You are on page 1of 40

UNIVERSITY OF ENGINEERING AND TECHNOLOGY, LAHORE

Narowal Campus

TENDER DOCUMENT
For
PURCHASE OF LAB EQUIPMENT

Issued To:

Department of Basic Sciences and Humanities


Contact No. 0542-920251,0321-4618681
Table of Contents
S. No. Page #

Tender Notice 3
1. Invitation to the Bid 4
2. Instructions to the Bidders 5
Scope of Work, Terms & Conditions of the Tender 5
3. Definitions 5
4. Tender Eligibility 5
5. Examination of the Tender Document 5
6. Amendment of the Tender Document 6
7. Bid Currency 6
8. Validity Period of the Bid 6
9. Bid Security 6
10. Bid Preparation and Submission 6
11. Financial Proposal 7
12. Bid Opening 8
13. Determination of Responsiveness of the Bid 8
14. Technical Evaluation Criteria 09
15. Financial Proposal Evaluation 11
16. Rejection and Acceptance of the Tender/Bid 11
17. Contacting the Procuring Agency 12
18. Announcement of Evaluation Report 12
19. Award of Contract 12
20. Issuance of Supply Order or Signing the Contract 12
21. Payment of Performance Security 12
22. Redressal of grievances by the procuring agency 12
General Conditions of Contract / Supply Order 13
23. Delivery of Items 13
24. Liquidated Damages 13
25. Inspection and Tests 13
26. Release of Performance Guarantee/Security 13

1|Page
27. Contract Amendment 14
28. Termination for Default 14
29. Blacklisting 14
30. Force Majeure 14
31. Termination for Insolvency 15
32. Forfeiture of Performance Security 15
33. Payment 15
34. Specification and Schedule of Requirement 16
Annexure- A Technical Proposal Covering Letter 33
Annexure- B Check List 34
Annexure- C Bid Form 35
Annexure- D AFFIDAVIT/BIDDER’S UNDERTAKING ON THE STAMP PAPER 36
Annexure- E Financial Proposal Form 37
(to be attached with Financial Proposal)
Annexure- F Price Schedule 38

2|Page
Office of the Campus Coordinator

UNIVERSITY OF ENGINEERING
AND TECHNOLOGY, LAHORE
NAROWAL CAMPUS

1. Invitation to the Bid


1.1. Bids/Tenders are invited for Purchase of Equipment from Sales Tax and
Income TaxRegistered firms.

Sealed Proposals, on “single stage, two-envelope” bidding procedure (Technical & Financial Proposals
separately), are hereby invited for the supply of items (FOR Basis) listed in the table below for Department
of Basic Science and Humanities at UET Lahore, Narowal Campus from the authorized dealers,
manufacturers or suppliers of well reputed firms. Detailed specifications of the items and other terms and
conditions are given in the tender documents.
Lab Tender Fee Estimated Price
Detail of Laboratory
No. Rs. in (Rs. Millions)
1 Physics Lab 36.14
2 Chemistry Lab 2,000 3.74
3 Mathematics Lab 1.7

The Proposal/Tender documents can be obtained on the same day of publishing of advertisement on PPRA
Website from the office of Campus Coordinator UET Narowal Campus Adda Siraj 11 km Muridkey
Road Narowal/ Department of Computer Engineering at UET Lahore during office hours (08:00 am to
04:00 pm) on production of receipt of tender fee amounting Rs.2,000/- (nonrefundable), deposited in the
University’s Main Account No.01287902801499 maintained with HBL Ltd., Engineering University Branch
Lahore in the name of Treasurer, UET Lahore.
The Bid Security/Earnest Money @ 2% of the Estimated Cost of each item/set of items under a lab as
mentioned in specification table in tender documents, in shape of call deposit receipt in the name of Treasurer,
UET Lahore is required to be submitted along with the Proposal/Tender, otherwise the offer shall be rejected
for being nonresponsive. The last date for submission of tender in the office of Campus Coordinator in
Department of Computer Engineering at UET Lahore is May 06th, 2024 at 10:00 am. The
proposals/tenders will be opened on the same day at 10:30 am in the Conference Hall adjacent to Vice
Chancellor Office by the Central Procurement Cell in the presence of the bidders or their authorized
agents/representatives who may wish to attend.
• The registered firms under GST and of good repute are eligible to participate.
• No telephonic/telegraphic/email/faxed tender is acceptable.
• Procurement shall be governed by the PPRA Rules-2014 (amended up to 23-12-2022).

3|Page
2. Instructions to the Bidders
2.1. Procurement will be made under Punjab Procurement Rules (PPRA), 2014.
2.2. It will be clearly understood that the Terms and Conditions mentioned in this document are
intended to be strictly enforced.
2.3. Bidders must ensure that they submit all the required documents indicated in the Tender / Bidding
Documents at the time of opening of Technical Bids and no request for submission of missing
documents will be entertained after opening of the Technical Bids.
2.4. Bids without supporting documents, undertaking, valid documentary evidence, and bids not
conforming to terms and conditions given in the Tender Document will be liable for rejection.
Bids received after due date and time, and bids without Bid Security/Earnest Money in shape of
Demand Draft,Pay Order, CDR or less than required amount or Bid Security in shape of Cheque
or Cross Cheque shall be rejected.
2.5. The bidder may quote rate for any or all items.
2.6. Type of Open Competitive Bidding
As per Rule No. 38(2) a, single stage two envelope procedure shall be followed with details
given below:
2.6.1. The bid shall comprise of a single package containing two separate envelopes. Each
envelope shall contain separately the financial proposal and the technical proposal.
2.6.2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and legible letters to avoid confusion.
2.6.3. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; The
envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of
procuring agency without being opened.
2.6.4. The Purchaser shall evaluate the technical proposal under PPRA Rule # 32 and in a
manner prescribed in this document, without reference to the price and reject any
proposal which does not conform to the specified requirements/specification as listed in
said sections. During the technical evaluation no amendments in the technical proposal
shallbe permitted.
2.6.5. The financial proposals of technically qualified bidders shall be opened publicly at a
time, and venue announced and communicated to the bidders on telephonically/e-mail.
2.6.6. After the evaluation and approval of the technical proposals the procuring agency, shall
at a time within the bid validity period, publicly open the financial proposals of the
technically accepted and qualified bids only. The financial proposal found technically
non-responsive shall be returned un-opened to the respective bidders.

4|Page
Scope of Work, Terms & Conditions of the Tender
3. Definitions
3.1. “Purchaser” means the procuring agency i.e. University of Engineering and Technology
(UET), Lahore.
3.2. “Bidder/Tenderer” means the Firm/Company/Supplier/Distributer that may provide or
provides the Goods and related services to any of the public sector organization under the
contract and have registered for the relevant business thereof.
3.3. "Contract" means the agreement entered into between the Purchaser and the Contractor, in
form of Supply Order or as recorded in the Contract Form signed by the parties, including all
Schedules and Attachments there to and all documents incorporated by reference there in.
3.4. "Contractor/The Successful Bidder" means the person whose Tender has been accepted and
awarded to issuance of supply/purchase order by the Purchaser.
3.5. "Contract Value" means that portion of the Contract Price adjusted to give effect to such
additions or deductions as are provided for in the Contract which is properly apportion - able
to the Goods or Services in question.
3.6. "Goods" means items/equipment and/or other materials which the Contractor is required to
supply to the Purchaser under the Contract.
3.7. "Services" means all necessary obligations which the Contractor is required to provide to the
Purchaser under the Contract.
3.8. “PPRA” means Punjab Procurement Regulatory Authority.

4. Tender Eligibility
Invitation to submission of sealed bids/ proposals is open to bidders who meet following minimum
conditions: -Eligible Bidder/Tenderer is one who:
4.1. has valid registration certificates of FBR
4.2. is an active Income Tax Payer;
4.3. has got the experience in supply of relevant items;
4.4. conforms to the clause of “Responsiveness of Bid” given in this tender document;
4.5. Has not been blacklisted.

