Bidding Documents For Aqueous Film Forming Foam (Afff)

1y ago
5 Views
1 Downloads
583.78 KB
24 Pages
Last View : 1m ago
Last Download : 3m ago
Upload by : Camryn Boren
Transcription

Rescue 1122Tender Documents General Store ItemsBIDDING DOCUMENTSFORAQUEOUS FILM FORMING FOAM(AFFF)Rescue 1122Punjab Emergency ServiceRescue 1122 Headquarters, located at Emergency Services AcademyMotorway Service Lane, Thokar Niaz Baig, Lahore,Email: postores1122@gmail.com, Ph: 0092- 042-35131896Page 1 of 28

Rescue 1122Tender Documents General Store ItemsIntroductionThe Punjab Emergency Service (Rescue 1122) (here in after referred to“Service”) has been established under the Punjab Emergency Service Act, 2006for professional management of emergencies such as road traffic accidents,buildings collapse, hazardous material incidents, fires, disasters, etc. Theprocurements in the Service are governed under the Punjab Emergency ServiceFinancial Rules 2007 and Punjab Procurement Rules, 2014 duly notified byGovernment of the Punjab.The required quantity of General Stores items to be procured throughopen bidding procedures and contract terms & conditions are given in the biddingdocuments.Page 2 of 28

Rescue 1122Tender Documents General Store ItemsPUNJAB EMERGENCY SERVICE (RESCUE 1122)No.T/5-Stores/2018-19TENDER NOTICEThe Punjab Emergency Service (Rescue 1122) invites sealed bids / tenders from Manufacturers /authorized Distributors / Importers /Sole Agents of Foreign principals/Firms registered with Sales Tax and Income Taxdepartments, having sufficient managerial, technical, financial capabilities for the procurement of the following itemsfor Punjab Emergency Service on FOR basis:Item No.1General Store ItemsAFFF (Foam)Qty25,000 litersTender fee (Rs.)500.00Tender Opening Schedule11:00 AM1) Tender documents are available and may be obtained on a written request and on payment of prescribed fee(non-refundable and non-adjustable) from Procurement Wing of the Service at Rescue 1122 Headquarterslocated at Emergency Services Academy, Motorway Service Lane, Thokar Niaz Baig, Lahore on any working dayduring office hours immediately after publication of this tender up to 9-03-2019 till 1:00 PM2) 2% of total estimated value as bid security in the shape of CDR/PO/BG, separately for each tender, duly pledgedin favor of Director General Punjab Emergency Service Lahore must be submitted along with the Technicalproposal.3) Bidding will be conducted under the provision of Punjab Procurement Rules-2014. (Rule 38(2) (a) single stage-twoenvelopes bidding procedure). Bids should be dropped in the Tenders Box kept in the office, on or before 11-032019 till 10:30 AM.4) No bid shall be accepted after due date and time.5) Technical proposals shall be opened on the same day at as per schedule given above in the presence of thebidders or their authorized representatives, who choose to be present, in the Committee Room of Rescue 1122Headquarters located at Emergency Services Academy, Motorway Service Lane, Thokar Niaz Baig, Lahore.6) Bids not fulfilling minimum requirements as stipulated in the bidding documents shall be declared nonresponsive. Financial Proposals of such non-responsive/ disqualified bidders shall be returned un-opened.7) In case, the tender proceedings are not done on the scheduled date, the same shall be done on the next workingday at the same place and time.8) Incomplete, conditional and bids without appropriate bid security shall not be considered.9) In case of any contradiction or discrepancy between this advertisement and the contents of bidding documents,the contents of the bidding documents shall prevail.10) The tender notice is also available on the websites of PPRA and Punjab Emergency Service,www.ppra.punjab.gov.pk. and www.rescue.gov.pk.Procurement Wing, Punjab Emergency Service Rescue 1122Headquarters located at Emergency Services Academy MotorwayService Lane, Thokar Niaz Baig, Lahore,Email: postores1122@gmail.com, Ph: 0092- 042-35131896

