pakistan
Transcription
pakistan
PAKISTAN Form PRO-05Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 ACTED (Agency for Technical Cooperation and Development) is a non-governmental organization with headquarters in Paris, founded in 1993. Independent, private and not-for-profit Organization, ACTED respects a strict political and religious impartiality and operates according to principles of non-discrimination and transparency. ACTED Pakistan is looking for reputable suppliers companies to participate in ACTED PAKAISTAN tendering process within the deadlines period as indicated below. INTERNATIONAL CALL FOR TENDER T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02-02-2015/13 BATCH # Required services Description INCOTERMS/Delivery point 01 RENTAL TRUCKS (CARRIAGE VEHICLES) WITH DRIVER (WITH or WITHOUT FUEL) AS PER ANNEX A The tender will be conducted using ACTED standard bidding documents, open to all qualified suppliers and service providers. The Bidding Documents in English may be collected by sending a blank email to [email protected], there will be a link in return email. By clicking on this link, bidders will get the "tender pack" Or can be downloaded from the ACTED website at www.acted.org under the section “Tender”. Potential bidders are encouraged to consult the ACTED website regularly for potential modification to the present tender and/or the bidding documents. All bids must be submitted on 20/02/2015 (February 20th, 2015) at 04:00 PM (Islamabad time) at the address mentioned below in a sealed envelope. Late Bids will be automatically rejected. House no 5, Street 29, F 7/1, Islamabad, Pakistan ACTED will not be responsible for any costs or expenses incurred by the Bidders in connection with the preparation and submission of their bids to ACTED. For all inquiries regarding this tender, please contact the ACTED representative office in Islamabad not later than 19/02/2015 (19th February, 2015) till 12:00 PM (Islamabad time) by telephone (+92 (0)51-2653035-36). PAKISTAN Form PRO-05Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 INTERNATIONAL CALL FOR TENDER Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 ACTED is requesting through this tender a company to provide detailed written offers for the supply of the following products: PRODUCT SPECIFICATIONS: 1. Description: RENTAL CARRIAGE VEHICLES 2. Product class / category: 3. Product stage: TRANSPORT Ready to use 4. INCOTERM (delivery conditions): AS PER ANNEX ‘’A’’ 5. Quantity / unit : N/A 6. Packaging requirements: No. 1 2 3 4 5 6 7 8 9 10 N/A BATCH#01 RENTAL TRUCKS (CARRIAGE VEHICLES) WITH Driver (WITH or WITHOUT FUEL) Measuring Item Description Specification Quantity Unit Month 1 DYANA With automatic off loading Model 1994 to 2008 Trolley Day 1 Month 1 Shehzore 2006-2008 Model Day 1 Month 1 Mini Mazda Truck 4 Wheeler Model 1986 to 2008 Day 1 Month 1 Hino Mazda Truck 6 Wheeler Model 1986 to 2008 Day 1 Month 1 Bedford Truck Model 1994 to 2008 Day 1 Month 1 10 Wheeler Truck Model 1998 to 2008 Day 1 Month 1 14 Wheeler Truck Model 1998 to 2008 Day 1 Month 1 22 Wheeler Truck Model 1998 to 2008 Day 1 Month 1 Tractor with automatic of loading Model 1998 to 2008 Trolley Day 1 Month 1 Suzuki Model (Loader) Model 2000 to 2010 Day 1 PAKISTAN Form PRO-05Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 Contractor’s general responsibilities: o Duration of the frame work agreement would be 01 Year o Rental company will have to provide carriage vehicles within 48 hours of the deadline after acceptance of purchase order o Validity of the tender bid should be maximum 02 Months o Terms of Delivery: DDP (All cost & Duties Paid) AS PER ANNEX ‘’A’’ o Rental Company is responsible for the maintenance of the vehicle during transportation of the goods/material all costs related remain under rental company responsibility. o Rental Company is responsible for the provision of a valid comprehensive insurance cover for the rented vehicle. ACTED will not be responsible for any damages due to road accidents or any other human loss to the rental company. o Rental Company will provide experienced driver for rental carriage vehicle to be able to drive heavy duty vehicles. o Rental Company is responsible for driver food and accommodation during transportation. o Rental Company will have to comply with all safety and security rules defined by the renter as per ACTED Safety & Security internal guidelines. o Rental company driver deputed on transportation of goods for specific destination cannot be changed without prior approval of ACTED logistics. o Rental Company should have clear replacement policy in case of vehicle or driver failure. o Rental Company will be responsible for all type of repair & maintenance, engine oil, filters etc. o If any traffic Chillan charged by traffic police that would be company responsibility, o Driver must have valid driving license and original vehicle registration documents. o Driver must be familiar with local routes, preferably local