You are on page 1of 17

TENDER NO.

01/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Filtration 1. Filtration Housing Compatible with 10-
Assembly with 20 “ length cartridge filter,High Quality
Peristaltic Pump 304 or316 L stainless steel Construction-
configuration with inlet and outlet on the
0.8 2% 02
same cartridge. Housing should be
autoclavable.
2. :Accessories
Peristaltic Pump with autoclave-able,
latex tubing at least 100 ft.(compatible)
Make = Meissner Filtration/ Membrane
Solutions/Millipore or equivalent
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor
must be attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 02/ADP/-FMDRC/2022-23
Date of opening 12.10.2022
Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Hot Plate Stirring Speed (Upto 1500 RPM or above).
Temperature up to 10-300C or Above.
Magnetic Stirrer One external probe must be included.
Ceramic coated platform.
with Teflon Bars Digital display to adjust and control (speed &
temperature display).
Power supply, 220V, 50 Hz
Hot stirring plates must include Teflon bar of length 0.3 2% 02
25mm, 35mm, 50mm (one each) with every unit.
Stirring capacity up to 10 liters or above
Motor type: DC Brushless
Country of origin: EU, USA, Japan & UK
 Digital Display
2. Digital weighing
 Internal Calibration
balance  Weighing Capacity = 1500 gm or above
 Readability =0.01gm
 Accessories :-Dust-Cover
 Country of origin:- USA, Western Europe, Japan. 0.35 2% 02