Rescue 1122Tender Documents General Store ItemsINSTRUCTIONS TO BIDDERS1. Eligible bidders: This invitation for Bids is open to all e Agents of foreign Principals/well reputed firms on Free Deliveryto Consignee’s end basis. The importer/sole agent must possess a valid authorization fromthe foreign Principal/Manufacturer.THE BIDDING PROCEDURE2. Single Stage- Two Envelopes Bidding Procedure shall be applied:i) The bid shall comprise a single package containing two separate envelopes. Eachenvelope shall contain separately the Financial Proposal and the Technical Proposal.ii) The inner envelopes shall be marked as “FINANCIAL PROPOSAL” And “TECHNICALPROPOSAL” in bold and legible letters to avoid confusion.iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of thePunjab Emergency Service without being opened.v) The Service shall evaluate the Technical Proposal, without reference to the price andreject any proposal with does not conform to the specified requirements.vi) During the technical evaluation, no amendments in the technical proposal shall bepermitted.vii) The Financial Proposals of bids shall be opened publicly at a time, date and venue to beannounced and communicated to the bidders in advance.viii) After the evaluation and approval of the technical proposal, the Service shall at a timewithin the bid validity period, publicly open the financial proposals of the technicallyaccepted bids only.ix) The financial proposal of bids found technically non-responsive shall be returned unopened to the respective bidders.x) The bid found to be the lowest evaluated bid shall be accepted.THE BIDDING DOCUMENTS3. Content of Bidding Documentsi) The goods required, bidding procedures, and contract terms are prescribed in thebidding documents in addition to the invitation for bids, the bidding documents shallinclude:a. Instructions to biddersb. Schedule of Requirementsc. Technical Specificationsd. Contract Forme. Manufacturer’s/Foreign Principal’s authorization formf. Proprietary Certificate in case of sole manufactured/imported itemsg. Bid formh. Price Schedulei. Manufacturing licensej. Price Reasonability certificatek. Certificate on stamp paper of worth Rs.50/-Page 4 of 28

Rescue 1122Tender Documents General Store Itemsl.General and Special conditions regarding purchase and procurement as given in thePunjab Procurement Rules, 2014.ii) The bidder is expected to examine all instructions, forms, terms and specifications in thebidding document.iii) Failure to furnish all information required by the bidding documents or to submit a bidnot substantially responsive to the bidding documents in every respect shall be at thebidder’s risk result in the rejection of its bid.4. Amendment of Bidding Documents: At any time prior to the deadline for submission ofbids, the Service, for any reason, whether at its own initiative or in response to aclarification requested by a prospective bidder, may modify the bidding documents byamendment. All prospective bidders that have received the bidding documents shall benotified of the amendment in writing or by phone, and shall be binding on them.PREPARATION OF BIDS5. Documents Comprising the Bid: the bid shall comprise the following components:i) Bid form and price schedule completed in accordance with instruction to bidders (to besubmitted along with financial proposal).ii) Documentary evidence established in accordance with instruction to bidders is eligibleto bid and is qualified to perform the contract if its bid is accepted;iii) Bid security is to be furnished in accordance with instruction to bidders.6. Bid Form & Price Schedule:i) The bidder shall complete the bid form and an appropriate price schedule furnished inthe bidding documents indicating the goods to be supplied, a brief description of thegoods, their strength, packing, quantity, and prices.ii) Bid Prices:The participating firms must submit their Technical Proposal in the followingmanner along with SOFT COPY in edSpecificationsMake/brand nameManufacturerCountryof OriginPack Sizeiii) The participating firms must submit their Financial Proposal in the following yof originPacksizeOfferedUnit redUnit pricewith alltaxes/dutiesiv) Form of price schedule is to be filled in very carefully, preferably typed. Any alteration /correction must be initialed. Every page is to be signed and stamped at the bottom.Total number of the pages of bid must be mentioned. Serial number of the quoted itemmaybe marked with red/yellow marker.Page 5 of 28