5. Examination of the Tender Document


The bidder/Tenderer is expected to examine the Tender Document, including all terms and
conditions.

6. Amendment of the Tender Document


6.1. The issuance of bidding documents authority at any stage prior to the deadline for submission
of the Tender/bid, at its own initiative or in response to a clarification requested by the
Bidder(s), amend the Tender Document, on any account, for any reason. All amendment(s)
shall be part of the Tender Document and binding on the Bidder(s).
6.2. The Purchaser shall notify the amendment(s) in writing to the prospective Tenderers/Bidders.
6.3. The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the
deadline for the submission of the Tender, in which case all rights and obligations of the
Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to

5|Page
the deadline as extended.

7. Bid Currency
Bidder should quote price in Pak Rupees only and payments shall also be made in
Pakistan Rupees only.

8. Validity Period of the Bid


8.1. Validity period of the bids shall be 60 days.
8.2. In exceptional circumstances, the Committee may ask the Bidders for an extension of the
period of validity. The request and the responses shall be made in writing. A bidder accepting
the request will not be required nor permitted to modify its tender.

9. Bid Security
9.1. Bidder will submit Bid Security drawn in the name of Treasurer, University of
Engineering and Technology, Lahore detail given below in the Specification
table:
Lab Estimated Price Amount of
Detail of Laboratory
No. in (Rs. Millions) CDR (PKR)
Mentioned in
1 Physics Lab 36.14
Specification Table
2 Chemistry Lab 3.74 74,800
3 Mathematics Lab 1.7 34,000

9.2. Cheque or Cross Cheque shall not be accepted at all.


9.3. The amount submitted as Bid Security shall be refunded to the unsuccessful bidders after
the decision for the award of the said tender.
9.4. Subject to the award of contract, the Bid Security in form of CDR, Demand Draft, and Pay
Order shall be returned to successful bidder against submission of Performance Guarantee.
9.5. If the Bid Security is found less than the required amount then the bid will be rejected
irrespective of the rates and the stage of the bid process.
9.6. The Bid Security may be forfeited if a Bidder:
a) Refuses to acceptance of supply/purchase order; or
b) Refuses to sign the contract within due date; or
c) Fails to furnish Performance Security.

10. Bid Preparation and Submission


10.1. The Tender shall be filed in / accompanied by the prescribed Forms, Annexes, Schedules,
Documents which shall be completely filled in, stamped and signed by the Tenderer or his
Authorized Representative. In case of copies, photocopies may be attested.
10.2. The Bids/Tenders should be submitted in two parts (1) Technical Proposal and (2) Financial
Proposal. The Technical Proposal and Financial Proposal shall be submitted in separate
covers.

6|Page
10.3. Technical Proposal
The Technical Proposal will enable the Purchase/Technical Committee to evaluate whether
the bidder is technically competent and capable of executing the order and the specifications
offered by the bidder meet the ones given in the Tender/Bid Documents. Only those bids
which qualify in the technical stage will be eligible for the Financial Proposal opening. The
Financial Proposals of bidders who failed in the Technical stage will not be opened.
10.4. The Technical Proposal form as given in the Bid/Tender Document shall be filled, signed and
stamped in all pages. The Purchase Committee will not be responsible for the errors
committed in the bids by the bidders.
10.5. The Technical Proposal should not strictly contain any Price/Cost indications as such
otherwise the bids will be summarily rejected.
10.6. The Bidder should quote only one brand/model/make of each item.
10.7. Detail and Order of Documents to be furnished with the Technical proposal
(Envelope A):
The documents attached with the Technical Bid must be signed and stamped by the
Authorized Representative of the Bidder. The documents attached must be numbered and
attached in the following order:
10.7.1. Covering letter (Annexure-A) duly signed and stamped by authorized
representative along with copy of Bid Security.
10.7.2. Copy of Income Tax Registration Certificate (Annexure-B).
10.7.3. Copy of Sales Tax Registration Certificate (Annexure-C).
10.7.4. Detailed specification of items (Annexure-D).
10.7.5. At least two relevant Supply Orders/Contracts received in the last three years
(Annexure-E).
10.7.6. Affidavit/Undertaking on Stamp Paper (Annexure-F).

11. Financial Proposal


11.1. The Financial Proposal of the bidder shall also include the price break up of taxes/duties.
All taxes/duties as applicable shall be responsibility of the bidders.
11.2. The cost quoted by the bidder shall be kept firm and unchanged for a period specified in the
Bid/Tender Documents from the date of opening of the bids. The bidder shall keep the
price firm/unchanged during the period of Contract including during the period of extension
of time if any.
11.3. The quoted price will be inclusive of all taxes, duties, levies, insurance, freight
(transportation charges), etc.

11.4. The Bid is liable for rejection if Financial Proposal contains conditional offer.
11.5. Details to be furnished with Financial proposal (Envelope B)
11.5.1. Financial Proposal Covering Letter (Annexure G).
11.5.2. Financial Proposal Form duly filled, signed and stamped by the Bidder
(Annexure H).
11.5.3. Bid Security

11.6. Sealing the Bid


11.6.1. The Technical Proposal shall be placed in a separate cover (Envelope-A) and
sealed appropriately. The Technical Proposal cover shall be marked as “Technical

7|Page
Proposal for Purchase of Equipment” – Bid Ref.: due on:
_ The “FROM” address and “TO” address shall be written without fail.
11.6.2. The Financial Proposal (Envelope-B) shall contain rates of item quoted by the
bidder. The Financial Proposal cover shall be marked as “Financial Proposal for
Purchase of Equipment” – Bid Ref.: due on: The “FROM” address and “TO”
address shall be written without fail.
11.6.3. Out Cover: The Technical Proposal cover (Envelope-A) and Financial Proposal
cover (Envelope B) shall then be put in a single outer envelope and sealed. The
outer cover shall be marked as “Bid for Purchase of Equipment” –BidRef.: due
on . The “FROM” address and “TO” address shall be written without fail.
11.7. Mode of Submission of Bids
11.7.1. The Bid should be addressed to “Convener, Central Procurement Cell”.
11.7.2. The Bids received after Due Date and Time or Unsealed or incomplete or
submitted by Fax or Email will be summarily rejected.

12. Bid Opening


12.1. Technical Proposal Opening
The bid’s outer cover and Technical Proposal cover will be opened by the Central
Procurement Cell on the date and time as specified in the Tender Notice/Bid Data Sheet. The
bids will be opened in the presence of the bidders who choose to be present. A maximum of
two representatives for each bidder would be allowed to attend the Bid Opening.
12.2. Suppression of facts and misleading information

12.2.1. During the bid evaluation, if any suppression or misrepresentation of information


is brought to the notice of the Committee, the Committee shall have the right to
reject the Bid and if it happens so after selection of the Bidder, the Committee may
terminate the Contract or award of the Contract or further processing of the Bid as
the case may be and that will beWithout any compensation to the Bidder and the
Bid Security/Performance Guarantee, as the case may be, shall be forfeited.
12.2.2. It is the Bidder’s responsibility to prove the Bidder’s requisite qualification,
experience and capacity to undertake the project to the entire satisfaction of the
Purchase Committee failing which the Bid may be rejected.

