Invitation to Bids (ITB)
SUPPLY OF OFFICE EQUIPMENT AND STATIONERY FOR MINISTRY OF FINANCE
Section 2
BIDDING DOCUMENT
for ITB Goods and Related Services Procedures
2.1 BID DATA
2.2 SPECIAL CONDITIONS OF CONTRACT
2.3 QUALIFICATION DATA
2.4 SUPPLY SCHEDULE
2.5 BID FORM & PRICE SCHEDULES
Section 2. Bidding Document
Sub
Section Subject Required Action
2.1 BID DATA for information
2.2 SPECIAL CONDITIONS OF CONTRACT for information
2.4 SUPPLY SCHEDULE for information
2.4 / 1 LIST OF GOODS & RELATED SERVICES for information 2.4 / 2 DELIVERY & COMPLETION SCHEDULE for information
TECHNICAL PROPOSAL ENVELOPS
2.3 QUALIFICATION DATA to be completed by Supplier
2.4 / 3 TECHNICAL SPECIFICATION SCHEDULES & SUPPLIER’S PERSONNEL/ SERVICE
PROVIDERS – RELATED SERVICES to be completed by Supplier
2.4 / 4 BROCHURE to be completed by Supplier
2.4 / 5 MANUFACTURER’S AUTHORISATION to be completed by Supplier BID SECURITY to be provided by Supplier
INDUSTRY AND LOCAL DEVELOPMENT
STATEMENT to be completed by Supplier
COMMERCIAL CAPABILTY to be completed by Supplier
2.4 / SUPPLIER’S AUTHORISED PERSONNEL to be completed by Supplier FINANCIAL PROPOSALS ENVELOPE
2.5 BID FORM & PRICE SCHEDULES
2.5 / 1 BID FORM to be completed by Supplier
2.5 / 2 PRICED SCHEDULE OF REQUIREMENTS to be completed by Supplier LETTER OF ACCEPTANCE to be completed by Supplier
The Bid Data and Special Conditions of Contract provide the information for individual contracts and the Supply Schedule similarly provides the Goods and Related Services for the contract which the Bidder is required to price.
Bidders may purchase and Bid for one or more of the Contracts in the Bidding Document. NOTE WELL:
BID PRESENTATION
Bidders shall present Bids according to the following format : TECHNICAL PROPOSAL ENVELOPE:
o FRONT and BACK cardboard covers or plastic cover with cover page
o FRONT COVER with ITB No., CONTRACT No., CONTRACT NAME, BIDDER NAME/ ADDRESS/ TELEPHONE No./ FAX No./ EMAIL ADDRESS
o CLOTH or PLASTIC COMB BINDING o TRANSMITTAL LETTER & BID SECURITY
o TITLED SECTION OF TECHNICAL PROPOSAL DIVIDER PAGES FOR : QUALIFICATION DATA
TECHNICAL SPECIFICATIONS SCHEDULE, PERSONNEL/ SERVICE PROVIDE DATA & MANUFACTURER’S AUTHORISATION
AUTHORIZED PERSONNEL COMMERCIAL CAPABILITY
LOCAL DEVELOPMENT STATEMENTS
o SECTION CONTENTS OF TECHNICAL PROPOSAL ACCORDING TO QUALIFICATION DATA – Bid Data Clauses 12, 13, 14
TECHNICAL SPECIFICATIONS SCHEDULE – Sub Section 2.4/3 (3.1, 3.2 & 3.3) & MANUFACTURER’S AUTHORISATION Sub Section 2.4/5 following COMMERCIAL CAPABILITY
LOCAL DEVELOPMENT STATEMENT FINANCIAL PROPOSAL ENVELOPE:
BID FORM Sub Section 2.5/ 1, PRICED SCHEDULE OF REQUIREMENTS Sub Section 2.5/ 2 & SUPPLIER’S RESPONSIBLE PERSONNEL Sub Section 2.5/ 3 following.
o ORIGINAL and COPIES IN INDIVIDUAL SECURELY SEALED SEPARATE ENVELOPES, MARKED “ORIGINAL”, “COPY 1”…ETC.,
o ENVELOPES CONTAINING ORIGINAL and COPIES in SECURELY SEALED OUTER ENVELOPE
o ALL INNER ENVELOPES MARKED WITH
FOR THE TECHNICAL PROPOSAL ENVELOPE:
“TECHNICAL PROPOSAL”
ITB No.: 00001-B TITLE OF PROJECT
PURCHASER NAME & ADDRESS BIDDER NAME & ADDRESS
“DO NOT OPEN UNTIL BID OPENING DATE : FOR FINANCIAL PROPOSAL ENVELOPE:
Section 2.1 – BID DATA
1. ITB/ Contract name 1. ITB No.
Supply of Office Equipment and Stationery for Ministry of Finance
1 The Purchaser is : Corporate Service Ministry of Finance
Building no. 5, Sala no. 14, Palacio do Governo, Dili, Timor Leste
Tel. +670 3339552
The Purchaser’s Authorized Representative is :
Ms. Santina J.R.F Viegas Cardoso Director General of Corporate Service
For enquiry purposes, the Purchaser’s Authorised Procurement Officer is : Domingos Marques
FULL QUANTITY INDIVIDUAL LOTS INDIVIDUAL ITEMS
NO YES NO
3c Shipping terms and basis of payment shall be Delivery Duty Paid of destination
3e The supplier must always maintain all the time their price belowduring duration of services. retail price in the local market
4a The amount of Bid Security shall be :
Shall be 2% of the Bid Price The form of Bid Security shall be : BANK DRAFT OR BANK GUARANTEE 5c The No. of bid proposal copies shall be
One original and Two copy of Technical and Financial Proposal
7 The Bid Validity Period shall be 90 DAYS
5f Bid Submission date and Time 15 March 2010, 15:00 DILI TIME Bid Opening date and Time 15 March2010, 15:30 DILI TIME
6a The bidders must sign and stamp the Delivery and Completion Schedules, Technical Offer Schedule and Priced Schedule of Requirements
10 Delivery and Completion shall be during a 8 (Eight) Month period from 1 April 2010 to 15 December 2010
Delivery shall be initiated each month for delivery by issuance of a Purchase Order by the Purchaser
10 Delivery & Completion Date: 15 December 2010
Eligibility and Qualification Data – the Bidder shall provide documentation as follows
12b Manufacturer’s Authorization / Support Letter NO
12j Proof of tax payments from country of domicile for immediate past quarter duly authenticated YES 14b Suppliers responsible personnel Section 2.4/ Schedule 3.3 including personnel undertaking installation, commissioning and technical training YES 14b Evidence of successful completion of projects of similar nature and value, within the last three years YES 14b Evidence of sufficient working capital to undertake the contract YES
14b Authorization for the Purchaser to seek references from the Bidder’s bankers, with the necessary contact details YES
18 The amount of Performance Security shall be 10% of Contract Price
1. Contract Name 1. Contract No. Supply of Office Equipment and Stationery for Ministry
of Finance
1. Definitions The Purchaser is:
The Government of Republic Democratic of Timor-Leste Represent by Corporate Services, Ministry of Finance,
Edificio No.5,Sala 02ª,Res-do-Cão,Palacio do Governo,Dili,Timor-Leste
Tel.+670 3321870 or +670 3321871 Fax.+670 3321882
1. Definitions The Supplier is:
1.Related Services
The Related Services to be provided are :
Every date of 25 each month, the supplier shall submit their price schedule for the following month at very competitive price compare to other consumer.
3. Inspections and Tests
Quantity and Quality Determination
Inspections and tests required prior to shipment and at final acceptance shall be according to the following :
The Purchaser or its representative shall have the right to inspect and/or test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser Inspections and tests shall be conducted on the premises of the
Supplier or its subcontractors, (1) firstly on prototype units, then (2) assembled units before varnishing (3) assembled units after varnishing, and (4) on delivery at named place for delivery, 6.1 following
If inspections tests are conducted on Supplier or subcontractor premises, all reasonable facilities and assistance shall be furnished to the Purchaser’s Inspectors at no charge to the Purchaser, including access to drawings and production data
If any inspected or tested goods fail to conform to the Specifications, the Purchaser may reject the Goods and the Supplier shall either replace the rejected goods or make, free of cost to the Purchaser, alterations necessary to meet specification requirements
3. Inspections
and Tests Inspections and tests required at final acceptance are : These shall be at the Supplier’s discretion and shall be sufficient to ensure full compliance with specifications defined #3 Technical Offer Schedule
4. Packing Special requirements for packing are : Handling and storage shall be the responsibility and the risk of the Supplier.
4. Packing Packages shall be labeled and numbered in the following manner : Supplier’s responsibility
6.1 Place of
6.1 Delivery
Period During 8 (eight) Months 6.1 Delivery & Completion
Date 15 December 2010
6.4 Delivery & Documents
Documentation required for inspection and acceptance of Goods is one copy each of the following
a) Bill of Lading
b) Supplier’s Invoice showing Good’s description, quantity, unit price and total amount
c) Insurance Certificate
d) Packing list identifying contents of each package
e) Inspection certificate, issued by the nominated inspection agency, and the Supplier’s factory inspection report f) Certificate of Origin
8. Payment
.
The Purchaser shall pay the Supplier in US Dollars by bank transfer within 30 days from the date of the invoice in which the goods have been certified and accepted by the Receiving and Inspection Officer
9. Price
Every 25 date of each month, the supplier shall submit their very competitive price schedule for the next following month, and the price must always cheaper than the retail price
in the local market during duration of services.