area driver should be provided. o Vehicle must be equipped with Spare tyre, Jack and necessary tools. o Vehicle must have registration token paid. o Rental Company will nominate his representative in the area to take care of vehicles maintenance and conflicts of drivers. o Seat belt must be in working condition if the Vehicle have seat belt. o Rental Company will provide rental carriage vehicle with working Speedo meter without Speedo ACTED will not pay any charges or accept vehicles for transportation. o ACTED will provide defined & clear travelling routes for rental carriage vehicles and drivers will have to accordingly travel and reach to destination. o Rental company representatives/driver must be present during loading of materials/items and sign the waybill for the quantities loaded & counted. o Rental Company will be responsible for any kind of theft or loss, damages while transportation (Rental Company will compensate ACTED for the damaged or lost or stolen materials on a timely basis and at the same quantities and quality. o Rental Company is responsible to ship the goods safely to avoid seasonal factors like rain, heat etc by covering material with Tarpaulin etc). o Rental Company will have to seek prior approval from ACTED in case the route direction needs to be changed in case of any issues which may cause diversion and extra Kilometer. o Labour charges for loading and unloading are not included in given Unit Prices rates of rental vehicles. Although if vehicle gets broke or blocks on a way towards destination, it is Contractor responsibility to provide alternate vehicle with labour to shift material from one to another vehicle. o Due to fluctuation fuel prices more than 10% i.e. increase or decrease, revision of per day/Month prices can be made following the market unit prices approved by government of Pakistan agency Oil Gas regulatory authority (OGRA). In case of disagreement both parties will cancel the contracts. o Driver (s) found in stealing POL will be blacklisted, vehicle will be returned to Rental Company with vehicle fuel tank refilled only with same vehicle average consumption w.r.t total KM travelled after last POL drawn rather full fuel tank. Same will be practiced in case of any accident or vehicle breakdown in PAKISTAN Form PRO-05Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 the field or midway. Even released vehicle with poorly maintenance issue fuel return will be dealt similarly. ACTED Responsibilities: o ACTED will park the vehicles within ACTED premises or good parking areas 24/7 o ACTED can use the vehicle 24/7hours o ACTED will pay transportation charges based on the purchase order issue, Log books & approved travelling route o Rental Company will have to provide rental carriage vehicle with full fuel tank if in case ACTED preferred to rent carriage vehicles without fuel. o ACTED will return carriage vehicles with full fuel tank. o In case rental vehicles gets stuck on the way due to security reasons, road blockages or any other issues ACTED will not pay any additional charges. o ACTED will deduct the charges or rental company will have to reimburse the cost in case of materials gets damaged, theft, lost due to driver carelessness, or speedy driving. The answers to this tender should include the following elements: A written quotation including all the product specifications, the price per unit, quantity proposed and unit, and total price. To fill part B of this document is compulsory so that the bid is considered; GENERAL CONDITIONS: 1. Bidders are requested to fill in, sign, stamp and return Part A, Part B (Offer Form) and Part C (according to ACTED format) 2. The closing date of this tender is fixed on 20th of February 2015 at 04:00 PM in ACTED Islamabad office at the following address: House. No. 05, Street No. 29, F-7/1, Islamabad. 3. Bidders shall fill, sign, stamp and return the Offer form according to ACTED’s format. 4. Bidders participants shall sign and return all pages of the Product Specifications for which they apply. 5. The offer to the call for tender will not result in the award of a contract. 6. The offer must be submitted to ACTED Logistics department in a sealed envelope with the mention “T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13-Not to be opened before 20th of Feb 2015 4PM” 7. Unsealed envelopes and late offers will not be considered. 8. No bidder should deem that the entire tender would be awarded to a single bidder. ACTED reserves the right to divide / split the contracts amongst different bidders. 9. Bidders can participate for all of the areas as per ANNEX ‘’B’’ or can participate in their preferred area in both options tender bid will be accepted, bidders are requested to update the ANNEX ‘’B’’ precisely in order to be able to know that suppliers covers all of the areas or not, accordingly supplier bid will be treated during evaluation of the supplier tender bid. 10. Preference will be given to local bidders from particular locations listed in “ANNEX B” bidding for services in their respective locations. 