OFFICE OF THE DISTRICT EDUCATION OFFICER (SPECIAL EDUCATION) W- BLOCK PEOPLES COLONY (055-9230138)

TENDER NOTICE

Sealed tenders are invited for the purchase of different items i.e. (Computer, Printer, Teaching Aids, Hearing aids, Mini buses, Perkin Machine, Generator, CCTV Cameras, Metal Detector etc, furniture for Students, teachers & staff, Harmonium, Tabla Set, Violin and Duffli) under ADP Schemes Establishment Govt. Special Education Centre Wahndo Tehsil District Gujranwala & provision of Transport to Special Students of Institutions/Centers of Special Education in Punjab from well reputed, financially sound and technically capable firms/suppliers/Manufacturer having adequate managerial capacity and duly registered with Income Tax and Sales Tax Department. Further details are mentioned in tender form.

DESCRIPTION OF MINI BUSES FOR:-

1. GOVT. SPECIAL EDUCATION CENTER 2. GOVT. SPECIAL EDUCATION CENTER KHIALI SHAHPUR TOWN GUJRANWAAL 3. GOVT. INSTITUTE FOR THE BLIND GUJRANWALA 4. GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA

1. The Tenders should be accompanied by a call deposit (CDR) of three percent (3%) of estimated price as bid security in the name of the District Education Officer (Special Education), Gujranwala. Detail is below:-

Sr. Name of tender Estimated Amount of # price CDR 1. Procurement of Transport (04 mini buses) 2,75,00000 8,25000 2. Procurement of I.T Equipments, Plant & Machinery, 46,52,000 1,39560 Teaching Aids, Furniture and Fixture and Musical Instruments

2. Two separate Tender forms shall be available, one for Procurement of Transport and the second for the Procurement of all other items. 3. The Tender Documents can be obtained from the Office of the District Education Officer (Special Education), Gujranwala during duty hours after paying the requisite non-refundable fee of Rs.2000/- (Separate for each tender). Tender documents are available soon after the advertisement of tender notice. 4. The last date of tender submission is 17-03-2020 up to 12:00 p.m. and will be opened on the same day in the Committee Room of Worthy Deputy Commissioner / Administrator, Gujranwala at 01:00 p.m. on 17-03-2020 5. No tender will be accepted after closing dated and time. 6. Procurement method would be open competitive biddings single stage-two envelopes (as per PPRA Rule 38(2)(a). 7. All taxes will be paid by the bidders as well as all documents must be attached with the tender form. Overwriting/cutting on the bids and conditional bids will not be accepted. 8. The prices quoted must include all Taxes applicable, such as GST, Income Tax etc in Pakistani rupees. 9. All the PPRA Rules would be observed during course of procurement. 10. The tender notice may also be seen on PPRA’s website, www.ppra.punjab.gov.pk.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______

Tender Documents

FOR THE PROCUREMENT OF FURNITURE & FIXTURE, MACHINERY & EQUIPMENTS AND TEACHING AIDS UNDER THE SCHEME TITLED “ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA (ADP.294 2019-20): -

DISTRICT EDUCATION AUTHORITY GUJRANWALA

Note: - The bidder is expected to examine the Bidding Documents carefully, including all instructions, forms, terms, specifications etc. Failure to furnish all information required by the Bidding documents or which are not substantially responsive to the Bidding Documents in all respect would result in the rejection of the Bid.

TABLE OF CONTENTS

Contents Page Number Copy of tender notice 3 General Instructions 4-5 Special Instructions 6-8 Certificate 09 Description of store with Specification (Annex- 10-15 A)

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______

GENERAL INSTRUCTIONS /TERMS AND CONDITIONS

While filling/submitting the bid please keep/follow the instructions given below. The Supplier/firm must be registered with Sales Tax and Income Tax Departments and should indicate their valid NTN and GST No. as under:

Name of Firm: ______

______

NTN No: ______(Please attach copy)

GST No: ______(Please attach copy) Earnest Money

CDR No: ______Dated: ______Amount: ______

Name of Bank: ______

1. District Officer (Special Education), Gujranwala, invites sealed bids from eligible bidders for the supply of Furniture & Fixture, Machinery & Equipments and Teaching Aids under ADP schemes 2019-20, titled as “Establishment Govt. Special Education Centre Wahndo Tehsil Kamoke District Gujranwala (ADP.294 2019-20). 2. As per Rule 12(1) the advertisement is being placed on the website of PPRA Punjab (www.ppra.punjab.gov.pk) and on two Newspapers. 3. District Officer (Special Education), Gujranwala, requests Tender Bids in sealed envelopes for the Furniture & Fixture, Machinery & Equipments and Teaching Aids mentioned in Annex-A of this document.

TYPE OF OPEN COMPETITIVE BIDDING

4. As per Rule No. 38(2)a, Single stage two envelope procedure shall be followed with details given below: a. The bid shall comprise of a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; b. The envelopes shall be marked as TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. 5. The Technical Proposal should contain all the bid items without quoting the price and must list firm’s clientele, details of past project, resumes/CVs of the engineering team/ technical experts, after-sales service and authorization letters from manufactures, etc. The selected firms would be responsible for complete supply of the required items; firm would hand over supply in satisfactory running state within stipulated time. 6. The bidding documents can be obtained from the Office of the District Officer (Special Education), Gujranwala after paying the requisite non-refundable fee of Rs.2000/- Whether the bidder is quoting for the full or partial item in the bid. 7. All bids must be accompanied by a call deposit (CDR) of five percent (3%) of estimated price to Rs. 1,39,560/- as bid security in the name of the District Officer (Special Education), Gujranwala. The bids along with the CDR must be delivered to the office of the District Officer (Special Education), Gujranwala on or before 12:00 noon on 17-03-2020 The Technical bids will be opened in Committee Room of Deputy Commissioner / Administrator, Gujranwala at 01:00 p.m. on 17-03-2020. Financial bids of successful bidders shall however be opened at a later stage on the basis of technical evaluation in the presence of bidders or their representatives. 8. Bidders can submit their bids for all items fully or partially. 9. Any bid not received as per terms and condition laid down in this document is liable to be ignored. No offer shall be considered if: a. Received without earnest money. b. It is received after the date and time fixed for its receipt. c. The tender document and the bid is unsigned. d. The offer is ambiguous. e. The offer is conditional. f. The offer is from blacklisted firm in any Federal / Provincial Government Department. g. The offer is received by a telegram. h. The offer is received shorter price validity and delivery period than asked in this document. i. The offer is for store / items not confirming to the specifications indicated in the tender inquiry.