Rescue 1122Tender Documents General Store Itemsv) The bidder should quote the prices of goods according to the strength/technicalspecifications as provided in the form of price schedule and technical specifications. Thespecifications of goods, different from the demand of bid enquiry, shall straightway berejected.vi) The bidder is required to offer competitive price. All prices must include the GeneralSales Tax (GST) and other taxes and duties, where applicable. If there is no mention oftaxes, the offered/quoted price shall be considered as inclusive of all prevailingtaxes/duties. The benefit of exemption from or reduction in the GST or other taxes shallbe passed on to the Service.vii) Price offered should be for the validity period, conditional offer shall be considered asnon-responsive bidder.viii) While tendering your quotation, the present trend/ inflation in the rate of goods andservices in the market should be kept in mind. No request for increase in price due tomarket fluctuation in the cost of goods and services shall be entertained subsequently.7. Documents establishing bidder’s eligibility and Qualification:i) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’seligibility to bid and its qualifications to perform the contract if its bid is accepted.ii) The documentary evidence of the bidder’s eligibility to bid (to be submitted along withtechnical proposal) shall be established to the satisfaction of the Service that the bidder,at the time of submission of its bid, is an eligible as defined under instruction to thebidders.iii) The sole agent/importer shall have to produce letter of authorization frommanufacturer (foreign Principal), distributor from the manufacturer and in case ofManufacturer, documentary proof manufacturing license/registration certificate, tothe effect that they are the original manufacturer of the required specifications ofgoods.iv) The National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) withdocumentary proof shall have to be provided by each bidder in the tender.v) The bidder shall submit an affidavit on legal stamp paper of Rs.100/- that their firm isnot blacklisted on any ground by any Government (Federal /Provincial /District), a localbody or a public sector organization. The bidder shall be debarred from bid on accountof submission of false statement.vi) The bidder should have minimum two-years experience in the market. Similarly, it ismandatory that the item to be quoted by the bidder/manufacturer should haveavailability, in the market minimum for the last one year. Documentary proof shall haveto be provided in this regard.vii) The bidder is required to provide with the technical proposal, the name of item(s) alongwith serial number for which they have quoted their rates in the financial proposals.viii) The bidder must indicate the registration number, make of country ororigin/Manufacturer.8. Document establishing goods ‘eligibility and conformity to bidding documents.The bidder shall furnish along with Technical Proposal, as part of its bid, documentestablishing the eligibility and conformity to the bidding documents of all goods, which thebidder proposes to supply under the contract.Page 6 of 28

Rescue 1122Tender Documents General Store Items9. Submission of sample: The bidder must provide two (02) samples (commercial packs) ofoffered items (free of cost) for evaluation. No technical proposal/bid shall be considered ifthe samples will not be provided and will result in the rejection of offer.10. Bid Security:i) The bidder shall provide 2% of the estimated value in the shape of CDR/Pay order/BankGuarantee as per Punjab Procurement Rules 2014 along with their Technical proposal inthe name of Director General Punjab Emergency Service (Rescue 1122).ii) The bid security is required to protect the Service against the risk of bidder’s conduct,which would warrant the security’s forfeiture, pursuant to instruction to bidders.iii) The bid security may be forfeited.i. If a bidder withdraws its bid during the period of bid validity; orii. In the case of a successful bidder, if the bidder fails to sign the contract inaccordance with instruction to bidders.11. Performance Security:i) The successful bidder(s) shall furnish 5% Performance Security in favor of the DirectorGeneral, Punjab Emergency Service, Lahore for the total amount of the contractwhich shall be retained by the procuring agency till the period of contract / warrantyguarantee period.12. The successful bidder shall provide warranty/ guarantee for a period of 12 months(Completion of Performance) w.e.f. the date of satisfactory inspection.13. Bid Validity:i) Bids shall remain valid for the period of four (04) months after the date of opening oftechnical bid, prescribed by the Service. A bid valid for a shorter period shall be rejectedas non-responsive.ii) The Service shall ordinarily be under an obligation to process and evaluate the bidwithin the stipulated bid validity period. However, under exceptional circumstances andfor reason to be recorded in writing, if an extension is considered necessary, all thosewho have submitted their bids shall be asked to extend their respective bid validityperiod. Such extension shall be for not more than the period equal to the period of theoriginal bid validity.iii) Bidders whoa. agree to the Service request for extension of bid validity period shall not bepermitted to change the substance of their bids; andb. do not agree to an extension of the bid validity period shall be allowed to withdrawtheir bids without forfeiture of their bid security (earnest money).14. Format and signing of bid:i) The bidder shall prepare and submit its bid along with copy of purchase receipt. The bidshall be typed and shall be signed by the bidder of a person or a person duly authorizedto bind the bidder to the contract. The person or persons signing the bid shall initial allpages of the bid, except for un-amended printed literature.ii) Any interlineations, erasures, or overwriting, shall be valid only if they are initialed bythe person or persons signing the bid.Page 7 of 28