13. Determination of Responsiveness of the Bid


13.1. The Purchaser shall determine the substantial responsiveness of the Tender to the Tender
Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself
without recourse to extrinsic evidence. A substantially responsive Bid is one which:
13.1.1. meets eligibility criteria for the Bidder / the Goods / the Services;
13.1.2. meets all the mandatory requirements of the evaluation criteria;
13.1.3. meets the Technical Specifications for the Goods / the Services;
13.1.4. meets the delivery period / point for the Goods / the Services;
13.1.5. is accompanied by the required Bid Security;
13.1.6. is otherwise complete and generally in order;
13.1.7. Conforms to all terms and conditions of the Tender Document, without material
deviation or reservation;

8|Page
13.1.8. which offers one Brand/Model/Make for each item (which does not contain any
option);
13.2. A material deviation or reservation is one which affects the scope, quality or performance
of the Goods or limits the Purchaser's rights or the Bidder’s obligations under the Contract.
13.3. The Tender determined as not substantially responsive shall not subsequently be made
responsive by the Tenderer by correction or withdrawal of the material deviation or
reservation. However, the Purchaser may waive off any minor non-conformity or
inconsistency or informality or irregularity in the Tender.

14. Technical Evaluation Criteria


The Bidders who have duly complied with the Eligibility/Qualification and Evaluation will
be eligible for further processing.
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.
Under PPRA Rules # 31, Technical Bids will be evaluated on the basis of following criteria
and Financial Bids of only those bidders will be opened who have fulfilled the criteria:

Requirement
Evaluation Criteria
Tax Registration Certificates Mandatory
Conformance to the generalized specification of items given in Schedule of Mandatory
Requirement
At least two relevant Supply Orders/Contracts received in the last
three years Mandatory

Affidavit /Bidder’s Undertaking on stamp paper Mandatory


Maximum
S. No. Item Name and Description Marks
Marks
Past Performance/ Experience of the Bidder
1 -- 10
(Reg. with GST/NTN) Years of operations (From
Registration date of NTN / FBR)

1.1 1 - 3 year experience 2 --


1.2 4 - 8 year experience 4 --
1.3 9 - 15 year experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 - 5 year experience 3 --
2.2 6 - 10 year experience 6 --
2.3 11 & above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min five million) 4 --

9|Page
4 Technical Evaluation of quoted items -- 70
4.1 Specifications as per Schedule Requirements (or samples) 50
4.2 Delivery schedule as per need 5
List of clients / where such items delivered
2-3 Clients 04
4.3 10
4-6 Clients 06
Above 6 Clients 10
4.4 Guarantee / Warranty (One Year) 05
TOTAL -- 100

The bidder must provide Verifiable documentary proof against all the mandatory requirement
along with the Technical Proposal and no document will be received or considered after opening of the
Technical Proposal.
Conformance to the required specification of items given in Schedule of Requirement will be
evaluated by the Technical Evaluation Committee. The Qualifying marks are seventy (70).

The supplier will bear all costs associated with the preparation and delivery.

10 | P a g e
15. Financial Proposal Evaluation
15.1. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the
Financial Proposal(s). The Financial Proposals will be opened in the presence of the
Bidders at the time and venue indicated by the Purchaser accordingly. The technically
Eligible/Successful Bidder(s)/Tenderer(s) or their authorized representatives against
each item shall be allowed to take part in the Financial Proposal(s) opening against their
relevant item.
15.2. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules,
2014.The Price evaluation will include all duties, taxes and expenses etc. In case of any
exemption of duties and taxes made by the Government in favor of the Purchaser, the
contractor shall be bound to adjust the same in the Financial Proposal.
15.3. Financial proposal will be evaluated on the basis of One person One Bid in terms of
Rule 36A (PPRA Rules 2014). No serial # or item name will be changed in the financial
proposal. The bidder will quote per unit rate with GST and Total amount with GST as
per given serial number/item name in the bidding documents. The bidder will follow
the bidding documents in letter and spirit.

16. Rejection and Acceptance of the Tender/Bid


16.1. The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the
quantity of any or all item(s), under PPRA Rules 2014 without any change in unit prices
or other terms and conditions, accept a Tender, reject any or all tender(s), cancel / annul
the Tendering process at any time prior to award of Contract, without assigning any
reason or any obligation to inform the Tenderer of the grounds for the Purchaser's
action, and withoutthereby incurring any liability to the Tenderer and the decision of
the Purchaser shall be final.
16.2. Parties shall mutually settle disputes related to this contract. If attempts do no yield any
results within a period of 15 days, The Vice Chancellor shall be the competent authority
to resolve dispute(s) related to this contract and his decision shall be final.
16.3. The Tender / bid shall be rejected if:
16.3.1 It is substantially non-responsive; or
16.3.2 The bidder does not meet any of the mandatory criteria mentioned in Clause No. 15; or
16.3.3 It does not contain the documentary proof against any of the mandatory criteria
mentioned in Clause No. 15; or
16.3.4 The bid is incomplete, conditional, alternative, late; or
16.3.5 the bidder does not attach Bid Security in Shape of Demand Draft, Pay Order, CDR; or
16.3.6 the bid security is not attached or it is less than the required amount; or
16.3.7 the Bidder submits more than one Bids against one Tender; or
16.3.8 the Bidder tries to influence the Purchase Committee / Contract award; or
16.3.9 the Bidder engages in corrupt or fraudulent practices in competing for the Contract
award; or
16.3.10 there is any discrepancy between bidding documents and bidder’s proposal i.e. Any
non-conformity or inconsistency or informality or irregularity in the
submitted bid; or

16.3.11 the Bidder submits any financial conditions as part of its bid which are
not inconformity with tender document.

11 | P a g e
17. Contacting the Procuring Agency
17.1. No Bidder shall contact the Committee on any matter relating to its bid, from the time of
the bid opening to the time the Contract is awarded.
17.2. Any effort by a Bidder to influence the Procuring Agency in its decisions on bid
evaluation, bid comparison, or Contract Award will disqualify the bidder and rejection
of the bid. Canvassing by any Bidder at any stage of the Tender evaluation is strictly
prohibited.

18. Announcement of Evaluation Report

19.1 The Procuring Agency shall announce the results of bid evaluation in the form of a report
giving justification for acceptance or rejection of bids at least ten days prior to the
awardof Contract. The report shall be made available on PPRA website and all the
bidders shall be informed of this.

19. Award of Contract


The Tender will be awarded to the Lowest Evaluated Bidder(s) (item wise) whohave
been declared Technically Qualified.

20. Issuance of Supply Order or Signing the Contract


20.1. The Committee shall issue Supply Order and sign a Contract with the Successful Bidder
with a week.
20.2. The Successful Bidder will provide the stamp paper of 0.25% of total order value for
Signing the Contract/Agreement.
20.3. The procuring agency may increase or decrease quantity in supply order subject to provision
of budget in the relevant head.
21. Payment of Performance Security

10% security of total value of Purchase order/bill shall be deducted at the time of bill process. The
deducted amount as security will be returned after successful completion of Defect Liability / Warranty
Period, after repairing the defects in the equipment / replacement found during the warranty period.

22. Redressal of grievances by the procuring agency


22.1. Any bidder feeling aggrieved by any act of the procuring agency after the submission of his
bid may lodge a written complaint concerning his grievances not later than 10 days after the
announcement of the bid evaluation report.
22.2. The committee shall investigate and decide upon the complaint within fifteen days of the
receipt of the complaint.
22.3. Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.
22.4. Any bidder not satisfied with the decision of the committee of the procuring agency may
lodge an appeal in the relevant court of jurisdiction.

12 | P a g e
General Conditions of Contract / Supply Order
23. Delivery of Items
23.1. The Supplier will be responsible for delivery of Item/equipment University of
Engineering & Technology Lahore, Narowal Campus (Adda Siraj 11 Km
Muridkey Road Narowal).
23.2. Delivery Period will be Sixty (60) days counted after issuance of S u p p l y / P u r c h a s e
Order
extendable under the special circumstances subject to approval of the competent authority.
23.3. After delivery of items, the Bidder must get the items inspected at UET, Lahore.
23.4. The supplier will bear all costs associated with the preparation, delivery and
installation of the Items and the Purchaser will in no case be responsible or liable
for those costs. The supplier will make such arrangements to ensure safe delivery
of goods. Any damage sustained during transportation / delivery will be rectified
by the supplier at his cost.
23.5. The bidder / supplier is bound to provide the items as per specifications. The bidder
/ supplier will change the items if inspection committee reject it.