The Supplier affirms that increase dictated by the market changes will not be more frequent than each thirty (30) calendar days and must be substantiated in writing to the Purchaser with a minimum of two (2) days notice prior to installation of new prices. Further the Contractor warrants that any prices decrease dictated by market changes will be passed to the Purchaser and reflected by decreased invoice price under this contract
16.1 Liquidated damages
The daily amount of liquidated damages expressed as a percentage of Contract amount shall be
0.1 % PERCENT PER DAY 16.1 Liquidated
damages The maximum amount of liquidated damages expressed as a percentage of Contract amount shall be 10 % PERCENT FROM THE TOTAL AMOUNT 18.1 Language of
Contract The Language of the Contract shall be : ENGLISH
18.2 Language of Correspond- ence & Other Documents
The Language(s) of correspondence and other documents shall be: English
20. Notices The Purchaser’s address for service of notices is : Corporate Services
Ministério Do Finanças
Edificio No.5,Sala 02ª,Res-do-Cão,Palacio do Governo,Dili,Timor-Leste
Tel.+3331204 – 3321871 – Fax. 3321882
20. Notice The Supplier’s address for service of notices is :
22.1 Performance Security
Section 2.3 QUALIFICATION DATA
SUPPLIER TO PROVIDE SUPPORTING DOCUMENTATION
REPUBLIC OF TIMOR LESTE
Procurement Services, Ministry of Finance
ITB No. 00001-B
1. LIST OF GOODS & RELATED SERVICES 2. DELIVERY & COMPLETION SCHEDULE 3. SPECIFICATIONS
4. DRAWINGS
5. MANUFACTURER’S AUTHORISATION 6. BID SECURITY
7. COMMERCIAL CAPABILITY
Section 2.4 - SUPPLY SCHEDULE
1. LIST OF GOODS & RELATED SERVICES
1.1 GOODS
LOT - A
LIST OF OFFICE STATIONERY
No. Specification Required QTY Unit
1 Afia Lapis/Kortador A -5 joyko 50 Bh
2 Amplop Jaya Putih Kecil 400 Pak
3 Amplop A4 Coklat 200 Pak
4 Amplop Putih A4 200 Pak
5 Amplop Air Mail berminyak Kuning E 310. 200 pak 6 Afia Lapis / Kartador A - 40 Each
7 Apagador 50 Each
8 Binder Clips No.105 kecil Hitam 200 Box 9 Binder Clips No.111 kecil Hitam 200 Box
9 Binder Clips No. 155 200 Box 10 Binder Clips No. 200 200 Box 11 Binder Clips No.260 Hitam Besar 200 Box 12 Bolpoint G-2 07( Biru ) 200 Box 13 Bolpoint V-5 0,7( Biru ) 200 Box 14 Bolpoint welyada blue 200 Box
15 Balpoint Pilot BL-VRB7 100 Box
16 Bulpen Gel Impact 20 Box
17 Book 100 Lbr 200 Bh
18 Buku Folio 200 Lembar 40 Bh 19 Buku Tamu Besar A4 100 Pak 20 Buku Expedisi kecil 40 Pak
21 Buku Agenda 40 Bh
32 Cover Abu-Abu 10 Pak 33 Cover Semua Warna 10 Pak
34 Cutter 50 Bh
35 Cutter L 500 Joyko 20 Bh 36 DVD - Plus 50 Disc 10 Box 37 Document tray Susun 20 Dos 38 Ettabilo Merah 150 Box 39 Ettabilo Kuning 150 Box 40 Ettabilo Biru 150 Box 41 Folder Manila A4 250 Pak 42 File folder manila A4 Size 70 mm(Blue) 500 Each 43 Folder File Teka 2500 Bh 44 Furador Boot Kangoro( HDP 23 20) 6.00 Bh 45 Gunting /Tesouro 100 Bh
46 Hang Map 50 Pak
47 Hecter Sedang Cadvell CD -30 150 Bh 48 Hecter besar no 14,16 62 Bh
57 Isolasi Kecil bening 50 roll
58 Isi Cuter besar 10 Box 59 Isi Hekter Besar 62 Box 60 Isi Hekter Kecil no 10 100 Box 61 Isi Hekter sedang 24/ 6, 369 100 Box 62 Isi Hekter no 50 80 Box
63 Kit Transfer 24 Bh
64 Lakbang Coklat Goal Tape 50 Roll 65 Lakbang bening besar 50 Roll
66 Lapis 2B 130 pak
67 Lem 15 Gram Stick Kenko 20 Bh
68 Lem Uhu 100 set
69 Map Kuning 100 Pak
74 Paper Frieder sedang ( Koa Suratahan) 10 bh 75 Pencabut isi Hekter Kangoro SR-45 T 100 Bh 76 Pengaris Plastik Pendek 30 Cm Butterfly 40 Bh 77 Penghapus Papan Tulis 50 Bh 78 Plastic Corek 20 set 79 Plastik Untuk Jilid Tebal 0,10 Cm Blank 5 pak 80 Post it No. 655 200 Box 81 Post it No. 654 200 Box
82 Post it No. 657 200 Box
83 Post it No. small 200 Pak
84 Post it No. Singn here 50 Bh
85 Pronto Stick Notes 100 Bh
86 Re-Type 250 Each
87 Snawman Permanente Kiik 40 Box 88 Spidol Hitam 50 Box 89 Spidol Hijau 50 Box
90 Spidol Biru 50 Box
91 Spidol Snowman Marker 50 Box 92 Stamp Pad (Artline ) ho Bantalan Stempel 20 Each 93 Stamp Pad /Bantalan Stempel 20 Each 94 Stamp Pad Ink / Tinta Stempel Biru 10 Each 95 Stamp Pad Ink / Tinta Stempel Hitam 10 Each 96 Stamp Pad Ink / Tinta Stempel Ungu 10 Each 97 Stempel Tgl Black 10 Each
98 Stip /Ereise 5 Box
LOT - B
LIST OF OTHER OFFICE SUPPLY
No. Specification Required QTY Unit
1 Gayung 6 Each
2 Rubbish plastik Medium 2 Dozen
3 Aisar Plastik dada 4 Each
4 Bagus WC 3 Box
5 Bathroom Tissue Roll 4 Pack
6 Bay fresh (classic rose) 50 Boxes
7 Baygon 20 Boxes
8 Bulu Ayam 30 Each
9 Cairan Pembersih Tangan Large 40 Box
10 Sungliht 10 Box
11 Clenansing Wipes /Wet Tissue 20 Box
12 Cling Pembersih kaca Large 40 Box
13 Cup of Coffee Small 2 Dozen
14 Cup of Tea Small 2 Dozen
