidding documents including Addenda Nos. [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of goods and services] in conformity with the said bidding documents for the sum of [total bid amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to (5%) percent of the Contract Price (if applicable) for the due performance of the Contract, in the form prescribed by the Purchaser.

We agree to abide by this Bid for a period of from the date fixed for Bid opening under Clause 22 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or gratuity

______

______

______(if none, state “none”)

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this ______day of ______20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 46 of 77

2. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Purchaser]

WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against IFB No. [reference of the Invitation to Bid] for the above goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid.

Page 47 of 77 3. Price Schedules (LOT wise)

Lot-1 [Electrical Equipment]

Unit Price Total Amount Sr. Item/Description Brand/Model/Origin Qty (Rs.) (Rs.) 1. 2. 3. 4. TOTAL AMOUNT (Rs.)

Lot-2 [5KVA UPS with Batteries]

Unit Price Total Amount Sr. Item/Description Brand/Model/Origin Qty (Rs.) (Rs.) 1. 2. 3. 4. TOTAL AMOUNT (Rs.)

Lot-3 [Makerspace IT Lab]

Unit Price Total Amount Sr. Item/Description Brand/Model/Origin Qty (Rs.) (Rs.) 1. 2. 3. 4. TOTAL AMOUNT (Rs.)

Lot-4 [Science Lab Equipment]

Unit Price Total Amount Sr. Item/Description Brand/Model/Origin Qty (Rs.) (Rs.) 1. 2. 3. 4. TOTAL AMOUNT (Rs.)

Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

Page 48 of 77 Part-II Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made on the ______between Chief Executive Officer, District ______, School Education Department (hereinafter called “the Purchaser”) of the one part and M/s ______(hereinafter called “the Supplier”) of the other part:

WHEREAS the Purchaser invited bids for certain goods (______) and has accepted a bid by the Supplier for the supply of those goods in the sum of PKR ______(Pak Rupees ______Only) hereinafter called “the Contract Price”.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: (a) the Bid Form and the Price Schedule submitted by the Bidder; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

For and on behalf of Client: For and on behalf of the Supplier: ______Chief Executive Officer District,______

Witnesses: ______

Page 49 of 77

2. Performance Security Form

To:

[Client Address]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated ______2020_____ to supply [description of goods and services] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the _____ day of ______20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 50 of 77 3. Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.______Dated ______

Contract Value: ______

Contract Title: ______

………………………………… [name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab (GoPb) or any administrative subdivision or agency thereof or any other entity owned or controlled by GoP through any corrupt business practice. Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto. [name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty. [name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP. Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier: ………… Signature: …………………… Signature: ………………………… [Seal] [Seal]

Page 51 of 77 Part-II Section II. General Conditions of Contract

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Purchaser and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

(c) “The Goods” means all of the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the organization purchasing the Goods, as named in SCC.

(h) “The Purchaser’s country” is Islamic Republic of Pakistan.

(i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract.

(j) “The Project Site,” where applicable, means the place or places named in SCC.

(k) “Day” means calendar day. 2. Application2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

3. Country of 3.2 For purposes of this Clause, “origin” means the place where the Goods Origin were mined, grown, or produced, or from which the Services are supplied.

Page 52 of 77 Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of Goods and Services is distinct from the nationality of the Supplier.

4. Standards 4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’ country of origin. Such standards shall be the latest issued by the concerned institution.

5. Use of 5.1 The Supplier shall not, without the Purchaser’s prior written consent, Contract disclose the Contract, or any provision thereof, or any specification, plan, Documents drawing, pattern, sample, or information furnished by or on behalf of the and Purchaser in connection therewith, to any person other than a person Information; employed by the Supplier in the performance of the Contract. Disclosure Inspection and to any such employed person shall be made in confidence and shall extend Audit by the only so far as may be necessary for purposes of such performance. Bank 5.2 The Supplier shall not, without the Purchaser’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.

5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Procuring Agency, if so required by the Procuring Agency.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof.

7. Performance 7.1 Within ten (10) days of receipt of the notification of Contract award, the Security successful Bidder shall furnish to the Purchaser the performance security in the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

Page 53 of 77

7.3 The performance security shall be denominated in the currency of the Contract acceptable to the Purchaser and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in Pakistan, in the form provided in the bidding documents or another form acceptable to the Purchaser; or

(b) a cashier’s or certified check.

7.4 The performance security will be discharged by the Purchaser and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in SCC.

8. Inspections 8.1 The Purchaser or its representative shall have the right to inspect and/or to and Tests test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the Goods’ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser may reject the Goods, and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.