Note: The product should be in conformity with


standards of E.U or USA or Japan.
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will. be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor
must be attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/19922
TENDER NO. 03/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Scrubbers/Washing Scrubbers H (50”) x L(48”) W (30”)
Sink size D (24”)Lx (30”) x W(18”)
Stations Made up of 304 L, 15mm dia (non magnetic) corner
Round, interior rectangular with stand and elbow action
Tap and properly drained up with complete installation
and fittings) 0.1 2% 01
All covered sheets S.S 304 L , non magnetic rust proof
(22 SWG)
Accessories: additional sieve plate (each)according to
inner diameter,movable
(Local Made)
2. S.S Trolley for S.S Trolley for chemicals / reagent
H 36” x W20”x L42”
Chemicals/Reagents 18 G S.S Sheet 304 L
Pipe 16 gauge 0.35 2% 05
1.5 x 1.5”x 201 L, S.S
Non magnetic, (wheel 6”imported)
(local made)
3. Hand Lifter Manual, hydraulic with steering handle/wheel, weight
capacity 1.5-2 tons, As per sample available at FMDRC
0.3 2% 03
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 04/ADP/-FMDRC/2022-23
Date of opening 12.10.2022
Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Cost Bid Security of Quantity
No. in Million Rs. Estimated Cost Required
1. Inverted Optical system: Infinity optical system
Observation method: Bright Field, Phase Contrast
Microscope (with Diascopic illumination: High luminescent LED illuminator)
accessories) Tube: inclination: attachable camera port, eyepiece/ port:
Eyepiece (F.O.V.) At least 2 with different resolutions e.g 10x,
For Roller Cell 20x e.t.c
Culture Flask Nosepiece: Objective Turret minimum 5 position
Objectives: With at least 4 different objectives with varies
(D110xL550mm) & resolutions e.g 4x, 10x, 20x, 40x e.t.c
(D110xL285mm) Stage: Easy to use mechanical stage designed to accommodate 2.8 2% 01
wide range of cell culture flasks / chambers, microplates & roller
bottles.
Holder: for roller culture bottles and glass slide, petridish,
hemocytometer e.t.c
Digital Camera: (Compatible)
Interface: USB
Touch LCD Display: 10” or above
UPS:- Minimum 30 minutes electricity backup (Local or
Imported) with dry battery.
Country of origin & Manufacture:- Germany, France, USA,
Japan & UK.
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Before submitting technical quotation, the detailed design can be discussed with OIC store and end user, during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Distribution certificate or authority letter from the manufacturer/distributor must be
attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/27922
TENDER NO. 05/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Freezer -20°C Freezer -200C Double door, Chest Type (Haier,
Dawlance, Waves or equivalent)alongwith
with Compatible
compatible stabilizer with each unit (copper 0.8 2% 05
voltage Stablizer Winding)
Capacity:18 CFT or above
2. Refrigerator with Refrigerator (double door) 18 CFT or
above(Haier, Dawlance, Waves, Electrolux or
compatible
equivalent)alongwith compatible stabilizer 1.3 2% 12
voltage Stablizer with each unit (copper Winding)
3. Microwave oven Capacity: 20 liters or more; Power output 700
W or above; Mechanical rotary controls;
Electrical requirements: 200-220V; 50-60Hz 0.04 2% 02
Dawlance DW 210 S or equivalent
Origin: Local/Imported
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/23922
TENDER NO. 06/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
Air Purifiers
1. Purpose Removes the following contaminants at 99.7% efficiency;
1. Dust (Coarse and ultrafine upto 0.003 microns)
2. Pollen
3. Allergens
4. Mold Spores
5. Bacteria
6. Virus
2. Power requirements 220-240 V, 50/60 Hz
3. Filtration 99.97% for particle ≥0.3 micron, The filtration should conforms to
ANSI/ASHRAE Standards 62.1 and 62.2
4. Airflow rate 50m3/h to 450 m3/h (At least 6 speed levels) 2.15 2% 02
5. Area to be covered (Room) 225 m3 or above
6. Noise level LPA=22-57 dB (A)/ LWA =32-67 Db (A)
7. Filters specs  Should have coarse particle filter/s that has Two sets of filters
efficiency of ≥ 55% at ≥ 0.3 microns, (Class should be provided
F8) in addition to the
Fileter service Life: Minimum 12 months sets which will be
 HyperHepa Filter: Control of fine and ultrafine fitted in the
particulate matter, Media non-woven glass machine
microfiber,
Efficiency ≥ 99.97% at ≥ 0.3 micrometer
(class H13)
Filter service life : 24-36 months
8. Fan Motor Centrifugal, backward curved with thermal protector, Non stop use
approved
9. Control Panel LCD Display
10. Housing Material Non off-gasing, impact-resistant, UV-Stabilized ABS
11. Display language English
12. Intelligence filter life Yes (can monitor actual usage of each filter)
monitor
13. Filter Life status Through LEDs
monitoring
14. Accessories  Coarse dust pre-filter