15 Detergen 5 Kg 10 Pcs
16 Ember 24 Each
17 Facial Tissue " Paseo"150 shhets 20 Boxes 18 Floor Mop / Hena hodi Hamos Rai 40 Pcs
19 Black cutter 10 Roll
20 Kain lap Meja 50 Each
21 Kaos Tangan Plastik 10 Pcs
22 Kateri Tesi Dut 24 Each
23 Maquina tesi Dut 1 Each
24 Masker 10 Box
25 Napkin for Table / Hena hodi Hamos Meja Small 40 Pak
26 Super pell ( S.O.S ) 40 Dos
27 Pembersih Meja/Kaca 5 Boxes
28 Pengharum Mobil Large 4 Pcs
29 Pengharum Ruagan laarge 20 Box
30 Plastik Hitam Sampah Ukuran 80x100 100 Pack
31 Portexs 40 Dos
32 RJ 45 8 Box
33 Rubbish bin Medium 20 Pcs
34 Sabit/katana ba Distrito Baucau,Maliana 10 Each
35 Sapu Lantai 40 Each
36 Soklin Lantai 50 Dos
37 Soklin Pembersih lantai Large 4 Botols
38 Spoon Small 2 Dozen
40 Tempat Sampah Besar 10 Each
41 Tinerr ( Cliner ) 2 Boxes
42 Tissue WC 100 Box
43 UTP Kable 4 Box
LOT – C
LIST OF EDP EQUIPMENTS
No. Specification Required QTY Unit
1 Toner Printer Hp 5100 6 Set
2 Toner Printer Hp 10 A Q2610A 6 set
3 Toner Printer Hp 1320 6 set
4 Toner Printer 15 A 50 Bh 5 Toner Mark Duta Xerox 405 no CT350066 T00047913 8 Set 6 Toner Printer 92 A 20 Bh 7 Toner Printer 96 A 20 Bh 8 Toner HP Printer Color 4730 Dn Q6460A 16 Bh 9 Toner HP Printer Color 4730 Dn Q6461A 16 Bh 10 Toner HP Printer Color 4730 Dn Q6462A 16 Bh 11 Toner HP Printer Color 4730 Dn Q6463A 16 Bh 12 Toner HP Printer Color 4730 Dn Q6464A 16 Bh 13 Toner Hp COLOUR Printer 2840 Q 3961 A 10 Set
14 Toner Hp COLOUR Printer 2840 Q 3962 A 10 Set
15 Toner Hp COLOUR Printer 2840 Q 3963 A 10 Set
16 Toner Hp COLOUR Printer 2840 Q 3964 A 10 Set
17 Toner Hp COLOUR Printer 2840 Q 3972 200 Set
18 Toner Printer Hp LJ P 1160(Q2612A. 10 Set
19 Toner Printer HP lj 3055 5 set
20 Toner Printer 53 A , Q 7553 A HP LJ No P2015 n 50 Set
21 Toner Printer HP LJ No P2015 dn 53 A 16 Set
22 Toner Printer HP LJ 1020 10 Set
23 Toner Printer HP Desk jet 2180 4 Set
24 Tinta Toner Berwarna HP LJ Pno 2606 dn 20 Set 25 Toner Printer HP LJ 2605 Q60024 10 Set 26 Toner Riccoh 5500 6 set 27 Tinta Printer Hp Lj No 96 Black 15 set 28 Tinta Printer Hp Lj No 97 Color 15 Set 29 Toner Printer HP Laser jet 9050 dn (43 x) 30 Set
30 Printer Ricoh ( toner 4500 ) 20 Set
13
33 Toner Color HP LJ Q6000A 8 set 41 Toner Printer Scanner 9250 C 8 Set 42 Toner HP 49A Back 6 Set 43 Toner HP 96A Black 6 Set 44 Toner HP 92A Black 6 Set
45 Toner Cadridge 13A 6 Set
46 Toner Cadridge 12A 6 Set
47 Toner HP Color LJ 1600 10 Set
53 Toner Warna no 070510-3 Hitam 6 Set
54 Toner Warna no 070511-1 kuning 6 Set
55 Toner Warna no 070401-2 Biru 6 Set
56 Toner Warna no 070518-4 merah Mudah 6 Set
57 Toner Warna Hitam no K Q5950 A 8 Set
58 Toner Warna Merah Mudah no M Q5953 A 8 Set
59 Toner Warna Kuning no M K5952 A 8 Set
60 Toner Warna Biru no M C5951 A 8 Set
61 Toner Printer Kyosera Km 1500no XA45 Y87535 5 Set
62 Toner Printer HP LJ 4250 no 42 5 Set
63 Toner Printer Tosiba T-6000D xerox,CT5950 5 Set
64 Toner Printer Tosiba T-6000D xerox,CT5951 5 Set
65 Toner Printer Tosiba T-6000D xerox,CT5952 T001287505 5 Set
66 Toner HP 42 10 Set
67 Toner HP 43 10 Set
68 Tinta 21 10 Set
69 Tinta 22 10 Set
70 Toner Fofo copy Xerox DC2201 4 Set
71 Toner Printer HP laser Jet 6540 6 Set
72 Toner Printer HP laser Jet 1100 6 Set
74 Toner Printer HP laser Jet 6540 4 Set
75 Toner Printer HP laser Jet 2300 4 Set
76 USB 2 GB 75 Bh
77 USB 8 GB 30 Bh
78 USB 4 GB 30 Set
1.2 RELATED SERVICES:
Delivery up to Final Destination
2. DELIVERY & COMPLETION SCHEDULE 2.1 GOODS
3. SPECIFICATIONS - GENERAL REQUIREMENTS & PROCEDURES
1. General Specification Requirements
Technical specifications following anticipate that :
a. the goods & materials offered by the Supplier shall be new, unused and of the most recent or current models or stock lines, incorporating all recent improvements in design and materials, unless otherwise provided in the Contract
b. consumables with a definite shelf life which are subject to degradation and usability-expiry over time will be offered with an expiry period of at least twelve months
c. all hazardous materials shall be clearly identified as such and shall be provided with Material Safety Data Sheets specifying hazardous effects to humans, domestic animals and the environment at large in their transport, use and disposal. For such purposes they shall be appropriately labeled
d. the “manufacturer build specifications” shall be those designated by the manufacturer as appropriate to use in Timor Leste conditions, to establish and maintain adequate local spare parts and service support