24. Liquidated Damages


24.1. When the supplier fails to deliver or install the goods or both within the time period
specified in the contract, the Committee may, without prejudice to any other
remedy it may have under the contract, deduct from the contract price, as liquidated
damages, a sum equivalent to 0.50% of the price of the delayed goods per day of
delay, maximum up to 10% of the price of total value of the contract.
24.2. The Successful Bidder will be responsible to provide the delivery, Delivery
Challan andBill within the delivery period in order to avoid Late Delivery Charges.

25. Inspection and Tests


25.1. The Technical Committee will also act as Inspection Committee.
25.2. The Inspection Committee shall inspect and test the Goods supplied, the Services
provided, under the Contract/Supply Order, to verify their conformity to the
Technical Specifications.
25.3. Inspection will be done at Chemistry Department of University of Engineering and Technology,
Lahore.
25.4. Inspection Committee shall verify the authenticity/quality of items.
25.5. After the inspection or test if the Inspection Committee is of the opinion that items
do not conform to the specification and the criteria mentioned above, the Inspection
Committee may reject them, and the supplier shall either replace the rejected goods
or make all alterations necessary to meet the requirements of the specifications free
of cost to UET, Lahore.
26. Release of Performance Guarantee (PG)/Security

The Performance Guarantee will be refunded to the Successful Bidder(s) after one year of

13 | P a g e
completion of delivery or completion of all procurement along with warranty/guaranty subject
to approval of the procuring agency or case to case will be decided by the competent authority.

27. Contract Amendment


27.1. The Purchaser may, at any time, by written notice served on the Contractor, alter,
amend, omit, increase, decrease or otherwise change the nature, quality, quantity
and scope, of all / any of the Goods, in whole or in part.
27.2. No variation in or modification in the Contract shall be made, except by written
amendmentsigned by both the Purchaser and the Contractor.

28. Termination for Default


The Committee may, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the tenderer, terminate this Contract in whole or in part if:
28.1. the bidder fails to provide services within the period(s) specified in the Contract,
or withinany extension thereof granted by the Procuring entity.
28.2. the successful bidder fails to deliver goods and services as per its technical
specificationsoffered in the bid
28.3. the successful bidder fails to perform any other obligation(s) under the Contract.
28.4. the bidder, in the judgment of the Committee has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

29. Blacklisting

If the Contractor fails / delays in performance of any of the obligations, under the
Contract/issuance of supply/purchase order, violates any of the provisions of the Contract/
issuance of supply/purchase order, commitsbreach of any of the terms and conditions of the
Contract/ issuance of supply/purchase order or found to have engaged in corrupt or
fraudulent practices in competing for the award of contract/ issuance of supply/purchase
order or during the execution of the contract/ issuance of supply/purchase order, the
Purchaser may 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 in public sector,
as per mechanism provided in Punjab Procurement Rules, 2014.

30. Force Majeure

Majeure means an act of nature or an event beyond the control of the Supplier and
not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-
planning, mismanagement and /or lack of ore sight to handle the situation. Such events
may include but are not restricted to acts of the Procuring Agency in its sovereign capacity,
wars or evolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions
and freight embargoes. If a Force Majeure situation arises, the Suppliers shall promptly
notify the Procuring Agency in writing with sufficient and valid evidence of such
condition and the cause there of the Committee constitutedfor Redressal of grievances,
shall examine the pros and cons of the case and all reasonable alternative means for

14 | P a g e
completion of purchase order under the Contract and shall submit its recommendations to
the Vice-Chancellor. However, unless otherwise directed by the Procuring Agency in
writing, the Supplier shall continue toper form its obligations under the Contract as far as
is reasonably practical and shall seek reasonable alternative means for performance not
prevented by the Force Majeure event.

31. Termination for Insolvency


The Committee may at any time terminate the Contract by giving written notice
of 30 days’ time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent.
In this event, termination shall be without compensation to the Supplier, provided that
such termination shall not prejudice or affect any right of action or remedy which has
accrued or shall accrue thereafter to the Parties.

32. Forfeiture of Performance


Security
If the Contractor fails / delays in performance of any of the obligations, under the
Contract / violates any of the provisions of the Contract / commits breach of any of the terms
and conditions of the Contract / Acceptance of Supply/Purchase Order, without prejudice to
any other right of action / remedy it may have, forfeit Performance Security of the Contractor.
Failure to supply required items/services within the specified time period will invoke penalty
as specified in this document.

33. Payment

33.1 Payment will be made after withholding applicable taxes to the Successful Bidder
after delivery and installation of goods and on receipt of the following documents:
i. Delivery Challan.
ii. Original Bill/Invoice.
iii. General Sales Tax Invoice
iv. Inspection/Completion report (Satisfactory)

33.2. Payment will be made on availability of funds, if delayed due to any reason, no
extra interest/mark up will be accepted or paid.

33.3. Part/advance payment is not allowed in any case.

15 | P a g e
34. Specifications
List of Physics Lab Equipment
Sr. Item Name & Specifications Qty Cost/unit Total Amount
(Million) Cost of CDR
(Million) (PKR)
1. To Study The Hall Effect in Metals. 01 3.1 3.1 62,000
Hall Effect, Cu, carrier board
Hall Effect, Zn, carrier board
Coil, 300 turns
Iron core, U-shaped, laminated electric steel
Pair of Pole pieces, plane 30 x 30 x 48 mm, 1 pair
Power supply, stabilized with analogue displays, DC: 0-30 V, 20 A
Power supply, universal DC:0-18V, 0-5A/AC:2/4/6/8/12/15 V, 5A
Universal measuring amplifier
Teslameter, digital
Hall probe, tangential, with protective cap
Digital multimeter 2005
Meter 10/30 mV, 200°C
Universal clamp with joint
Tripod base
Support rod, stainless steel, l = 250 mm, d= 10mm
Right angle clamp expert
Connecting cable, 4 mm plug, 32 A, red, l = 75 cm
Connecting cable, 4 mm plug, 32 A, blue, l = 75 cm
Connecting cable, 4 mm plug, 32 A, black, l = 75 cm
2. Band Gap of Germanium 02 1.2 2.4 48,000
Hall-effect unit HU 2
Intrinsic conductivity Ge, carrier board
Digital multimeter 2005
Power supply, 230 V,DC: 0-12V,2A/AC:6V,12V,5A RiSU-2016-konform
Tripod base
Support rod, stainless steel, l = 250 mm, d=10mm
Right angle clamp expert
Connecting cable, 32 A, 250mm, red
Connecting cable, 32 A, 250mm, blue
Connecting cable, 32 A, 250mm, black
3. Capacitance of different Metal Spheres. 02 2.2 4.4 88,000
Conductor ball, d = 2 cm
Conductor ball, d = 4 cm
Conductor ball, d = 12 cm
Hemispheres, Cavendish type
Hollow plastics ball, w. eyelet
Capillary tube, straight, l=25 cm
Copper wire, d= 0.05cm, l=50m
Insulating stem