8.4 The Purchaser’s right to inspect, test and, where necessary, reject the Goods after the Goods’ arrival in Pakistan shall in no way be limited or waived by reason of the Goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the Goods’ shipment from the country of origin.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under this Contract.

9. Packing 9.1 The Supplier shall provide such packing of the Goods as is required to Page 54 of 77 prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the Purchaser.

10. Delivery and10.1 Delivery of the Goods shall be made by the Supplier in accordance with Documents the terms specified in the Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier are specified in SCC.

10.2 Documents to be submitted by the Supplier are specified in SCC.

11. Insurance11.1 The Goods supplied under the Contract shall be delivered duty paid (DDP) under which risk is transferred to the buyer after having been delivered, hence insurance coverage is sellers responsibility.

12. Transpor-12.1 The Supplier is required under the Contact to transport the Goods to a tation specified place of destination within the Purchaser’s country, transport to such place of destination in the Purchaser’s country, including insurance and storage, as shall be specified in the Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.

13. Incidental13.1 The Supplier may be required to provide any or all of the following Services services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance of the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty

Page 55 of 77 obligations under this Contract; and

(e) training of the Purchaser’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged for other parties by the Supplier for similar services.

14. Spare Parts14.1 As specified in SCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under the Contract; and

(b) in the event of termination of production of the spare parts:

(i) advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty15.1 The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the Purchaser’s specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the Contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

Page 56 of 77 15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the Supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without costs to the Purchaser.

15.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, within a reasonable period, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

16. Payment16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC.

16.2 The Supplier’s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and Services performed, and by documents submitted pursuant to GCC Clause 10, and upon fulfillment of other obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later than thirty (30) days after submission of an invoice or claim by the Supplier.

16.4 The currency of payment is Pak. Rupees.

17. Prices17.1 Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in SCC or in the Purchaser’s request for bid validity extension, as the case may be.

18. Change Orders 18.1 The Purchaser may at any time, by a written order given to the Supplier pursuant to GCC Clause 31, make changes within the general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing; (c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

Page 57 of 77 18.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier’s receipt of the Purchaser’s change order.

19. Contract 19.1 Subject to GCC Clause 18, no variation in or modification of the terms of Amendments the Contract shall be made except by written amendment signed by the parties.

20. Assignment20.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent.

21. Subcontracts21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract.

21.2 Subcontracts must comply with the provisions of GCC Clause 3.

22. Delays in the22.1 Delivery of the Goods and performance of Services shall be made by the Supplier’s Supplier in accordance with the time schedule prescribed by the Performance Purchaser in the Schedule of Requirements.

22.2 If at any time during performance of the Contract, the Supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of Contract.

22.3 Except as provided under GCC Clause 25, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 23, unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of liquidated damages.

23. Liquidated23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Damages Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated

Page 58 of 77 damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 24.

24. Termination24.1 The Purchaser, without prejudice to any other remedy for breach of for Default Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 22; or

(b) if the Supplier fails to perform any other obligation(s) under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this clause:

“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.

24.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1, the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

25. Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22, 23, and 24, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its

Page 59 of 77 delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

25.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier and not involving the Supplier’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 or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

25.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations 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.

26. Termination26.1 The Purchaser may at any time terminate the Contract by giving written for Insolvency notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

27. Termination27.1 The Purchaser, by written notice sent to the Supplier, may terminate the for Contract, in whole or in part, at any time for its convenience. The notice Convenience of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

27.2 The Goods that are complete and ready for shipment within thirty (30) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a) to have any portion completed and delivered at the Contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Services and for materials and parts previously procured by the Supplier.

28. Resolution of28.1 The Purchaser and the Supplier shall make every effort to resolve Disputes amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

28.2 If, after thirty (30) days from the commencement of such informal

Page 60 of 77 negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified in SCC. These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed and/or arbitration.

29. Governing29.1 The Contract shall be written in the language specified in SCC. Subject Language to GCC Clause 30, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.

30. Applicable 30.1 The Contract shall be interpreted in accordance with the laws of Islamic Law Republic of Pakistan.

31. Notices 31.1 Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by fax and confirmed in writing to

the other party’s address specified in SCC.

31.2 A notice shall be effective when delivered or on the notice’s effective date,

whichever is later.

32. Taxes and 32.1 Supplier shall be entirely responsible for all taxes, duties, license fees, Duties etc., incurred until delivery of the contracted Goods to the Purchaser.

Page 61 of 77 Part-II Section III. Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.

