BAHAUDDIN ZAKARIA UNIVERSITY, MULTAN INSTITUTE OF ......b) Tender documents can be purchased till...
Transcript of BAHAUDDIN ZAKARIA UNIVERSITY, MULTAN INSTITUTE OF ......b) Tender documents can be purchased till...
BAHAUDDIN ZAKARIA UNIVERSITY, MULTAN
INSTITUTE OF MOLECULER BIOLOGY AND BIO TECHNOLOGY bzU MULTAN
INVITATION FOR BIDS
Bahauddin Zakaria University, Multan intends to establish Institute Of Moleculer Biology And Bio Technology
Bzu Multan. Applications for SINGLE STAGE TWO ENVELOPES BIDDING PROCEDURE from
interested firms / companies / contractors registered with Pakistan Engineering Council (PEC) in category C-3 &
above for academic Block and C-4 & above for Hostel Block and Animal Farm,Green House,Gen set Room, (CE-
10) for above cited Building works as per RFP/TENDER documents are invited. As per PPRA-2014 Rule No.
38(2a) “Single Stage, Two Envelops” bidding procedure shall be adopted as follows:
a) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the financial proposal and the technical proposal;
b) The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in
bold and legible letters to avoid confusion;
c) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened and the envelope
marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the procuring agency without
being opened;
d) The procuring agency shall evaluate the technical proposal in a manner prescribed in advance, without
reference to the price and reject any proposal which does not conform to the specified requirements;
e) During the technical evaluation no amendments in the technical proposal shall be permitted;
f) After the evaluation and approval of the technical proposal, the procuring agency shall open in the
presence of intending tenderers the financial proposal of the technically accepted bids, at time, date &
venue announced and communicated to the bidders in advance, within the bid validity period.
g) The financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders; and the lowest evaluated bidder shall be awarded the work.
The Technical Bid shall consist of following documents:
1) Name of firm/contractor with year of establishment along with Postal Address and telephone number.
2) Partnership deed of the firm
3) (a) Name of Technical Supervisory Staff along with their qualification/experience & proof for their stay
with the firm, with fresh affidavit as per criteria specified in RFP documents.
(b) Permanent staff, business management staff, finances management staff & technical staff.
4) Detail of Machinery such as shuttering, mixer machines, concrete vibrators, compactors, water lorries
etc. complete in all respect giving their model, make, condition (certificate from Govt. department should
be attached) & location. Proof of possession of such machinery is also required.
5) Detail of similar work especially construction of Building Works under taken/in hand.
a. Year of establish of firm.
b. No. of project of similar nature. (Details should be given as mentioned in RFP documents)
c. Financial outlay amount of similar/specialized.
6) Details of General work experience as per criteria specified in RFP document.
7) Registration/Clearance from Income Tax Department.
8) Detail of Court cases if any/arbitration cases etc.
9) Enlistment with concerned Government Departments.
10) Detail of financial soundness (Bank statement of 03 years + Bank limit available).
11) Undertaking on judicial paper that the firm was never black listed by any Government, Semi Govt.
Organization.
12) Copy of Valid Registration with Pakistan Engineering Council up to 31.12.2019. Any additional
information with documents in addition to the above that the firm might like to furnish in support of their
application.
13) All documents should be attached with the application strictly in the same order as per demand.
The Financial bid not accompanied with Earnest money @ of 2% of the estimate amount in shape of CDR/ Bank
Draft/Cashier’s cheaque and attested copies of registered partnership deed and power of attorney (if applicable)
in case of firm will not be entertained.
(ii)
TENDER DOCUMENT
a) Tender documents are available in the office of the undersigned and the same may be obtained subject
to the payment of the cost of printing and provision of the documents which is Rs. 10000/- (Non
refundable).
b) Tender documents can be purchased till 04:00 PM of 19-02-2019 and submitted till 12:00 AM of the 20-
02-2019, which will be opened (Only technical bids) on the same day at 12.30 AM, in the presence of
intending tenderers, in committee room of BZU Multan. After the approval of technical bid evaluation
report, only financial bids of the tenderers whom will be qualified technically will be opened in the
presence of technically qualified tenders. Financial bids of technically non qualified tenderers will be
handed over unopened to the tenderers.
