0% found this document useful (0 votes)
79 views27 pages

10KW Solor Tender Doucments Tener No.22-2022-23

The document is a tender notice inviting sealed bids for a 10kW solar solution for the Govt. Sadiq College Women University in Bahawalpur, Pakistan. It provides specifications for the solar solution, including the required solar panels with a minimum capacity of 10kW, mounting structures, hybrid inverters, junction boxes, data logging system, distribution components, batteries, installation, training, and 3 years of operations and maintenance. Bids must be submitted by May 19, 2023 with technical and financial proposals, and the bid opening will take place on the same day at 11:30 AM.

Uploaded by

Hammad Ullah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
79 views27 pages

10KW Solor Tender Doucments Tener No.22-2022-23

The document is a tender notice inviting sealed bids for a 10kW solar solution for the Govt. Sadiq College Women University in Bahawalpur, Pakistan. It provides specifications for the solar solution, including the required solar panels with a minimum capacity of 10kW, mounting structures, hybrid inverters, junction boxes, data logging system, distribution components, batteries, installation, training, and 3 years of operations and maintenance. Bids must be submitted by May 19, 2023 with technical and financial proposals, and the bid opening will take place on the same day at 11:30 AM.

Uploaded by

Hammad Ullah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 27

TENDER NOTICE # 22/2022-23

Sealed Tenders are invited from the GST & Income Tax registered Firms/Distributors/Dealers/Suppliers for the Govt. Sadiq
College Women University Bahawalpur as per detail given below for the Financial Year (2022-23) which may reach the
office of the under-signed on or before 19-05-2023 (Friday) till 11:00 A.M. and the opening of the bid(s) will be at the
same day at 11:30 A.M. in the presence of the representative of the competitive firms in the office of Chairperson Purchase
Committee. Rates should be quoted on FOR basis.

Estimated Cost 3% Security on


Sr. # Category/Item Name
(Rupee) Estimated Cost (Rs.)
A 10KVA SOLAR SOLUTION =3117,400/- =93,522/-
(Specifications/Quantity/detail of items are in bidding document)

1. Sealed tenders/bids shall be accepted only against on tender document to be collected from office on payment of
Rs.1000/- through Call Deposit/Challan as tender fee (Non-Refundable) OR can be downloaded from the GSCWU
website www.gscwu.edu.pk or PPRA website www.ppra.punjab.gov.pk.
2. Bidding Document, in the English language, can be purchased by the interested Bidders on the submission of a
written application to the addressee below.
3. (a) Security amount must be deposited equal to 3% of the estimated price of the tender in form “Call
Deposit Receipt” in favor of Treasurer, GSCWU as earnest money which will be refunded to the un-successful
parties. The CDR will be detained of the successful parties till the completion of the contract.
(b) The payment of the bill will be made after the verification and inspection of the material
through the crossed cheque after deducting 5% performance security from the total value of the bill for
which will be released after the verification of end user/ Technical Committee
4. Late offers will not be considered. Cutting/overwriting is not allowed.
5. Single stage/two envelops bidding procedure will be adopted as per PPRA Rules 38-2(a). The envelope
shall be marked as “TECHNICAL PROPOSAL & FINANCIAL PROPOSAL” in legible letters. The
financial proposal of the bids found technically non-responsive shall be returned unopened and shall be
returned on the expiry of grievance period or the decision of the complaint, if any, filed by the non-
responsive bidder, whichever is later.
6. Conditional bids may be liable for rejection. Offers with incomplete documentation will be rejected.
7. The bidders will attach their respective copies of NTN, sales tax registration certificate and copy of
valid NIC and copy of CDR in technical bid. Copy of paid professional tax also be provided. Taxes
will be applicable as per Govt. Rules and Regulations.
8. Sealed tenders duly completed in all respect must reach the undersigned by courier service/by hand
during office hours 08:30 A.M. to 04:30 P.M. except Saturday and Sunday till the closing date and
time as mentioned above.
9. The GSCWU reserves the right to cancel/reject all tenders/bids at any time prior to the acceptance of
bid or proposal in accordance with rule 35 of Punjab Procurement Rules, 2014. However, the procuring
agency shall upon request communicate to any bidder, the grounds for its rejection of all bids
proposals, but shall not be required to justify those grounds.
10. The Procuring Agency will not be responsible for any cost or expense incurred by Bidders in
connection with the preparation or delivery of Bids. In case of closed/forced holidays, tender opening
time/date will be considered as the next working day.
11. All terms and conditions given in bidding documents will be applicable.

Treasurer
IPB-240

Page 1 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
TENDER DOCUMENT
FOR PROCURMENT OF 10KW SOLAR SOLUTION
FOR FINANCIAL YEAR 2022-23

The Govt. Sadiq College Women University Bahawalpur

Note: Please read carefully this Tender document and sign & stamp each page.

Page 2 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
1. 10KW SOLAR SOLUTION
(Annexure A)

TECHNICAL SPECIFICATIONS for 10 kW Solar Power Plant of Hybrid Inverter

The general scope of tender includes design, manufacture, testing, inspection, packing and forwarding,
transportation up to project site, loading & unloading, storage in safe custody, erection, carrying out preliminary tests
at site, commissioning, performance testing and operation & handing over to the purchaser all the equipment
installed for 10 kWp capacity SPV Power Plant in The Govt. Sadiq College Women University Bahawalpur.

The illustrative schedule of requirements is in accordance with the specifications contained in this document.

1.1 SYSTEM DETAILS

Sr. NO. Brief Description Units


1 SPV modules (Tier 1- Longi, Jinko, Sun power, Canadian solar, 1 set
Trina, or equivalent) for a total capacity of 10 kWp as per site
specifications
2 SPV module mounting structure suitable for accommodating 10 1 set
kWp capacity SPV modules including foundation as per
Specifications on ground/roof of building.
3 PCUs hybrid inverter of Sungrow, Huawei, SMA or equivalent 1 no./ set
compatible rating as per site specifications
4 Array Junction Boxes 1 set
5 Main Junction Boxes 1 set
6 Data Logging system with remote monitoring on mobile app and 1 set
computer as per site specification

7 DC Distribution with DC breakers units as per site specifications 1 set


8 AC Distribution with AC breakers units as per site specifications 1 set
9 Cables, PVC conduits, and cable trays requirement as per meters; as per site
design specs for full plant
commissioning
10 Fire extinguisher in accordance with electrical short circuit fires 2 set
along with sand buckets
11 Lightning arrester complete set as per site specification 1 set
12 Earthling complete set as per site specification (AC & DC 1 set
complete) as per direction of engineer incharge
13 Battery bank Lead Acid Tall Tubular 1 set
14 Net metering connection from concerned institutes with load 1 job
extension sanction, demand notice, disconnect switch, relevant
documentation, and other Govt. charges

15 Fuses, transfer switches, thimbles, connectors, printed circuit 1 set


boards, LT panel, and all other electrical accessories required
for power plant

16 Providing training to engineers and site staff for O&M and 1 item
Trouble Shooting skills with necessary tool kits
17 Operations and maintenance of the SPV Power Plant for a 1 job
period of 3 years from Date of commissioning of the plant.