1. Definitions (GCC Clause 1)

GCC 1.1 (g)—The Purchaser is: Chief Executive Officer, District Education Authority, Mandi Bahauddin, School Education Department

GCC 1.1 (h)—The Purchaser’s country is: Islamic Republic of Pakistan

GCC 1.1 (i)—The Supplier is: M/s ______

GCC 1.1 (j)—The Project Site is: List of concerned schools.

2. Country of Origin (GCC Clause 3)

3. Performance Security (GCC Clause 7) GCC 7.1—The amount of performance security, as a percentage of the Contract Price, shall be 05% covering warranty period of item/s (Five percent of the contract price) against warranty period in the shape of non-recourse, irrevocable and unconditional bank guarantee from scheduled bank of Pakistan or Insurance guarantee of AA rating company as per PACRA on the prescribed format attached with the bidding document.

4. Inspections and Tests (GCC Clause 8) (if applicable)

GCC 8.6— Inspection and tests prior to delivery of goods and at final acceptance are:- i) For being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier, where applicable) ii) For Physical Fitness having No Damages (Certificate from supplier, where applicable) iii) For the Country of Origin as quoted by the Supplier (Certificate from manufacturer, where applicable) iv) For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Inspection Committee of district in coordination with consultancy firm) v) For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Inspection Committee of district in coordination with consultancy firm)

5. Delivery and Documents (GCC Clause 10) (if applicable)

GCC 10.3— Upon shipment, the Supplier shall notify the Purchaser the full details of the shipment, including Contract number, description of Goods, quantity and usual transport document. The Supplier shall mail the following documents to the Purchaser:

Page 62 of 77

(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; (iii) Copies of the packing list identifying contents of each package; (iv) Insurance Certificate; (v) Manufacturer’s or Supplier’s Valid Warranty Certificate; (vi) Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report; and (vii) Certificate of Origin. (viii) The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock

6. Insurance (GCC Clause 11)

GCC 11.1— The Goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the Buyer after having been delivered. Hence insurance coverage is seller’s responsibility. Since the Insurance is seller’s responsibility, they may arrange appropriate coverage.

7. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are: A) At site complete training of Purchaser’s nominated staff regarding maintenance and operation of Goods. B) At site preventive maintenance on quarterly basis by the bidder’s qualified staff for one year, starting from final acceptance of goods.

The rate must include cost for all kinds of labor, inputs and material required for above, and all applicable government taxes and levies. In case a separate rate is not provided by the bidder for the above items, it shall be deemed to have been covered in the overall quoted cost.

8. Warranty (GCC Clause 15)

GCC 15.2—In accordance with the provisions, the warranty period shall be 12 months (service, parts and labor warranty) from date of Handing Over (Final Acceptance) of the Goods whichever occurs earlier. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:

(a) Make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC 4, or

(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these liquidated damages shall be 0.1 % of the contract price per day. The

Page 63 of 77 maximum amount of liquidated damages for the whole of the goods or part thereof shall be 5% of the contract price. or

(c) Replacement of the whole unit at site including transportation, installation, testing & commissioning etc in case of major defect at his own cost.

GCC 15.4 & 15.5—the period for correction of defects in the warranty period is 72 hours.

9. Payment (GCC Clause 16)

GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

Payment for Goods supplied: Payment shall be made by the concerned school in Pak. Rupees in the following manner:

Payment against Delivered Goods: Upon submission of claim, the supplier shall be paid within thirty (30) days of receipt of the Goods at site after performing the requisite inspection and tests as mentioned in SCC 4. 12. Prices (GCC Clause 17) GCC 17.1—Prices shall be: Fixed.

13. Liquidated Damages (GCC Clause 23) GCC 23.1—Applicable rate: 0.1 % of contract price per day Maximum deduction: 5 % of contract price 14. Resolution of Disputes (GCC Clause 28) GCC 28.3—The dispute resolution mechanism to be applied pursuant to GCC Clause 28.2 shall be as follows: In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to adjudication or arbitration in accordance with the Pakistan Arbitration Act, 1940.

15. Governing Language (GCC Clause 29) GCC 29.1—The Governing Language shall be: English.

16. Applicable Law (GCC Clause 30) GCC 30.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan which includes the following legislation:

The Employment of Children (ECA) Act 1991 The Bonded Labour System (Abolition) Act of 1992 The Factories Act 1934 17. Notices (GCC Clause 31)

GCC 31.1—Purchaser’s address for notice purposes – Office of the Chief Executive Officer, District Education Authority, District Mandi Bahauddin, School Education Department, Government of Punjab.