16 | P a g e
High-value resistor, 10 MΩ
High voltage supply unit with digital display DC: 0-±10 k V,2mA
Auxiliary Capacitor 10 nF/250V/G1
Universal measuring amplifier
Multi-range meter, analogue
Digital multimeter 2005
Connecting cord, 30kV, 1000mm
Screened cable, BNC, l = 750 mm
Adapter, BNC socket/4mm plug
Connector, T type, BNC
Adapter, BNC-plug/socket/4mm
Vernier Calliper, plastic
Barrel base
Support base
Right angle clamp expert
Support rod, stainless steel, 750mm
Support rod, stainless steel, 500mm
Universal clamp with joint
Alligator clip, insul., strong, 10pcs
Connecting cord,100mm, green-yellow
Connecting cord, 32A, 750mm, green-yellow
Connecting cord, 32A, 500mm, blue
Connecting cord, 32A, 500mm,red
4. Dielectric Constant of Different Materials. 02 2.2 4.4 88,000
Plate capacitor (plate diameter = 260 mm)
Plastic plate 283x283 mm)
Glass plates f. current conductors
High-value resistor (R = 10 MΩ)
Universal measuring amplifier
High voltage supply unit with digital display DC: 0-±10 k V,2mA
Capacitor 220 nF/250 V, G1
Voltmeter (0.3-300 VDC, 10-300 VAC)
Connecting cord, l = 100 mm, green-yellow
Connecting cord, l = 500 mm,32A, red
Connecting cord, l = 500 mm,32A, blue)
Connecting cord, 30 kV, l = 500 mm)
Screened cable, BNC, l= 750mm
Adapter, BNC socket/4 mm plug
Connector, T type, BNC
Adapter, BNC-plug/ socket/4 mm
Connecting cord, l = 1000 mm,32A, yellow

5. Temperature Dependence of Different Resistors and Diodes. 02 1.6 3.2 64,000


Immersion probe for determining ct
Immersion thermostat Alpha A, 230 V
Bath for thermostat, makrolon
17 | P a g e
External circulation set for thermostat Alpha A
Digital multimeter 2005
Power Supply, 230V, DC: 0…12V, 2A /AC: 6V, 12V, 5A RiSu-2016-
konform.
Resistor 4.7 kOhm, 1W, G1
Connection box
Connecting cord, 32 A, 500 mm blue
Connecting cord, 32 A, 750 mm red
Connecting cord, 32 A, 750 mm blue
Tubing connector, 1D 6-10 mm
6. Dispersion and resolving Power of a Grating spectroscope. 01 2.60 2.60 52,000
Spectrometer-Goniometer with Vernier SG1
Lamp holder pico 9 for spectral lamps
Spectral lamp Hg 100,pico 9 base
Power supply for spectral lamps
Diffraction Grating, 4 lines/mm
Diffraction Grating, 8 lines/mm
Grating, 80 lines/mm
Diffraction Grating, 600 lines/mm
Magnifier with handle, 4x, d=50 mm
Tripod base
Slit, adjustable
Barrel base
Right angle clamp expert
Support rod, stainless steel, l= 250mm, d=10mm
7. Earth’s Magnetic Field 01 2.6 2.6 52,000
Pair of Helmholtz coils
Power supply, universal
Rheostat, 100 Ohm, 1.8 A
Teslameter, digital
Hall probe, axial
Digital multimeter
Magnetometer
Barrel base -PASS-
Right angle clamp -PASS-
Support rod -PASS-, square, l = 250 mm
Stand tube
Connecting cord, l = 1000 mm, red
Connecting cord, l = 1000 mm, blue
8. Variation of Photoelectric current with the intensity of light. 02 0.085 0.17 3,400
Support base variable, stainless steel
Support rod, stainless steel, l=600mm, d=10mm
Slide mount without angle scale
Diaphragm holder, attachable
Solar cell 2.5x 5 cm, with plugs
Halogen lamp 12 V/10 W
Power supply, 230 V,DC: 0-12V,2A/AC:6V,12V,5A RiSU-2016-konform
DMM with NiCr-Ni thermos couple
Connecting cord, 32A,750mm, red
Connecting cord, 32A,750mm, blue

18 | P a g e
9. Magnetic field inside a conductor 01 2.3 2.3 46,000
1 Hollow cylinder, Plexiglas
1 Search coil, straight
1 Digital frequency generator
1 LF amplifier 220 V
2 Digital multimeter
1 Distributor
1 Adapter, BNC-socket/4 mm plugs
1 Tripod base, PASS
1 Barrel base, PASS
1 Support rod, square, 400mm
1 Right angle clamp
1 Cursors, 1 pair
1 Meter scale,demo,1000 mm
3 connecting cord, red 250 mm
2 connecting cord, blue 500 mm
1 connecting cord, blue 500 mm
1 screened cable, BNC,1000 mm
1 hydrochloric acid 1.19, 1000 ml
1 safety goggles
1 Disposable gloves (medium)
1 Filter funnel, PP
1 Glass beaker, 5000 ml
1 Glass rod, 300 mm
10. Frequency of A.C. Mains by Meld’s Experiment 02 0.085 0.17 3,400
Electric Meld’s apparatus for 220 V AC ( VIBRATOR….solenoid,
electric bulb, soft iron rod, permanent magnet)
Thread and pulley and Slotted Weights, Chemical balance
Meter scale (Peach wood of special quality).
11. e/m of electron by deflection method 01 3.1 3.1 62,000

Key Features:

● Measures charge/mass ratio of the electron


● Internal computer voltage & current control
● Power supplies in base of apparatus
● Large Helmholtz coils for uniform magnetic field
Specs:
● Tube Diameter: 13 cm
● Electron Gun: indirectly-heating cathode with accelerating
anode
● Helmholtz Coils:
● Radius: 15 cm
● Separation: 15 cm
● Turns: 132 per coil
● Magnetic Field: 7.8 mT/A
● High Voltage: 100-500 Vdc adjustable with front panel
control
● Coil Current: 0-3 A adjustable with current regulated supply
● Meters: two 3-digit LED panel meters

19 | P a g e
● l x w x h: 30 x 40 x 38 cm (11.8 x 15.7 x 15 in)
● User manual included
12. To Draw the B-H Curve of Ferromagnetic Material using 02 2.1 4.2 84,000
Galvanometer
Toroid
Ammeter.
Connecting wires.
Rheostat
Galvanometer
Power supply 10V.
13. Ferromagnetic hysteresis with Cobra4: 01 2.4 2.4 48,000
2 Coil, 600 turns
1 Iron, U-shaped, solid
1 Iron core, solid
1 Iron, U-shaped, laminated
1 Iron, U-short, laminated
1 Commutator Switch
1 Power supply, Universal
1 Hall probe, tangent, prot. Cap
1 Barrel base
Right angle clamp
1 support rod, square ,l= 150 mm
2 connecting cord, l=250 mm ,red
1 connecting cord, l=250 mm ,blue
1 connecting cord, l=500 mm ,red
1 connecting cord, l=500 mm ,blue
1 Cobra4 Wireless Manager
2 Cobra4 Wireless-Link
1 Cobra4 Sensor-Unit Electricity
1 Cobra4 Sensor-Unit Tesla
1 Software Cobra4-multi-user license
Additionally required PC with USB interface, Windows XP or Higher
14. Desktop (Computer)Workstation 02 0.35 0.700
Intel Xeon Octa Core 2660
Dell T7600
64GB DDR3 ECC 250GB SATA 6 Gb/s Solid State Driver
2.0 Tera Byte Western Digital/Seagate Toshiba/Hitachi
4GB NVIDIA K 4000
16. Multimedia Projector for Lab 01 0.2 0.2
● HP vp6310 Digital Multimedia Projector with up to 230-inch 22,000
DisplayNative Resolution : 800 x 600Brightness: 1600 ANSI
lumens
● Contrast Ratio: 2000:1Lens Features: optical zoom, manual
focusProjection Screen Size: 30 to 270-inches
● Projection Distance: 5 to 30 feetLamp Type: 200-watt P-
VIPLamp Life: 4,000 hours
● Audio: Monaural speaker, 6-watt peak output, Audible Noise:
34 dB(A) Convenient carrying handle, 90 Day Warranty