Rescue 1122Tender Documents General Store ItemsSUBMISSION OF BIDS15. Sealing and Marking of Bids:i) The envelopes shall be marked as “FINANCIAL PROPOSAL “and “TECHNICALPROPOSAL” in bold and legible letters to avoid confusion. The inner and outerenvelopes shall.a. be addressed to the Director General Punjab Emergency Service and;b. bear the name and number indicated in the invitation for Bids.ii) The inner envelopes shall also indicate the name and address of the bidder; the Serviceshall assume no responsibility for the bids misplacement or premature opening.16. Deadline for submission of bids: -Bids must be submitted by the bidder and received bythe Service, not later than the time and date specified in the invitation for bids. TheDirector General, Punjab Emergency Service may, at its discretion, extend this deadline forthe submission of bids by amending the bidding documents in accordance with instructionto bidders, in which case all rights and obligations of the Service and bidders previouslysubject to the deadline shall thereafter be subject to the deadline as extended.17. Late Bid: -Any bid received after the deadline for submission of bids prescribed, shall berejected and returned unopened to the bidder.18. Withdrawal of Bids: -The bidder may withdraw its bid after the bid’s submission and priorto the deadline prescribed for submission of bids. No bid may be withdrawn in the intervalbetween the deadline for submission of bids and the expiration of the period of bidvalidity specified in instruction to bidders. Withdrawal ofa bid during this interval mayresult in the Bidder’s forfeiture of its Bid Security, pursuant to the instruction to bidders.OPENING AND EVALUATION OF BIDS19. Opening of Bids:i) Initially only the envelopes marked “TECHINICAL PROPOSAL” shall be opened in thepresence of bidder’s representatives who choose to attend at prescribed date andTime in the Committee Room of Rescue 1122 Headquarters located at EmergencyServices Academy, 0.5 Km Motorway Service Lane, Thokar Niaz Baig, Lahore. Thebidder’s representatives who are present shall sign the Attendance sheet evidencingtheir attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall beretained in the custody of Service without being opened and till completion of theevaluation process.ii) The Bidder Name, item(s) for which they quoted their rate, serial number of the itemand such other details if considered appropriate, shall be announced at the opening oftechnical proposal. No bid shall be rejected at technical proposal/bid opening, exceptfor late bids which shall be returned unopened to the bidder. However, at the openingof financial proposals (the date, time and venue would be announced later on), the bidprices, discounts (if any), and the presence or absence of requisite bid security andsuch other details, if considered appropriate shall be announced.iii) The financial bids found having without Bid Security shall also be returnedunannounced to the bidder; even they qualified in the evaluation of technicalproposal. However, prior to return to the bidder, statement/reason on such bids shallbe recorded.Page 8 of 28