—Supplier’s address for notice purposes:

______. Page 64 of 77 Annex-A

Lot-1 Electric Equipment

Item Items Description Quantity

Electric i. Ceiling Fan 110 Equipment ii. Bracket Fan 117 iii. Light Bulb 169 iv. Switch Board 238

Delivery Stations Detail for Electric Equipment Part-I

Ceiling Bracket Light Switch SR# EMIS Code and School Name fan fan bulb board M.B.DIN 81 83 108 65 1 34610003 GHS MALAK WAL 3 0 6 0 2 34610006 GHS HARIA 6 0 6 8 3 34610010 GHS GOJRA 0 2 0 0 34610011 GHS ISLAMIA WARA 4 ALAM SHAH 0 0 5 5 5 34610012 GHS 0 0 3 0 6 34610016 GHS CHAK NO.26 0 0 0 4 34610023 GGHSS MIANA 7 GONDAL 5 2 0 2 8 34610024 GGHS MONA DEPOT 5 4 6 3 9 34610038 GGHS HARIA 2 6 4 1 34610039 GGHS BADSHAH 10 PUR 2 4 4 3 11 34610045 GGHS GOJRA 12 12 8 10 34610204 GGHS CHOT 12 DHEERAN 1 1 1 2 13 34620001 GHSS DHOK KASIB 2 0 4 2 14 34620007 GHS CHOROUND 6 2 5 2 34620015 GHS KUTHIALA 15 SHEIKHAN 1 0 0 0 16 34620016 GHS 0 2 0 3 34620020 GHS MANDI 17 BAHAUDDIN 0 2 6 0 34620021 GHS TAMIR-E- 18 MILLAT 6 4 8 2 34620022 GHS ISLAMIA 19 MANDI BAHAUDDIN 2 4 2 1 20 34620024 GHS 2 3 3 2 34620027 GHSS SOHAWA 21 BOLANI 0 6 0 4 22 34620029 GHS MANGAT 2 0 3 0 23 34620032 GGHS PUBLIC 0 3 0 0 Page 65 of 77

Ceiling Bracket Light Switch SR# EMIS Code and School Name fan fan bulb board M.B.DIN 81 83 108 65 M.B.DIN

24 34620034 GGHS 1 0 1 1 34620062 GGHSS NAI ABADI 25 RASUL 2 0 2 2 34620066 GGHS CHAK NO. 2 26 JANUBI 0 2 0 0 34620084 GGHS MC NEAR 27 FRUIT MANDI 2 3 2 0 28 34630015 GHS MANO CHAK 3 0 2 0 29 34630016 GHS PAHRIAN WALI 1 6 3 0 30 34630020 GGHS 6 4 5 0 31 34630021 GGHS JOKALIAN 0 0 3 1 34630058 GG BBS HS RANMAL 32 SHARIF 5 4 6 3 33 34630232 GGHS PHALIA AMIR 4 5 10 4 34 34630349 GGHS BHEKHO 0 2 0 0

Delivery Stations Detail Part-II Electric Ceiling Bracket Light SR# Emis Code and School Name switch fan fan bulb board M.B.DIN 29 34 61 173 1 34610001 GHSS BOSAL 1 0 0 0 2 34610003 GHS MALAK WAL 1 1 2 0 3 34610006 GHS HARIA 0 1 0 1 4 34610010 GHS GOJRA 0 4 0 13 5 34610015 GHS MONA DEPOT 0 1 0 0 6 34610016 GHS CHAK NO.26 0 0 4 21 34610017 GHS MIANA 7 GONDAL 0 1 0 0 8 34610038 GGHS HARIA 2 2 5 2 34620005 GHSS BHIKHI 9 SHARIF 0 3 0 0 10 34620007 GHS CHOROUND 0 1 3 4 34620010 GHS CHELIAN 11 WALA 0 2 0 10 12 34620016 GHS KADHAR 1 1 0 0 34620021 GHS TAMIR-E- 13 MILLAT 5 2 5 20 34620022 GHS ISLAMIA 14 MANDI BAHAUDDIN 2 0 0 2 34620027 GHSS SOHAWA 15 BOLANI 2 1 1 40