Sr.# Name of Work Estimate Cost
Earnest
Money/
Bid
Security
(2% of
Estimate
Cost)
Tender
Fee Rs.
Time
Limit
Last date
of
Issuance
Tenders
T.S No’s
& Date
Last Date
of
Receipt/
Opening
of
Tenders
1 2 3 4 5 6 7 8 9
1
CONSTRUCTION OF
ACADEMIC BLOCK OF
INSTITUTE OF
MOLECULAR BIOLOGY &
BIO- TECHNOLOGY
BAHAUDDIN ZAKARIYA
UNIVERSITY MULTAN
Rs.111,302,328/- 2% Rs.10000/- 18
Month 19-02-19
241-
D/PD
dated
17-01-19
20-02-
2019
Receipt
12:00 PM
Opening
12:30 PM
2
CONSTRUCTION OF
HOSTEL BLOCK OF
INSTITUTE OF
MOLECULAR BIOLOGY &
BIO- TECHNOLOGY
BAHAUDDIN ZAKARIYA
UNIVERSITY MULTAN
Rs.67,217,045/- 2% Rs.10000/- 12
Month 19-02-19
242-
D/PD
dated
17-01-19
20-02-
2019
Receipt
12:00 PM
Opening
12:30 PM
3
CONSTRUCTION OF GREEN
HOUSE ,ANIMAL FARM
&GEN. SET ROOMS OF
INSTITUTE OF
MOLECULAR BIOLOGY &
BIO- TECHNOLOGY
BAHAUDDIN ZAKARIYA
UNIVERSITY MULTAN
Rs.11,129,605/- 2% Rs.10000/- 06
Month 19-02-19
243-
D/PD
dated
17-01-19
20-02-
2019
Receipt
12:00 PM
Opening
12:30 PM
RULES AND REGULATIONS.
1. Any concealment about the information / detail mentioned above will result in disqualification of the
firm/contractor
2. In case of incomplete information, bid will be rejected and will not be considered for evaluation.
3. Applicant firm/contractors are required to give guarantee/undertaking that they have carefully studied
the tender document and they will abide by the rules and regulation.
4. Contract will be awarded to lowest bidder as per PPRA-2014 Rule No. 55.
5. The procuring agency reserves the rights to reject all applications at any time prior to their acceptance as
per PPRA-2014 Rule No. 35 6. In case if lowest bid amount will be less than 5% of the estimated cost of the work (tender amount
floated), the contractor/firm shall have to deposit additional performance security bond in shape of Bank guarantee (from any schedule Bank of Pakistan)/CDR/ Cashier’s cheque as detailed in tender documents. Further, for the projects costing Rs. 50 (M) or more the contractor/ lowest bidder will be bond to deposit performance security bond in shape of Bank guarantee (from any schedule Bank of Pakistan).
7. No tender will be issued to any contractor on the date of receiving of tender. 8. The contractors involved in any litigation and blacklisted/de-listed debarred from any Govt. Department
and Pakistan Engineering Council are not eligible to participate in tenders.
(iii)
9. Tender rates and amounts should be filled in figures as well as in words and tenders should be singed as
per general directions given in the tender documents/PPRA. No rebate on tender rates will be acceptable.
10. Cumulative comparative statement (Technical+ Financial) will be prepared on least cost method.
11. This is with the approval of competent authority that bid evaluation report will be subsequently forwarded
to Higher Education Commission Pakistan for final approval. Work order will not be issued till the
approval of HEC even if the bid validity period expired and tenderers will be bound to accept the work
order.
University Engineer,
Bahauddin Zakariya University,
Multan
(iv)
REQUEST OF PROPOSAL (RFP)
(Civil Works)
For
Construction of Academic/Research Block
January 25, 2019
Institute of Molecular Biology and Biotechnology,
Bahauddin Zakariya University, Multan.