10. District Officer (Special Education), Gujranwala will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 11. The purchaser reserves the right to purchase full or part of the stores or ignore/scrap/cancel all the tenders as per PPRA Rules, 35. 12. If the Contractor is found to have engaged in corrupt or fraudulent / harassment practices in competing for the award of contract or during the execution of the contract, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period, for future tenders. 13. The prices quoted must include all Taxes applicable, such as GST, Income Tax, etc. If not specifically mentioned in the Quotation, it will be presumed that the prices include all the taxes. 14. Failure to supply items within the stipulated time period will invoke penalty/liquidated damages (2% of value of the contract per month) as specified in this document. In addition to that, 3% Call Deposit (CDR) amount will be forfeited and the company will not be allowed to participate in future tenders as well. 15. The offer will remain valid for 30-06-2020 from the date of opening of the tender. 16. The buyer reserves the rights to claim compensation for the loss caused by the delay in the delivery of the stores.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______SPECIAL INSTRUCTIONS/ TERMS AND CONDITIONS

1. The stores / items are required by this office as early as possible after the finalization of the tendering process; however, the bidders are required to clearly indicate their own guaranteed earliest date in the offer by which the stores will be supplied by them 2. Bidder should quote their firm and final rates both in words as well as in figures in Pakistani Rupees. 3. The successful bidder may be required to furnish a performance guarantee @ 10% of the total amount of contract in the form of deposit at call or guarantee issued by the scheduled bank within the period specified in Advance Acceptance of the tender, failing which purchase shall be made at their risk and expense. 4. The purchaser shall issue Supply Order or sign a Contract with the Successful bidder who has submitted the Performance Guarantee. 5. Delivery Period for of items will be as under:-