e. unless otherwise specified in the Supply Schedule, the goods shall, by common international conventions, be of good industrial quality suitable for medium to heavy duty use, and designed for longevity in use. The Purchaser reserves the right to reject any offers and deliveries which do not observe these indicative standards
f. where possible and appropriate, goods and materials shall be offered in accordance with recognized international or national quality standards & codes of practice
g. import of animals, animal products, animal derived artifacts & clothing, processed foodstuffs and primary agricultural produce shall comply with RDTL quarantine policies and regulations
h. shipments supplied from overseas and cross border sources shall not contain any goods and materials prohibited under RDTL law. If discovered, the Supplier will be subjected to severe penalties
i. all numerical specification parameters shall be in Metric Units, unless Imperial or American standards units are clearly specified
Within the Technical Specifications Schedule following :
a. the column headed “Specification Required” identifies the essential specification features required by the Purchaser, for each item identified in the List of Goods & Related Services
b. technical specifications for individual goods items may be listed according to the generic sequence of component/ sub component/ specification feature/ specification sub-feature when appropriate
c. technical specifications for related services may also similarly be listed according to the generic sequence of task / sub task / specification feature/ specification sub-feature
d. the essential specification features will be listed in itemized list format
e. the Supplier , for each essential specification feature listed, is required to enter
“yes” or “no” in the column headed “Complies Yes/ No” according whether the
specification offered meets ( or is better than) the specification required
f. within the column headed “Specification Offered”, the Supplier shall enter the
corresponding feature of the goods or technical services offered
g. responses entered by the Supplier in the column headed “ Specification Offered” shall be verifiable from manufacturer specification sheets, sales brochures, schematic drawings and other appropriate technical literature. The Supplier shall take care to submit such appropriate and relevant technical literature with its Quotation
h. the supplier shall also include with its Quotation a concise technical narrative concerning the compliance of goods & related services offered with the Technical Specifications. All variations and differences should be briefly explained, with the purpose of demonstrating that functionally and performance – wise the specification offered is equivalent to or better than the specification requested
i. when applicable, such narrative shall demonstrate the Supplier’s recognition of
information provided at the pre-bid meeting and local conditions as evidenced by the supplier’s site visit
3. Technical Evaluation
a. Technical evaluation shall employ a based on assessment criteria that has been set in Section III- Evaluation Criteria.
FOR
--TECHNICAL
Technical Specification
This Technical Specification defines the technical characteristics of the Goods and Related Services required by the Purchaser. This Technical
If specification offered is exactly the same as specification required, enter under SPECIFICATION OFFERED, “SAME SPECIFICATION” – this must be verifiable from manufacturers specification sheets
Provide brochures and catalogue for specification offered for evaluation purpose
LIST OF OFFICE STATIONERY
No. Specification Required QTY Unit
1 Afia Lapis/Kortador A -5 joyko 50 Bh
2 Amplop Jaya Putih Kecil 400 Pak
3 Amplop A4 Coklat 200 Pak
4 Amplop Putih A4 200 Pak
5 Amplop Air Mail berminyak Kuning E 310. 200 pak 6 Afia Lapis / Kartador A - 40 Each
7 Apagador 50 Each
8 Binder Clips No.105 kecil Hitam 200 Box 9 Binder Clips No.111 kecil Hitam 200 Box
9 Binder Clips No. 155 200 Box 10 Binder Clips No. 200 200 Box 11 Binder Clips No.260 Hitam Besar 200 Box 12 Bolpoint G-2 07( Biru ) 200 Box 13 Bolpoint V-5 0,7( Biru ) 200 Box 14 Bolpoint welyada blue 200 Box
15 Balpoint Pilot BL-VRB7 100 Box
16 Bulpen Gel Impact 20 Box
17 Book 100 Lbr 200 Bh
18 Buku Folio 200 Lembar 40 Bh 19 Buku Tamu Besar A4 100 Pak 20 Buku Expedisi kecil 40 Pak
21 Buku Agenda 40 Bh
23 Bantex Plastik Sheet Protector 100 Pak 24 Batery Alkaline Kecil LR03/2B(A)/1.5V 40 Pak 25 Calkulator Casio 3600 30 Bh 26 CD -R 80 Min 50 Disc 10 Box 27 CD -R- 700 MB 100 Disc 10 Box 28 Chegque /TPO (42 A) 16 Set 29 Clips paper Kecil Putih No 5 100 Pak 30 Copy Paper A4 89 Gram 60 Dos 31 Corectio ( Tipex) 46 Bh 32 Cover Abu-Abu 10 Pak 33 Cover Semua Warna 10 Pak