Phone# 0092-061-9210071
2
TABLE OF CONTENTSINVITATION FOR BIDS
TABLE OF CONTENTSINVITATION FOR BIDS ........................................................................................... 2
INSTRUCTIONS TO BIDDERS .................................................................................................................... 4
INSTRUCTIONS TO BIDDERS ................................................................................................................ 5
A. GENERAL ............................................................................................................................. 5
B. BIDDING DOCUME.NTS ........................................................................................................... 6
C. PREPARATION OF BIDS ............................................................................................................ 6
D. SUBMISSION OF BIDS ............................................................................................................ 11
E. BID OPENING AND EVALUATION .......................................................................................... 13
F. AWARD OF CONTRACT .......................................................................................................... 16
BIDDING DATA ...................................................................................................................................... 19
Bidding Data ...................................................................................................................................... 20
SCOPE OF WORK ................................................................................................................................... 22
SCOPE OF WORK ............................................................................................................................... 22
Time Period ....................................................................................................................................... 22
Technical and Financial Evaluation Criteria .......................................................................................... 23
The weightage given to the Technical & Financial Proposal............................................................. 24
Annex-A: Undertaking ........................................................................................................................... 28
Annex-B: Technical Proposal Submission Form (Part of Technical Bid Envelope) ................................ 29
Annex-C: Technical Proposal Forms ...................................................................................................... 30
Tech Form 1: Bidder’s Organization ...................................................................................................... 30
Tech Form 2: General Information ....................................................................................................... 31
Tech Form 3: Financial Capability of Single Entity ................................................................................ 32
Tech Form 4: Financial Capability of JV / Consortium of Firms ............................................................ 33
Annex-D: Technical Proposal Checklist ................................................................................................. 34
Annex-E: Financial Capacity of the Bidder ............................................................................................ 35
Annex -F: Special Stipulations ............................................................................................................... 36
Annex -H: Proposed Construction Schedule ........................................................................................ 38
Annex -I: Method of Performing the Work ........................................................................................... 39
Annex -J: List of Major Equipment ........................................................................................................ 40
Annex -K: Construction Camp and Housing Facilities ........................................................................... 41
Annex -L: List of Subcontractors ........................................................................................................... 42
Annex -M: Estimated Progress Payments ............................................................................................. 43
Annex -N: Integrity Pact ....................................................................................................................... 44
3
Annex-O: List of Approved Manufacturers ........................................................................................... 45
Annex-P: Form of Performance Security .............................................................................................. 50
Annex- Q: Mobilization Advance Guarantee/Bond ................................................................................. i
4
INVITATION FOR BIDS
Date: ______________
Loan / Credit No. ______________
Bid Reference No.: ______________
1. The Institute of Molecular Biology and Biotechnology, Bahauddin Zakariya
University, Multan (the Employer”) has received a grant from the Higher Education
Commission (HEC) towards the cost of PC-1 titled “Strengthening of Institute of
Biotechnology at Bahauddin Zakariya University, Multan” and it is intended that part
of the proceeds of the budget will be applied to eligible payments under the Contract
for the Construction of Academic/ Research Block, Researcher /Faculty Hostel, Animal
House, Glass house, And Gen. set room. Bidding is open to all eligible Bidders.
2. The Employer invites sealed bids from eligible firms or persons licensed by the Pakistan
Engineering Council in the appropriate category for the Works. A foreign bidder is
entitled to bid only in a joint venture with a Pakistani constructor in accordance with
the relevant provisions of PEC bye-laws.
3. Bidders may obtain further information from, inspect at and acquire the Bidding
Documents from the University Engineer Office of the Employer, at Bahauddin
Zakariya University, Multan
4. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Double
Envelope) procedures specified in the Punjab Procure Rules PPR 2014 (amended till
date), and is open to all eligible bidders as defined in the bidding document.