 Inflow and OutFlow duct connections
 Casters or some other mechanism for easy mobility of unit from one
lab to the other
 Compatible dust cover : made of high quality parachute and should
be water proof
 Any other accessory should be separately mentioned alongwith price
15. Installation and  Complete installation and commissioning
Commissioning  With at least 3 test runs
16. Country of Origin USA, EUROPE, JAPAN
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Distribution certificate or authority letter from the manufacturer/distributor must be
attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 07/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. UPS with Online sine wave inverter, 600W or
Dry above, input voltage 180-240Vac or 0.3 2% 03
Batteries better, renowned brand
(Homage/Ecostar, Hyundai or
equivalent)
Dry battery (no maintenance), 12V,
100A or above
2. Shoe Cover Manual application; rust free interior
Dispenser and exterior; should allow flexible sizes
(up to 52cm); manual removal with
stick/prong (included); with support 0.25 2% 03
during application; can hold 50 pairs at
a time; along with 20 cartridges (50
pairs per cartridge or more)
Origin: Imported
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and technical proposal, marked
as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other related document
during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active Managing Partner,
Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to produce copy of the documents authorizing
him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 08/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. HVAC System for 1. Supply & installation of HVAC Unit Double Skinned Conditioner With
Matching Condenser: Capacity: 20 Tons, 24 HP or above; CFM: 1600; Filters:
R&D Lab with all Pre & Bag Filters; Static Pressure: 4.0 WC inside unit, 2.0 WC inside the duct.
accessories Quantity: 01
2. Supply and installation of G.I. Exhaust Air Fan: CFM: 2000; With HEPA
Filter. Quantity: 01
3. Supply, fabrication, and installation of G.I. duct work 22 SWG: Sheet
metal: ISL Standard; Including hanger & supports and all tees, bends, reducers,
elbows, turning vanes, and splitter etc; Complete with all aspects. Quantity: 700
sq.ft
4. Supply, fabrication, and installation of G.I. duct work 24 SWG: Sheet
metal: ISL Standard; Including hanger & supports and all tees, bends, reducers,
elbows, turning vanes, and splitter etc; Complete with all aspects. Quantity: 1000
sq.ft
5. Supply and installation of Duct glass wool insulation: Thickness: 2”; 16
kg/m3 density; 8 oz. Canvas cloth wrapping around duct with adhesive; all
longitudinal and circumferential joints shall be sealed with 2” wide adhesive tape.
Quantity: 1700 sq.ft
6. Supply, fabrication, and installation of G.I. duct Cladding work 26 SWG
using prime quality sheet metal including hanger & supports and all tees, bends,
reducers, elbows, turning vanes, and splitter. Quantity: 1000 sq.ft
7. Supply & installation of HEPA filters: Efficiency 99.5%; class H13; Dimension
610x610x150mm; complete with all aspects; Quantity: 05
8. Supply & installation of HEPA filters box: Compatible with HEPA filters;
Complete with all aspects. Quantity: 05
9. Supply and installation volume control dampers: Sheet metal: ISL 6.0 2% 01
Standard; 18 SWG Sheet. Quantity: 15 sq.ft
10. Supply & installation of flexible duct connector: Factory fabricated with
coated woven fabric and galvanized Iron Collars both by means of double lock
seam on each side. Quantity: 80 R.FT
11. Supply & installation of S.S Make Supply Air Diffusers: Stainless Steel
304L. Quantity: 25 sq.ft
12. Supply & installation of Exhaust Air Louvers: Stainless Steel 304L. Quantity:
20 sq.ft
13. Supply & installation of 8x4 DFB false ceiling complete with all aspects.
Quantity: 450 sq.ft
14. Supply & installation of Main Power cable 25 mm2: 4core. Quantity: 70
meter
15. Supply & installation of Aluminum cabin: 6 x 4 complete with all aspects.
Quantity: 02 Nos.
16. Supply & installation of Doors: Controlled access by self-closing and auto
locking doors; Air tight wall door frame connection; Quantity: 02
17. Supply & installation of Floor: Seamless Vinyl or epoxy coating with silicon
sealents; walls with glossy/epoxy paint. Quantity: 450 sq.ft
18. Supply & installation of Pressure differential monitors: Quantity: 05 Nos.
19. Supply & installation of Alarm system for HVAC failures: Quantity: 01 Nos.
20. Supply & installation of Hand free intercoms in each compartment:
Quantity: 05
21. Supply & installation of Smoke detectors and fire extinguishers:
Quantity: 02+02 Nos.
22. Supply & installation of Emergency eye wash /hand wash: Quantity: 01
23. Supply & installation of Adequate lighting (400-600 Lux)
24. Including all the requisite civil, electrical, plumbing work (HVAC unit base
11*5*1+ all Wall holes)