Delivery period (From date of issuance of Letter of supply 30 days order) 6. The Supplier will be responsible for delivery of items/installation/commission/making them functional at the Centre and no transportation charges, loading, unloading etc. or any other charges will be applicable: 7. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised offer for the opening of the tender shall be entertained. 8. The bidder should indicate in their tenders, the complete address or place where the stores will be offered for inspection. 9. The bidder shall enclose catalogues, leaflets, brochures, literature and other technical data in respect of stores offered by them. 10. Any erasing / cutting / crossing etc appearing in the offer, must be signed by the person signing the tender. Moreover all pages of the tender must be signed. Offers with any overwriting shall in no circumstances be accepted. 11. A Certificate should be given by the bidder that they will be responsible for free replacement of stores / items if the same is found to be substandard or different in specifications given in the tender enquiry at any point of time after inspection / installation. Items offered by the bidder of a specifications higher than the one specified in the tender enquiry shall however, be acceptable. 12. The stores / items should be brand new. 13. Bidder must specify the warranty period for one year or as mentioned in the tender form, whichever is later. 14. Manufacturer name must be given in the offer. 15. The bid is to be completed and submitted to the Purchaser in accordance with these General and Special Instructions to the bidders. 16. The Invitation for Bid is open to the firm representing the registered local office in . 17. At any time prior to the deadline for submission of bid, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by the prospective bidder, modify the bidding documents. 18. In order to afford the prospective bidder reasonable time in which to take the amendment into account in preparing its bid, the Purchaser may, at its discretion, extend the deadline for the submission of bid. 19. The bidder shall complete the Bid Form duly signed by the authorized personnel along with the stamp of the company and all the Schedules furnished in the bidding documents. 20. Prices quoted by the bidder shall remain fixed and valid until period specified above or completion of the Contract performance whichever come later and will not be subject to variation on account of escalation. 21. The bidder shall furnish, as part of its bid, certification establishing both the bidder's eligibility to bid. The bidder offering to supply Goods under the contract shall establish to the purchaser's satisfaction that the bidder has been duly authorized by his Principal namely M/s ______, to supply the Goods for the Contract. 22. The documentary evidence of the bidder’s qualifications to perform the Contract, if its Bid is accepted, shall establish to the Purchaser’s satisfaction prior to the award of Contract: 23. 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 to and install the Goods in the Purchaser’s country; The bidder shall attach / submit Valid Authorization Letter (Not Older than One Year) from the Principal. 24. that, the bidder has the financial, technical and production capability necessary to perform the Contract, including capacity in terms of personnel for the purpose of carrying out the Services. 25. that, the bidder not doing business within the Purchaser’s country, the bidder is, or will be (if the Contract is awarded to him), represented by an agent in that country equipped and able to carry out the maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of the Contract and or Technical Specifications. 26. The documentary evidence of the Good's conformity to the bidding documents may be in the form of literature, drawings and data, and shall furnish: a. A detailed description of the Goods’ essential technical and performance characteristics. b. A list, giving full particulars, of trained personnel, for training and servicing including available sources spare parts and special tools, etc. necessary for the proper and continuing functioning of the Goods. 27. The bidder shall submit the bid, complete in all respects with signed tender documents along with the separate Technical & Financial Bid in an inner and an outer envelope. The outer envelope shall be: 28. In addition the inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared “Late”. 29. The bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bid. 30. The bid may not be modified subsequent to the deadline for submission of bid. 31. The bid may not be withdrawn in the interval between the deadline for submission of bid and the expiry 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. 32. The bid shall be opened by the Purchaser in the presence of the bidder's representatives who choose to attend at the time, date and venue specified above. The bidder's representatives who are present shall sign a register evidencing their attendance. 33. The bidder's name, bid price, modifications, bid withdrawal, and the presence or absence of the requisite bid security, and such other details as the Purchaser, at its discretion, may consider appropriate will be announced and recorded at the opening. 34. To assist in the examination, evaluation and comparison of bid, the technical officer may, at its discretion, ask the bidder for a clarification of its bid. All responses to requests for clarification shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the evaluation of bid. 35. The bid determined as not substantially responsive will be rejected by the Purchaser and may not subsequently be made responsive by the bidder by correction or withdrawal of the nonconforming deviation or reservation. 36. The Purchaser may waive any minor informality or non-conformity or irregularity in the bid. 37. It will be examined in detail whether the Goods offered by the bidder comply with the Specifications of the bidding documents. To facilitate this, the Goods specification will be reviewed. Technical features/criteria of the Goods detailed in the Specifications will be compared with the bidder's Goods Data submitted with the bid. Other technical information submitted with the bid will also be reviewed. 38. Only the technically responsive and graded offers will be considered for financial comparison. 39. The Purchaser will determine to its satisfaction whether the successful bidder has offered Service at reasonable prices consistent with the current prevailing market prices and is qualified to satisfactorily perform the Contract. 40. 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, as well as such other information as the Purchaser deems necessary and appropriate. 41. An affirmative determination will be prerequisite for award of the Contract to the successful bidder. A negative determination will result in rejection of the bidder’s Bid. 42. The Purchaser will award the Contract to the bidder if its bid has been determined to be substantially responsive to the bidding documents and consistent with the current prevailing market prices as determined by the Purchaser, provided further that the bidder is determined to be qualified to satisfactorily perform the Contract. 43. The Purchaser reserves the right at the time of award of Contract to increase or decrease the quantity of Service specified in the Specifications, without any change in unit prices or other terms and conditions. 44. Prior to the expiry of the period of bid validity, the Purchaser will notify the bidder in writing by registered letter that its bid has been accepted. This letter is termed as Letter of Acceptance. 45. Within three (3) days of the receipt of the Letter of Acceptance from the Purchaser, the bidder shall furnish the performance security, in accordance with the Conditions of Contract, in the performance security Form provided in the bidding documents or another form acceptable to the Purchaser. 46. After the acceptance of performance security by the Purchaser, the Purchaser will send to the successful bidder the Contract Form incorporating all agreements between the two parties which will subsequently be signed. 47. The payment will be made after the successful delivery of stores and satisfactory inspection report of the inspection committee constituted for the purpose. 48. The bidder shall be responsible to deliver all the items to the concerned institution. 49. Evaluation criteria are no deviation from the specifications as mentioned in the tender inquiry and quality of all items mentioned above. 50. The bidder has to fill in and sign the certificate at all pages of the tender document.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA Tender No. ______CERTIFICATE We do hereby declare on solemn affirmation that: I. We have not been black listed from any Government Department / Agency. II. We have not been involved in litigation with any client during the last 3 years. III. We acknowledge that we have read, understood and accepted the Tender Document along with all terms and conditions specified above in the tender document. IV. We understand that the Purchaser shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Tenderer(s). V. We understand that the Purchaser shall have the right, at her exclusive discretion, to increase / decrease the quantity of any or all item(s), accept / reject any or all tender(s), cancel / annul the Tendering process at any time prior to award of Contract, without assigning any reason or any obligation to inform the Tenderer of the grounds for the Purchaser's action, and without thereby incurring any liability to the Tender and the decision of the Purchaser shall be final. VI. We certify that the prices quoted to the office of District Officer (Special Education), Gujranwala against Tender No. _____ and Item ______, are not more than the prices charged from any other Purchasing Agencies in the country and in case of any discrepancy, the bidder hereby undertakes to refund the prices charged in excess.

Dated ______day of 20.

TENDERER Signature ______CNIC # ______Name ______Designation ______Address ______

WITNESSES-I WITNESSES-II

Signature ______Signature ______CNIC # ______CNIC # ______Name ______Name ______Designation ______Designation ______Address ______Address ______

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Annexure-“A” Tender No. ______

DESCRIPTION OF FURNITURE & FIXTURE, MACHINERY & EQUIPMENTS AND TEACHING AIDS TO BE PROCURED UNDER ADP SCHEMES TITLED AS “ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA (ADP.294 2019-20, PROVINCIAL)”.

Sr. Quantit Unit Total Name of Item Specification No y Price Price A092-Computer Equipment (ESTIMATED COST RS.192500/-) Processor: 9th Generation Intel Core-i7 (3.0 GHZ Base Frequency or Mother Board: Intel Chipset Memory : 8GB(DDR4 or higher) Graphics & sound: Intel integrated Network adapter:-Gigabit Ethernet with wake on LAN (WOL) support compatible with the i/O interface provided in the CPU. Desktop Integrated I/O Interfaces: six USB 01 Computer Core 01-Nos Ports (2.0/3.0/3.1) one PCI/PCle Slot i7 VGA/HDMI port Wireless LAN: Wireless 802.11 b/g/n or ac. Mouse & Keyboard: Mouse & USB Keyboard USB Wired Keyboard, 2- Button USB 2.0 Optical Mouse with Scroll. Windows 10 home edition (Registered , Warranty 01 Year LASER PRINTER: Brands: HP, XEROX, Samsung or Equivalent Minimum Print Speed38 PPM (A4 size) or higher Processor: 1200 MHz Ram: 128MB RAM Resolution: 1200 X 1200 dpi. Paper Handling: Legal, A4 & letter size paper. 02 Laser Printer Paper tray(s): Two paper trays with 01 other standards features of the Manufacturer Duplex Printing: Automatic Standard Drivers: Microsoft windows 7 or higher • Note: 3 years Warranty

A094-Other Stores & Stocks (ESTIMATED COST RS.798215/-) Visually Impaired

Braille Frame Made of fine plastic, 27-lines across 1 10-Nos. (27-liner) having 30 cells in each row / lines