Page 66 of 77

Electric Ceiling Bracket Light SR# Emis Code and School Name switch fan fan bulb board M.B.DIN 29 34 61 173 16 34620029 GHS MANGAT 0 0 16 0 17 34620031 GGHS M.B.DIN 0 0 4 0 34620032 GGHS PUBLIC 18 M.B.DIN 0 1 3 19 34620036 GGHSS 19 CHALIANWALA 0 0 4 0 34620066 GGHS CHAK NO. 2 20 JANUBI 0 0 5 0 34620348 GHS MC MANDI 21 BAHAUDDIN 1 0 0 0 34620354 GGHS SUFI PURA 22 M.B.DIN 0 1 0 0 23 34630001 GHSS 0 2 0 4 34630016 GHS PAHRIAN 24 WALI 1 0 0 0 25 34630020 GGHS PHALIA 0 1 0 0 26 34630021 GGHS JOKALIAN 0 3 0 0 34630044 GGHS RAIRKA 27 BALA 4 0 5 17 28 34630049 GG BBS HS KALU 5 0 0 0 29 34630053 GGHSS HELAN 0 2 2 20 34630055 GGHS DHAREKAN 30 KALAN 4 4 0 0 31 34630061 GGHS NARANG 0 0 2 0

Lot-2 UPS 5KVa

Items to be procured Quantity

5 KVA UPS with Batteries and 40 Battery Bank

Detail of Delivery Stations

Sr# EMIS Code and School Name 5KVA UPS M.B.DIN Total 40 1 34610003 GHS MALAK WAL 1 2 34610010 GHS GOJRA 1 3 34610012 GHS RUKKAN 1 4 34610015 GHS MONA DEPOT 1 5 34610016 GHS CHAK NO.26 1 6 34610024 GGHS MONA DEPOT 1 7 34610039 GGHS BADSHAH PUR 1 8 34610045 GGHS GOJRA 1 Page 67 of 77

Sr# EMIS Code and School Name 5KVA UPS 9 34610204 GGHS CHOT DHEERAN 1 10 34620001 GHSS DHOK KASIB 1 11 34620005 GHSS BHIKHI SHARIF 1 12 34620007 GHS CHOROUND 1 13 34620010 GHS CHELIAN WALA 1 14 34620015 GHS 1 15 34620016 GHS KADHAR 1 16 34620020 GHS MANDI BAHAUDDIN 1 17 34620021 GHS TAMIR-E-MILLAT 1 1 18 34620022 GHS ISLAMIA MANDI BAHAUDDIN 19 34620027 GHSS SOHAWA BOLANI 1 20 34620029 GHS MANGAT 1 21 34620033 GGHS MANGAT 1 22 34620053 GHS 1 23 34620073 GGHS 1 24 34620080 GGHSS MIANWAL RANJHA 1 25 34620081 GGHS BHIKHI SHARIF 1 26 34620354 GGHS SUFI PURA M.B.DIN 1 27 34630001 GHSS QADIRABAD 1 28 34630009 GHS DHAUL RANJHA 1 29 34630015 GHS MANO CHAK 1 30 34630016 GHS PAHRIAN WALI 1 31 34630020 GGHS PHALIA 1 32 34630021 GGHS JOKALIAN 1 33 34630023 GGHS QADIR ABAD 1 34 34630044 GGHS RAIRKA BALA 1 35 34630047 GGHS DHOUL RANJHA 1 36 34630049 GG BBS HS KALU 1 37 34630051 GGHS GHANIAN 1 38 34630053 GGHSS HELAN 1 39 34630061 GGHS NARANG 1

40 34630288 GG BBS HS CHAK MANO 1

Lot-3 IT Lab Makers Space

Items to be Quantity procured Makers Space IT Lab For 64 Schools

Detail of Kits and cabinets for Each School Sr. Kit Quantity 1 Arduino Kit 9

2 Special Modules & Sensors Kit 1 Raspberry pi Kit 1 3 Page 68 of 77 Sr. Kit Quantity 4 Robotic Car Kit 7

Robotic Arm Kit 1 5 6 Additional Supplies Kit 1

Wall Mounted Cabinet Length 4’ x Depth 1.25' x Height 1’ Hinged Door x2 7 Locks x 2 2 Handles x2 Made with high quality laminated board (brown colour) complete in all respect with installation at site