A complete set of Bidding Documents may be purchased by an interested bidder on
submission of a written application to the above office and upon payment of a non-
refundable fee of Rs.10000/- (Ten thousand only).
5. All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
Bids will be opened at 12.30pm hours on the same day, in the presence of bidder’s
representatives who choose to attend at the Committee Room, BZU, Multan
6. The bidders are requested to give their best and final prices as no negotiations are
expected.
7. Taxes will be deducted as per applicable government rules. NTN and Sales Tax
registration certificate must be provided.
8. For obtaining any further information or clarifications, please contact the person named
below:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
4
INSTRUCTIONS TO BIDDERS
5
INSTRUCTIONS TO BIDDERS
(Note: These Instructions to Bidders along with Bidding Data will not be part of the Contract
and will cease to have effect once the contract is signed.)
A. GENERAL IB.1 Scope of Bid
1.1 The Employer as defined in the Bidding Data hereinafter called “the Employer” wishes
to receive bids for the construction and completion of works as described in these
Bidding Documents, and summarised in the Bidding Data hereinafter referred to as the
“Works”.
1.2 The successful bidder will be expected to complete the Works within the time specified
in Annex-F
IB.2 Source of Funds
2.1 The Employer has received a budget from the source indicated in the Bidding Data in
Pak rupees towards the cost of the project specified in the Bidding Data and it is
intended that part of the proceeds of this budget will be applied to eligible payments
under the Contract for which these Bidding Documents are issued.
IB.3 Eligible Bidders
3.1 This Invitation for Bids is open to all bidders meeting the following requirements:
a. Duly licensed by the Pakistan Engineering Council (PEC) in the
category relevant to the value of the Works.
b. An applicant must not be black listed by any government / semi
government / autonomous body in Pakistan and anywhere in the world.
c an applicant should be registered with Federal Board of Revenue
Pakistan (NTN) and Punjab Revenue Authority (PRA) and submit
documentary evidence as per clause IB 26.6.
d the bidder shall submit all the documents mentioned in Annex-D and
mentioned in bidding data sheet.
IB.4 One Bid per Bidder
4.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint
venture. A bidder who submits or participates in more than one bid (other than
alternatives pursuant to Clause IB.16) will be disqualified.
IB.5 Cost of Bidding
5.1 The bidders shall bear all costs associated with the preparation and submission of their
respective bids and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
IB.6 Site Visit
6.1 The bidders are advised to visit and examine the Site of Works and its surroundings and
obtain for themselves on their own responsibility all information that may be necessary
for preparing the bid and entering into a contract for construction of the Works. All cost
in this respect shall be at the bidder’s own expense.
6.2 The bidders and any of their personnel or agents will be granted permission by the
Employer to enter upon his premises and lands for the purpose of such inspection, but
only upon the express condition that the bidders, their personnel and agents, will release
and indemnify the Employer, his personnel and agents from and against all liability in
respect thereof and will be responsible for death or personal injury, loss of or damage
to property and any other loss, damage, costs and expenses incurred as a result of such
inspection.
6
B. BIDDING DOCUME.NTS IB.7 Contents of Bidding Documents
7.1 The Bidding Documents, in addition to invitation for bids, are those stated below and
should be read in conjunction with any Addenda issued in accordance with Clause IB.9.
1) Instructions to Bidders.
2) Bidding Data.
3) General Conditions of Contract,
4) Form of Bid & Appendices to Bid.
5) Bill of Quantities.
6) Drawings.
7.2 The bidders are expected to examine carefully the contents of all the above documents.
Failure to comply with the requirements of bid submission will be at the Bidder’s own
risk. Pursuant to Clause IB.26, bids which are not substantially responsive to the
requirements of the Bidding Documents will be rejected.
IB.8 Clarification of Bidding Documents
8.1 Any prospective bidder requiring any clarification (s) in respect of the Bidding
Documents may notify the Employer in writing at the Employer’s address indicated in
the Invitation for Bids. The Employer will respond to any request for clarification which
he receives earlier than 08 days prior to the deadline for submission of bids.