34 Cutter 50 Bh
35 Cutter L 500 Joyko 20 Bh 36 DVD - Plus 50 Disc 10 Box 37 Document tray Susun 20 Dos 38 Ettabilo Merah 150 Box 39 Ettabilo Kuning 150 Box 40 Ettabilo Biru 150 Box 41 Folder Manila A4 250 Pak 42 File folder manila A4 Size 70 mm(Blue) 500 Each 43 Folder File Teka 2500 Bh 44 Furador Boot Kangoro( HDP 23 20) 6 Bh 45 Gunting /Tesouro 100 Bh
46 Hang Map 50 Pak
47 Hecter Sedang Cadvell CD -30 150 Bh 48 Hecter besar no 14,16 62 Bh
57 Isolasi Kecil bening 50 roll
58 Isi Cuter besar 10 Box 59 Isi Hekter Besar 62 Box 60 Isi Hekter Kecil no 10 100 Box 61 Isi Hekter sedang 24/ 6, 369 100 Box 62 Isi Hekter no 50 80 Box
63 Kit Transfer 24 Bh
65 Lakbang bening besar 50 Roll
66 Lapis 2B 130 pak
67 Lem 15 Gram Stick Kenko 20 Bh
68 Lem Uhu 100 set
69 Map Kuning 100 Pak
70 Optical Mouse 260 Bh 71 Papan Besar (Prega Suratahan) 4 Bh 72 Papan Kecil (Prega Suratahan) 4 Bh 73 Paper Faster (Pelubang Kertas) 10 Bh 74 Paper Frieder sedang ( Koa Suratahan) 10 bh 75 Pencabut isi Hekter Kangoro SR-45 T 100 Bh 76 Pengaris Plastik Pendek 30 Cm Butterfly 40 Bh 77 Penghapus Papan Tulis 50 Bh 78 Plastic Corek 20 set 79 Plastik Untuk Jilid Tebal 0,10 Cm Blank 5 pak 80 Post it No. 655 200 Box 81 Post it No. 654 200 Box
82 Post it No. 657 200 Box
83 Post it No. small 200 Pak
84 Post it No. Singn here 50 Bh
85 Pronto Stick Notes 100 Bh
86 Re-Type 250 Each
87 Snawman Permanente Kiik 40 Box 88 Spidol Hitam 50 Box 89 Spidol Hijau 50 Box
90 Spidol Biru 50 Box
91 Spidol Snowman Marker 50 Box 92 Stamp Pad (Artline ) ho Bantalan Stempel 20 Each 93 Stamp Pad /Bantalan Stempel 20 Each 94 Stamp Pad Ink / Tinta Stempel Biru 10 Each 95 Stamp Pad Ink / Tinta Stempel Hitam 10 Each 96 Stamp Pad Ink / Tinta Stempel Ungu 10 Each 97 Stempel Tgl Black 10 Each
98 Stip /Ereise 5 Box
LIST OF OTHER OFFICE SUPPLY
No. Specification Required QTY Unit
1 Gayung 6 Each
2 Rubbish plastik Medium 2 Dozen
3 Aisar Plastik dada 4 Each
4 Bagus WC 3 Box
5 Bathroom Tissue Roll 4 Pack
6 Bay fresh (classic rose) 50 Boxes
7 Baygon 20 Boxes
8 Bulu Ayam 30 Each
9 Cairan Pembersih Tangan Large 40 Box
10 Sungliht 10 Box
11 Clenansing Wipes /Wet Tissue 20 Box
12 Cling Pembersih kaca Large 40 Box
13 Cup of Coffee Small 2 Dozen
14 Cup of Tea Small 2 Dozen
15 Detergen 5 Kg 10 Pcs
16 Ember 24 Each
17 Facial Tissue " Paseo"150 shhets 20 Boxes 18 Floor Mop / Hena hodi Hamos Rai 40 Pcs
19 Black cutter 10 Roll
20 Kain lap Meja 50 Each
21 Kaos Tangan Plastik 10 Pcs
22 Kateri Tesi Dut 24 Each
23 Maquina tesi Dut 1 Each
24 Masker 10 Box
25 Napkin for Table / Hena hodi Hamos Meja Small 40 Pak
26 Super pell ( S.O.S ) 40 Dos
27 Pembersih Meja/Kaca 5 Boxes
28 Pengharum Mobil Large 4 Pcs
29 Pengharum Ruagan laarge 20 Box
30 Plastik Hitam Sampah Ukuran 80x100 100 Pack
31 Portexs 40 Dos
32 RJ 45 8 Box
33 Rubbish bin Medium 20 Pcs
34 Sabit/katana ba Distrito Baucau,Maliana 10 Each
35 Sapu Lantai 40 Each
36 Soklin Lantai 50 Dos
37 Soklin Pembersih lantai Large 4 Botols
38 Spoon Small 2 Dozen
39 Sweep Large 2 Pcs
40 Tempat Sampah Besar 10 Each
42 Tissue WC 100 Box
43 UTP Kable 4 Box
44 Vixal 50 Dos
LIST OF EDP EQUIPMENTS
No. Specification Required QTY Unit
1 Toner Printer Hp 5100 6 Set
2 Toner Printer Hp 10 A Q2610A 6 set
3 Toner Printer Hp 1320 6 set
4 Toner Printer 15 A 50 Bh 5 Toner Mark Duta Xerox 405 no CT350066 T00047913 8 Set 6 Toner Printer 92 A 20 Bh 7 Toner Printer 96 A 20 Bh 8 Toner HP Printer Color 4730 Dn Q6460A 16 Bh 9 Toner HP Printer Color 4730 Dn Q6461A 16 Bh 10 Toner HP Printer Color 4730 Dn Q6462A 16 Bh 11 Toner HP Printer Color 4730 Dn Q6463A 16 Bh 12 Toner HP Printer Color 4730 Dn Q6464A 16 Bh 13 Toner Hp COLOUR Printer 2840 Q 3961 A 10 Set
14 Toner Hp COLOUR Printer 2840 Q 3962 A 10 Set
15 Toner Hp COLOUR Printer 2840 Q 3963 A 10 Set
16 Toner Hp COLOUR Printer 2840 Q 3964 A 10 Set
17 Toner Hp COLOUR Printer 2840 Q 3972 200 Set
18 Toner Printer Hp LJ P 1160(Q2612A. 10 Set
19 Toner Printer HP lj 3055 5 set
20 Toner Printer 53 A , Q 7553 A HP LJ No P2015 n 50 Set
21 Toner Printer HP LJ No P2015 dn 53 A 16 Set
22 Toner Printer HP LJ 1020 10 Set
23 Toner Printer HP Desk jet 2180 10 Set
24 Tinta Toner Berwarna HP LJ Pno 2606 dn 20 Set 25 Toner Printer HP LJ 2605 Q60024 10 Set 26 Toner Riccoh 5500 6 set 27 Tinta Printer Hp Lj No 96 Black 15 set 28 Tinta Printer Hp Lj No 97 Color 15 Set 29 Toner Printer HP Laser jet 9050 dn (43 x) 30 Set
30 Printer Ricoh ( toner 4500 ) 20 Set
13
0 Toner Fofo Copy No 2005/ 2055/ 3005 20 Set 31 Tinta Toner HP LJ 2615n 20 Set 32 Toner Printer HP Laser jet color 3055 4 Set