Detail of Schools for Delivery of IT Lab Makers Spaces

SR# EMIS Code and School Name Quantity

Mandi Bahu Din 64 School 1 34610001 GHSS BOSAL 1 2 34610003 GHS MALAK WAL 1 3 34610006 GHS HARIA 1 4 34610010 GHS GOJRA 1 5 34610011 GHS ISLAMIA 1 6 34610012 GHS RUKKAN 1 7 34610015 GHS MONA DEPOT 1 8 34610016 GHS CHAK NO.26 1 9 34610017 GHS 1 10 34610023 GGHSS MIANA GONDAL 1 11 34610024 GGHS MONA DEPOT 1 12 34610038 GGHS HARIA 1 13 34610039 GGHS BADSHAH PUR 1 14 34610045 GGHS GOJRA 1 15 34610204 GGHS CHOT DHEERAN 1 16 34620001 GHSS DHOK KASIB 1 17 34620005 GHSS BHIKHI SHARIF 1 18 34620007 GHS CHOROUND 1 19 34620010 GHS CHELIAN WALA 1 20 34620015 GHS KUTHIALA SHEIKHAN 1 21 34620016 GHS KADHAR 1 22 34620020 GHS MANDI BAHAUDDIN 1 23 34620021 GHS TAMIR-E-MILLAT 1 24 34620022 GHS ISLAMIA MANDI BAHAUDDIN 1 25 34620023 GGHS MC MODEL M.B.DIN 1 26 34620024 GHS AHLA 1 27 34620027 GHSS SOHAWA BOLANI 1 28 34620029 GHS MANGAT 1 29 34620031 GGHS M.B.DIN 1 30 34620032 GGHS PUBLIC M.B.DIN 1 31 34620033 GGHS MANGAT 1 32 34620034 GGHS SAHNA 1

Page 69 of 77

SR# EMIS Code and School Name Quantity

Mandi Bahu Din 64 School 33 34620036 GGHSS CHALIANWALA 1 34 34620053 GHS JHOLANA 1 35 34620062 GGHSS NAI ABADI RASUL 1 36 34620066 GGHS CHAK NO. 2 JANUBI 1 37 34620073 GGHS PINDI BAHAUDDIN 1 38 34620074 GGHS KHUTHIALA SHEIKHAN 1 39 34620080 GGHSS MIANWAL RANJHA 1 40 34620081 GGHS BHIKHI SHARIF 1 41 34620084 GGHS MC NEAR FRUIT MANDI 1 42 34620348 GHS MC MANDI BAHAUDDIN 1 43 34620354 GGHS SUFI PURA M.B.DIN 1 44 34630001 GHSS QADIRABAD 1 45 34630009 GHS DHAUL RANJHA 1 46 34630015 GHS MANO CHAK 1 47 34630016 GHS PAHRIAN WALI 1 48 34630020 GGHS PHALIA 1 49 34630021 GGHS JOKALIAN 1 50 34630022 GGHS PAHRIAN WALI 1 51 34630023 GGHS QADIR ABAD 1 52 34630044 GGHS RAIRKA BALA 1 53 34630047 GGHS DHOUL RANJHA 1 54 34630049 GG BBS HS KALU 1 55 34630050 GG BBS HS MAKEN 1 56 34630051 GGHS GHANIAN 1 57 34630053 GGHSS HELAN 1 58 34630055 GGHS DHAREKAN KALAN 1 59 34630058 GG BBS HS RANMAL SHARIF 1 60 34630061 GGHS NARANG 1 61 34630072 GGHS BHEROWAL 1 62 34630232 GGHS PHALIA AMIR 1 63 34630288 GG BBS HS CHAK MANO 1 64 34630349 GGHS BHEKHO 1

Lot-4 Science Lab Equipment

Items Quantity Science Lab Equipment For 64 schools (Biology, Chemistry, Physics (Item wise detail at Equipment, Charts, Models, Annex-A) Chemicals and Safety Equipment)

Safety Equipment

Page 70 of 77

Total SR# Item Name Unit required 1 Safety Goggles Nos 512 2 Face Shield Nos 512 3 Disposable Coveralls Nos 342 4 Apron Nos 512 Pack of 5 Disposable Vinyl Gloves 20 523 6 Safety Charts Nos 64 7 Fire Extinguisher Nos 45 8 Fire blankets Nos 64 9 First aid kits Nos 47 10 Safety cans Nos 64 11 Eyewash stations Nos 64 12 Flammable liquid storage Nos 64 13 Chemical spill kit Nos 64

Biology Equipment Total SR# Item Name Unit Required

1 Beaker (50 ml) Nos 454 2 Beaker (100ml) Nos 382 3 Beaker (250ml) Nos 292 4 Beaker (500ml) Nos 352 5 Blades (Safety razor) Pack of 6 392 6 Conical Flask Nos 320 Large 7 Cotton Wool Pack 287 8 Dissecting Board Nos 296 9 Dissecting Box Nos 273 10 Dissecting Tray Nos 334 11 Funnel 6" dm Nos 398 12 Inoculation Loop Nos 213 13 Lens Paper Pack of 50 512 14 Magnifying Glass Nos 265 Microscope (Compound: 10X 15 eye piece, 4X, 10X and 40X Nos objectives) 45 16 Microscope (Dissecting) Nos 46 17 Microscope Cover Slip Nos 36 18 Microscope Slide (Plain) Pack of 10 395 19 Petri Dish Pack of 5 485 20 Pipette (10 ml) Nos 370 21 Plant Presser Nos 36

