Misc items / works Dev of balance arm etc 5646/RT-67/Proc/ARDIC

  • This topic is empty.
  • Post
    admin
    Keymaster
    none

    HEAVY INDUSTRIES TAXILA

    PROJECT DTE ARDIC

    TAXILA CANTT

    AMENDMENT IN TENDER OPENING DATE





     

    1. Tender Inquiry No. TS484544E –5646/RT-67/Proc/ARDIC dated 27 June 2022 published on PPRA website on 28 June 2022 may please be amended as under:-

     

    Amdt in Tender Opening Date

     

    FOR:              Tender Inquiry No. 5646/RT-67/Proc/ARDIC dated 27 June 2022 to be         opened on 5 Aug 2022 at 11:00 hrs.

     

     

    READ:           Tender Inquiry No. 5646/RT-67/Proc/ARDIC dated 27 June 2022 to be                   opened on 16 Aug 2022 at 11:00 hrs.

     

    1. All other terms and conditions of our tender inquiry referred above will remain unchanged.

     

     

    SA

    AD Procurement

    (Muhammad Aleem Ahsan)

    To:                   Government of Pakistan
                            Public Procurement Regulatory Authority
                            (Cabinet Division), Federal Bank for
                            Co-operative Building Ist Floor Sector
                            G-5/2 near SBP, Islamabad

     

    Case No. 5646/Amdt/Proc/ARDIC  dated         Aug  2022


     




    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/RT-67/Proc/ARDIC

    27 Jun 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    1)   Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    2)   Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development

    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    1)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    2)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    1)     Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    2)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    1)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    2)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than   26 July 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022

    TO BE OPENED ON. 26 July 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

      1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.



    1. The bid must be dropped in the bid box, latest by 1030 hours on 26 July 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    2. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    3. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    4. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    5. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    6. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).
    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –

     

    1. Material Cost
    • (1) Imported material with details (specifications, source, cost).
    • (2) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (1) Tooling cost with details.
    • (2) Labour cost with details of man-hours.
    • (3) Die, jigs and fixture cost with details.
    • (4) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (1) Material characterization.
    • (2) Modelling and simulation.
    • (3) Formulation of drawing and process sheets.
    • (4) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.
    System Analyst

    Assistant Director (Procurement)

    (Muhammad Aleem Ahsan)


    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/IT- 54/Proc/ARDIC

    06 Apr 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    3)   Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    4)   Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development



    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    3)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    4)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    3)     Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    4)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    3)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    4)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than  15 May 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/IT-54/Proc/ARDIC dated 06 Apr 2022

    TO BE OPENED ON. 15 May 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

    1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/IT- 54/Proc/ARDIC dated 06 Apr 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.
    2. The bid must be dropped in the bid box, latest by 1030 hours on _15 May 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    3. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    4. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    5. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    6. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    7. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).


    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –
    11. Material Cost
    • (3) Imported material with details (specifications, source, cost).
    • (4) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (5) Tooling cost with details.
    • (6) Labour cost with details of man-hours.
    • (7) Die, jigs and fixture cost with details.
    • (8) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (5) Material characterization.
    • (6) Modelling and simulation.
    • (7) Formulation of drawing and process sheets.
    • (8) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.
    Assistant Works Manager

    Deputy Assistant Director (Procurement)

    (Bilal Ibrahim)


    HEAVY INDUSTRIES TAXILA

    PROJECT DTE ARDIC

    TAXILA CANTT

     

     

    AMENDMENT IN TENDER OPENING DATE

     

    1. Tender Inquiry No. TS484544E –5646/RT-67/Proc/ARDIC dated 27 June 2022 published on PPRA website on 28 June 2022 may please be amended as under:-

     

    Amdt in Tender Opening Date

     

    FOR:              Tender Inquiry No. 5646/RT-67/Proc/ARDIC dated 27 June 2022 to be                   opened on 26 Jul 2022 at 11:00 hrs.