Rescue 1122Tender Documents General Store Itemsiv) The minutes of the bids opening (technical and financial) shall be recorded.v) In case, the tender proceedings are not done on the scheduled date, the same shall bedone on the next working day at the same place and time.20. Clarification of Bids: -During evaluation of the bids, the authority may, at its discretion,ask the bidder for a clarification of its bid. The request of clarification and the responseshall be in writing, and no change in the price substance of the bid shall be sought, offeredor permitted.21. Preliminary Examination: -All the bids shall be examined to determine whether they arecomplete, whether the documents have computational errors have been made, whetherrequired sureties have been furnished, whether the documents have been properlysigned, and whether the bids are generally in order.i) In the financial bids, the arithmetical errors shall be rectified on the following basis. Ifthere is a discrepancy between the unit price and the total price that is obtained bymultiplying the unit price and quantity, the unit price shall prevail and the total priceshall be corrected. If the bidder does not accept the correction of the errors, its bidshall be rejected, and its Bid Security may be forfeited. If there is a discrepancybetween words and figures, the amount in words shall prevail.ii) Any minor informality, non-conformity, or irregularity in bid which does not constitutea material deviation, may be waived provided such waiver does not prejudice or affectthe relative ranking of any bidder.iii) If a bid is not substantially responsive, it shall be rejected and may not subsequentlybe made responsive by the bidder by correction of the non-conformity.22. Evaluation & Comparison of Bids:i) Substantially responsive bids shall be evaluated and compared.ii) The evaluation of technical proposal/bid shall be on the basis of previousperformances, previous test reports, previous experience, financial soundness andsuch other details as the Authority, at its discretion, may consider appropriate, shallbe considered. However, the evaluation of financial proposal shall be on the basis ofprice inclusive of prevailing taxes and duties in pursuant to instruction to bidder andBid Security.iii) All bids shall be evaluated in accordance with the evaluation criteria and other terms& conditions set forth in these bidding documents.iv) A bid once opened in accordance with the prescribed procedure shall be subject toonly those rules, regulations and policies that are in force at the time of issue of noticefor invitation of bids.23. Evaluation criteria:i) For the purpose of determining the lowest evaluated bid, facts other than price suchas previous performances previous experience, financial soundness and such otherdetails as the authority, at its discretion may consider appropriate shall be takeninto consideration. The following merit point system for weighing evaluationfactors/criteria shall be applied for the Technical Proposals. The number of pointsallocated to each factor shall be specified in the evaluation report.ii) BID EVALUATION CRITERIAPage 9 of 28

Rescue 1122Tender Documents General Store ItemsCompulsory parameters:S/NDescription1 LEGAL (MANDATORY)a) Authorization letter fromRequirement / PointsPrincipalMandatoryb) Valid Income Tax Registrationc) Valid General Sales Tax Registration (Status2Active with FBR)d) Undertaking on Judicial Paper that the firm isnot blacklisted and not involved in litigationwith any of provincial or Federal GovernmentDepartment, Agency, Organizationorautonomous body anywhere in Pakistan. Incase involved in any litigation process, proofof dispute resolution is required.e) Conformity with the approved E:a) Establishment of firm(bidder)(Max. 05 points)b)34Number of similar nature projects completedduring last ten years(min value of projects is 0.5 Million)No marks are awarded for project less thanspecified limit.(Max. 10 Points)c)No. of Government institutions served indifferent projects(Max 10 Points)CAPACITY AND QUALITYa) Total Staff(Max. 10 Points)FINANCIAL POSITION OF THE BIDDERa) Income Tax Return(Max. 05 Points)b) Average Annual Sales of last 02 years(Max. 10 Points)c) Total Assets(Max. 05 Points)Total PointsMandatoryMandatoryMandatoryMandatory25 pointsPoints for 2 yearsPoint for 3 yearsPoint for 4 years5 years & aboveFor every project02Points03 points04 points05 Points02 points05& more projects10 pointsFor every institution05& more projects02 points10 points10 PointsPer Person05 & more persons25 points02 points10 pointsFor last 2 yearsOver Rs.03 - Rs.06 MillionOver Rs.06MillionFrom Rs.03-06 MillionOver Rs.06 Million60 Points05 Points05 Points10 Points05 Points10 Pointsiii) During technical evaluation, the Service may or may not send samples for test to PCSIR or anyother lab for which expenditure shall be borne by the bidder.iv) After technical evaluation is complete the bidders who have submitted proposals shall beinformed about the technical results for their technical proposal and shall notify those bidderswhose proposal did not meet the minimum qualifying mark which is 65% or were considerednon responsive, that their financial proposals shall be returned unopened after completing theselection process .It shall be simultaneously notified in writing to the bidders that they havesecured the minimum qualifying marks, the date, time and location for opening the financialproposals. Bidders attendance at the opening of financial proposals is optional.v) PASS MARKS: Based on conditions listed in this document, application not meeting the 65%pass marks limit will be rejected. All applicants scoring greater than or equal to 65% of themarks will be accepted.Page 10 of 28