Made of fine plastic, 28-lines in each Braille Frame (04- 10.Nos. 2 row / lines to write Braille with stylus liner) on Braille paper

Math Frame (27- Frame made of wood equipped with 3 10-Nos. liner) stales aluminum sheet having 36-holes horizontally and 24-holes vertically, two shelves kept with aluminum sheet to keep the mathematic/algebraic type two solves mathematic sums. Frame made of wood equipped with aluminum sheet having 20-holes horizontally and 25-holes vertically, Math Frame (04- 4 one shelves kept with aluminum sheet 10-Nos. liner) to covered the mathematic/algebraic types or made of plastic two solve mathematic sums. Made of fine wood with the facility to keep round headed wood pags tited in all the holes drilled in the base plate of 5 Braille Board 10-Nos. the frame to give concept of Braille alphabetic to the visually impaired students. Braille writing device with wooden/plastic handle having metallic 6 Stylus 20-Nos. point/tip to write Braille (standard size) Ivory card / Braille paper size- 11½ Braille paper inches x 11 inches weight 150 gm to 10- 7 (ivory card, 100- 160 gm. Ivory card/Braille paper size paket sheets per packet) 11 inches x 8½ inches weight 150 gm to 160 gm. Physically Disabled Powder coated steel frame 6” PVC 8 Wheel chairs castor, 22” solid wheel fixed arm set & 05-Nos. foot-rest Resistance system: permanent magnet, transmission system: poly V belt. Drive 9 Exercise cycle belt ratio: 1/11 fly wheel weight: 35 kg, 02-Nos. overall dimension (LxWxH): 900x480x980 mm. Walking aid made of aluminum (guage to be define) will adjustable height Crutches 05- 10 between 36”x48” armrest is cushioned (Aluminum) pairs with high quality leather and base with rubber. Walking aid made of aluminum (guage Elbow Crutches to be define) with adjustable height 05- 11 (Aluminum) between 29”x42” with Elbow support pairs plastic) Steel Tubing & legs fitted with rubber feet. Size L=10 feet, W=2 feet, H=2 to 4 feet (adjustable) 12 Waling bars 05-Nos.

Mentally Challenged

Standard size for cerebral palsy

children, with armrests made of steel of

20x20 mm round pipe with extra long

back minimum 30” seat back and seat 13 CP Chair 01-Nos. cushion with high-quality sofa cloth

with V shape adductor with cushion.

Foot rest with two individual belt, 1 ft

chest and 1ft pelvic adjustable.

For the exercise of arms, shoulders legs unit comes complete for well mounting adjustable with metal plated columns & 14 Pully for Exercise 01-Nos. pulleys. Traction weight can be independently set on each side 200x60x28 cm weight 5kg to 10 kg Alphabets Block Alphabets recognition, colored size 15 05-sets (English) 1/3/4 inches x 1/3/4 inches plastic Alphabets Block Alphabets recognition, colored size 05-sets 16 (Urdu) 1/3/4 inches x 1/3/4 inches plastic Alphabets Block Alphabets recognition, colored size 05-sets 17 (Math) 1/3/4 inches x 1/3/4 inches plastic Alphabets Cutout Card board with English alphabets 05-sets 18 (English) cutout size 9x9 cm Alphabets Cutout Card board with Urdu alphabets cutout 05-sets 19 (Urdu) size 9x9 cm 5”x7” wooden & hard board. 6 different 20 Animal Models 03-sets shapes Bricks of different colures, red, blue, 03-sets 21 Building Bricks green & size 9x4.5” etc. Size 14 cm x 22cm x 1.5cm wood & hard 03-sets Shapes fitting 22 board 6 different geometric shapes in (local) different colors in a cardboard case Size 14cm x 22cm x 1.5cm wood & hard 03-sets board, 6 different animals shapes with Shapes sorting 23 fitting. (local)

A096-Plant & Machinery (ESTIMATED COST RS.1421500/-) Saturation Sound Pressure Level Peak: 140db Gain(input 50 dB): Peak 81db Frequency Range Low Frequency limit 130 Hz to 600 Hz High frequency limit 5500 Hz Equivalent Input Noise: 19 or 20db Inductive Coil Sensitivity 1 Hearing aids Less than 20 db 25-Nos Battery-Type 675 Cell Zinc Air Batter Voltage 1.4V GENERAL FEATURES Fully digital amplifier with new design BTE for server to profound hearing loss. Powerful output performance with low distortion. Simple, Flexible fitting using 2 Perkin Machine All purpose Braille type, which 01-Nos accommodates paper up to 11’.5” x 8’.5” capable of embossing 25 lines of 41 cells on standard sixe Braille paper or similar Generator (Portable)

Capacity Prime Rating:

5.5 KVA

Engine:

Four Stroke

Petrol Engine 3 01 Direct Coupled with alternator

Generator Oil level gauge

(Portable with Engine Power HP

wheels) Europe/USA/Japan

Country of Alternator:-

origin: Mechanical Regulated (EUROPE, USA & 230 volts, single phase 2 wire 50HZ JAPAN). Insulation class Rated capacity / Brushed prime rating: Power factor 5.5-KVA Continuous operative time Speed: 3000 PRM No. of cylinders: 01-No. Cooling System: Air Cooled Generator Type: Mounted with anti vibrating frame Fuel tank capacity Electric key starting with battery + wheel + Handel Optional items: Manual changeover switch Standard Accessories: Standard tool kit Canvas cover (local) Protection: Circuit Breaker Protection (Class-IP-23) Warranty: One year Note: To ensure after sales service Generator may be procured form the authorized agents / Dealers in Pakistan Noise low level standard. Security & 5-CCTV Cameras with LCD (17”) 14 Surveillance alongwith fitting charges, Metal system Detector etc