34 Toner Color HP LJ Q6001A 4 Set 41 Toner Printer Scanner 9250 C 8 Set 42 Toner HP 49A Back 6 Set 43 Toner HP 96A Black 6 Set 44 Toner HP 92A Black 6 Set
45 Toner Cadridge 13A 6 Set
46 Toner Cadridge 12A 6 Set
47 Toner HP Color LJ 1600 10 Set
53 Toner Warna no 070510-3 Hitam 8 Set
54 Toner Warna no 070511-1 kuning 6 Set
55 Toner Warna no 070401-2 Biru 6 Set
56 Toner Warna no 070518-4 merah Mudah 6 Set
57 Toner Warna Hitam no K Q5950 A 10 Set
58 Toner Warna Merah Mudah no M Q5953 A 8 Set
59 Toner Warna Kuning no M K5952 A 8 Set
60 Toner Warna Biru no M C5951 A 8 Set
61 Toner Printer Kyosera Km 1500no XA45 Y87535 5 Set
62 Toner Printer HP LJ 4250 no 42 5 Set
63 Toner Printer Tosiba T-6000D xerox,CT5950 5 Set
64 Toner Printer Tosiba T-6000D xerox,CT5951 5 Set
65 Toner Printer Tosiba T-6000D xerox,CT5952 T001287505 5 Set
66 Toner HP 42 10 Set
67 Toner HP 43 10 Set
68 Tinta 21 10 Set
69 Tinta 22 10 Set
70 Toner Fofo copy Xerox DC2201 4 Set
71 Toner Printer HP laser Jet 6540 6 Set
72 Toner Printer HP laser Jet 1100 6 Set
73 Toner Printer HP laser Jet 20605 4 Set
75 Toner Printer HP laser Jet 2300 4 Set
76 USB 2 GB 75 Bh
77 USB 8 GB 30 Bh
78 USB 4 GB 30 Set
1.3 RELATED SERVICES:
Delivery up to Final Destination
3.3 SUPPLIER’S PERSONNEL/ SERVICE PROVIDER – RELATED SERVICES
1
Name Duration of works
Job Title Experience
Qualifications Responsibilities for this contract
2
Name Duration of works
Job Title Experience
Qualifications Responsibilities for this contract
3
Name Duration of works
Job Title Experience
Qualifications Responsibilities for this contract
4
Name Duration of works
Job Title Experience
Qualifications Responsibilities for this contract
5
Name Duration of works
Job Title Experience
4. DRAWINGS
5. Manufacturer’s Authorization
To: [name of the Purchaser]
WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of [name and/or description of the goods] having factories at [address of factory]
do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against ITB No. [reference of the Invitation to Bid] for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 7 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.
[signature for and on behalf of Manufacturer]
Form of Bid Security (Bank Guarantee)
_______________________________
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: Procurement Service Ministry of Planning & Finance, Republic of Timor Leste
Date: ________________
BID GUARANTEE No.: _________________
We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated (hereinafter called "the Bid") for the execution of [name of contract] under Invitation to Bid No. (“the ITB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.
At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”) of the IFB; or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the ITB.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) twenty-eight days after the expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
_____________________________
6. COMMERCIAL CAPABILTY
Commercial analysis, that is, the soundness of the tenderer’s business and their ability to reduce the Government’s risk, taking into account factors such as:
6.1 Ownership and substance of the business: [Business Registration, Tax payment, shareholders, etc]
……… ………
……… ………
6.2 Financial strength of the business: [ prove documents such as: latest Independent audit report, Cash Flow, Bank Statements, etc]
……… ………
……… ………
Past record of the bidder in dealings with the Government: [provide copy of contract/Purchase Order] 6.3
……… ………
9. INDUSTRY AND LOCAL DEVELOPMENT STATEMENT
Industry or local development is also a standard key evaluation criterion as outlined above. As appropriate to supply requirements, the following impacts will also be considered in the bid and scored accordingly in the evaluation:
7.1 Enhancement of industry and business capability in Timor –Leste:
……… ………
7.2 Proposed number of jobs that will be available to Timor -Leste citizens:
3. Vendor’s Authorized Personnel
ITB # WB009-2009
The following listed personnel are authorized to represent and/or commit the Vendor relative to this Invitation to Bid and in the event of contract award, Contract signature and subsequent Contract execution:
Name:
Title:
Responsibilities:
Signature
Name:
Title:
Responsibilities:
Signature
Signature of Vendor’s Authorized Officer
Name:
Title:
Signature
Dated this ………. day of ………. 20 ……. ( INSERT COMPANY STAMP & SEAL)
The above signed in the presence of Notary Public
FOR
Section 2.5 - Bid Form and Price Schedules
1. BID FORM
1. BID FORM
To :
Corporate Services Ministry of Finance
Palacio do Governo Building No. 5, Room 03A Dili, Timor Leste
Date ITB No.