Engineering, electrical drawings and installations and O&M


18 manuals 1 set

Page 3 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
1.2 SOLAR PHOTOVOLTAIC MODULES

1.2.1 The total solar PV array capacity should not be less than 10 kWp and should comprise of monocrystalline of
minimum 500 Wp and above wattage. Module capacity less than minimum 500 watts should not be
supplied. The module type must be qualified as per IEC 61215/IS 14286 latest editions for Crystalline
Silicon PV Module. SPV module conversion efficiency should be equal to or greater than 15 – 18 % under
STC. Modules must qualify to IEC 61730 Part I and II for safety qualification testing. Certificate for module
qualification from IEC or equivalent to be submitted as part of the bid offer. Undertaking from manufacturer /
supplier that the modules being supplied are as per above.

0
1.2.2 The PV module shall perform satisfactorily in humidity up to 100% with temperature between – 40 C to +
0
85 C. Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be
carried out on each module and a test certificate to that effect provided.

1.2.3 The predicted electrical degradation at the end of the period of 15 years shall be less than ten (10) per cent
of the full rated original output.

1.2.4 Other general requirement for the PV modules and subsystems shall be as follows:

a. Raw materials and technology employed in the module production processes shall have to be
certified and a certificate giving details of major materials i.e. cells, glass, back sheet, their makes
and data sheets to be submitted for the modules being supplied by the bidder.

b. The rated output power of any supplied module shall have tolerance of +/- 3% as per industrial
standards.

c. The peak-power point voltage and the peak-power point current of any supplied module and/or any
module string (series connected modules) shall not vary more than 3 (three) per cent from the
respective arithmetic means for all modules and/or for all module strings, as the case may be.

d. Except where specified, the front module surface shall consist of impact resistant, low-iron and
high-transmission toughened glass.

e. The module frame, if any, shall be made of a corrosion-resistant material which shall be electrolytic
ally compatible with the structural material used for mounting the modules.

f. The module shall be provided with a junction box with either provision of external screw terminal
connection or sealed type and with arrangement for provision of by-pass diode. The box shall have
hinged, weatherproof lid with captive screws and cable gland entry points or may be of sealed type
and IP65 rated.

1.3 ARRAY STRUCTURE


1.3.1 Wherever required, suitable number of PV panel structures shall be provided. Structures shall be of flat-
plate roof mount design either I or L sections.
1.3.2 Structural material shall be corrosion resistant and electrolytic ally compatible with the materials used in the
module frame, its fasteners, nuts and bolts. Galvanizing should meet hot dipped galvanizing or equivalent
which provides at least spraying thickness of min. 70 microns on steel, if steel frame is used. Aluminum
frame structures with adequate strength and in accordance with relevant international standards can also be
used.
1.3.3 Structures shall be supplied complete with all members to be compatible for allowing easy installation at the
rooftop site.
1.3.4 The structures shall be designed to allow easy replacement of any module & can be either designed to
transfer point loads on the roof top as per site conditions.
1.3.5 Each structure shall have a provision to adjust its angle of inclination to the horizontal as per the site
conditions.
1.3.6 Each panel frame structure is so fabricated as to be fixed on the ground or roof. The structure should be
capable of withstanding a wind load of 200 km/hr after grouting & installation. The front end of the solar
array must be one meter above the ground. Grouting material for SPV structure shall be as per M15 (1:2:4)
concrete specification.
1.3.7 The structures shall be designed for simple mechanical and electrical installation. There shall be no
requirement of welding or complex machinery at the installation site. If prior civil work or support platform is
absolutely essential to install the structures, the supplier shall clearly and unambiguously communicate
such requirements along with their specifications in the bid. Detailed engineering drawings and instructions
for such prior civil work shall be carried out prior to the supply of Goods.
Page 4 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
1.3.8 The supplier shall specify installation details of the PV modules and the support structures with appropriate
diagrams and drawings. Such details shall include, but not limited to, the following:

a. Determination of true south at the site;

b. Array tilt angle to the horizontal, with permitted tolerance;

c. Details with drawings for fixing the modules;

d. Details with drawings of fixing the junction/terminal boxes;

e. Interconnection details inside the junction/terminal boxes;

f. Structure installation details and drawings;

g. Electrical grounding (earthing);

h. Inter-panel/Inter-row distances with allowed tolerances; and

i. Safety precautions to be taken.

The array structure shall support SPV modules at a given orientation and absorb and transfer the
mechanical loads to the rooftop columns properly. All nuts and bolts shall be of very good quality stainless
steel.
1.4 POWER CONDITIONING UNIT (PCU)

The PCUs required shall be of 10 KVA Hybrid inverter with provision for battery back-up, should convert DC power
produced by SPV modules in to AC power and adjust the voltage & frequency levels to suit the local grid conditions.
The 10 kVA Hybrid inverter PCU with battery back- up shall feed power to the lighting / dedicated loads. The hybrid
inverters may be in parallel operation equivalent compatible to 10 kW SPV power plant, as per directions of engineer
in charge.

Common Technical Specification:

Control Type : Voltage source, microprocessor assisted, output regulation

Output voltage : 1-ϕ, 230 V ac & 3- ϕ, 440V ϕ - ϕ (+12.5 %, - 20 % V ac)

Frequency : 50 Hz (+3 Hz, -3 Hz)

Continuous rating : 10 KVA Hybrid Inverter

Nominal Power : 10 KVA

Total Harmonic Distortion : less than 3%

Operating temperature Range : 0 to 55 deg C

Housing cabinet : PCU to be housed in suitable switch cabinet IP 20

Hybrid inverter : IP 65

PCU efficiency : 94% and above at full load,

Power Control : MPPT Charge Controller

Size Ratio : 1.1-1.25

Page 5 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Other important Features/Protections required in the PCU:

 Mains (Grid) over-under voltage and frequency protection

 Fool proof protection against Islanding.

 Included authentic tracking of the solar arrays maximum power operation voltage (MPPT).

 Array ground fault detection.

 LCD and piezoelectric keypad operator interface Menu driven

 Automatic fault conditions reset for all parameters like voltage, frequency and/or black out.

 MOV type surge arresters on AC and DC terminals for over voltage protection from lightning-induced
surges.

 PCU should be rated to operate at 0 -55 deg. Centigrade unless provision for air conditioning is included in
PCU

 All parameters should be accessible through an industrial standard communication link.