Note: Please read the following terms and conditions carefully:-


Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Copy of import documents must be provided at the time of supply.
16. Installation and commissioning of HVAC will be awarded on turn-key basis by well reputed firms/companies; the company profile (with major
clients/facilities) will be submitted along with technical proposal for assessment.
17. FMDRC will not be responsible for any provisions other than electricity, water and gas connections outside the premises with HVAC facility;
connections, joints, piping, etc for provision of these facilities inside the lab will be done by the contractor.
18. Bidders are required to visit the premises and present a complete computerized, engineered design/layout for HVAC installation along with
technical proposal.
19. Bidders will guarantee 2 years of free after sale service/warranty for complete work

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 09/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Micro-Pipette Multichennel 20-200µL; 8 channel (02)
20-200µL; 12 channel (02)
5-50µL; 8 channel (01)
5-50µL; 12 channel (01)
100-1000µL; 8 channel (01)
100-1000µL; 12 channel (01) 1.5 2% 08
Fully autoclave-able
With 02 compatible stand, and 40
compatible Tip boxes (05 boxes for each
micropipette)
Origin & Manufactured: US, Europe, Japan
2. Pipette 1-10ml Single channel; Adjustable volume; Spring
loaded tip cone; including 100 tips; (10ml 0.16 2% 02
each) Eppendorf research plus or
equivalent
3. Single Channel Micropipette 2-20µL (01) Nos.
10-100µL (01) Nos.
20-200µL (01) Nos.
100-1000µL (01) Nos.
Manual; single channel; 4 digit display; 0.25 2% 04
spring loaded tip cone; autoclave-able;
with compatible stand, 08 compatible Tip
boxes (02 boxes for each micropipette)
Country of origin: US, Europe, Japan.
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and technical proposal, marked
as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other related document
during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active Managing Partner,
Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to produce copy of the documents authorizing
him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor must be attached with
the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 10/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. CCTV security Camera (n=10): 2 Megapixels, 1/3” CMOS image sensor,
(1920*1080) @30 fps, smart H. 265 IR Distance 164ft, Dual Stream
camera system support. 120 Db WDR Alarm Event. Motion Detection, Access.
with accessories 12VDC & POE Support. ONVIF , p2p; HIKVISION Or Equivalent
PTZ Camera (n=02): 4 Megapixels, 1/3 CMOS Powerful 30X
optical zoom H.265 Encoding Max. 25 fps @ 4m/3m,
25/30/50/60fps@1080p. Auto-Tracking and IVS. Support Poe+ IR
Distance upto 250MTR. IP66; HIKVISION Or Equivalent
Cat 6 cable UTP PVC 23AWG with stable Electrical performance;
Compliant with ANSI/TIA-568-C.2, IEC61156, ISO/IEC11801;
Compliant with RoHS 2.0; Sheath with strong mechanical properties, 1.7 2% 01
and high tensile and compressive strength, reducing damage;
Excellent performance in the Fluke 90-MTR permanent link test
working continuously at 50oC; Excellent performance in the Fluke
100-MTR channel test being continuously loaded with 57 V/1 A DC
power (POE)
Fiber Optic 8 core (Attenuation +20C, @850nM, @1300nM,
@1310nM <0.36db/km.; Bandwidth (Class A), @850nM, @1300nM;
Numerical Aperture, Cable Cut-off Wavelength (<12260nM)
Installation, commissioning and complete configuration of new
cameras, switches, equipment, etc and integration with already
installed cameras system and internet services at FMDRC;
replacement of switches and wires as and where required in already
installed system; up-gradation of whole setup into user friendly
software system; shifting of control system from reception area to
Estate Office, FMDRC
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor
must be attached with the quotation. Copy of import documents must be provided at the time of supply.
16. Installation and commissioning of CCTV camera system will be awarded on turn-key basis by well reputed firms/companies with minimum 05
years experience in relevant field; the company profile (with major clients/facilities for last 05 years) will be submitted along with technical
proposal for assessment
17. Bidding firm/company should provide manufacturers authorization certificate for cameras
18. Bidders are required to visit the premises, meet relevant personnel and submit a complete computerized design/layout for installation along with
technical proposal
19. Bidders will guarantee 2 years of free after sale service/warranty for complete work