Contract No.
Dear Sir,
Having examined the Invitation to Bid No [ insert Number] including Section Nos. [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of goods and services] in conformity with the said Invitation to Bid for the sum of [total bid amount in words and figures] or such other sums as may be ascertained in accordance with the Section 4 Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with our offer attached which is in conformance with the List of Goods & Related Services, the Delivery & Completion Schedule, and the Technical Specifications contained in Section 3 Supply Schedule of the above Invitation to Bid.
If our bid is accepted, we undertake to provide a performance security in the form, in the amounts, and within the times specified in the Bidding Documents.
We agree to abide by this Bid for the Bid Validity Period specified in Clause 7 of the Bid Data and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:
Name and address of
agent Amount (USD) Purpose of Commission or gratuity
Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We certify/ confirm that we comply with the qualification and eligibility requirements as per Instructions to Bidders Clause 12 of the bidding documents.
Signature of Supplier’s Authorised Officer
Dated this ………. day of ………. 20 …….
Signature In the capacity of
Duly authorized to sign Bid for and on behalf of………..….
2. PRICED SCHEDULE OF REQUIREMENTS
- all costs are in United States Dollars –
LIST OF OFFICE STATIONERY
No. Specification Required QTY Unit PriceUnit Amount 1 Afia Lapis/Kortador A -5 joyko 50 Bh
2 Amplop Jaya Putih Kecil 400 Pak
3 Amplop A4 Coklat 200 Pak
4 Amplop Putih A4 200 Pak
5 Amplop Air Mail berminyak Kuning E310. 200 pak
6 Afia Lapis / Kartador A - 40 Each
7 Apagador 50 Each
8 Binder Clips No.105 kecil Hitam 200 Box 9 Binder Clips No.111 kecil Hitam 200 Box
9 Binder Clips No. 155 200 Box 10 Binder Clips No. 200 200 Box 11 Binder Clips No.260 Hitam Besar 200 Box 12 Bolpoint G-2 07( Biru ) 200 Box 13 Bolpoint V-5 0,7( Biru ) 200 Box 14 Bolpoint welyada blue 200 Box 15 Balpoint Pilot BL-VRB7 100 Box
16 Bulpen Gel Impact 20 Box
32 Cover Abu-Abu 10 Pak 33 Cover Semua Warna 10 Pak
34 Cutter 50 Bh
35 Cutter L 500 Joyko 20 Bh 36 DVD - Plus 50 Disc 10 Box 37 Document tray Susun 20 Dos 38 Ettabilo Merah 150 Box 39 Ettabilo Kuning 150 Box 40 Ettabilo Biru 150 Box 41 Folder Manila A4 250 Pak 42 File folder manila A4 Size 70 mm(Blue) 500 Each
43 Folder File Teka 2500 Bh 44 Furador Boot Kangoro( HDP 23 20) 6 Bh 45 Gunting /Tesouro 100 Bh 46 Hang Map 50 Pak 47 Hecter Sedang Cadvell CD -30 150 Bh 48 Hecter besar no 14,16 62 Bh
57 Isolasi Kecil bening 50 roll
72 Papan Kecil (Prega Suratahan) 4 Bh 73 Paper Faster (Pelubang Kertas) 10 Bh 74 Paper Frieder sedang ( Koa Suratahan) 10 bh 75 Pencabut isi Hekter Kangoro SR-45 T 100 Bh 76 Pengaris Plastik Pendek 30 Cm Butterfly 40 Bh 77 Penghapus Papan Tulis 50 Bh 78 Plastic Corek 20 set 79 Plastik Untuk Jilid Tebal 0,10 Cm Blank 5 pak 80 Post it No. 655 200 Box 81 Post it No. 654 200 Box
82 Post it No. 657 200 Box
83 Post it No. small 200 Pak
84 Post it No. Singn here 50 Bh
85 Pronto Stick Notes 100 Bh
86 Re-Type 250 Each 87 Snawman Permanente Kiik 40 Box 88 Spidol Hitam 50 Box 89 Spidol Hijau 50 Box 90 Spidol Biru 50 Box 91 Spidol Snowman Marker 50 Box 92 Stamp Pad (Artline ) ho Bantalan Stempel 20 Each 93 Stamp Pad /Bantalan Stempel 20 Each 94 Stamp Pad Ink / Tinta Stempel Biru 10 Each 95 Stamp Pad Ink / Tinta Stempel Hitam 10 Each 96 Stamp Pad Ink / Tinta Stempel Ungu 10 Each 97 Stempel Tgl Black 10 Each 98 Stip /Ereise 5 Box
99 Stick not sign hire 12 box
Signature of Supplier’s Authorised Officer
Dated this ………. day of ………. 2009.
Duly authorized to sign Bid for and on behalf of………..….