    READ:           Tender Inquiry No. 5646/RT-67/Proc/ARDIC dated 27 June 2022 to be                   opened on 5 Aug 2022 at 11:00 hrs.

     

    1. All other terms and conditions of our tender inquiry referred above will remain unchanged.

     

     

    SA

    AD Procurement

    (Muhammad Aleem Ahsan)

    To:                   Government of Pakistan
                            Public Procurement Regulatory Authority
                            (Cabinet Division), Federal Bank for
                            Co-operative Building Ist Floor Sector
                            G-5/2 near SBP, Islamabad

     

    Case No. 5646/Amdt/Proc/ARDIC  dated         Jul 2022


    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/RT-67/Proc/ARDIC

    27 Jun 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    5)   Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    6)   Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development

    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    5)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    6)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    5)     Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    6)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    5)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    6)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than   05 August 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022

    TO BE OPENED ON. 05 August 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

    1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.
    2. The bid must be dropped in the bid box, latest by 1030 hours on 05 August 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    3. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    4. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    5. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    6. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    7. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).
    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –

     

    1. Material Cost
    • (5) Imported material with details (specifications, source, cost).
    • (6) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (9) Tooling cost with details.
    • (10) Labour cost with details of man-hours.
    • (11) Die, jigs and fixture cost with details.
    • (12) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (9) Material characterization.
    • (10) Modelling and simulation.
    • (11) Formulation of drawing and process sheets.
    • (12) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.

     

     

     

     

    System Analyst

    Assistant Director (Procurement)

    (Muhammad Aleem Ahsan)


     

    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/IT- 54/Proc/ARDIC

    06 Apr 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    7)   Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    8)   Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development

    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    7)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    8)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    7)     Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    8)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    7)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    8)    Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than  15 May 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/IT-54/Proc/ARDIC dated 06 Apr 2022

    TO BE OPENED ON. 15 May 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

    1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/IT- 54/Proc/ARDIC dated 06 Apr 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.
    2. The bid must be dropped in the bid box, latest by 1030 hours on _15 May 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    3. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    4. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    5. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    6. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    7. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).
    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –
    11. Material Cost
    • (7) Imported material with details (specifications, source, cost).
    • (8) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (13) Tooling cost with details.
    • (14) Labour cost with details of man-hours.
    • (15) Die, jigs and fixture cost with details.
    • (16) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (13) Material characterization.
    • (14) Modelling and simulation.
    • (15) Formulation of drawing and process sheets.
    • (16) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.

     

     

     

     

    Assistant Works Manager

    Deputy Assistant Director (Procurement)

    (Bilal Ibrahim)


     

    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/RT-67/Proc/ARDIC

    27 Jun 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    9)   Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    10) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development

    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    9)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    10) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    9)     Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    10) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    9)    Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    10) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than   26 July 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022

    TO BE OPENED ON. 26 July 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

    1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/RT- 67/Proc/ARDIC dated 27 Jun 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.
    2. The bid must be dropped in the bid box, latest by 1030 hours on 26 July 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    3. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    4. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    5. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    6. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    7. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).
    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –

     

    1. Material Cost
    • (9) Imported material with details (specifications, source, cost).
    • (10) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (17) Tooling cost with details.
    • (18) Labour cost with details of man-hours.
    • (19) Die, jigs and fixture cost with details.
    • (20) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (17) Material characterization.
    • (18) Modelling and simulation.
    • (19) Formulation of drawing and process sheets.
    • (20) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.
    System Analyst

    Assistant Director (Procurement)

    (Muhammad Aleem Ahsan)

     


    REGISTERED / IMMEDIATE

    Heavy Industries Taxila   Project Directorate ARDIC Taxila Cantonment                Tel: 051-9315489

    Fax: 051-9315151

    No. 5646/IT- 54/Proc/ARDIC

    06 Apr 2022

     

    To:                   M/s _________________

     

    Subject:          Tender Inquiry of Dev of Balance Arm

     

    Dear Sir,

     

    1. You are requested to please forward your offer for the following: –

     

    Ser # Particulars/Specifications of the Stores A/U Qty Remarks
    1. Right  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    11) Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    12) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01 Items are available in Design Sec ARDIC for

    Study and

    Development

    Purpose.