20 | P a g e
● Video Connectors: VGA, RCA jack (composite), S-
videoAudio Connectors: RCA jack (composite)White
casing4" x 11" x 10.1"
17. Printer for Lab 02 0.1 0.2
● HP
● Print, copy, scan, fax
● Print speed letter: Up to 40 ppm (black)
● Auto duplex printing; Scan to features; 50-sheet ADF; 2 paper
trays (standard)
● Best-in-class security-detect and stop attacks
● Dynamic security enabled printer
36.14 722,800
Total

21 | P a g e
Specifications of Equipment for Chemistry Lab

Estimated
Sr. # Equipment Specifictions Quantity Cost
(Millions)
Capacity: 220 g
Readability: 0.001 g or 1 mg
Tare range: 220g
Response time: 2 second or less
Repeatability: = or ± 1 mg
Linearity: = or ± 2 mg
Electronic
1 Calibration: Internal 2 0.38
Balance (1mg)
Pan dia: ~ 115 mm
Balance housing: Yes
Overload protection: Yes
Leveling feet: Yes
Level indicator: Yes
Port for computer and printer: Preferred
2 Sr. # Items Quantity 1 Million
Chemicals/
1 1,10-Phenanthroline 50g
Solvents
2 1,4-Narthoquinone 50g
3 1,5-Diphenyl Carbazide 100g
4 1-Butanol 500g
5 1-Naphthol 500g
6 2,4-Dinitrophenyl Hydrazine 300g
7 2-Naphthol 500g
8 Acetamide 250g
9 Acetanilide 500g
10 Acetic Acid 4L
11 Acetic Anhydride 2L
12 Acetone 2.5L
13 Acetonitrile 2.5L
14 Acetophenone 250g
15 Acetyl Chloride 250g
16 Adipic Acid 300g
17 Alizarin 25g
18 Aluminium Chloride 250g
19 Aluminium foil 2 sheets
20 Aluminium Hydroxide 250g
21 Aluminium Oxide 250g
22 Aluminium Sulphate 250g
23 Aluminone 100g
22 | P a g e
24 Ammonium Acetate 250g
25 Ammonium Carbonate 250g
26 Ammonium Chloride 250g
27 Ammonium Dihydrogen Phosphate 250g
28 Ammonium Hydrogen Carbonate 250g
29 Ammonium Hydroxide 2L
30 Ammonium Iron II sulphate 500g
31 Ammonium Molybdate 300g
32 Ammonium Oxalate 100g
33 Ammonium Sulphate 250g
34 Ammonium Sulphide Yellow 250g
35 Aniline 250g
36 Anthracene 100g
37 Anthraquinone 500g
38 Antimony Sulphate 250g
39 Antimony Sulphide 500g
40 Antimony Trichloride 500g
41 Arginine 100g
42 Arsenic Oxide 250g
43 Ascorbic Acid 250g
44 Barium Chloride 250g
45 Barium Nitrate 800g
46 Barium sulphate 250 g
47 Benedict Solution 500ml
48 Benzamide 250g
49 Benzene 1L
50 Benzidine 300g
51 Benzil 250g
52 Benzoic acid 250g
53 Benzophenone 500g
54 Benzoquinone 100g
55 Biphenyl 800g
56 Bismuth Chloride 500g
57 Bismuth Nitrate 800g
58 Boric Acid 800g
59 Bromophenol 500g
60 Cadmium Carbonate 500g
61 Cadmium Chloride 500g
62 Cadmium Sulphate 500g
63 Calcium Acetate 250g
64 Calcium Carbonate 250g
65 Calcium Chloride 250g
66 Calcium Hydroxide 100g
67 Calcium Hypochlorite 250g

23 | P a g e
68 Calcium Oxalate 500g
69 Calcium Sulphate 250g
70 Camphor 200g
71 Carbon Disulphide 2.5 L
72 Carbon Tetrachloride 2.5 L
73 Catechol 100g
74 Charcoal Activated 500g
75 Chloral Hydrate 500g
76 Chloroform 2.5L
77 Cholesterol 250g
78 Chromatography paper 6 sheets
79 Chromic acid 1L
80 Chromium Acetate 500g
81 Chromium Carbonate 500g
82 Chromium chloride 250g
83 Chromium Oxide 250g
84 Chromium Sulphate 400g
85 Cinnamic acid 250g
86 Citric Acid 500g
87 Cobalt Carbonate 500g
88 Cobalt chloride 250g
89 Cobalt Nitrate 500g
90 Cobalt Oxalate 250g
91 Cobalt Sulphate 500g
92 Copper Acetate 500g
93 Copper Chloride 500g
94 Copper Nitrate 500g
95 Copper Sulphate 250g
96 Creatinine 25g
97 Cyclohexylamine 500g
98 Dextrose (Powder form) 500g
99 Diammonium Oxalate 500g
100 Dichloromethane 2.5L
101 Diethyl Ether 2.5L
102 Dimethylformamide 2.5L
103 DimethylGlyoxime 500g
104 Diphenylamine 250g
105 Disodium Oxalate 250g
106 Dithizone 100g
107 DMSO 2.5L
108 D-Sorbitol 250g
109 D-xylose 50g
110 EDTA 1500g
111 Eosine indicator 25 g

24 | P a g e
112 Eriochrome Black T 25g
113 Ethanol 5L
114 Ethyl acetate 2.5L
115 Ethylene Glycol 2.5L
116 Fehling solution A 500ml
117 Fehling solution B 500ml
118 Ferric Alum 500g
119 Ferric chloride 250g
120 Ferric Nitrate 250g
121 Ferrous Sulphate 500g
122 Ferrous Sulphide 500g
123 Filter Paper Sheets 6
124 Florescein 25g
125 Formaldehyde 500ml
126 Fructose 1000g
127 Fuchsin Black 50g
128 Galactose 500g
129 Glucose 1000g
130 Glutamic acid 500g
131 Graphite Powder 250g
132 Hydrochloric Acid 2L
133 Hydrofluoric acid 2L
134 Hydrogen Peroxide 0.5L
135 Hydroquinone 500g
136 Hydroxylamine 500g
137 Iodine 300g
138 Iodoform 500g
139 Iron II Chloride 800g
140 Isopropanol 2.5L
141 Isopropyl Alcohol 2L
142 Janus Green 250g
143 Lactose 2000g
144 Lead Acetate 500g
145 Lead Carbonate 500g
146 Lead Chloride 100g
147 Lead Nitrate 250g
148 Litmus 50g
149 Magnesium Carbonate 100g
150 Magnesium Chloride 250g
151 Magnesium Metal Powder 500g
152 Magnesium Sulphate 250g
153 Magneson 25g
154 Malonic Acid 500g
155 Maltose 300g

25 | P a g e
156 Manganese Chloride 250g
157 Manganese Dioxide 250g
158 Manganese Nitrate 250g
159 Manganese Sulphate 250g
160 Mannitol 250g
161 Mannose 100g
162 Mercuric Chloride 200g
163 Mercurous Chloride 200g
164 Methanol 5L
165 Methyl Acetate 2L
166 Methyl Orange 20g
167 Methylacetic acid 2L
168 Methylene Blue 50g
169 Mohr’s Salt 1000g
170 Murexide Metal 25g
171 Naphthalene 250g
172 n-Butanol 2.5L
173 n-Hexane 5L
174 Nickel Chloride 250g
175 Nickel Nitrate 250g
176 Nickel Sulphate 200g
177 Ninhydrin 100g
178 Nitric Acid 2.5L
179 Nitrobenzol 2.5L
180 O-cresol 250g
181 O-Phosphoric Acid 2.5L
182 O-Pthalic Anhydride 500g
183 Orange G 250g
184 Orcinol 100g
185 Oxalic Acid 500g
186 Pectin 500g
187 Perchloric acid 1L
188 Petroleum ether 5L
189 Petroleum Spirit 5L
190 pH paper 12
191 Phenanthrene 250g
192 Phenol 250g
193 Phenolphthalein Powder 100g
194 Phenyl Acetic Acid 250g
195 Phenyl Hydrazine Hydrochloride 100g
196 Phloroglucinol 100g
197 Phosphomolybdic Acid 250g
198 Phthalic acid 250g
199 Picric Acid 500g