 Over load capacity (for 10 sec) should be 150% of continuous rating.

1.4.1 The PCU shall be self commuted and shall utilize a circuit topology and components suitable for meeting the
specifications listed above at high conversion efficiency and with high reliability.

The Hybrid PCU shall be self commuted and shall utilize DSP technology to meet the specifications listed
above at high conversion efficiency and with high reliability. The PCU shall be Hybrid one and shall give the
preference to feed the Loads from Solar Energy being produced and shall draw the additional power from
mains to meet the load requirements in the case load is more than solar energy being produced.

Conversely it should feed the solar power to the Grid if the load is less than the solar energy generated. It
shall also draw the Power from Mains for charging of Battery Bank in case of Low Battery conditions. The
PCU shall also have the ability for automatic starting, transfer, and no-break transfer to an optional
generator for extended grid failure periods.

1.4.2 Since the PCU is to be used in solar photo voltaic energy system, it should have high operational efficiency.
The DC to AC conversion efficiency shall at least be 94 percent for output ranging from 20 percent of load
to full load. The idling current at no load must not exceed 2 percent of the full-load current.

1.4.3 In PCU there shall be a direct current isolation provided at the output by means of a suitable isolating
transformer.

1.4.4 The PCU output shall be 230 VAC, 50 Hz, 1 phase, and for 3 phase, 440V ϕ- ϕ, 50 Hz.
1.4.5 The PCU shall be able to withstand an unbalanced output load to the extent of 30 %

1.4.6 The PCU shall include appropriate self protective and self diagnostic features to protect itself and the PV
array from damage in the event of PCU component failure or from parameters beyond the PCU's safe
operating range due to internal or external causes. The self-protective features shall not allow signals from
the PCU front panel to cause the PCU to be operated in a manner which may be unsafe or damaging.
Faults due to malfunctioning within the PCU, including commutation failure, shall be cleared by the PCU
protective devices and not by the existing site utility grid service circuit breaker.

1.4.7 The PCU generated harmonics measures at the point of connection to the utility services when operating at
the rated power shall not exceed a total harmonic current distortion of 4 percent, a single frequency current
distortion of 4 percent and single frequency voltage distortion of 1 percent when the first through the fiftieth
integer harmonics of 50 Hz are considered.

1.4.8 The PCU Power factor at the point of utility service connection shall be 0.95 lagging or leading when
operating at above 25 percent of the rated output but may be less than 0.95 lagging below 25 percent of the
rated output. However, load power factor of true sine wave inverter is minimum 0.8 lagging: in other words,
0.8 or above.

Page 6 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
1.4.9 The high voltage and power circuits of the PCU shall be separated from the low-voltage and control circuits.
The internal copper wiring of the PCU shall have flame resistant insulation. Use of PVC is not acceptable.
All conductors shall be made of standard copper.

1.4.10 The PCU shall withstand a high voltage test of 2000 V rms, between either the input or the output terminals
and the cabinet (chassis).

1.4.11 Full protection against accidental open circuit and reverse polarity at the input shall be provided.

1.4.12 The PCU shall not produce Electromagnetic interference (EMI) which may cause malfunctioning of
electronic and electrical instruments including communication equipment, which is located within the facility
in which the PCU is housed.

1.4.13 The PCU shall have an appropriate display on the front panel to display the instantaneous AC power output
and the DC voltage, current and power input. Each of these measurement displays shall have an accuracy
of 1 percent of full scale or better. The display shall be visible from outside the PCU enclosure. Operational
status of the PCU, alarms, trouble indicators and AC and DC disconnect switch positions shall also be
communicated by appropriate messages or indicator lights on the front of the PCU enclosure.

1.4.14 Communication Mod bus protocol with LAN/WAN options along with remote access facility and SCADA
package with latest monitoring system features of battery cycle counts (charge/discharge), authentic MPPT
conversions, units produced, efficiencies of panels, inverter, and overall plant.

1.4.15 Electrical safety, earthing and protection.

a. Internal Faults: In built protection for internal faults including excess temperature, commutation failure, and
overload and cooling fan failure (if fitted) is obligatory.

b. Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to the PV array is
required. Protection is to be provided against voltage fluctuations and internal faults in the power
conditioner, operational errors and switching transients.

d. Earth fault supervision: An integrated earth fault device shall have to be provided to detect eventual earth
fault on DC side and shall send message to the supervisory system.

e. Cabling practice: Cable connections must be made using PVC Cu cables, as per Pak ISO standards. All
cable connections must be made using suitable terminations for effective contact. The PVC Cu cables must
be run in GL trays with covers for protection.

f. Fast acting semiconductor type current limiting fuses at the main busbar to protect from the grid short circuit
contribution.

1.4.16 The PCU shall include an easily accessible emergency OFF button located at an appropriate position on the
unit.

1.4.17 The PCU shall include ground lugs for equipment and PV array grounding.

1.4.18 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted or otherwise suitably
protected to survive the nominal design life of the unit.

1.4.19 The PCU enclosure shall be weatherproof and capable of surviving climatic changes and should keep the
PCU intact under all conditions in the room where it will be housed. The inverter shall be located indoor and
should be either wall / pad mounted. Moisture condensation and entry of rodents and insects shall be
prevented in the PCU enclosure.

1.4.20 Components and circuit boards mounted inside the enclosures shall be clearly identified with appropriate
permanent designations, which shall also serve to identify the items on the supplied drawings.

1.4.21 All doors, covers, panels and cable exits shall be gasket or otherwise designed to limit the entry of dust and
moisture.

Page 7 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
1.4.22 In the design and fabrication of the PCU the site temperature (5°to 55°C), incident sunlight and the effect of
ambient temperature on component life shall be considered carefully. Similar consideration shall be given to
the heat sinking and thermal for blocking diodes and similar components.

1.4.23 Testing

a. The PCU shall be tested to demonstrate the operation of its control system and the ability to be
automatically synchronized and connected in parallel with a utility service.

b. Operation of all controls, protective and instrumentation circuits shall be demonstrated by direct test if
feasible or by simulation operation conditions for all parameters that cannot be directly tested.

c. Special attention shall be given to demonstration of utility service interface protection circuits and functions,
including calibration and functional trip tests of faults and isolation protection equipment.

d. Operation of start up, disconnect and shutdown controls shall also be tested and demonstrate. Stable
operation of the PCU and response to control signals shall also be tested and demonstrated.

e. Testing shall not only be limited to measurement of phase currents, efficiencies, harmonic content and
power factor, but shall also include all other necessary tests/simulation required and requested by the
engineer in charge. Tests may be performed at the rated nominal power of in-house load.

f. A Test Report (TR) shall be supplied with the unit after all tests. The TR shall include detailed description of
all parameters tested qualified and warranted.