Rescue 1122Tender Documents General Store Itemsvi) PROVISO: Provided that if none or only one (single) applicant exceeds the 65% pass marks,then the Service shall decrease the pass marks limit to 60%. In other words, if two or moreapplicants exceed, then the pass marks will not be decreased to 60%.vii) Financial proposals shall be opened publicly in the presence of the bidders representativeswho choose to attend. The financial proposal of the bidders who meet the minimumqualifying marks shall then be inspected to confirm that they have remained sealed andunopened. These financial proposals shall be then opened and the quoted price read aloudand recorded it appropriate.24. Qualification and Disqualification of Bidders:A bidder shall be disqualified if it would be finding at any time, that the information submitted byhim concerning his qualification was false and materially inaccurate or incomplete.25. Rejection of Bids: The Service shall upon request communicate to any bidder who submitted a bidthe grounds for its rejection of any or all bids , but is not required to justify those grounds, theService incurs no liability , solely towards bidders who have submitted bids . Notice of therejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.26. Announcement of Evaluation Report:The results of bid evaluation shall be declared prior to the award of procurement contract in theform of a report giving justification for acceptance or rejection of bids at least ten days prior to theaward of procurement contract.27. Acceptance of Bid and Award Criteria:The bidder with the lowest evaluated bid ,if not in conflict any other law ,rules ,regulations orpolicy of the provincial government , shall be awarded the contract within the original or extendedperiod of bid validity .28. Inspections and Test / Analysis:i. Inspection and Test/Analysis:a. The inspection committee shall inspect the quantity, specifications of goods afterreceipt of standard quality report from PCSIR or any other Laboratory specified by theService (if required). The cost of the laboratory tests shall be borne by the supplier.b. The supplier will be responsible for free replacement of stock if the same is not found tobe of the same specifications as required in the invitation ofbid/substandard/spurious/misbranded/expired. It will replace the unconsumed expiredstores without any further charges.ii.iii.Import documents, if required, may be produced at the time of inspection to ensurethat stores offered for inspection are imported brand new and in the original packingof the manufactures.If the goods supplied are found during physical examination /inspection to be againstthe required specifications, approved samples, etc, even if it is of standard quality, thegoods may be rejected, and the supplier shall either replace the rejected goodsorarrange alterations necessary for rectification of observation, to meet the requiredspecifications free of cost. Replacement in lieu of the rejected supplies must becompleted within 15days from the date of communication of decision to themanufacturer /supplier by the Service. In case after replacement or alteration, theinspection committee again declare the item as of against the required specifications,Page 11 of 28