26 | P a g e
200 Potassium Acetate 250g
201 Potassium Antimonate 250g
202 Potassium Bromide 250g
203 Potassium Chloride 250g
204 Potassium Dichromate 500g
205 Potassium Dihydrogen Phosphate 250g
206 Potassium Ferrocyanide 250g
207 Potassium Hexacyano Ferrate 100g
208 Potassium Hydroxide 500g
209 Potassium Iodide 250g
210 Potassium Nitrate 500g
211 Potassium Oxalate 500g
212 Potassium Perchlorate 250g
213 Potassium Permanganate 1000g
214 Potassium Sodium Tartarate 250g
215 Potassium Thiocyanate 400g
216 p-Toluidine 500g
217 Pyridine 1L
218 Pyrogallol 100g
219 Resorcinol 1000g
220 Ribose 50g
221 Rubenic Acid 05g
222 Safranin O 100g
223 Salicylic Acid 250g
224 Silica Gel 1000g
225 Silver Chloride 25g
226 Silver Nitrate 100g
227 Silver Sulphate 250g
228 Sodium Acetate Trihydrate 250g
229 Sodium Arsenate 100g
230 Sodium Bicarbonate 2500g
231 Sodium Bisulphite 250g
232 Sodium Borohydride 250g
233 Sodium Bromide 500g
234 Sodium Carbonate 2000g
235 Sodium Chloride 2000g
236 Sodium citrate 1000g
237 Sodium Cobaltonitrite 100g
238 Sodium Dichromate 250g
239 Sodium Dihydrogen Phosphate 100g
240 Sodium Hydroxide 2000g
241 Sodium Iodide 500g
242 Sodium Metal 100g
243 Sodium Nitrate 500g

27 | P a g e
244 Sodium Nitroprusside 100g
245 Sodium Phosphate 500g
246 Sodium Sulphate 500g
247 Sodium Sulphide 200g
248 Sodium Thiosulphate 500g
249 Stannous Chloride 500g
250 Starch Soluble 500g
251 Stearic Acid 500g
252 Strontium Carbonate 250g
253 Strontium Nitrate 500g
254 Succinic Acid 500g
255 Sulphur 250g
256 Sulphuric Acid 2000g
257 Tartaric Acid 250g
258 TBE buffer (Tris-Borate) 250g
259 Tertiary Butyl Alcohol 1L
260 Tetrahydrofuran (THF) 1L
261 Thiourea 500g
262 Tin Chloride 250g
263 Toluene 2L
264 Tungstic Acid 100g
265 Urea 500g
266 Uric Acid 25g
267 Vanadium Pentaoxide 100g
268 Xylene 1.5L
269 Xylene cyanol 2L
270 Zinc Acetate 1000g
271 Zinc Carbonate 1000g
272 Zinc Chloride 1000g
273 Zinc Dust 250g
274 Zinc Nitrate 250g
275 Zinc Oxide 500g
276 Zinc Phosphate 500g
277 Zinc Sulphate 500g

Glassware for
3 Sr. # Items Quantity 1 Million
Lab purpose

1 Aspirator bottle 3
2 Beaker 100 ml (pyrex) 12
3 Beaker 1000 ml (pyrex) 12
4 Beaker 250 ml (pyrex) 12
5 Beaker 50 ml (pyrex) 12
6 Beaker 500 ml (pyrex) 12
7 Beckmann thermometer 1
28 | P a g e
8 Buchner funnel (90mm) 3
9 Bunsen Burner 24
10 Burette 50 ml Rotaflow 24
11 Burette Stand with clamp 24
12 Burner tube 20 meter
13 Capillary tubes 1 pkt
14 Ceramic dish 6
15 Ceramic Plates 6x6 6
16 China dish 12
17 Chromatographic Column 3
18 Chromatography jar 12
19 Condenser Reflux 3
20 Conical flask 100 ml (pyrex) 12
21 Conical flask 250 ml (pyrex) 24
22 Cork borer 6
23 Cotton wool 2 pkt
24 Crucible 12
25 Crucible tongs 12
26 Digital thermometer 2
27 Disposable pipet 12
28 Distillation Assembly 1
29 Dreschel bottle 3
30 Forceps 6
31 Glass apparatus for LN2 test 1
32 Glass funnel 12
33 Glass jar 6
34 Glass plate 6
35 Glass rod 12
36 Iodine flask 250 ml 6
37 Magnetic bar 6
38 Measuring cylinder (10 ml) 12
39 Measuring cylinder (100 ml) 12
40 Measuring cylinder (250 ml) 12
41 Measuring cylinder (50 ml) 12
42 Measuring cylinder (500 ml) 12
43 Measuring flask (1000 ml) 12
44 Measuring flask (500 ml) 12
45 Measuring flask 100 ml 12
46 Measuring flask 250 ml 12
47 Measuring flask 50 ml 12
48 Measuring flask 500 ml 12
49 Pestle mortar 1
50 Petri dish (Glass) 12
51 Pinch Cork with Rubber Tubing 6

29 | P a g e
52 Pipette 1 ml 6
53 Pipette 10 ml 24
54 Pipette 5 ml 6
55 Pipette Sucker 6
56 Quick fit flask (round bottom) Pyrex 250 ml 6
57 Quick fit flask (round bottom) Pyrex 500 ml 6
58 3
59 6
60 6
61 Reagent bottles 250 ml 72
62 Round bottom flask stand 12
63 Screw type pinch cork 6
64 Separating funnel 100 ml 6
65 Separating funnel 250 ml 3
66 Spatula spoon glass (6 inch) 12
67 Spatula spoon stainless steel (6 inch) 12
68 Specific gravity bottle 25ml 6
69 Spirit lamp glass 12
70 Stalagmometer (pyrex) 6
71 Stopwatch digital 3
72 Test tube holders 24
73 Test Tube Stand 12
74 Test tube washing brushes 12
75 Test tubes (pyrex) 20 dzn
76 Thermometer 110- 360 oC 2
77 TLC aluminium plates 3 pkt
78 TLC glass plates 3 pkt
79 Tripod stand 12
80 Vacuum Dessicator Glass 2
81 Vacuum flask (250 ml) 6
82 Viscometer (pyrex) 6
83 Wash bottles 12
84 Watch glass 12
85 Watch glasses 12
86 Water bath (Copper) 12
87 Water condenser 2
88 Whattman Filter Paper 1 (UK) 6 pkt
89 Whattman Filter Paper 42 (UK) 6 pkt
90 Wick and lid 12
91 Wire gause 24
92 Heating mentle 2

30 | P a g e
Processor - Core i9 series Intel processor 10th gen and
above). RAM - 32 GB or above , Hard Drive 1TB or
above + 256 SSD or above, Graphics Card - 8gb ddr6 or
above with tensor and cuda cores with HDMI or DVI
support. Monitor - 23" widescreen LCD with Display
4 Computers Port/HDMI support. Wi-Fi Connectivity=Yes, 2 0.6
webcam=yes, Bluetooth=yes,Optical Mouse and
Keyboard. Operating System - Windows 10 or above and
DVD+/-RW drive. Complete with all
accessories/attachments including installation of
equipment.
Print Technology, Monochrome LaserJet, Print Spee Up
to 19 ppm Resolution, Upto 600 x 600 x 2 dpi (1200 dpi
5 Printers effective output), Paper Handling 10-sheet priority. feed 2 0.2
slot, 150-sheet input tray, Wireless Connectivity Yes,
WiFi 802.11b/g , Cheap and easy toner refill