11. Those suppliers who may need guidance or briefing from ACTED Pakistan logistics for fulfilling tender requirements are requested to contact persons listed in point 14. 12. Suppliers are requested to submit the list of their office branches countrywide 13. In case a public holiday is announced by the Government of Pakistan (Due to security or any other reason) the tender will be opened the next working day at the same time and venue. PAKISTAN Form PRO-05Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 14. Lowest price is not sole criteria as quality, delivery time (if required to be proposed by vendor) and previous experience will be considered. 15. The following persons and number can be contacted for general enquiries: Mr. Shakir Ullah Khan Ms. Rizwana Bano: Nasir Mehmood: ACTED Islamabad: [email protected] [email protected] [email protected] 051-2653035 & 36 Note: a. Filling all information regarding the quoted items in the Offer Form (e.g. unit prices) is compulsory; any missing information may lead to rejection of your offer(s). b. Bidders should consult the ACTED website regularly for possible modifications to this call for bids, c. Quantities are subject to change; in that case ACTED will consider unit price as reference during the offers’ selection. d. The submission of offer(s) to this call for tender may not result in the award of a contract. e. ACTED will not be responsible for any costs or expenses incurred by the Bidders in connection with the preparation and submission of the bids to ACTED. f. Please note that ACTED Pakistan is eligible to Tax exemption process, your offer must be submitted Tax included and excluded to be valid. Therefore suppliers with NTN number, STR number and appearing in the Active Tax Payers List (ATL) of the FBR will be preferred. g. All of the applicable taxes should be inclusive of unit cost. FOR BIDDER’S USE I undersigned, the Bidder, agree with the instructions and general conditions of this Call for Tender. Company Name: _________________________ Authorized Representative Name: _________________________ Signature: __________________________ PAKISTAN Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 OFFER FORM PRO-06 To be Filled by Bidder (COMPULSORY) Details of Bidding Company: 1. Company Name: ( ) 2. Company Authorized Representative Name: ( ) 3. Company Registration No: ) ( No/Country/ Ministry 4. Company Specialization: ( ) 5. Mailing Address: ( ) Country/Governorate./City/St name/Shop-Office No a. Contact Numbers: b. E-mail Address: (Land Line: ( / Mobile No: ) ) I undersigned ___________________________, agree to provide ACTED, non-profit NGO, with items answering the following specifications, according to the general conditions and responsibilities that I engage myself to follow. PAKISTAN Date: Version 1.3 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 1. PLEASE FILL IN THE FOLLOWING TABLE: RENTAL TRUCKS (CARRIAGE VEHICLES) WITH FUEL & WITH DRIVER No. Item Description Specification 1 DYANA With automatic off loading Trolley Model 1994 to 2008 2 Shehzore 2006-2008 Model 3 Mini Mazda Truck 4 Wheeler Model 1986 to 2008 4 Hino Mazda Truck 6 Wheeler Model 1986 to 2008 5 Bedford Truck Model 1994 to 2008 6 10 Wheeler Truck Model 1998 to 2008 7 14 Wheeler Truck Model 1998 to 2008 8 22 Wheeler Truck Model 1998 to 2008 9 Tractor with automatic of loading Trolley Model 1998 to 2008 10 Suzuki Model (Loader) Model 2000 to 2010 Measuring Unit Quantity Month Day Month Day Month Day Month Day Month Day Month Day Month Day Month Day Month Day Month Day 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unit Price (with fuel) Unit Price (without fuel) PAKISTAN Date: Version 1.3 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 1.2 Quoted rates are including the following destination: ANNEX ''B'' S.NO 1 2 3 4 5 6 7 Location Name KPK/FATA (All Destinations) SOUTH SINDH (All Destination) NORTH SINDH (All Destination) BALOCHISTAN (All Destination) Punjab (All Destination) AJK (All Destinations) Islamabad (All Destination) Covered within the Unit cost quoted (YES/NO) Please note that ACTED currently works in the following areas while the destinations can be changed based on needs basis - KPK: Kohat, Lower/Upper Dir, Swat, Peshawar, Bannu, FATA (Mainly ORGAKZAI & KURRAM) AJK: Muzaffarabad, Bagh North SINDH: Kandhkot, Kashmore, Shikarpur, Jacobabad, Thull. Balochistan: Jaffarabad SOUTH SINDH, Badin, Umer Kot, Sanghar, Khirpor, Mirpur Khas Punjab: Rajan Pur AJK, Muzaffarabad, Bagh BIDDER’S COMMENTS/REMARKS: 1. 