Page 71 of 77

Total SR# Item Name Unit Required

22 Plate (Glass) Nos 273 23 Reagent Bottle Nos 252 24 Specimen Jar Nos 471 25 Stop Watch Nos 281 26 Syringe Nos 609 27 Watch Glass Nos 290 28 Conjugation in Paramecium Nos 131 Mitosis and Meiosis in Onion Set of 12 29 root tip slides each 110 30 Nerve Cell Nos 145 31 Phylum Nos 127 Rhizopus and Mushroom 1 32 Nos each 125 33 Section of Animal Tissues Nos 124 Transverse Section of Artery, 34 Nos Vein and Capillary 135 Transverse Section of Human 35 Nos Small Intestine 123 Transverse Section of Leaf, Set of 3 36 Root and Stem of Brassica slides 125 Transverse Section of 37 Nos Mammalian Air sacs 114 Transverse Section of Woody 38 Nos stem 129

Biology Chemicals Total Sr.# Chemical Name Unit Required

1 Ascorbic Acid 500grams 50 2 Benedict's solution 500ML 45 3 Bromothymol -blue solution 500ML 39 4 Copper Sulphate solution 400 grams 51 5 Diastase 400 grams 46 6 Distilled water Liter 113 7 Eosine 400 Grams 40 8 Ethanol 400 grams 59 9 Biuret’s Solution 500ml 49 10 Glucose Solution 01% 400 grams 60 11 Glycerin 500ml 47 12 Iodine Solution 01% 500ml 53 Methylene Potassium 13 400 grams hydroxide blue 01% 64 14 Starch 400 grams 49

Page 72 of 77

Biology Charts

Total Sr# Chart Name Unit Require

d 1 Animal and Plant Cell Nos 49 2 Biodiversity Nos 49 3 Biogeochemical Cycles Nos 49 4 Cell Division Nos 47 5 Germination Nos 49 6 Human Body Systems Nos 44 7 Mandelian Genetics Nos 49 8 Mechanism of Enzyme Action Nos 51 9 Plant Propagation Nos 50 10 Reflex Arc Nos 51 11 Structure of DNA Nos 49 12 Venous System Nos 46 Transport of Material in 13 Nos Plants 49

Biology Models Total SR# Unit Model Name Required 1 Human Brain Nos 31 Human Diaphragm and 2 Nos Intercostal Muscles 47 3 Human Ear Nos 32 4 Human Eye Nos 33 5 Human Kidney Nos 41 6 Human Skeleton Nos 33 7 Pitcher Plant Nos 46 8 Sundew Plant Nos 45

Chemistry Equipment Total item Item_name Unit Required

1 Blue Litmus Paper Nos 547 2 Burettes Nos 453 3 Capillary Tubes Pack of 100 727 4 Conical Flasks (250 cm3) Nos 419 5 Delivery Tubes 1 KG Pack 455 6 Filter Papers Pack of 100 589 7 Forceps Pack of 3 395 Graduated Cylinders 8 50cm3 Nos 428 Graduated Cylinders 9 100cm3 Nos 313

Page 73 of 77

Total item Item_name Unit Required

10 Graduated Flask 250 cm3 Nos 389 11 Knives Nos 46 12 Match Boxes Pack of 10 67 13 Organic Waste Can Nos 46 14 Digital Balance Nos 74 15 pH paper (1 to 14) Pack of 80 73 16 Red Litmus Paper Nos 490 Round Bottom Distillation 17 Flask Nos 346 18 Rubber Tubing Nos 350 19 Sand Baths Nos 367 20 Test Tubes Nos 797 21 Water Condenser Nos 199 22 Wire Gauze Nos 383 Finger print magnetic 23 Powder 1 Ounce 64 Finger print lifting Fiber 24 glass brush Nos 64

Chemistry Chemicals

SR# Chemical Name Unit Total Required

1 Aluminum Foil 10 Sft Roll 96 2 Ammonium Chloride 400 grams 54 3 Ammonium Nitrate 400 grams 62 Barium Chloride or any salt of 4 400 grams Barium 59 5 Calcium Carbonate 250 grams 66 6 Calcium Chloride or any salt of Ca 400 grams 63 7 Calcium Hydroxides 400 grams 64 8 Concentrated Hydrochloric Acid 400 grams 67 9 Copper Chloride or any salt of 'Cu' 400 grams 50 10 2,4-Dinitrophenyl Hydrazine 50 grams 55 11 Fehling's Solution 500ML 61 12 Ferric Chloride 400 gram 56 13 Fructose 500grams 49 14 Glucose 400 grams 56 15 Iodine 500ML 54 16 Litmus Solution 500ML 71 17 Magnesium Hydroxides 400 gram 60 18 Methanol 500grams 74 19 Methyl Orange 25Grams 40 20 Nitric acid 250 grams 64 21 Phenolphthalein 400 grams 41 22 Potassium Chloride or any salt 400 grams 55