1.4.24 Plant Metering/Data Logging

a) PV array energy production: Digital Meters to log the actual value of AC/DC Voltage, Current & Energy
generated by the PV system shall have to be provided.

b) Solar Irradiance and an integrating pyrometer (Class II or better) should be provided with the sensor
mounted in the plane of the array. Readout should be integrated with data logging system.

c) Wind Speed: An integrated wind speed measurement unit is provided.

d) Temperature Sensor: Integrated temp, sensors for measuring the module surface temp., inverter inside
enclosure temp, and ambient temp to be provided complete with readouts integrated with the data logging
system.

1.4.25 Maximum Power Point Tracker (MPPT)

Maximum power point tracker shall be integrated in the PCU to maximize energy drawn from the array. The MPPT
should be micro processor based to minimize power losses. The details of the working mechanism of MPPT shall be
mentioned. The MPPT must have provision (manual setting) for constant voltage operation.

1.5 & 1.6 ARRAY JUNCTION BOX, MAIN JUNCTION BOXES

The junction boxes are to be provided in the PV yard for termination of connecting cables. The J. Boxes shall be
made of FRP/Powder Coated Aluminum with full dust, water & vermin proof arrangement. All wires/cables must be
terminated through cable lugs. The J. Bs shall be such that input & output termination can be made through suitable
cable glands that made of FRP or cast aluminum/ copper.

Copper bus bars/terminal blocks housed in the junction box with suitable termination threads.

Conforming to IP65 standards and IEC 62208 Hinged door with EPDM rubber gasket to prevent water entry. Single
compression cable glands. Provision of earthling for suitable capacity MOVs provided within the box to protect
against lighting.

1.7 PLANT CONTROL, DATA LOGGER & PLANT MONITORING UNIT

Basically, this unit should perform the following.

 Measurement and/or recording of energy parameters.

Page 8 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
 Simple data logger or energy meter to record the energy data on a predetermined interval basis.

 Measurement & continuous acquisition of ambient air temperature, wind speed, solar radiation, PV module
temperature, PCU output voltage and current, output frequency

 Operating state monitoring and failure indication.

 Representation of monitored data in graphics mode or in tabulation mode.

 Controlling & monitoring the entire power system through remote terminal.

 Necessary hardware & software shall have to be supplied by the contractor. Both the software and
hardware required for interfacing the plant with office including CPUs, modems UPS are to be supplied and
installed by the contractor.

 Remote control/ Instrumentation: The microprocessor control unit should have the provision for installation
of communication link and Android application for remote sensing.

1.8 DC DISTRIBUTION BOARD

DC Distribution panel to receive the DC output from the array field with analog measurement meter for voltage,
current and power from different MJBs to check any failure in the array field. It is supported by DC breakers.

DC DPBs shall have sheet from enclosure of dust & vermin proof. The bus bars are to made of copper of desired
size. Suitable capacity MCBs be provided for controlling the DC power output to the PCU along with necessary surge
arrestors.

1.9 AC DISTRIBUTION PANEL BOARD


1.9.1 AC Distribution Panel Board (DPB) shall control the AC power from PCU and should have necessary surge
arrestors. Requirement/specifications of DCDB and ACDB may be changed as per site conditions. An
ACDB to be provided at the cable terminating point emanating from 10 kVA PCU for interconnection control
of dedicated electrical loads.

1.9.2 All switches at the, circuit breakers, connectors should confirm to IEC 60947, part I, II and III.

1.10 CABLES & WIRES

1.10.1 Cabling in the yard and control room: Cabling in the yard shall be carried out as per IEC Rules. All other
cabling above ground should be suitably mounted on cable trays with proper covers.

1.10.2 Wires: Only standard copper wires of appropriate size and of reputed make shall have to be used.

1.10.3 Cables Ends: All connections are to be made through suitable cable/lug/terminals; crimped properly & with
use of Cable Glands.

1.10.4 Cable Marking: All cable/wires are to be marked in proper manner by good quality ferule or by other means
so that the cable can be easily identified. Any change in cabling schedule/sizes if desired by the
bidder/supplier be got approved after citing appropriate reasons, all cable schedules/layout drawings must
be got approved from ‘the purchaser prior to installation. All cable tests and measurement methods should
confirm to IEC 60189.

1.11 FIRE EXTINGUISHERS

The fire fighting system for the proposed power plant for fire protection shall be consisting of:

 Portable fire extinguishers in the control room for fire caused by electrical short circuits.

 Sand buckets in the control room

The installation of Fire Extinguishers should confirm IEC/ISO standard. The fire extinguishers shall be provided in the
control room housing the batteries and PCUs as well as on the roof top where the PV arrays have been installed.

1.12 LIGHTNING PROTECTION

Page 9 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
There shall be the required number of suitable lightning arrestors installed in the array field. Lightning protection shall
be provided using metal oxide resistors and suitable earthlings such that induced transients find an alternate route to
earth. Protection shall meet the safety rules.

1.13 EARTHING PROTECTION

Each array structure of the PV yard should be grounded properly as per site specification, as per direction of
engineer in charge. In addition, the lighting arrester/masts should also be provided inside the array field. Provision
should be kept be provided inside the array field. Provision should be kept for shorting and grounding of the PV array
at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance
safety rules. Earth resistance should be tested in presence of the engineer in charge after earthling by calibrated
earth tester. PCU ACDB & DCDB should be earthed properly.

1.14 BATTERY BANK LEAD ACID

The battery bank is to be designed to provide the backup power for feeding the dedicated loads in the event of failure
of grid supply.

*Battery Rating/Specs: Nos:4;12 Volt; 249Ah or above.

Battery Type: Lead-Acid Deep Cycle Tall Tubular Batteries from reputed manufacturers (Phoenix, Osaka, Volta, or
equivalent).

The battery cells shall have high ampere hour efficiency to quickly pick up the charge of the order 95%. High watt
hour efficiency of at least 85%.
Battery Bank

 Storage batteries should conform IEC 61427 / IS 1651 / IS 133369 and ISO as per specifications.

 The batteries shall use 2 / 12V cells and battery capacity is to be designed at C10 rate with end cell cut off
voltage of 1.85 V / cell.

 Battery terminal shall be provided with covers.

 Charging instructions shall be provided along with the batteries.

 A suitable carrying handle shall be provided.

 A suitable battery rack with interconnections & end connector shall be provided to suitably house the
batteries in the bank. The features and dimensions of the battery rack shall be provided along with the bid
document.

 The batteries shall be suitable for recharging by means of solar modules via incremental / open circuit
regulators.

 Bidder shall mention the design cycle life of batteries at 80%, 40% and 20% depth of discharge (DoD) at 25
deg. C.