    2. Right  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    11) Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    12) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings, M Springs, Pads and Covers etc.

    Nos 01
    3. Left  1st  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    11)  Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    12) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    4. Left  3rd  Balance Arm

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Specification:

    11) Made of Three Piece completely forged Special Steel and machined Elbow Bush Assembly.

    12) Included self-tightening oil retainers, Aluminum Bushes, Ball Bearings, Needle Bush, O-Rings, Elastic Snap Rings, Needle Bearings, Limiting Rings, Stop Rings, Spacer Rings,

    M Springs, Pads and Covers etc.

    Nos 01
    5. Special, bolts, shims, stop washers, lock pins gaskets, Wood Plugs etc.

    County of Origin: Pakistan, UK, USA, EU, China or equivalent.

    Set 01

    //

    (Items Five Only)

    Instructions to Bidders

    1. Rates will be quoted on FOR Taxila Cantt basis. Offer best competitive price while submitting your quotation.
    2. Over writing and cutting of any nature in the quotation will not be accepted.
    3. Part-I and Part-II quotations will be enclosed in separate sealed envelopes for each tender inquiry. For identification purpose, the words “TECHNICAL QUOTATION PART-I WITHOUT PRICE” and COMMERCIAL QUOTATION (PART-II) WITH PRICE” shall be written in BLOCK CAPITAL LETTERS on the respective sealed envelopes which will be placed in a large envelope bearing complete details of the tender as under: –

    Please forward your quotation not later than  15 May 2022 at 10:30 hours. The address on the envelope will be indicated as under: –

     

     

    BID                                                                                                               REGISTERED

    TENDER INQUIRY NO. 5646/IT-54/Proc/ARDIC dated 06 Apr 2022

    TO BE OPENED ON. 15 May 2022

     

    To:                   PROCUREMENT OFFICER

    ARDIC HIT TAXILA CANTT

     

    FROM M/S____________________________

    IT FOR _______________________________

     

    1. Delivery of Tender: The tender/bid will be enclosed in a sealed envelope which will be invariably marked with “Bid against Tender Inquiry No. 5646/IT- 54/Proc/ARDIC dated 06 Apr 2022” and complete address. The tender if brought by hand, will be handed over to security staff on duty at ARDIC Gate for placing the same in bid box (available at the gate). The bid will not be brought by hand by any firm while visiting the office of Proc officer (ARDIC). Moreover, if required endorsements are found missing, the bid will be liable for rejection.
    2. The bid must be dropped in the bid box, latest by 1030 hours on _15 May 2022, at ARDIC Gate. The bid will be opened same day at 1100 hours in the presence of the available representative of the firms in ARDIC HIT Taxila Cantt. No bid will be entertained / considered after 1030 hours, on the aforementioned date.
    3. All papers must be signed and stamped and items not quoted / quoted must be mentioned clearly.
    4. All clauses/terms mentioned in this inquiry will be considered accepted by the bidding firms, even if no reference to them is given in the respective offers.
    5. Postal order for Rs. 200/- (Rupees Two Hundred) as a tender fee, in favor of MD (ARDIC) HIT Taxila Cantt, will invariably be enclosed with the technical offer, failing which the bid will be ignored.
    6. Firms are instructed NOT to send Telex and Fax bids. Such bids/offers would not be accepted.
    7. Following confirmation regarding availability of the advance sample be endorsed by all bidders in their quotations: –

    “It is confirmed that advance sample against items mentioned at serials —- of the bid are really available.”