Copies of the Employer’s response will be forwarded to all purchasers of the Bidding
Documents, including a description of the enquiry but without identifying its source.
IB.9 Amendment of Bidding Documents
9.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective bidder, modify the Bidding Documents by issuing addendum.
9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-
Clause 7.1 hereof and shall be communicated in writing to all purchasers of the Bidding
Documents. Prospective bidders shall acknowledge receipt of each addendum in
writing to the Employer.
9.3 To afford prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may extend the deadline for submission
of bids in accordance with Clause IB.20
C. PREPARATION OF BIDS
IB.10 Language of Bid
10.1 The bid and all correspondence and documents related to the bid exchanged by a bidder
and the Employer shall be in the bid language stipulated in the Bidding Data.
Supporting documents and printed literature furnished by the bidders may be in any
other language provided the same are accompanied by an accurate translation of the
relevant parts in the bid language, in which case, for purposes of evaluation of the bid,
the translation in bid language shall prevail.
7
IB.11 Documents Accompanying the Bid
11.1 Each bidder shall:
a. Name of firm/contractor with year of establishment along with Postal Address
and telephone number.
b. Partnership deed of the firm
c. Name of Technical Supervisory Staff along with their qualification/experience
& proof for their stay with the firm, with fresh affidavit as per criteria
d. Permanent staff, business management staff, finances management staff.(proof)
e. Detail of Machinery such as shuttering, scaffolding, water Lorries, concrete
mixer machines, concrete vibrators, plate compactor complete in all respect
giving their model, make, condition & location. Proof of possession of such
machinery is also required.
f. Year of establish of firm.
g. No. of project of similar nature and general works in hand and completed.
(Details should be given)
h. Financial outlay amount of similar/specialized.
i. Registration/Clearance from Income Tax Department.
j. Detail of Court cases if any/arbitration cases etc.
k. Enlistment with concerned Government Departments.
l. Detail of financial soundness.
m. Undertaking on judicial paper that the firm was never black listed by any
Government, Semi Govt. Organization.
n. Copy of Valid Registration with Pakistan Engineering Council. Any additional
information with documents in addition to the above that the firm might like to
furnish in support of their application.
o. Furnish a technical proposal taking into account the various Appendices
specially the following:
▪ Proposed Construction Schedule
▪ Method of Performing the Work
▪ List of Major Equipment
▪ Organization Chart for Supervisory Staff
11.2 Bids submitted by a Joint Venture / Consortium shall include a copy of the Joint
Venture / Consortium Agreement entered into by all partners. Alternatively, a Letter of
Intent to execute a Joint Venture / Consortium Agreement can be submitted at the time
of bid submission, however in the event of a successful bid, successful bidder shall
submit an agreement signed by all partners and submit it before signing of agreement
with Employer. The role to be played by each partner to be specified therein. Bids
submitted by a joint venture / consortium of two (2) or more firms shall comply with
the following requirements: Bids submitted by a joint venture of two (2) or more firms
shall comply with the following requirements:
(a) the bid and in case of a successful bid, the Form of Contract Agreement shall
be signed so as to be legally binding on all partners;
(b) one of the joint venture partners shall be nominated as being in charge; and this
authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the joint venture partners;
(c) the partner-in-charge shall always be duly authorized to deal with the Employer
regarding all matters related with and/or incidental to the execution of Works as
8
per the terms and Conditions of Contract and in this regard to incur any and all
liabilities, receive instructions, give binding undertakings and receive payments
on behalf of the joint venture;
(d) all partners of the joint venture shall at all times and under all circumstances be
liable jointly and severally for the execution of the Contract in accordance with
the Contract terms and a statement to this effect shall be included in the
authorization mentioned under Sub-Para(b) above as well as in the Form of Bid
and in the Form of Contract Agreement (in case of a successful bid); and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid stating the conditions under which it will function, its
period of duration, the persons authorized to represent and obligate it and which
persons will be directly responsible for due performance of the Contract and
can give valid receipts on behalf of the joint venture, the proportionate
participation of the several firms forming the joint venture, and any other
information necessary to permit a full appraisal of its functioning. No
amendments / modifications whatsoever in the joint venture agreement shall be
agreed to between the joint venture partner without prior written consent of
the Employer.