2. PAKISTAN Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 Version 1.3 Delivery Time Frame: S.NO 1 2 3 4 5 6 7 Office Locations KPK/FATA (All Destinations) SOUTH SINDH (All Destination) NORTH SINDH (All Destination) BALOCHISTAN (All Destination) Punjab (All Destination) AJK (All Destinations) Islamabad (All Destination) ANNEX ‘’A’’ Guaranteed delivery time by the Supplier ACTED Proposed Deadline Within 48 Hours after reception of the purchase order BIDDER’S TERMS AND CONDITIONS: 1. Valid of the offer: _______________________ (recommended: 3 months or more) 2. Terms of delivery: _______________________ 3. Terms of payment: _______________________ 4. Will the prices be valid for one (1) year? Yes / No If No, please indicate maximum validity of price in months:_____________________ Bidder NTN number: ________________________ Name of Bidder’s Authorized Representative: ________________________ Authorized signature and stamp: ________________________ Date: ________________________ NB: in case of Request for Tender, please attach the service proposal to the present offer form PAKISTAN Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 BIDDER’S QUESTIONNAIRE Form PRO-06-01 A. Company Name: B. Company Owner(s) / Partners full names: 1 2 3 4 C. Company Legal Authorized Representative for this Tender: Complete Name: ____________________________ Position in the Company: ____________________________ Signature: ___________________________ D. Additional Information about the Company: 1 Official Date of Registration: 2 Company Type / Profession as per Registration: 3 Full Name of the Three Company Representatives: Name Position ______________________________ ______________________________ Location Mobile Number 4 Total number of full time employees: 5 Company Telephone Number: 6 Company Fax Number: 7 Email Address: 8 Have you worked with NGOs before? If Yes, please list them with detailed information: 9 Have you worked on similar types of projects before? If Yes, please list them below with detailed information (if needed please provide separate list): In [Country] In Europe Other 10 Bank Accounts: (Please mention yes or no only) E. Past Performances: 1Contract Award History Please the last supply contracts awarded by your company since 2012 up to now Partner No Project Description Location Duration Name 1 Project Cost (USD) PAKISTAN Version 1.3 Date: 02.02.2015 Tender N°: 2 3 4 5 T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 2Company Assets as of January 1st2014: Please list your Company main assets (machine, equipment, premises & warehouses, trucks & heavy machines, production center, etc) No Description Location/Address Quantity 1 2 3 4 5 I undersigned , certify that I am the designated legal representative of this Company that the information provided above is correct and I am aware of the fact that I will be held responsible for providing false information. I declare and certify that the information above is true and accurate to the best of my knowledge. I understand and accept any false or inaccurate information may result in the cancellation of any offer made by the Bidder, even if discovered later. Name: _______________________ Position: _______________________ Signature & Stamp:_______________________ Date: _______________________ PAKISTAN Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/02.02.2015/13 Version 1.3 BIDDER’S ETHICAL DECLARATION Form PRO-06.2 Tenderer’s name: ________________________________ Tenderer’s address: ________________________________ CODE OF CONDUCT: 1. Labour Standards The labour standards in this code are based on the conventions of the International LabourOrganisation (ILO). Employment is freely chosen There is no forced, bonded or involuntary prison labour. Workers are not required to lodge `deposits’ or their identity papers with the employer and are free to leave their employer after reasonable notice. Freedom of association and the right to collective bargaining are respected Workers, without distinction, have the right to join or form trade unions of their own choosing and to bargain collectively. The employer adopts an open attitude towards the legitimate activities of trade unions. Workers representatives are not discriminated against and have access to carry out their representative functions in the workplace. Where the right to freedom of association and collective bargaining is restricted under law, the employer facilitates, and does not hinder, the development of parallel means for independent and free association and bargaining. Working conditions are safe and hygienic A safe and hygienic working environment shall be provided, bearing in mind the prevailing knowledge of the industry and of any specific hazards. Adequate steps shall be taken to prevent accidents and injury to health arising out of, associated with, or occurring in the course of work, by minimising, so far as is reasonably practicable, the causes of hazards inherent in the working environment. Workers shall receive regular and recorded health and safety training, and such training shall be repeated for new or reassigned workers. Access to clean toilet facilities and potable water and, if appropriate, sanitary facilities for food storage shall be provided. Accommodation, where provided, shall be clean, safe, and meet the basic needs of the workers. The company observing the standards