    1. Please confirm receipt of the tender inquiry immediately and also intimate your participation or otherwise in this tender inquiry. In case any firm does not wish to bid, then it should return the tender inquiry documents at the earliest.
    2. HIT reserves its right to cancel the bidding process with reason but without any obligation to justify such a reason.
    3. The store is required to be delivered at Store Sec ARDIC, Taxila Cantt within 60 x days from the date of signing of the contract.
    4. The offered price quoted must be firm, final and inclusive of all taxes, packing, handling charges etc and delivery at HIT Taxila Cantt.
    5. Offers must remain open valid for 120 days from the date of opening of the tender.
    6. The store will be packed in standard grade, worthy of transportation by the means adopted.
    7. This inquiry may not be taken as an indication of subsequent supply order and does not in any way commit HIT to purchase the items offered.
    8. Warranty period will be one year from the date of issuance of CRV of the stores.
    9. In case of failure to supply the stores within the stipulated periods, liquidated damages at the rate of 2% but not less than 1% of amount involved per month and maximum value not more than 10% of contracted store value or a part there-of will be levied.
    10. Payment Terms
      1. Payments will be made either by CMA (DP), Rawalpindi or CMA (HIT) Taxila Cantt, through cheques against pre-receipted bills (duly affixed with revenue stamps) along with professional tax certificates (attested photocopies) of the suppliers after delivery and acceptance of stores.
      2. Partial payments against partial deliveries will not be allowed.
      3. The payment to the registered person is linked with active taxpayer status of the Suppliers as per FBR data base. If any registered supplier is not on active Taxpayer list, his payment will be stopped till he / she files his / her mandatory returns and appears on ATL of FBR.
      4. HIT reserves the right to increase / decrease the quantity of items, placed on the tender without any reference to the firm.
      5. The supplier shall furnish a 5% performance bank guarantee within one month from the date of signing of the contract from scheduled bank in Pakistan against the total value of contract excluding taxes/duties. This bank guarantee must remain valid 12 x months after the stores are put in operation. Performance Bank Guarantee will be released on the completion of warranty period, in case the firm fails to provide a/m performance bank guarantee within the stipulated time period, the contract will be cancelled and bid security will be encashed. Moreover, the contract shall than be awarded to next best evaluated bidder.
      6. All Firms participating in the tender will deposit 2% bid security of total quoted value in the shape of CDR / bank guarantee addressing to MD ARDIC Heavy Industries Taxila. The bid security will be provided by the firms in commercial envelope and clear mentioning of the same in the technical quotation will be ensured by the firms, failing which the bid will stand rejected. The bid securities will be returned as under: –
      1. Unsuccessful Bidders. Within 15 days of completion / announcement of the       bid evaluation result.
      2. Successful Bidders. Upon submission of 5% PBG (para 23).
    1. The net offered price will be inclusive of 17 % GST as imposed by Government of Pakistan. The offers without mentioning of 17% GST will not be considered. The GST will always be mentioned separately to the base price.
    2. Defaulted or Blacklisted firms with any Govt / Semi Govt defence organization cannot be participate in the bid.
    3. In case of any dispute regarding the terms and conditions and the quality of stores, the decision of the MD (ARDIC) / Chairman HIT will be considered as final and binding on the suppliers/firms.
    4. In case, the contracted firm fails to execute the order within the stipulated time and does not materialize the supply of ordered stores, the supply order/contract would be cancelled at the firm’s risk and expense. Expenditure incurred on the re-purchase of offered stores will be recovered from the defaulting firm, under existing procedures.
    5. Inspection of the store will be carried out at HIT Taxila Cantt.
    6. Samples for consultation / reference will not be provided, however if drawing is available then the same may be handed over to the best evaluated bidder. Samples are displayed in display room for the convenience of the firms.
    7. Only registered suppliers / persons who are on Active Taxpayer List (ATL) of FBR are eligible to supply goods/services to government departments. Thus the bidders will submit a certificate to this regard along with the technical bid.