11.3 Bidders shall also submit proposals of work methods and schedule, in sufficient detail
to demonstrate the adequacy of the Bidders’ proposals to meet the technical
specifications and the completion time referred to in Sub-Clause 1.2 hereof.
IB.12 Bid Prices
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole of the Works as described in Sub-Clause 1.1 hereof, based on the unit
rates and / or prices submitted by the bidder.
12.2 The bidders shall fill in rates and prices for all items of the Works described in
the Bill of Quantities. Items against which no rate or price is entered by a bidder
will not be paid for by the Employer when executed and shall be deemed
covered by rates and prices for other items in the Bill of Quantities.
12.3 All duties, taxes and other levies payable by the Contractor under the Contract,
or for any other cause, as on the date 01 days prior to the deadline for submission
of bids shall be included in the rates and prices and the total Bid Price submitted
by a bidder.
Additional / reduced duties, taxes and levies due to subsequent additions or
changes in legislation shall be reimbursed / deducted as per Clause 55 of the
General Conditions of Contract Part-I.
12.4 The rates and prices quoted by the bidders are subject to adjustment during the
performance of the Contract in accordance with the provisions of Clause 55 of
the Conditions of Contract.
9
IB.13 Currencies of Bid and Payment
13.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak rupees.
13.2 The rates of exchange to be used by the bidder for currency conversion shall be
the TT&OD Selling Rates published or authorized by the State Bank of Pakistan
prevailing on the date 01 days prior to the deadline for submission of bids.
13.3 For the purpose of payments, the exchange rates used in bid preparation shall
apply for the duration of the Contract.
IB.14 Bid Validity
14.1 Bids shall remain valid for the period stipulated in the Bidding Data after the
Date of Bid Opening specified in Clause IB.23.
14.2 In exceptional circumstances, prior to expiry of the original bid validity period,
the Employer may request that the bidders extend the period of validity for a
specified additional period which shall in no case be more than the original bid
validity period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting his Bid Security. A bidder
agreeing to the request will not be required or permitted to modify his bid, but
will be required to extend the validity of his Bid Security for the period of the
extension, and in compliance with Clause IB.15 in all respects.
IB.15 Bid Security
15.1 Each bidder shall furnish, as part of his bid, a Bid Security in the amount
stipulated in the Bidding Data in Pak Rupees
15.2 The Bid Security shall be, at the option of the bidder, in the form of Deposit at
Call or a Bank Guarantee issued by a Scheduled Bank in Pakistan or from a
foreign bank duly counter guaranteed by a Scheduled Bank in Pakistan in favour
of the Employer valid for a period 28 days beyond the Bid Validity date.
15.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the
Employer as non-responsive.
15.4 The bid securities of unsuccessful bidders will be returned as promptly as
possible, but not later than 28 days after the expiration of the period of Bid
Validity.
15.5 The Bid Security of the successful bidder will be returned when the bidder has
furnished the required Performance Security and signed the Contract
Agreement.
15.6 The Bid Security may be forfeited:
(a) if the bidder withdraws his bid except as provided in Sub-Clause 22.1;
(b) if the bidder does not accept the correction of his Bid Price pursuant to
Sub-Clause 27.2 hereof; or
(c) In the case of successful bidder, if he fails within the specified time limit
to:
(i) furnish the required Performance Security; or
(ii) sign the Contract Agreement.
10
IB.16 Alternate Proposals by Bidder
16.1 Not Acceptable
IB.17 Pre-Bid Meeting
17.1 The Employer may, on his own motion or at the request of any prospective
bidder(s), hold a pre-bid meeting to clarify issues and to answer any questions
on matters related to the Bidding Documents. The date, time and venue of pre-
bid meeting, if convened, is as stipulated in the Bidding Data. All prospective
bidders or their authorized representatives shall be invited to attend such a pre-
bid meeting.