 The batteries shall be designed for operating in ambient temperature of site in the Bahawalpur.

 The self discharge of batteries shall be less than 3 % per month at 20 deg. C and less than 6% per month at
30 deg. C

 The charge efficiency shall be more than 90% up to 70% state of charge.

 The battery shall be more than 95% efficient.

 The topping up frequency shall be 12 – 18 months.

· The batteries shall consist of individual cells, which can be carried separately with ease while transporting.

· Offered batteries shall comply to the following and remote sensing of battery cycles display in android application:

Page 10 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
*Bidder to provide battery sizing details along with their offer as per site specifications. The distance
between two batteries may be kept 6 inches & vice versa as per site specification.

1.15 TOOLS & TACKLES AND SPARES

After completion of installation & commissioning of the power plant, necessary tools & tackles are to be provided free
of cost by the contractor for maintenance purpose. List of tools and tackles to be supplied by the contractor for
approval of specifications in The Govt. Sadiq College Women University of Bahawalpur.

A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver cards etc. Junction
Boxes. Fuses, MCCBs etc along with spare set of PV modules and batteries be indicated, which shall be supplied
along with the equipment. A minimum set of spares shall be maintained in the plant itself for the entire period of
warranty and Operation & Maintenance, which upon its use shall be replenished.

1.16 DANGER BOARDS AND SIGNAGES

Danger boards should be provided as and where necessary as per IEC rules as amended up to date. Three signage
shall be provided one each at battery –cum- control area, solar array area and main entry from administrative block.
Text of the signage may be finalized in consultation with Engineer in Charge.

1.17 DRAWINGS & MANUALS

Two copies of Engineering, electrical drawings and Installation and O&M manuals are to be supplied. Bidders shall
provide complete technical data sheets for each equipment giving details of the specifications along with
make/makes
in their bid along with basic design of the power plant and power evacuation, synchronization and distribution for load
along with protection equipment. Approved standards and reputed makes for equipment be used. For complete
electro-mechanical works, bidders shall supply complete design, details and drawings for approval to Engineer in
Charge before progressing with the installation work.

***************************

Page 11 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
(ANNEXURE B)

SCOPE OF WORK

The broad scope of work would include design, supply, installation, commissioning, testing, and training of the 10 kW
Solar PV Power Plant and providing operation and maintenance support troubleshooting for 3 years. This would
inter-alia include.

2.1 A clear understanding of the features of roof top SPV power plant installation of project site.

2.2 Supply of the complete systems, including all necessary components, subcomponents, spares,
consumables, tools & tackles etc. as per technical specifications given elsewhere in this document.

2.3 Erection and commissioning of the supplied systems at the specified site.

2.4 Provide by vendor the control area cabinet along if necessary civil structure works as per direction of
engineer in charge.

2.5 Providing pedestals if required for mounting of the PCU'S and control panels, if required.

2.6 Water pump with piping for water supply for panels cleaning and washing along with water discharge piping
with complete ON/OFF system.

2.7 All structural drawings to be approved by Engineer in Charge.

2.8 Any other work urgently required as per site conditions.

2.9 The selected contractor shall provide detailed Operation & Maintenance Manual in English language for all
the systems.

2.10 Fabrication, supply, and the installation of suitable support for the PV panels and other components
whichever is required with the accessories.

2.11 Civil work (grouting) for PV structure and construction of battery rack.

2.12 SPV Power Plant shall be installed as per the specifications provided in the technical offer.

2.13 Provide energy net-meter at consumption side & generation side of SPV Power Plant.

2.14 Provide electrochemical marking (embossing) on each solar module frame which will show name of
manufacturer, year of installation and capacity of solar module.

2.15 Supply and installation of control equipments required for the system.

2.16 Training to the users for operation and maintenance of the system with necessary equipment tools.

2.17 Any additional works not covered above, but necessary for the functioning of the system and required as per
specification incorporated. The items of minor nature, which are not mentioned, shall be incorporated by the
Tenderer.

2.18 Regarding cabling work (external & internal) & construction of control area cabinet; the Tenderer is required
to quote (including drawing & design) considering actual site conditions.

2.19 Regarding actual work to be carried out at the site, the Tenderer needs to execute the work in coordination
with the Engineer in Charge.

2.20 The Tenderer shall quote for Comprehensive Maintenance and Trouble Shooting Contract for 3 years from
the date of commissioning. The guarantee period is 2 years for solar equipment after Comprehensive
maintenance and troubleshooting contract. And 1 year for battery system after date of commissioning.

2.21 The Tenderer shall provide the necessary training to identify representative of GSCWU Bahawalpur for
proper daily operation and maintenance of installed systems after being taken over by Engineer in charge.

Page 12 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
2.22 The period shall be 3 years of services (operation, maintenance, and troubleshooting). The successful
Tenderer shall visit the installation monthly and carry out regular servicing of installed systems and submit
quarterly performance reports of installed systems to the GSCWU Bahawalpur for the Project. The Tenderer
shall also submit annual performance reports of the installed system.

2.23 The grid supply connection would be provided with auto change over for topping up of the battery in case of
low solar flux period.

2.24 Communication Mod bus protocol with LAN/WAN options along with remote access facility and SCADA
package with latest monitoring systems that permits mobile applications for android system.

2.25 All cabling and load connections should be carried by the Tenderer with proper synergy with the existing
electrical systems loads of the project site specification.

2.26 The contractor shall be responsible for the installation of SPV system and ensure safe wiring of existing
electrical wiring infrastructure of GSCWU Bahawalpur building block. Any damage to the existing electrical,
while installation and commissioning of SPV system, wiring and devices of the system is contractor
responsibility.

2.27 The Tenderer shall install LED lights only wherever to be installed, for lighting of the project area/ cabins.

2.28 The Tenderer will provide a minimum of 5 number of LED signage powered by solar for indication purposes.

2.29 The Tenderer shall design the SPV power plant system in accordance to the extension for future load
demands.

2.30 A Test Report shall be submitted prior to commissioning of power plant.

2.31 The Tenderer shall be responsible for energy net metering (green meters) connection from concerned
institute for all cost, charges, govt. expense, and documentation process.