A097-FURNITURE & FIXTURE ITEMS (ESTIMATED COST =2157210/-) Desk Size: 600x400x580 mm(H) Chair size: 370x370mm {leg height 350mm, back height 350mm, 03- strips (back), 07-strips (seat)} Structure made of mild steel square Single Desk with 01 pipe 20x20 mm. Finished with 55-Nos Chair powder coating / charcoal grey. Top/shelf and seat & back strips of chair made of solid seasoned shisham wood. Finished with N.C. Lacquer polish base finished. Size: 1600x800x760 mm (H) Top / side panels made of high 02 Officer tables density chipboard pressed with 01-Nos limitation on both sides with 3- sdrawers. Top drawer lockable Size: 1200x600x760 mm (H) Structure made of mild steel square pipe 25x25 mm wall thick 1.2 mm, paint top made of high density chip board pressed with lamination. 03 Teacher’s tables 10-Nos Drawer box made of high density chip board pressed with shisham veneer on both. Side drawer box having with three drawers Lockable, complete finished with N.C lacquer polish. Seat Size 465x465 mm Chair structure made of mild steel 04 Teacher Chair 10-Nos square pipe 20/20 mm wall thick 1.2 mm. finished with Nitrocellulose silver paint. Seat & back & Arms made of solid seasoned shisham wood Arm finished with N.C lacquer, seat & back webbing with Natural Double Cane complete finished.

Seat Size: 465x465mm, back 510 mm Chair structure / seat & back made of solid seasoned shisham wood. Seat & 05 Staff Chairs 25-Nos back webbing with Natural Double Cane. Complete finished with Nitrocellulose Lacquer polish Size: 1200x600x760mm (H). Structure made of 25x25 mm mild steel square pipe finished with 06 Staff table 08-Nos charcoal grey powder coating top made of high density lamination board with three drawers lockable. Size: 36” x 18” x 72” Made of mild steel sheet 22 gauge Steel Almira 08 with four shelves and two lockable 05-Nos (cabnits) flush doors. Finished with silver hammer paint. Size 820x390x760 mm (H) Structure having two shelves made of 09 File Rack high-density chipboard pressed with 03-Nos both sides shisham vneer Finished with NC lacquer. Size: 1200X350X450 mm (H) structure made of mild steel square pipe 25X25 mm finished with powder coating, 10 Peon bench seat & back made of shisham wood, 02-Nos. finished with N.C Lacquer polish.

Size: 6’ x 4’ Face made of high density particle board pressed with white Formica 11 White boards 05-Nos. edged covered with shisham wood bedding complete finished with N.C Lacquer polish. Seat & back cushioned with 1st quality foam covered with sofa cloth, Revolving base of nylon rubber legs with mild steel structure, without 12 Computer Chairs 01-Nos. arms. Height adjustment with hydraulic jack.

Size 1200x760 mm (H) Top made of high density Lamination Board, Side panels made of high density chipboard pressed with shisham veneer on both side one side 13 Computer Table 01-Nos. drawer and two (2) open boxes for CPU & UPS, other side sliding shelf for keyboard, finished with NC lacquer.

A-098-Purchase of Other Assets (ESTIMATED COST =82575/-) Length 2.5 feet (30”) international 01 Harmonium 02-Nos size. Heigh-12”width 09” keys-39 Nos. Height 12” Diameter-left hand table, 02 Tabla Set 10” right hand table stand ring-2 02-Nos. (with leather rope and wooden pieces) 03 Violin Standard size 03-Nos 04 Duffli 10 CM radius 02-Nos.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA TECHNICAL EVALUATION CRITERIA FOR PURCHASE OF FURNITURE & FIXTURE, MACHINERY & EQUIPMENTS AND TEACHING AIDS UNDER ADP SCHEMES TITLED AS ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA (ADP.294 2019-20, PROVINCIAL.

1. The Bidders who have duly complied with the Eligibility/Qualification and Evaluation will be eligible for further processing. 2. The Bids which do not conform to the Technical Specifications or Bid conditions or the Bids from the Bidders without adequate capabilities for supply and maintenance / warranty services will be rejected. The Eligible/Technically Qualified Bidders will be considered for further evaluation. 3. Under PPRA Rules # 31, Technical Bids will be evaluated on the basis of following criteria and 4. Financial Bids of only those bidders will be opened who have fulfilled the criteria:-

Marks Marks Sr. Evaluation Criteria Allocated Obtained 1 Valid CDR Mandatory 2 Income and Sales Tax Registration Mandatory 3 Active Tax Payer List Enrollment Mandatory 4 Affidavit of rates and validity of firm. Mandatory 5 Vehicle as per specifications/requirement. Mandatory Affidavit (Submission of undertaking on legal valid and attested stamp paper of Rs. 100 that the firm is not blacklisted and not involved in litigation with any of Provincial or Federal 6 Mandatory Govt. Department, Agency, Organization or autonomous body anywhere in Pakistan. In case of involved in any litigation process, proof of dispute resolution is required. Quoted Specifications of items as per requirement on letter 7 Mandatory head. Relevant Experience and past Performance 8 (Provide Documentary proof of same completed jobs in last 3 20 years) (Purchase Order Copies to be attached) (20 points) i More than 3 years experience. 20 ii 2-3 year Experience 10 iii Less than1 year experience or no prior experience. 0 9 No. of similar nature of projects in Public sector in last three 30 years.(30 Points) I For each project 10 ii 03 or More Projects 30 10 Years of Establishing of the Manufacturer 10 (2 Mark per Year) maximum 10 points 11 Financial Position (40 Points) Financial Transactions(Rs) 40 worth from 01-07-17 to 31-12-19 (40 Points) i 20 million but less than 25 million 20 ii 25 Million or above 40 (Eligibility Bench Marks 60%)

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______

Tender Documents

FOR THE PROCUREMENT OF VEHICLES (MINI BUS), UNDER THE ADP SCHEME TITLED “ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA (ADP.294 2019-20) & PROVISION OF TRANSPORT TO SPECIAL STUDENTS OF INSTITUTIONS/CENTERS OF SPECIAL EDUCATION IN PUNJAB: -

DESCRIPTION OF MINI BUSES FOR:-

1. GOVT. SPECIAL EDUCATION CENTER WAZIRABAD 2. GOVT. SPECIAL EDUCATION CENTER KHIALI SHAHPUR TOWN GUJRANWAAL 3. GOVT. INSTITUTE FOR THE BLIND GUJRANWALA 4. GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA

DISTRICT EDUCATION AUTHORITY GUJRANWALA

Note: - The bidder is expected to examine the Bidding Documents carefully, including all instructions, forms, terms, specifications etc. Failure to furnish all information required by the Bidding documents or which are not substantially responsive to the Bidding Documents in all respect would result in the rejection of the Bid.