17.2 The bidders are requested to submit questions, if any, in writing so as to reach
the Employer not later than seven (07) days before the proposed pre-bid
meeting.
17.3 Minutes of the pre-bid meeting, including the text of the questions raised and
the replies given, will be transmitted without delay to all purchasers of the
Bidding Documents. Any modification of the Bidding Documents listed in Sub-
Clause 7.1 hereof which may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to Clause IB.9 and not through the minutes of the pre-bid
meeting.
17.4 Absence at the pre-bid meeting will not be a cause for disqualification of a
bidder.
IB.18 Format and Signing of Bid
18.1 Bidders are particularly directed that the amount entered on the Form of Bid
(Financial Proposal) shall be for performing the Contract strictly in accordance
with the Bidding Documents.
18.2 All documents submitted with bid including appendices and schedules to bid
are to be properly completed, signed and stamped.
18.3 No alteration / cutting / over writing is to be made in the Financial Proposal nor
in the Appendices and Schedules thereto except in filling up the blanks as
directed. If any such alterations be made or if these instructions be not fully
complied with, the bid may be rejected.
18.4 The Bidder shall prepare one original of the Technical Proposal and one original
of the Financial Proposal comprising the Bid as described in Bidding Data Sheet
against IB 11 and clearly mark it “ORIGINAL TECHNICAL PROPOSAL” and
“ORIGINAL FINANCIAL PROPOSAL” both hard and soft copy (CD) In
addition, the Bidder shall submit two (2) copies (both technical and financial
proposal in hard as well as Soft copy (CD) of the Bid one “copy of technical
proposal” and other “copy of financial proposal” and clearly mark each of them
“COPY.” In the event of any discrepancy between the original and the copies
11
in hard, the original electronic version shall prevail.
18.5 The original and all copies of the bid shall be typed or written in indelible ink
(in the case of copies, Photostats are also acceptable) and shall be signed by a
person or persons duly authorized to sign on behalf of the bidder pursuant to
Sub- Clause 11.1(a) hereof. All pages of the bid shall be initialed and stamped
by the person or persons signing the bid.
18.6 The bid shall contain no alterations, omissions or additions, except to comply
with instructions issued by the Employer, or as are necessary to correct errors
made by the bidder, in which case such corrections shall be initialed by the
person or persons signing the bid.
18.7 Bidders shall indicate in the space provided in the Form of Bid their full and
proper addresses at which notices may be legally served on them and to which
all correspondence in connection with their bids and the Contract is to be sent.
18.8 Bidders should retain a copy of the Bidding Documents as their file copy.
D. SUBMISSION OF BIDS
IB.19 Sealing and Marking of Bids
19.1 Each bidder shall submit his bid as under:
(a) ORIGINAL and each copy( electronic/ soft and hard copy) of the Bid
shall be separately sealed and put in separate envelopes and marked as
such.
(b) The envelopes containing the ORIGINAL and copies will be put in one
sealed envelope and addressed / identified as given in Sub- Clause 19.2
hereof.
(c) The Technical Proposal (Envelope-A) & the Financial Proposal
(Envelope-B) should comprise of documents listed in bidding data sheet
which shall be placed in separate envelopes in accordance with IB 11.1.
19.2 The inner and outer envelopes shall:
(a) be addressed to the Employer at the address provided in the Bidding
Data;
(b) bear the name and identification number of the contract as defined in the
Bidding Data; and
(c) provide a warning not to open before the time and date for bid opening,
as specified in the Bidding Data.
19.3 In addition to the identification required in Sub- Clause 19.2 hereof, the inner
envelope shall indicate the name and address of the bidder to enable the bid to
be returned unopened in case it is declared “late” pursuant to Clause IB.21
12
19.4 If the outer envelope is not sealed and marked as above, the Employer will
assume no responsibility for the misplacement or premature opening of the Bid.