Rescue 1122Tender Documents General Store Itemsthe supply would completely be rejected and the securities would be forfeited to thegovernment account and the firm shall be blacklisted minimum for one year.However, if the entire supplies/installments are declared as of against the requiredspecifications, the securities shall be forfeited and the firm shall be blacklistedminimum for two years.29. Transportation: Transportation including loading/unloading of goods shall be arrangedand paid for by the supplier.30. Subcontract: the supplier shall not be allowed to sub-let the job and award subcontractsunder this contract.31. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the supplierin accordance with the prescribed time schedule. if at any time during performance of thecontract, the supplier should encounter conditions impeding timely delivery of the goods,the supplier shall promptly notify the Service in writing on the fact of the delay , it’s likelyduration and its cause(s)the Service may at its discretion extend the supplier’s time forperformance , with or without liquidated damages, in which case the extension shall begranted by the Service. A delay by the supplier in the performance of its deliveryobligations shall render the supplier liable to the imposition of liquidated damages, unlessan extension of time is agreed upon without the application of liquidated damages.32. Penalties /Liquidated Damages;i. In case of late delivery beyond the presented period, penalty as specified in specialconditions of contract shall be imposed upon the supplier. The above late delivery (LD)is subject to general conditions of contract including late delivery for reasons beyondcontrol. Once the maximum is reached the authority may consider termination of thecontract. In case of supply of substandard product the destruction cost will be borne bythe firm i.e. Burning, Dumping and Incineration. If the firm provides substandard itemand fails to provide the item the payment of risk purchase from the 2ndlowest/market (which will be purchased by the consignee) the price difference shallbe paid by the firm.ii. In case of late delivery of goods beyond the period specified, penalty@2% per month,0.067% per day of the cost of late delivered supply shall be imposed upon the supplier.33. TERMINATION FOR DEFAULT;-The Service, without prejudice to any other remedy forbreach of contract ,by written notice of default, sent to the supplier , may terminate thecontract in whole or in part ,if the supplier fails to deliver any or all installments of thegoods within the period (s)specified in the contract, or within any extension thereofgranted or if the supplier fails to perform any other obligation (s) under the contract and ifthe supplier, in the judgment of the procuring agency has engaged in corrupt orfraudulent practices in competing for or in executing the contract.i. In case the firm fails to e

AQUEOUS FILM FORMING FOAM (AFFF) Rescue 1122 Punjab Emergency Service Rescue 1122 Headquarters, located at Emergency Services Academy Motorway Service Lane, Thokar Niaz Baig, Lahore, Email: postores1122@gmail.com, Ph: 351318960092- 042- Page 1 of 28 . Rescue 1122 Tender Documents General Store Items

Related Documents:

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

6 C 2017 06204317 (e) Aqueous sodium hydroxide, aqueous potassium iodide and aqueous acidified potassium manganate(VII) are added to aqueous solutions of iron(II) sulfate and iron(III) sulfate. Iron(II) ions, Fe2 , are reducing agents in aqueous solution. Iron(III) 3 ions, Fe , are oxidising agents in aqueous solution.Complete the table.

6 C 2017 06204317 (e) Aqueous sodium hydroxide, aqueous potassium iodide and aqueous acidified potassium manganate(VII) are added to aqueous solutions of iron(II) sulfate and iron(III) sulfate. Iron(II) ions, Fe2 , are reducing agents in aqueous solution. Iron(III) 3 ions, Fe , are oxidising agents in aqueous solution.Complete the table.

Bridge bidding systems. WEBB uses a genetic algorithm which leverages expert Bridge knowledge to search the space of Bridge bidding systems. One way in which WEBB differs from other (computerized) Bridge programs is that it learns a bidding system rather than, typically, using a statistically-based search of bidding and card

10 tips och tricks för att lyckas med ert sap-projekt 20 SAPSANYTT 2/2015 De flesta projektledare känner säkert till Cobb’s paradox. Martin Cobb verkade som CIO för sekretariatet för Treasury Board of Canada 1995 då han ställde frågan

service i Norge och Finland drivs inom ramen för ett enskilt företag (NRK. 1 och Yleisradio), fin ns det i Sverige tre: Ett för tv (Sveriges Television , SVT ), ett för radio (Sveriges Radio , SR ) och ett för utbildnings program (Sveriges Utbildningsradio, UR, vilket till följd av sin begränsade storlek inte återfinns bland de 25 största

Hotell För hotell anges de tre klasserna A/B, C och D. Det betyder att den "normala" standarden C är acceptabel men att motiven för en högre standard är starka. Ljudklass C motsvarar de tidigare normkraven för hotell, ljudklass A/B motsvarar kraven för moderna hotell med hög standard och ljudklass D kan användas vid

LÄS NOGGRANT FÖLJANDE VILLKOR FÖR APPLE DEVELOPER PROGRAM LICENCE . Apple Developer Program License Agreement Syfte Du vill använda Apple-mjukvara (enligt definitionen nedan) för att utveckla en eller flera Applikationer (enligt definitionen nedan) för Apple-märkta produkter. . Applikationer som utvecklas för iOS-produkter, Apple .