TABLE OF CONTENTS

Contents Page Number Copy of tender notice 3 General Instructions 4-5 Special Instructions 6-8 Certificate 09 Description of store with Specification (Annex-A) 10-15

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______

GENERAL INSTRUCTIONS/TERMS AND CONDITIONS

While filling/submitting the bid please keep/follow the instructions given below. The Supplier/firm must be registered with Sales Tax and Income Tax Departments and should indicate their valid NTN and GST No. as under:

Name of Firm: ______

______

______

NTN No: ______(Please attach copy)

GST No: ______(Please attach copy)

Earnest Money

CDR No: ______Dated: ______Amount: ______

Name of Bank: ______

1. District Officer (Special Education), Gujranwala, invites sealed bids from eligible bidders for the supply of Vehicles (04-Mini Buses) under ADP schemes 2019-20, titled as “Establishment Govt. Special Education Centre Wahndo Tehsil Kamoke District Gujranwala (ADP.294 2019-20) & provision of Transport to Special Students of Institutions/Centers of Special Education in Punjab. 2. District Officer (Special Education), Gujranwala, requests Tender Bids in sealed envelopes for the Vehicle (Mini Bus) mentioned in Annex-A of this document. 3. As per Rule 12(1) the advertisement is being placed on the website of PPRA Punjab (www.ppra.punjab.gov.pk) and on two Newspapers.

TYPE OF OPEN COMPETITIVE BIDDING:-

4. As per Rule No. 38(2)a, Single stage two envelope procedure shall be followed with details given below: a. The bid shall comprise of a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; b. The envelopes shall be marked as TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion.

5. The Technical Proposal should contain all the bid items without quoting the price and must list firm’s clientele, details of past project, resumes/CVs of the engineering team/ technical experts, after-sales service and authorization letters from manufactures, etc. The selected firms would be responsible for complete supply of the required items; firm would hand over supply in satisfactory running state within stipulated time.

6. The bidding documents can be obtained from the Office of the District Officer (Special Education), Gujranwala after paying the requisite non-refundable fee of Rs.2000/- Whether the bidder is quoting for the full item in the bid. 7. All bids must be accompanied by a call deposit (CDR) of five percent (3%) of estimated price to Rs. 8,25,000/- as bid security in the name of the District Officer (Special Education), Gujranwala. The bids along with the CDR must be delivered to the office of the District Officer (Special Education), Gujranwala on or before 12:00 noon on 17-03-2020. The Technical bids will be opened in Committee Room of Deputy Commissioner / Administrator, Gujranwala at 01:00 p.m. on 17-03-2020. Financial bids of successful bidders shall however be opened at a later stage on the basis of technical evaluation in the presence of bidders or their representatives. 8. Bidders can submit their bids for all items. 9. Any bid not received as per terms and condition laid down in this document is liable to be ignored. No offer shall be considered if: a. Received without earnest money. b. It is received after the date and time fixed for its receipt. c. The tender document and the bid is unsigned. d. The offer is ambiguous. e. The offer is conditional. f. The offer is from blacklisted firm in any Federal / Provincial Government Department. g. The offer is received by a telegram. h. The offer is received shorter price validity and delivery period than asked in this document. i. The offer is for store / items not confirming to the specifications indicated in the tender inquiry.

10. District Officer (Special Education), Gujranwala will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 11. The purchaser reserves the right to purchase full or part of the stores or ignore/scrap/cancel all the tenders as per PPRA Rules, 35. 12. If the Contractor is found to have engaged in corrupt or fraudulent / harassment practices in competing for the award of contract or during the execution of the contract, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, blacklist the Contractor, either indefinitely or for a stated period, for future tenders. 13. The prices quoted must include all Taxes applicable, such as GST, Income Tax, etc. If not specifically mentioned in the Quotation, it will be presumed that the prices include all the taxes. 14. Failure to supply items within the stipulated time period will invoke penalty/liquidated damages (2% of value of the contract per month) as specified in this document. In addition to that, 3% Call Deposit (CDR) amount will be forfeited and the company will not be allowed to participate in future tenders as well. 15. The offer will remain valid for 30-06-2020 from the date of opening of the tender. 16. The buyer reserves the rights to claim compensation for the loss caused by the delay in the delivery of the stores.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Tender No. ______SPECIAL INSTRUCTIONS/ TERMS AND CONDITIONS

1. The stores / items are required by this office as early as possible after the finalization of the tendering process; however, the bidders are required to clearly indicate their own guaranteed earliest date in the offer by which the stores will be supplied by them. 2. Bidder should quote their firm and final rates both in words as well as in figures in Pakistani Rupees. 3. The successful bidder may be required to furnish a performance guarantee @ 10% of the total amount of contract in the form of deposit at call or guarantee issued by the scheduled bank within the period specified in Advance Acceptance of the tender, failing which purchase shall be made at their risk and expense. 4. The purchaser shall issue Supply Order or sign a Contract with the Successful bidder who has submitted the Performance Guarantee. 5. Delivery Period for of items will be as under:- Delivery period (From date of issuance of Letter of supply order) 30 days