Page 13 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
S.N. Bid Data Sheet
1. Name of Procuring Agency:[The Govt Sadiq College Women University Bwp]
Period for delivery of goods: [within 90 days or the time period given by the bidder in its Technical Bid]
2. Financial year for the operations of the Procuring Agency: FY: 2022-23
Name of Project: 27Million
THE GOVT. SADIQ COLLEGE WOMEN UNIVERSITY, BAHAWALPUR
Bidding Documents
4. The address for clarification of Bidding Documents is
[The Treasurer, The Govt. Sadiq College Women University, Bahawalpur
Phone No: 062-2284809, Email: [email protected]]
5. The contractor shall sign and stamp each and every page of the bidding document and will attach it in
Technical Bid.
Bid Price, Currency, Language and Country of Origin
6. The price quoted shall be in Pakistan Rupee (PKR)
The price shall be quoted on FOR basis inclusive all taxes.
The price shall be fixed.
7. Country of Origin: mentioned with specifications
Preparation and Submission of Bids
8. The firm shall be responsible for 03 (three) Years warranty period after the Delivery.
9. Bid shall be submitted to: [Secretary Purchase Committee]
“Office of the Purchase, The Govt Sadiq College Women University, Bahawalpur”
10. The deadline for Bid submission is

a) Day: Friday
b) Date:[19-05-2023]
c) Time: [11:00 AM]
11. Bid Opening:
19-05-2023 @ 11:30 AM, in the Office of the Purchase.
12. Amount of Performance Guarantee is: 5% (Five percent) of the contract price.
(Contract amount is usually the Bid price of lowest evaluated Bidder against which a contract is
awarded)
13. Estimated Price is: 3,117,400/-
Amount of Bid security is: 93,522/- (fixed amount)
Opening and Evaluation of Bids
14. The Bid opening shall take place at:
Purchase Office, The Govt. Sadiq College Women University Bwp
Time : [11:30 AM]
Bid Evaluation Criteria
15. Criteria to Bid evaluation.
[As per rule-31 of PPR-14, a Procuring Agency is required to formulate evaluation criteria listing all
the relevant information against which a Bid is to be evaluated.]

The Technical bid(s) will be evaluated at the first stage by the Purchase Committee on the basis of the
Mandatory requirement and terms and conditions of the biding document
The evaluated bids shall be forwarded to the concerned Technical Evaluation Committee which will
evaluate the Technical Bids on the basis of the specified specifications.
The Technical evaluation report will be uploaded at PPRA and university website.
The contractors will also intimate regarding its technical qualification and disqualification.
The financial bids shall be opened of the technically qualified bidders and Bid Evaluation Report shall
be uploaded at PPRA website and university website as well.

Page 14 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Evaluation Criteria is as under:-
MANDATORY REQUIREMENTS FOR EVALUATION
Category Description Points
Proof of registration of business, Professional Certificate Mandatory
Valid Income Tax Registration
(Status = Active with FBR) Mandatory
Valid General Sales Tax Registration
(Status = Active with FBR) Mandatory
Submission of undertaking (Annex-A) and (Annex-B) on firm’s letter head and
1.Mandatory Annex-C at stamp paper in the favor of GSCWU BWP Rs:100/- Mandatory
Requirements Technical /Financial proposal on the company letter head duly
signed/stamped along with detailed specification. Mandatory
Supply order(s) of related item(s) must be attached with technical offer. Mandatory
2. Relevant experience and past performance 50 points
Points for each year 05 point
a) Establishment of firm (Max: 20 points)
03 years and above 20 points
For orders costing
b) Related items supplied during last five years (Max: 15 points) upto 2.5 Million 05 points
during current
Financial year (i.e.
july 2022 to March
2023)
For orders costing
Rs: 5 Million during 10 points
current Financial
year (i.e. july 2022
to March 2023)

For orders costing


Rs: 10 Million 15 points
during current
during current
Financial year (i.e.
july 2022 to March
2023)
c) Satisfactory Performance Certificate Points for each
certification 05 point
03 certificates and
more 15 points
3. From office (The Purchase/Technical Committee may visit the place and verify the 10 points
location in context of the NTN address)
a) Applicant Firm’s Office (attach proof) --- 10 points
4. Financial Position 20 points
upto Rs: 1 Million (M) 02 points
a) Avg annual sales/transaction of last 5 years (Max:10 over Rs: 1-Rs: 2 M 04 points
points) [verified bank statement (debit and credit statement from bank) each over Rs: 2-Rs: 3 M 06 points
over Rs: 3 M 10 points
calendar year separately]
b) Avg Bank Balance of last 5 years (Max: 05 points) upto Rs: 1 Million (M) 02 points
over Rs: 1-Rs: 2 M 04 points
over Rs: 2-Rs: 3 M 06 points
over Rs: 3 M 10 points
5. Sufficient technical capability of the firm; where after sales services
are necessary [attach a list of technical staff] 20 points
(one/each trained technical staff: 05 marks)

Total Points 100 points*


*minimum 70% marks shall be considered for technical evaluation of bid
Based on conditions listed in this document, applicants not qualifying the mandatory requirements and less than 70% points (70 marks) shall be
considered as non-responsive bidder. Similarly, the applicants scoring 70% or more points (in technical evaluation) shall be considered as
responsive bidder and the lowest evaluated bidder in financial proposal of technically qualified firm shall be awarded the contract to the lowest
evaluated bidder.

Page 15 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
(Annex-A)
CERTIFICATE
(ON ORIGINAL LETTER PAD OF THE FIRM DULY SIGNED & STAMPED)
(To be attached in Technical Bid)

1. We do hereby affirm that we have read carefully the terms and conditions of tender
documents for the purchase of items. We shall abide by all the terms and
conditions/Instructions, rules and regulations of Government & GSCWU, Bahawalpur
which are and to be applicable.

2. Our firm is not black listed on any ground by any Government


(Federal/Provincial/District), on account of submission of false statement and failure to
abide by the terms and conditions. In case of false statement, GSCWU may take legal
action against contractor.

3. Certified that the prices quoted are not more than the prices charged from any other
Government/Purchasing agencies. If prices are found higher or in case of any
discrepancy, the bidder hereby undertakes to refund the price charged in excess.

4. Certified that the prices quoted by our firm are inclusive of all taxes and charges of
transportation/handling/fixing/commissioning/technical training (FOC)/installation (by
trained and certified engineers) etc. and no extra charges will be claimed.

5. Certified that the stock is available of the quoted items in the bid and firm is bound to
supply in the prescribed period.

6. Certified that the firm will be responsible for the free replacement of items on his own
expenses, if the same is found substandard and or at variance with the specifications given
in the tender during warranty period

1 Name of Firm

2 Address

3 Income Tax No.

4 Sales Tax No.

5 Name of bidder

6 CNIC No.

7 Signature of bidder

8 Company/Firm Stamp

9 Registration Year

Year of paid professional tax


10
11 Contact #

12 E-mail

Page 16 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
(ON ORIGINAL LETTER PAD OF THE FIRM DULY SIGNED & STAMPED) (Annex-B)

(To be attached in Technical Bid)

Price Reasonability Certificate


(On letter pad of the firm duly signed & stamped)

I M/S ------------------------------ do solemnly declare that "the prices quoted to The Govt.
Sadiq College Women University, Bahawalpur are not more than the prices charged from any
other Government/Purchasing agencies. If prices are found higher or in case of any
discrepancy, the bidder hereby undertakes to refund the price charged in excess".