Page 74 of 77

SR# Chemical Name Unit Total Required

23 Potassium Hydroxides 500grams 52 24 Potassium Permanganate 400 grams 57 25 Powdered Zinc 400 grams 47 26 Silver Nitrate 25 grams 47 27 Soap 500 grams 123 28 Sodium Bicarbonate 400 grams 55 29 Sodium Carbonate 400 grams 56 30 Sodium Chloride 400 grams 67 31 Sodium Hydroxide 400 grams 58 32 Sodium Metal 200Grams 54 33 Sodium Sulphate 400 grams 46 34 Sulphuric Acid 400 grams 76 35 Baking Soda KG 56 36 Finger print black regular powder 1 ounce 64

Physics Equipment Total SR# Item Name Unit Required Finger Print Magnetic 1 Nos Applicator 64 2 Digital volt meter Nos 128 3 Alarm system NOR (GATE) Nos 247 4 Alarm System (NAND GATE) Nos 292 5 Ammeter (0-3A) Nos 194 6 AND gate module Nos 207 Angle iron 2m long with steel 7 Nos ball 206 8 Atwood's machine Nos 232 9 Bar magnet Nos 298 Circular coil (fitted on wooden 10 Nos board) 219 11 Common pins Small Box 463 12 Compass Nos 413 13 Concave mirror with stand Nos 307 14 Connecting Wires Nos 324 Convex lens (f= 10 cm to 20 15 Nos cm) 356 16 Disposable syringes (5 ml ) Nos 458 17 Drawing board Nos 375 18 Drawing board pins Small box 470 Pair with 19 Dry cell with box box 286 20 Fixed Pulley Nos 247 21 Galvanometer Nos 255 22 Glass prism Nos 417

Page 75 of 77

Total SR# Item Name Unit Required 23 Helical spring Nos 338 24 High resistance box Nos 136 25 Inclined plane Nos 268 26 Iron fillings (powder) 500 grams 109 Iron Nails 27 “No school should be 100 grams supplied more than 5 unit” 950 28 Iron stands with clamps Nos 199 29 Keys (key plugs) Pack of 4 227 30 knitting needle Nos 403 31 LED indicator module Nos 153 32 Light ray box Nos 138 33 Lime stone 500 grams 437 34 Low resistance box Nos 144 35 Marble Pieces Pack 50 911 Metallic bob (12mm, 18mm, 36 Set of 3 25mm) 289 37 Metallic wire Nos 170 38 Metre rod Nos 271 39 NAND gate module Nos 228 40 Needles with stands (Uprights) Nos 245 41 NOR gate module Nos 251 42 NOT gate module Nos 254 43 OR gate module Nos 190 44 Pan Nos 246 45 Plane mirror strip Nos 287 46 Polystyrene cups Nos 402 47 Power supply Nos 137 48 Protractor Nos 333 49 Pulley Nos 333 50 Rectangular glass slab Nos 457 51 Resistance Wire (1-9?) 400 grams 370 52 Rheostat Nos 248 53 Rubber pad Nos 423 54 Screw gauge Nos 419 Slotted weights with hangers 55 Nos set of 20g weights 382 Slotted weights with hangers 56 Nos set of 50g weights 321 57 Small metallic sphere Nos 348 58 Solid lead shots 1/2 KG 221 59 Spring balance Nos 258 Standard resistances (1,2,5,10 60 Set of 4 ohms) 504 61 Stopwatch Nos 358 Page 76 of 77

Total SR# Item Name Unit Required 62 Thermistor Nos 222 Thermometer 0 to 110 °C with 63 Nos half degree mark 268 64 Thread Cone 270 65 Tuning fork Set of 8 35 66 Vernier caliper Nos 271 67 Voltmeter (0 - 5V) Nos 188 68 Wedge Nos 215 Weight box with fractional 69 Nos weights 200 70 Wooden block Nos 239 Physics Models

1 DC Motor Nos 64 2 AC Generator Nos 64 3 Fusion and Fission Nos 64 4 Electromagnetic Induction Nos 64

Page 77 of 77