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 11/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 60 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Photocopy Black & White (Laser) Copier, Scanner, Printer, Fax
Machine System speed (A4): 36ppm or above; Warm up time: 30 sec. max;
First page out time (A4): 4.5 sec max.; Copy resolution: 600x600 dpi;
Print resolution: 1,800(equivalent)x600 dpi; Scan resolution: Up to
600 x600 dpi; Scan File formats: JPEG; TIFF; PDF; Compact PDF;
Encrypted PDF; XPS; Compact XPS; PPTX
optional: Searchable PDF; PDF/A 1a and 1b; Searchable
DOCX/PPTX/XLSX; System memory: 2,048 MB/ 4,096 MB 0.7 2% 01
(standard/max); System hard drive: 250 GB (standard); Printable
paper size: A6-A3; customized paper sizes; Printable paper
weight: 60-220 g/m²; Paper input capacity: 1000 pages or
above; Paper tray input (standard): 1x 500; A5-A4; 60-220
g/m², 1x 500; A5-A3; 60-220 g/m²; Automatic duplexing: A5-A3;
60-209 g/m²; Duty cycle (monthly): Rec. 20,000 pages; Max.
48,000 pages; Toner lifetime: Black up to 23,000 pages; Power
consumption: 220-240 V / 50/60 Hz; Less than 1.50 kW
Konica Minolta Bizhub 367 or equivalent.
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor
must be attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/22922
TENDER NO. 12/ADP/-FMDRC/2022-23
Date of opening 12.10.2022
Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 90 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Biological Internal volume: 70 Liters or above; natural convection; setting
temperature range: +20 to +80 °C; Working temperature range: 5 above
Incubator 70 ambient temperature to +80 °C; Temp. accuracy: 0.1oC; Digital
lit. or above microprocessor controller with high-definition display; Adjustable
parameters: temperature (Celsius or Fahrenheit), air flap position,
programme time; Admixture of pre-heated fresh air by electronically 0.6 2% 01
adjustable air flap; programme stored in case of power failure; adjustable
electronic over-temperature monitor and mechanical temperature
limiter; full stainless steel exterior with fully insulated stainless steel door
& compression door lock; 2 stainless steel electropolished grids; inner
glass door; interior made of stainless steel, 230 V, 50/60 Hz
Country of Origin: US, UK, EU, Japan
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Technical literature must be provided with the quotations. Sole distribution certificate or authority letter from the manufacturer/sole distributor
must be attached with the quotation. Copy of import documents must be provided at the time of supply.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/20922
TENDER NO. 13/ADP/-FMDRC/2022-23
Date of opening 12.10.2022
Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 60 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Cultivator Must be compatible with institute’s tractor (FIAT 480); 13 tines (Spring loaded); Round
steel torsion tubes frame; Must be a product of a registered company, Millat or equivalent
01
2. Disk Harrow Must be compatible with institute’s tractor (FIAT 480); with 16 number of discs; Disc size:
2 feet; Must be a product of a registered company
Millat or equivalent
01
3. Pistol 30 bore handgun; semi-automatic with fire safety; minimum 07 round magazine; with 50
live rounds (A quality) and compatible shoulder holster (leather/good quality)
Norinco Type 54 or equivalent
02
4. Submersible Water pump for pool drainage; copper winding; rustproof body; minimum 1500GPH
capacity; 1.0HP or above; pipe diameter: 2 inches; 220-240V~50/60Hz with 100 feet
Pump compatible pipe 0.9 2% 01
Origin: Local/Imported
5. Wheel Barrow Cast iron barrow; 100-120 kg weight bearing capacity; Powder coated metal frame with
deep tub which should be rust-proof and water-proof; 16 gauge. Rubber grips for easy
handling; Wheel diameter: 13-16 inches with smooth running ball bearings
02
Origin: Local/imported
6. Water Sprinklers Zinc Alloy/Brass (rust free) rotatory rocker arm; rotatory metal nozzle; connection: 1″
female; Work pressure: 250-550 kpa; Spray-Diameter: approx. 20 Meters; Spray Angle:
360
10
Origin: Local/Imported