Certificate of Availability of Stock Quoted


(On letter pad of the firm duly signed & stamped)

I M/S-----------------------------------do solemnly declare that "the stock is available of the


quoted items in the bid and firm is bound to supply in the prescribed period"

Certificate of Physical Features of Quoted Items


(On letter pad of the firm duly signed & stamped)

I M/S --------------------------------- do solemnly declare that "the physical features of


quoted products/ items mentioned in the Technical Bid are same as in Financial Bid and
Firm is bound to supply without change" and shall provide on-site back-up support during
warranty period.

Certificate of Inclusion of all Taxes and Others


(On letter pad of the firm duly signed & stamped)

I M/S -----------------------------------do solemnly declare that "the prices quoted by our firm are
inclusive of all taxes and charges of transportation/handling/fixing/ insulation etc and no extra
charges will be claimed.

Certificate of Free Replacement of Items


(On letter pad of the firm duly signed & stamped)

I M/S -------------------------------------do solemnly declare that "the firm will be responsible


for the free replacement of items on his own expenses, if the same is found substandard and or
at variance with the specifications given in the tender during warranty period".

Certificate of Non-concealment of Information


(On letter pad of the firm duly signed & stamped)

I M/S -------------------------------------do solemnly declare that "the information furnished


herein and as per the document submitted is true and correct and nothing has been concealed
or tempered with. I have gone through all the conditions of tender and is liable to any punitive
action for furnishing false information/document".

Page 17 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Bid Form
[To be signed & stamped by the Service Provider/contractor and reproduced on the letter head. To be attached with
the Financial Bid, in case of Single Stage Two Envelope Procedure]

Date:

To:

The Treasurer, GSCWU Bwp

Having examined the Bidding documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, in conformity with the said Bidding documents for the sum of [total Bid amount in words and
figures______________________________________________________________________________________]
or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made
part of this Bid.

We undertake, if our Bid is accepted, specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain /DD in a sum equivalent to 5% percent of the Contract Price for the due
performance of the Contract, in the form prescribed by the Procuring Agency.

We agree to a Bid by this Bid for a period of 180 days from the date fixed to Bid opening, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.

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

Name of Contractor/Firm
Stamp

Page 18 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Affidavit (Annex-C)

[To be printed on PKR 100 Stamp Paper, duly attested by oath commissioner, in favor of Treasurer
GSCWU Bwp. To be attached with Technical Bid]
Name: ______________________________________(Applicant)

I, the undersigned, do hereby certify that all the statements made in the Bidding document and in the
supporting documents are true, correct and valid to the best of my knowledge and belief and may be
verified by employer if the Employer, at any time, deems it necessary.
The undersigned hereby authorize and request the bank, person, company or corporation to furnish
any additional information requested by the [GSCWU, Bwp] of the Punjab deemed necessary to
verify this statement regarding my (our) competence and general reputation.
The undersigned understands and agrees that further qualifying information may be requested and
agrees to furnish any such information at the request of the [GSCWU, Bwp]. The undersigned
further affirms on behalf of the firm that:
(i) The firm has not been blacklisted by any Department.
(ii) The documents/photocopies provided with Bid are authentic. In case, any fake/bogus
document was found at any stage, the firm shall be blacklisted as per Law/ Rules.
(iii) Affidavit for correctness of information.
(iv) Contractor/firm is not blacklisted or subject to any pending litigation with any Government
or Public Department

[Name of the Contractor/ Bidder/ Service Provider] undertakes to treat all information provided as
confidential.

Signed by an authorized Officer of the company

Title of Officer: _______________________

Name of Company: _______________________

Date: _______________________

Page 19 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Performance Guarantee Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]
To,
Treasurer, GSCWU, Bwp

WHEREAS (Name of the Contractor/ Service Provider)


___________________________________________ hereinafter called "the Contractor" has undertaken, in
pursuance of “INVITATION TO BID FOR THE “PROVISION OF
______________________________________” procurement of the following:
1. [Please insert details________________________________________________].
(Here in after called “the Contract").
AND WHEREAS it has been stipulated by you in the Contract that the Contractor shall furnish you with a
bank guarantee by a scheduled bank/DD for the sum specified therein as security for compliance with the
Contractor's performance obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor a Guarantee;
THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf of the Contractor,
up to a total of ___________________________________(Amount of the guarantee/DD in words and
figures), and we undertake to pay you, upon your first written demand declaring the Contractor to be in
default under the Contract, and without cavil or argument, any sum or sums as specified by you, within the
limits of ___________________________(Amount of Guarantee/DD) as aforesaid without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.

[NAME OF GUARANTOR]
Signature__________________________________
Name_____________________________________
Title _____________________________________
Address___________________________________
Seal______________________________________

Date____________________________________

Page 20 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Technical Bid Form*
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with Technical Bid]

Sr. Item Brand name Make & Quantity Country of Origin Specifications
No. name with Country model dimensions
of
Manufacturer

*the contractor will provide information at this “Technical Bid Form” on its original letterpad.

Stamp & Signature of Bidder ______________________

Page 21 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Financial Bid Form
[To be signed & stamped by the Bidder and reproduced on the original letter head. To be attached with Financial Bid]

Sr. Item Country Brand Unit price Quantity Total price


No. name of Origin name, (inclusive (inclusive of all
make & of all taxes taxes & duties
model & duties etc.)
etc.)

Total price in figures (Rs)


Total price in words

Total Bid value (against which a Bid shall be evaluated) in figure.


Total Bid value (against which a Bid shall be evaluated) in words.

Stamp & Signature of Bidder ______________________

Page 22 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Contract Form (with the lowest evaluated bidder)
[To be signed & stamped by the Bidder and reproduced on the letter head and stamp paper. To be attached with
Technical Bid]
THIS AGREEMENT made on the _____ day of __________ 20_____ between [name of Procuring Agency] of
[country of Procuring Agency] (hereinafter called “the Procuring Agency”) on the one part and [name of Service
Provider] of [city and country of Service Provider] (hereinafter called “the Service Provider”) on the other part:
WHEREAS the Procuring Agency invited Bids for certain services, viz., [brief description of services] and has
accepted a Bid by the Service Provider for the supply of those services in the sum of [contract price in words and
figures] (hereinafter called “the Contract Price”).