6. The Supplier will be responsible for delivery of items/installation/commission/making them functional at the Centre and no transportation charges, loading, unloading etc. or any other charges will be applicable: 7. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised offer for the opening of the tender shall be entertained. 8. The bidder should indicate in their tenders, the complete address or place where the stores will be offered for inspection. 9. The bidder shall enclose catalogues, leaflets, brochures, literature and other technical data in respect of stores offered by them. 10. Any erasing / cutting / crossing etc appearing in the offer, must be signed by the person signing the tender. Moreover all pages of the tender must be signed. Offers with any overwriting shall in no circumstances be accepted. 11. A Certificate should be given by the bidder that they will be responsible for free replacement of stores / items if the same is found to be substandard or different in specifications given in the tender enquiry at any point of time after inspection / installation. Items offered by the bidder of a specifications higher than the one specified in the tender enquiry shall however, be acceptable. 12. The stores / items should be brand new. 13. Bidder must specify the warranty period for one year or as mentioned in the tender form, whichever is later. 14. Manufacturer name must be given in the offer. 15. The bid is to be completed and submitted to the Purchaser in accordance with these General and Special Instructions to the bidders. 16. The Invitation for Bid is open to the firm representing the registered local office in Pakistan. 17. At any time prior to the deadline for submission of bid, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by the prospective bidder, modify the bidding documents. 18. In order to afford the prospective bidder reasonable time in which to take the amendment into account in preparing its bid, the Purchaser may, at its discretion, extend the deadline for the submission of bid. 19. The bidder shall complete the Bid Form duly signed by the authorized personnel along with the stamp of the company and all the Schedules furnished in the bidding documents. 20. Prices quoted by the bidder shall remain fixed and valid until period specified above or completion of the Contract performance whichever come later and will not be subject to variation on account of escalation. 21. The bidder shall furnish, as part of its bid, certification establishing both the bidder's eligibility to bid. The bidder offering to supply Goods under the contract shall establish to the purchaser's satisfaction that the bidder has been duly authorized by his Principal namely M/s ______, to supply the Goods for the Contract. 22. The documentary evidence of the bidder’s qualifications to perform the Contract, if its Bid is accepted, shall establish to the Purchaser’s satisfaction prior to the award of Contract: 23. 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 to and install the Goods in the Purchaser’s country; The bidder shall attach / submit Valid Authorization Letter (Not Older than One Year) from the Principal. 24. that, the bidder has the financial, technical and production capability necessary to perform the Contract, including capacity in terms of personnel for the purpose of carrying out the Services. 25. that, the bidder not doing business within the Purchaser’s country, the bidder is, or will be (if the Contract is awarded to him), represented by an agent in that country equipped and able to carry out the maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of the Contract and or Technical Specifications. 26. The documentary evidence of the Good's conformity to the bidding documents may be in the form of literature, drawings and data, and shall furnish: a. A detailed description of the Goods’ essential technical and performance characteristics. b. A list, giving full particulars, of trained personnel, for training and servicing including available sources spare parts and special tools, etc. necessary for the proper and continuing functioning of the Goods. 27. The bidder shall submit the bid, complete in all respects with signed tender documents along with the separate Technical & Financial Bid in an inner and an outer envelope. The outer envelope shall be: 28. In addition the inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared “Late”. 29. The bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bid. 30. The bid may not be modified subsequent to the deadline for submission of bid. 31. The bid may not be withdrawn in the interval between the deadline for submission of bid and the expiry 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. 32. The bid shall be opened by the Purchaser in the presence of the bidder's representatives who choose to attend at the time, date and venue specified above. The bidder's representatives who are present shall sign a register evidencing their attendance. 33. The bidder's name, bid price, modifications, bid withdrawal, and the presence or absence of the requisite bid security, and such other details as the Purchaser, at its discretion, may consider appropriate will be announced and recorded at the opening. 34. To assist in the examination, evaluation and comparison of bid, the technical officer may, at its discretion, ask the bidder for a clarification of its bid. All responses to requests for clarification shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the evaluation of bid. 35. The bid determined as not substantially responsive will be rejected by the Purchaser and may not subsequently be made responsive by the bidder by correction or withdrawal of the nonconforming deviation or reservation. 36. The Purchaser may waive any minor informality or non-conformity or irregularity in the bid. 37. It will be examined in detail whether the Goods offered by the bidder comply with the Specifications of the bidding documents. To facilitate this, the Goods specification will be reviewed. Technical features/criteria of the Goods detailed in the Specifications will be compared with the bidder's Goods Data submitted with the bid. Other technical information submitted with the bid will also be reviewed. 38. Only the technically responsive and graded offers will be considered for financial comparison. 39. The Purchaser will determine to its satisfaction whether the successful bidder has offered Service at reasonable prices consistent with the current prevailing market prices and is qualified to satisfactorily perform the Contract. 40. 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, as well as such other information as the Purchaser deems necessary and appropriate. 41. An affirmative determination will be prerequisite for award of the Contract to the successful bidder. A negative determination will result in rejection of the bidder’s Bid. 42. The Purchaser will award the Contract to the bidder if its bid has been determined to be substantially responsive to the bidding documents and consistent with the current prevailing market prices as determined by the Purchaser, provided further that the bidder is determined to be qualified to satisfactorily perform the Contract. 43. The Purchaser reserves the right at the time of award of Contract to increase or decrease the quantity of Service specified in the Specifications, without any change in unit prices or other terms and conditions. 44. Prior to the expiry of the period of bid validity, the Purchaser will notify the bidder in writing by registered letter that its bid has been accepted. This letter is termed as Letter of Acceptance. 45. Within three (3) days of the receipt of the Letter of Acceptance from the Purchaser, the bidder shall furnish the performance security, in accordance with the Conditions of Contract, in the performance security Form provided in the bidding documents or another form acceptable to the Purchaser. 46. After the acceptance of performance security by the Purchaser, the Purchaser will send to the successful bidder the Contract Form incorporating all agreements between the two parties which will subsequently be signed 47. The payment will be made after the successful delivery of stores and satisfactory inspection report of the inspection committee constituted for the purpose. 48. the ordered bus must be fabricated at company own plant at Karachi, no body fabrication from road side body builders will be accepted 49. The bidder shall be responsible to deliver all the items to the concerned institution. 50. Evaluation criteria are no deviation from the specifications as mentioned in the tender inquiry and quality of all items mentioned above. 51. The bidder has to fill in and sign the certificate at all pages of the tender document.