Note: Please read the following terms and conditions carefully:-


Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee.
 0.25% stamp duty in the form of stamp paper.
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922
TENDER NO. 14/ADP/-FMDRC/2022-23

Date of opening 12.10.2022


Time of receipt 11:00 am
Time of opening 11:30 am
Price of Tender Rs. 1000/- (Non-Refundable)
Required at Office of the Additional Director F&MDRC, Lahore Cantt
Delivery Period 45 Days
Validity Period 60 Days

Sr. Item # Description of Store Total Estimated Bid Security of Quantity


No. Cost in Million Rs. Estimated Cost Required
1. Cotton Absorbent Cotton Absorbent Roll 300 Nos.
(Medical grade) 400 g 0.2 2%
As per sample
2. Aluminum Foil 37.5 sq.ft Heavy Duty 200 Nos.
As per sample
Note: Please read the following terms and conditions carefully:-
Terms & Conditions:
1. The purchase process will be carried out and will be monitored under PPRA rule, 2014 and amendments made to date.
2. The bid shall comprise of a single package, containing two separate envelopes. Each envelope shall contain separate financial proposal and
technical proposal, marked as “Financial Proposal” and “Technical Proposal” in bold and legible letters to avoid confusion.
3. “Technical Proposal” submitted by a firm/bidder should contain following documents (moreover, evaluation committee may demand any other
related document during technical scrutiny):
 Tender documents duly signed by the person authorized by firm/bidder.
 Original Call Deposit Receipt (CDR) @ 2% as bid security of estimated cost of the tender.
 Copy of C.N.I.C of authorized person.
 Technical bid with specifications of the store, delivery period and validity period.
 Certificate for replacement of defective supply.
 Price Reasonability Certificate.
 Affidavit that firm/bidder is not blacklisted at the time of bidding/tender processing.
 Any other required documents (Technical Literature, Authorization Letter, etc).
4. Bidding firms/contractors should be registered in Sales Tax Department; Sales Tax number & NTN should be printed on technical and financial
proposals.
5. The bidding firm/contractor should clearly elaborate GST & other applicable taxes either included or excluded. In case of tax exemptions, proof
must be attached.
6. The proof of Professional Tax for the year 2022-23 should be attached with technical proposal.
7. The person signing the tender on behalf of the bidder/firm must specify his authority, that is, whether he signs as the Sole Proprietor, Active
Managing Partner, Managing Director, Acting Director, Manager, Secretary, or “per procurationem” for the firm and if so required, shall have to
produce copy of the documents authorizing him to sign the tender.
8. As per PPRA rules, one firm can only offer one bid.
9. Any information regarding store/procurement may be obtained from Officer Incharge Store during office hours.
10. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No offer shall be considered if:
i. Any page of tender/bid document is unsigned/unstamped.
ii. Received without earnest money.
iii. Received after the time and date fixed for its receipt.
iv. The offer is ambiguous and/or conditional.
v. The offer is received by telegram or fax.
vi. The offer received with shorter validity than required in the tender.
vii. The offer for store not conforming to specifications indicated in the tender enquiry.
viii. The Contractor lacking the proper commercial business address.
11. The undersigned has the right to reject all tenders.
12. After opening of financial bids, first lowest and technically accepted firm/bidder shall furnish the following prior to the issuance of purchase order:
 An amount @ 5% of the estimated cost as performance guarantee
 0.25% stamp duty in the form of stamp paper
13. Supply of the above items at the consignee end will be free of cost.
14. The bill shall be deposited to Accounts Branch after successful inspection of the store by the end user.
15. Sample must be provided at the time of opening of Technical bid for Serial No. 01 Cotton Absorbent & serial No. 02 Aluminum Foil 01 Roll.

CHAIRMAN PURCHASE COMMITTEE. OFFICER INCHARGE STORE


F&MDRC, LAHORE F&MDRC, LAHORE

D/Awais/26922

You might also like