TERMS AND CONDITIONS


1. In case of failure to supply and install the goods/materials etc. to the satisfaction of the
Technical Committee/Competent Authority, the securities deposited shall be forfeited.
2. Shifting, supplying, Installation, testing and commissioning of items/material shall be
complete upto _______(__________) during office hours. The supplier is liable to
produce its product as a whole consignment within above mentioned time period
(Partial/by parts supply will not be accepted). In case, you fail to supply and install the
requisite items/material within delivery date, a penalty at 1% of the total value of the
supply order per day will be imposed. A maximum penalty of 10% of the total value can
be imposed.
3. Supply & shifting should be made as per the quoted specifications in technical bid.
4. The requisite items will be accepted after inspection. In case the items not found
according to the supply order, these will be rejected and shall have to be removed or
replaced by the firm immediately at his own expense. In case of failure to
remove/provide/replace the material, penal action will be taken by forfeiting your security
deposited and you will be black listed.
5. In case of non-responsive or failure to supply compatible parts or malfunctioning of any
material supplied under this contract, the supplier will have to provide compatible
replacement within 48 hours from the date of complaint reported to supplier either in
writing or any other electronic media.
6. The supplier is liable to pay all taxes/government dues.
7. Where the agreement is necessary, the firm will execute it subject to the terms &
conditions of the University at stamp paper for Rs._____
8. The payment of the bill will be made after the verification and inspection of the material
through the crossed cheque after deducting 5% security or security deposited in shape of
CDR for Rs._______ /- from the total value of bill for 03 Years period which will be
released after the verification of end user.
9. The Bill/Invoice should be submitted with Sales Tax invoice along with copy of valid
NIC, delivery challan, current financial year professional tax certificate and copy of
supply order. Computerized Sales Tax invoice is not accepted.
10. Any matter other than provided in the agreement will be dealt with as per PPRA rules
2014.
11. Refurbished/Remanufactured or used item/material shall not be accepted by the GSCWU
Bahawalpur.
12. The payment shall be subject to the satisfactorily inspection report by the concerned
committee.

Page 23 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
13. In case of any dispute, the decision of worthy Vice Chancellor shall be final.

___________ (Contractor name and stamp)

Page 24 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Terms and Conditions
1. After the completion of technical evaluation, the GSCWU Bahawalpur shall inform the
date, time and location for opening of the financial proposals.
2. The rates validity of tender will be up to 180 Days from the date of opening of tender.
3. Prices of individual items must be quoted separately inclusive all taxes.
4. The firm should mention make/made/model of offering item clearly in its technical bid in
accordance with the required specifications.
5. GSCWU will not pay any reimbursement against any visit of vendor to the office.
All expenses will be borne by firm.
6. The bid found without bid security shall be rejected and returned to the bidder.
7. The items supplied must fulfill the required specifications as mentioned in the tender
document. The quoted solution should be single brand and lowest evaluated bidder will be
responsible for the supply, technical training and installation (in all respect).
8. The contractor may visit the place/university before participation in tender.
9. GSCWU will not pay any reimbursement against any visit of vendor to the office. All
expenses will be borne by vendor/contractor.
10. The firm shall provide supply order(s) of relevant work/nature from other government
department(s) to show its expertise.
11. GSCWU reserves the right to decrease/increase/withdraw the quantity/item without
consultation as and when required as per requirement and available budget.
12. The successful bidder shall execute a written agreement just after the award of the work.
13. GSCWU may ask the lowest bidder for any clarification/providing of documents for
satisfactory evaluation of offer.
14. On finding substandard quality or lower specification or missing element as and when
noticed during process, the security deposited shall be forfeited in favor of the
GSCWU. The purchaser also reserves the right to purchase the material from elsewhere
without any notice at the risk and cost of the defaulting contractor.
15. The payment shall be subject to satisfaction of all items duly certified by the inspection
committee or user or initiator. Findings of the inspection committee will be binding on the
supplier.
16. The payment of the bill will be made after the verification and inspection of the material through
the crossed cheque after deducting 05% Security (performance security) from the total value
of the bill till the completion of warranty period which will be released after the verification of
end user/ Technical Committee.

Page 25 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
17. Conditional bids may be liable for rejection. Offers with incomplete documentation will be
rejected.
18. The bidders will attach their respective copies of NTN, sales tax registration certificate, copy
of valid CNIC and copy of CDR in technical bid. Copy of paid professional tax also be
provided. Taxes will be applicable as per Govt. Rules and Regulations.
19. Where the use of, or a reference to, a brand name or a catalog number is mentioned; such use
or reference shall be qualified with the word “OR EQUIVALENT”.
20. The supplier is liable to produce its product as a whole consignment within time period
mentioned in supply order failing which a penalty shall be imposed.
21. The contractor shall not subcontract or assign its obligations under the contract, in whole or
in part. The successful bidder(s) will provide 03 (Year) warranty including parts for all
items.
22. The bidder should not be insolvent, in receivership, bankrupt or being wound up, not have
had their business activities suspended and not be the subject of legal proceeding for any or
forgoing.
23. The contractor is advised to observe the safety precautions, any mishap/damage to GSCWU
Bwp property due to negligence of contractor or his representative or any of his workers
would only be borne by contractor.
24. Procurement shall be governed by the Punjab Procurement Rules, 2014.
25. In case of any dispute, the decision of the Vice Chancellor shall be final.

Page 26 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]
Check List
[To be signed and stamped and presented on Bidder’s letter head pad][To be attached in Technical Bid]

The provision of this checklist is essential prerequisite along with submission of tenders (with technical proposal).
Sr. # Detail Responsive Non-responsive
1 Original receipt for purchase of tender along with Standard Bidding Documents.
2 Active Registration with Income Tax Authorities (National Tax Number NTN)
at least three years old
3 Copy of active Registration with Sales Tax Authorities (STRN) and PRA/PNTN
4 At least ________ of similar nature having similar cost or above have been
performed / executed in public organization
5 Technical Bid Form on letter head of the firm duly signed and stamped.
6 Bid Form on letter head of the firm, duly signed and stamped.
7 Original CDR/Bank Draft be attached in Financial Bid and copy CDR/Bank
Draft be attached in Technical Bid
8 Performance Guarantee Form on letter head of the firm, duly signed and
stamped.
9 General Information Form on letter head of the firm duly signed and stamped.
10 Affidavit on non-judicial Stamp Paper of Rs. 100/-
(i) The firm has not been black listed from any Department.
(ii) The documents/photocopies provided with Bid are authentic. In case
of any fake/bogus document look at any stage. They shall be black
listed as per Rules / Laws.
(iii) Affidavit for correctness of information.
(iv) Contractor/firm is not blacklisted or subject to any pending litigation
with any Government or Public Department.
11 i. Work order / supply order / purchase order of previous relevant
experience.
ii. Company profile. Staff list along with location and address [where
applicable].
iii. National tax number Certificate, General Sale Tax Number Certificate

Stamp & Signature of Bidder ______________________

Page 27 of 27

The Govt. Sadiq College Women University, Bahawalpur


Phone No: 062-2284809, Email: [email protected]

You might also like