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA Tender No. ______CERTIFICATE We do hereby declare on solemn affirmation that: I. We have not been black listed from any Government Department / Agency. II. We have not been involved in litigation with any client during the last 3 years. III. We acknowledge that we have read, understood and accepted the Tender Document along with all terms and conditions specified above in the tender document. IV. We understand that the Purchaser shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Tenderer(s). V. We understand that the Purchaser shall have the right, at her exclusive discretion, to increase / decrease the quantity of any or all item(s), accept / reject any or all tender(s), cancel / annul the Tendering process at any time prior to award of Contract, without assigning any reason or any obligation to inform the Tenderer of the grounds for the Purchaser's action, and without thereby incurring any liability to the Tender and the decision of the Purchaser shall be final. VI. We certify that the prices quoted to the office of District Officer (Special Education), Gujranwala against Tender No. _____ and Item ______, are not more than the prices charged from any other Purchasing Agencies in the country and in case of any discrepancy, the bidder hereby undertakes to refund the prices charged in excess.

Dated ______day of 20.

TENDERER Signature ______CNIC # ______Name ______Designation ______Address ______

WITNESSES-I WITNESSES-II

Signature ______Signature ______CNIC # ______CNIC # ______Name ______Name ______Designation ______Designation ______Address ______Address ______

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

Annexure-“A” Tender No. ______

DESCRIPTION OF VEHICLES (04-MINI BUS) TO BE PROCURED UNDER ADP SCHEMES TITLED AS “ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA 2019-20, & PROVISION OF TRANSPORT TO SPECIAL STUDENTS OF INSTITUTIONS/CENTERS OF SPECIAL EDUCATION IN PUNJAB, 2019-20.

DESCRIPTION OF MINI BUSES FOR:-

1. GOVT. SPECIAL EDUCATION CENTER WAZIRABAD 2. GOVT. SPECIAL EDUCATION CENTER KHIALI SHAHPUR TOWN GUJRANWAAL 3. GOVT. INSTITUTE FOR THE BLIND GUJRANWALA 4. GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA

Total Price Unit Price (Including Name of Quan (Including all Specification all Taxes) Item tity Taxes) Figure word & &Words Figure A095-Tronsport (ESTIMATED COST RS._(2,75,00,000/-) ➢ Make:- i. Hino, Nissan, Mitsubishi, Toyota, Isuzu, Mazda or Equivalent

➢ Fuel Type i. Diesel

➢ Transmission i. Manual

➢ Seats i. (28-30)

➢ Engine / Capacity Power (CC)

i. 3800-CC having 120-HP or above ➢ Other/additional items Mini 04- i) Defogger for from Screen Buses ii) Surveillance System with 3 Nos. Nos Cameras iii) Front and Rear Bumper Safe Guard iv) Protection Grill on all exterior Lights Electrical Operated Stop Sing v) Anti Rusts Wax Coating vi) Ceiling Grab rail with 10 Hand Straps vii) Hayrack Both Sides viii) 4 No’s Fans ix) Audio System CD/USB Player with 2 Speakers x) Roof Luggage Carrier xi) Fiber Wheel Cups xii) Floor Covering –PVC Mat Antiskid type xiii) Curtains xiv) Seat Belts

Note: - The Ordered Bus must be fabricated at Company own plant at Karachi, no body fabrication from Road side Body Builders will be accept

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA

ANNEXURE-“B” Tender No. ______

BiD evauation criteria for purchase of VEHICLES (04-MINI BUS) UNDER ADP SCHEMES TITLED AS “ESTABLISHMENT GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA (ADP.294 2019-20, PROVINCIAL)& PROVISION OF TRANSPORT TO SPECIAL STUDENTS OF INSTITUTIONS/CENTERS OF SPECIAL EDUCATION IN PUNJAB. DESCRIPTION OF

DESCRIPTION OF MINI BUSES FOR:-

1. GOVT. SPECIAL EDUCATION CENTER WAZIRABAD 2. GOVT. SPECIAL EDUCATION CENTER KHIALI SHAHPUR TOWN GUJRANWAAL 3. GOVT. INSTITUTE FOR THE BLIND GUJRANWALA 4. GOVT. SPECIAL EDUCATION CENTRE WAHNDO TEHSIL KAMOKE DISTRICT GUJRANWALA

Marks Marks Sr. Evaluation Criteria Allocated Obtained 1 Manufacturer Assembler/Authorized Dealer Mandatory 2 Valid CDR Mandatory 3 Income and Sales Tax Registration Mandatory 4 Active Tax Payer List Enrollment Mandatory 5 Affidavit of rates and validity of firm. Mandatory 6 Vehicle as per specifications/requirement. Mandatory Experience of Offered Model in Special Education Department 7 Mandatory (Purchase Order Copies to be attached) (Max 20 Marks) 8 More than 3 years experience. 20 i 2-3 year Experience 10 ii Less than1 year experience or no prior experience. 0 9 Years of Establishing of the Manufacturer 05 (1 Mark per Year) Previous Work Credits. (Max 10 Marks). Provide Documentary 20 10 proof of same completed jobs in last 5 years) (Purchase Order Copies to be attached). i More than 60 Buses Supplied of offered model. 20 ii More than 30 Buses Supplied of offered model. 10 iii Less than 30 Buses. 05 11 Tax Return Submission Compliance 05 12 Financial Statement 10 i More than 3 years. 10 ii Less than 3 years 0 13 Work Reference Credits 05 5+Satisfactory Performance Certificate from Public 05 14 Sector/Government 15 Mobile Workshop Facility 05 16 Quality Certification 05 17 IATF Certification 05 18 PRA Registration Certificate 05 Note: Qualifying Marks 70 % minimum

DISTRICT OFFICER (SPL. EDU.) GUJRANWALA