6 Books/Journals 1 0.3
Temp range: Ambient - 550°C, Speed range: 0-
1500rpm, Temp accuracy at plate: ±10°C, Temp
control accuracy of liquid using PT- 1000 Sensor:
±0.5°C, Temp increments: 5°C, Heat output: 1000W,
Hotplate
7 Max. Stirring Qty: 10 Liters, Heating rate (1 liter 2 0.26
Magnetic Stirrer
water): 6K/min, Heat display: LED, Motor type:
Shaded Pole, Plate size: 7 x 7", Plate material:
Ceramic-Glass, Dimensions: 14"L x 8.5"W x 4.5"H,
Voltage: 200-240Volts 50Hz/60Hz

Total 3.74M

Specifications of Equipment for Math Lab


Estimated
Sr. # Equipment Specifictions Qty Cost
(Millions)
3 LCD Technology , 1024 X 768, Lumens 3300 or
better, Contrast 1:15000, Lamp Life 10000 Hours,
1 Multimedia Projection distance: 5-30ft, Wifi connectivity, Ports: 1 0.2
HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty
Box etc,

3 LCD Technology , 1024 X 768, Lumens 3300 or


better, Contrast 1:15000, Lamp Life 10000 Hours,
2 Printers Projection distance: 5-30ft, Wifi connectivity, Ports: 2 0.2
HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty
Box etc,

31 | P a g e
Scanning Technology: Charge Coupled Device
(CCD), scan type: Flatbed, ADF; Color scanning:
Yes, Scan resolution: Hardware: Up to 600 x 600
dpi; Optical: Up to 600 dpi, Scan speed: Up to 50
ppm/100 ipm (b&w, color, grayscale) or above,
Light source: Light emitting diode (LED), Auto
document feeder capacity: Standard, Duplex ADF
scanning: Yes, Media types supported: Paper (plain,
inkjet, photo), Media size: Letter, legal, A4, A5,
custom, long paper up to 864 mm (34
in), Connectivity: 1 Hi-Speed USB 2.0, Scan file
High Speed
3 format: PDF (image-only, searchable, MRC, PDF/A, 1 0.3
Scanner
encrypted), TIFF
(single page, multi-page, compressed: G3, G4,
LZW, JPEG),
DOC, RTF, WPD, XLS, TXT, XML, XPS, HTML,
OPF, JPG, BMP,
PNG, Compatible operating
systems: Windows 8, Windows 7, Windows 7 x64,
Windows Vista,
Windows Vista x64, Windows XP Home, Windows
XP
Professional x64, Warranty: 1 year or above, With
Twin laser beam scanning
& electro photographic printing, Copy speed: 35/45
copies per minute, Resolution: 600dpi, Memory:
Standard: 128 MB
Maximum: 384 MB + 40 GB Hard Disk Drive,
Photocopy paper input capacity: Standard: 2 x 500-sheet paper
4 1 1
Machine trays
1 x 50-sheet bypass tray
Maximum: 3,550 sheets, Paper output capacity:
Standard: 500 sheets
Maximum: 2,875 sheets, Paper size: A6-A3, Power
source: 200-240V, 50/60Hz,

Total 1.7

32 | P a g e
Annexure- A Technical Proposal Covering Letter

To

The Convener,
Central Procurement Cell,
University of Engineering and Technology, Lahore.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the

Financial Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid.

Yours sincerely,

Authorized Signature

(In full and initials)

Name and Designation of Signatory Name of Firm Address

33 | P a g e
Annexure- B Check List
The bidder must attach this list along with the Bid.
1.1. Packing of the Bid
S# Description YES/NO
1 Whether the Bid is submitted in Two Envelopes
2 Technical Proposal Envelope A
3 Financial Proposal Envelope B
Whether both Technical and Financial Proposals are put into another Outer
4
Envelope.
1.2. SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, number all the pages of supporting documents,
provide the page information and arrange the documents in the following order.
Attached
Envelope A: Enclosures of Technical Proposal YES/NO Page#
1 Covering Letter
2 Copy of Bid Security
3 Copy of Income Tax Registration Certificate
4 Copy of Sales Tax Registration Certificate
5 Affidavit/Undertaking on the Stamp Paper
6 Specifications of quoted items on the Letter Head of the bidder
7 Two Supply Orders for supply of relevant items received in the past
8 The specified catalogues / brochures of items quoted by the bidder
Note: All the above documents and any other supporting document must be numbered and page number must be
mentioned in the column specified for the purpose.
Total Number of pages attached with the Technical Bid Pages
Tender Document duly signed and stamped each page by the bidder must be attached at the end of the
8
Technical Bid but numbering is not required for this document.

Attached
Envelope B: Enclosures of Financial Proposal YES/No Page #
1 Financial Proposal Form duly filled, signed and stamped by the bidder
2 Price Schedule Form duly filled, signed and stamped by the bidder
3 Bid Security in shape of Bank Draft, Pay Order or CDR.

34 | P a g e
Annexure- C Bid Form
A) Profile of the Bidder:
S# Particulars BIDDER

1 Name of the Company

2 Year of Incorporation
3 Registered Office
Address
Office Telephone Number
Fax Number
4 Contact Person

Name of Authorized

Representative Personal Telephone

Number Email Address

5 Registration Detail

NTN Registration Number

GST Registration Number

B) Bid Security (Please do not mention amount of CDR)


S# Particulars Please Furnish Details

1 Name of the Bank

2 Instrument Number and Date

35 | P a g e
Annexure- D AFFIDAVIT/BIDDER’S UNDERTAKING ON THE STAMP PAPER

Ref: Tender No. 01/2023

1. We have examined the Tender/Bid Document and we undertake to meet the requirements regarding
supply of Items, warranty and services as required and are prescribed in the Tender Document.
2. It is certified that the information furnished here in and as per the document submitted is true and
correct and nothing has been concealed or tampered with.
3. We have read the provisions of Tender/Bid Document and confirm that these are acceptable to us.
We further declare that additional conditions, variations, deviations, if any, found in our response
shall not be given effect to.
4. We agree to unconditionally accept all the terms and conditions set out in the Tender/Bid Document
5. We undertake, if our Bid is accepted, to supply the items within the delivery period mentioned in
the Tender Document.
6. We understand that no document regarding evaluation criteria will be accepted after opening of the
Technical Bids and we are bound to provide all the documentary proofs regarding evaluation criteria
or any other supporting document at the time of opening of Technical Bids.
7. We agree that the Committee reserves the right in absolute sense to reject all the products/ services
specified in the Bid Response without assigning any reason whatsoever under PPRA Rules 2014.
8. We also declare that our Company/Organization is not blacklisted by any of the Federal or
Provincial Government etc.

[Name and Signatures of authorized Person along with stamp]

36 | P a g e
Annexure- E Financial Proposal Form
(to be attached with Financial Proposal)

To

The Convener,
Central Procurement Cell,
University of Engineering and Technology, Lahore.

Dear Sir,

With Reference to your Tender No.1/2023 dated: ________ of procurement of lab equipment ( ).

Please find attached our Financial Proposal for the sum of Rs. (insert amount in words and figures) _.
This amount is inclusive of all government applicable taxes.

We have attached the Bid Security of amount Rs. ______/- (Rupees:_________________only) against
item No. 1,2,3 having CDR, Demand Draft, Pay Order No. along with our Financial Bid.

Yours sincerely,

Authorized Signature

37 | P a g e
Annexure- F Price Schedule
(Please attach this page along with Financial Bid or quote rates on the Letter Head of the Bidder)

Unit Price including Total Price


Sr. # Name of Item Specifications Qty. Taxes Including
Taxes
1.
2.
3.
4.

5.

6.
7.
8.
9.

10.
11.
12.
13.
14.
15.
16.
17.

18.

19.
Page 29 of 30

You might also like