shall assign responsibility for health and safety to a senior management representative. Child Labour shall not be used There shall be no new recruitment of child labour. Companies shall develop or participate in and contribute to policies and programmes, which provide for the transition of any child found to be performing child labour to enable her/him to attend and remain in quality education until no longer a child. Children and young people under 18 years of age shall not be employed at night or in hazardous conditions. These policies and procedures shall conform to the provisions of the relevant International LabourOrganisation (ILO) standards. Living wages are paid Wages and benefits paid for a standard working week meet, at a minimum, national legal standards or industry benchmarks. In any event wages should always be high enough to meet basic needs and to provide some PAKISTAN Date: Version 1.3 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/02.02.2015/13 discretionary income. All workers shall be provided with written and understandable information about their employment conditions in respect to wages before they enter employment, and about the particulars of their wages for the pay period concerned each time that they are paid. Deductions from wages as a disciplinary measure shall not be permitted nor shall any deductions from wages not provided for by national law be permitted without the express and informed permission of the worker concerned. All disciplinary measures should be recorded. Working hours are not excessive Working hours comply with national laws and benchmark industry standards, whichever affords greater protection. In any event, workers shall not on a regular basis be required to work in excess of the local legal working hours. Overtime shall be voluntary, shall not exceed local legal limits, shall not be demanded on a regular basis and shall always be compensated at a premium rate. No discrimination is practised There is no discrimination in hiring, compensation, access to training, promotion, termination or retirement based on race, caste, national origin, religion, age, disability, gender, marital status, sexual orientation, union membership or political affiliation. Regular employment is provided To every extent possible work performed must be on the basis of a recognised employment relationship established through national law and practice. Obligations to employees under labour or social security laws and regulations arising from the regular employment relationship shall not be avoided through the use of labour-only contracting, sub-contracting or home-working arrangements, or through apprenticeship schemes where there is no real intent to impart skills or provide regular employment, nor shall any such obligations be avoided through the excessive use of fixed-term contracts of employment. No harsh or inhumane treatment is allowed Physical abuse or discipline, the threat of physical abuse, sexual or other harassment and verbal abuse or other forms of intimidation shall be prohibited. B. Environmental Standards Suppliers should as a minimum comply with all statutory and other legal requirements relating to the environmental impacts of their business. Detailed performance standards are a matter for suppliers, but should address at least the following: Waste Management Waste is minimised and items recycled whenever this is practicable. Effective controls of waste in respect of ground, air, and water pollution are adopted. In the case of hazardous materials, emergency response plans are in place. Packaging and Paper Undue and unnecessary use of materials is avoided, and recycled materials used whenever appropriate. Conservation PAKISTAN Date: Version 1.3 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/02.02.2015/13 Processes and activities are monitored and modified as necessary to ensure that conservation of scarce resources, including water, flora and fauna and productive land in certain situations. Energy Use All production and delivery processes, including the use of heating, ventilation, lighting, IT systems and transportation, are based on the need to maximise efficient energy use and to minimise harmful emissions. Safety precautions for transport and cargo handling All transport and cargo handling processesare based on the need to maximise safety precautions and to minimisepoentialenjuries to ACTED beneficiaries and staff as well as the suppliers’s employees or those of its subcontractors. C. Business Behaviour The conduct of the supplier should not violate the basic rights of ACTED’s beneficiaries. The supplier should not be engaged 1. in the manufacture of arms 2. in the sale of arms to governments which systematically violate the human rights of their citizens; or where there is internal armed conflict or major tensions; or where the sale of arms may jeopardise regional peace and security. D. ACTED procurement rules and regulations Suppliers should comply with ACTED procurement rules and regulations outlines in ACTED Logistics Manual Version 1.2. or above. In particular, ACTED’s procurement policy set out in Section 2.1 and 2.4. (contract awarding). By doing so, Suppliers acknowledge that they do not find themselves in any of the situations of exclusion as refered to under section 2.4.2. Operating Principles The implementation of the Code of Conduct will be a shared responsibility between ACTED and its suppliers, informed by a number of operating principles, which will be reviewed from time to time. ACTED will: 1. Assign responsibility for ensuring compliance with the Code of Conduct to a senior manager. 