    8. Country of Origin: All countries except India, Israel and Taiwan.
    9. In case of indigenously / locally manufactures item, the firms should have relevant experience and capacity of manufacturing these parts and should be duly qualified by Quality Control department of ARDIC HIT. Capacity for manufacturing of parts will be verified by a team ex ARDIC HIT.
    10. In the case of FOR imported items, the firms are responsible to provide evidence of the agency agreement/certificate of conformance, principal proforma invoice (in original and without price) and OEM certificates of all the items being quoted against this tender inquiry along with countries of origin. Separate OEM certificate for each / major assembly will be provided by the firms. The firms will clearly indicate that all the parts used in the manufacturing (in case of assembling) are brand new from current production. Confirmation to fulfill technical specifications related to imported items on FOR basis must be highlighted in the technical bid.
    11. Confirmation of the validity period of the quote, delivery period and warranty period.
    12. Confirmation of all technical parameters specified in the IT or confirmation as per sample.
    13. Confirmation of manufacturer, brand and approval of advance sample as per specifications mentioned in IT. Manufacturer brand of each item must be highlighted in the bid.
    14. IT document can be downloaded from PPRA and HIT website http://www.hit.gov.pk.
    15. Technical assistance will be provided by the firm on requirement basis.
    16. After successful conclusion of development contract including qualification of the prototype / 1st Article, following “Yes Obligations” for the qualified firms will be applicable for bulk supply / series procurement contract(s) after approval by HITB as under: –
    1. Award of “Sole Manufacture Right” for HIT or procurement “Proprietary” status for minimum 3 years, subject to timely development, contract execution performance, quality, cost rationalization and value additions (if any) of development / 1st contract.
    2. Extension of “Sole Manufacture Right” for HIT or procurement “Proprietary” status beyond 3 years’ subject to timely completion, contract execution performance, quality consistency, cost rationalization and value additions (if any) in previous contract(s).
    3. Where operationally, financially and technically possible / viable, HIT (developing or procurement agency) may provide estimated required quantities to qualified firm(s) for subsequent needs.
    4. Qualified firm will not be allowed to participate in any tender of similar items elsewhere (inland and abroad) without prior permission of HITB.
    5. Firm(s) will submit commercial offer with “Estimated Itemized Cost (EIC)” of the item including following: –
    6. Material Cost.
    7. Manufacturing Cost (including tooling, labour, die, overhead charges etc).
    8. R&D Charges.
    9. Service Charges (including transportation, tests/trials, profit etc).
    10. After successful development and qualification of final product, the firm will submit the “Final Itemized Cost (FIC)” along with supporting documents / verification proofs for subsequent series / bulk procurement contract(s) of the same item(s). FIC will be mutually negotiated / finalized before conclusion of the development contract. Same will remain valid for one year. FIC will be finalized under following heads: –
    11. Material Cost
    • (11) Imported material with details (specifications, source, cost).
    • (12) Local material with details (specifications, source, cost).
    1. Manufacturing Cost
    • (21) Tooling cost with details.
    • (22) Labour cost with details of man-hours.
    • (23) Die, jigs and fixture cost with details.
    • (24) Overhead charges including cost of utilities etc.
    1. Service Charges (including transportation, in-house tests / trials, profit etc).
    2. R&D Charges. This will be will be amortized in series / bulk procurement contracts, in case of No Cost No Obligation and No Cost Yes Obligation only. Same must be covered under following heads: –
    • (21) Material characterization.
    • (22) Modelling and simulation.
    • (23) Formulation of drawing and process sheets.
    • (24) Software development.
    1. FIC will remain negotiable for series / bulk procurement contract(s) after one year based on inflation rate and overall cost variations etc.
    2. Final contract would be signed after availability of funds.
    Assistant Works Manager

    Deputy Assistant Director (Procurement)

    (Bilal Ibrahim)

     


    VIEW DOCUMENTS

  • You must be logged in to reply to this topic.