2. Communicate its commitment to the Code of Conduct to employees, supporters and donors, as well as to all suppliers of goods and services. 3. Make appropriate human and financial resources available to meet its stated commitments, including training and guidelines for relevant personnel. 4. Provide guidance and reasonable non-financial support to suppliers who genuinely seek to promote and implement the Code standards in their own business and in the relevant supply chains, within available resources. 5. Adopt appropriate methods and systems for monitoring and verifying the achievement of the standards. 6. Seek to maximise the beneficial effect of the resources available, e.g. by collaborating with other NGOs, and by prioritising the most likely locations of non-compliance. PAKISTAN Date: Version 1.3 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/02.02.2015/13 ACTED expects suppliers to: 1. Accept responsibility for labour and environmental conditions under which products are made and services provided. This includes all work contracted or sub-contracted and that conducted by home or other out-workers. 2. Assign responsibility for implementing the Code of Conduct to a senior manager. 3. Make a written Statement of Intent regarding the company’s policy in relation to the Code of Conduct and how it will be implemented, and communicate this to staff and suppliers as well as to ACTED. Both parties will 1. require the immediate cessation of serious breaches of the Code and, where these persist, terminate the business relationship. 2. Seek to ensure all employees are aware of their rights and involved in the decisions which affect them. 3. Avoid discriminating against enterprises in developing countries. 4. Recognise official regulation and inspection of workplace standards, and the interests of legitimate trades unions and other representative organisations. 5. seek arbitration in the case of unresolved disputes. Qualifications tothe Policy Statement The humanitarian imperative is paramount. Where speed of deployment is essential in saving lives, ACTED will purchase necessary goods and services from the most appropriate available source. ACTED can accept neither uncontrolled cost increases nor drops in quality. It accepts appropriate internal costs but will work with suppliers to achieve required ethical standards as far as possible at no increase in cost or decrease in quality. I undersigned _________________________, agree to adopt the above Code of Conduct and to commit to comply with the labour and environmental standards specified, both in my own company and those of my suppliers. Name & Position of Tenderer’s authorized representative ________________________ Authorized signature ________________________ PAKISTAN Version 1.3 Date: 02.02.2015 Tender N°: T/FWA/RENTAL CARRIAGE VEHICLES/ISL/02.02.2015/13 BIDDER’S CHECK LIST Form PRO-06.4 BEFORE SENDING YOUR BIDDING DOCUMENTS, PLEASE CHECK THAT EACH OF THE FOLLOWING ITEM IS COMPLETE AND RESPECTS THE FOLLOWING CRITERIA: Description To be filled in by Bidder Included Yes No For ACTED use only (to be filled in by Purchase Committee) Present Comments Yes No 1.An original and one copy of the bid have been provided(compulsory) 2. PART 1(form PRO-05) – Instructions to Bidders is attached, filled, signed and stamped by the supplier.(compulsory) 3. PART 2(form PRO-06) –Offer Form is attached, filled, signed and stamped by the supplier.(compulsory) 4. The prices in the Offer Form are in USD or in local currency (compulsory) 5. PART 3(form PRO-06-01)– Bidders Questionnaire Form is attached, filled, signed and stamped by the supplier.(compulsory) 6. PART 4 – (form PRO-06-02)– Bidder’s Ethical Declaration is attached, filled, signed and stamped by the supplier. (compulsory) 7. The Bidding documents are filled in French or English. 8. ANNEXES – Proofs of past performances in a similar field of activity (e.g. past deliveries of similar items) are provided 9. ANNEXES – A Copy of Company registration documents and license are included 10. ANNEXES – Color pictures (or samples) of item(s) are included 11. ANNEXES – Copy of CNIC of owner is included (compulsory) 12. ANNEXES – List of available fleet vehicles (compulsory) Name & Position of Bidder’s authorized representative ________________________ Authorized signature ________________________