IB.20 Deadline for Submission of Bids
20.1 (a) Bids must be received by the Employer at the address specified no later
than the time and date stipulated in the Bidding Data.
(b) Bids with charges payable will not be accepted, nor will arrangements
be undertaken to collect the bids from any delivery point other than that
specified above. Bidders shall bear all expenses incurred in the
preparation and delivery of bids. No claims will be entertained for
refund of such expenses.
(c) Where delivery of a bid is by mail and the bidder wishes to receive an
acknowledgment of receipt of such bid, he shall make a request for such
acknowledgment in a separate letter attached to but not included in the
sealed bid package.
(d) Upon request, acknowledgment of receipt of bids will be provided to
those making delivery in person or by messenger.
20.2 The Employer may, at his discretion, extend the deadline for submission of bids
by issuing an amendment in accordance with Clause IB.9, in which case all
rights and obligations of the Employer and the bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
IB.21 Late Bids
21.1 (a) Any bid received by the Employer after the deadline for submission of
bids prescribed in Clause IB.20 will be returned unopened to such
bidder.
(b) Delays in the mail, delays of person in transit, or delivery of a bid to the
wrong office shall not be accepted as an excuse for failure to deliver a
bid at the proper place and time. It shall be the bidder’s responsibility to
determine the manner in which timely delivery of his bid will be
accomplished either in person, by messenger or by mail.
IB.22 Modification, Substitution and Withdrawal of Bids
22.1 Any bidder may modify, substitute or withdraw his bid after bid submission
provided that the modification, substitution or written notice of withdrawal is
received by the Employer prior to the deadline for submission of bids.
22.2 The modification, substitution, or notice for withdrawal of any bid shall be
prepared, sealed, marked and delivered in accordance with the provisions of
Clause IB.19 with the outer and inner envelopes additionally marked
“MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as
appropriate.
13
22.3 No bid may be modified by a bidder after the deadline for submission of bids
except in accordance with Sub-Clauses 22.1 and 27.2.
22.4 Withdrawal of a bid during the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified in the Form of Bid
may result in forfeiture of the Bid Security in pursuance to Clause IB.15.
E. BID OPENING AND EVALUATION
IB.23 Bid Opening
23.1 The Employer will open the bids, including withdrawals, substitution and
modifications made pursuant to Clause IB.22, in the presence of bidders’
representatives who choose to attend, at the time, date and location stipulated in
the Bidding Data. The bidders’ representatives who are present shall sign a
register evidencing their attendance.
23.2 Envelopes marked “MODIFICATION”, “SUBSTITUTION” or
“WITHDRAWAL” shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause IB.22
shall not be opened.
23.3 The bidder’s name, total Bid Price and price of any Alternate Proposal(s), any
discounts, bid modifications, substitution and withdrawals, the presence or
absence of Bid Security, and such other details as the Employer may consider
appropriate, will be announced by the Employer at the opening of bids.
23.4 Employer shall prepare minutes / proceedings of the bid opening, including
the information disclosed to those present in accordance with the Sub-Clause
23.3.
23.5 Bids complying with the bidding data and other requirements / eligibility criteria
mentioned in IB 3 shall be opened for technical evaluation
IB.24 Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation and
comparison of bid and recommendations for the award of a contract shall not be
disclosed to bidders or any other person not officially concerned with such
process before the announcement of bid evaluation report which shall be done
at least ten (10) days prior to issue of Letter of Acceptance. The announcement
to all Bidders will include table(s) comprising read out prices, discounted prices,
price adjustments made, final evaluated prices and recommendations against all
the bids evaluated. Any effort by a bidder to influence the Employer’s
processing of bids or award decisions may result in the rejection of such bidder’s
bid. Whereas any bidder feeling aggrieved may lodge a written complaint not
later than fifteen (15) days after the announcement of the bid evaluation report;
however mere fact of lodging a complaint shall not warrant suspension of the
procurement process.
14
IB.25 Clarification of Bids
25.1 To assist in the examination, evaluation and comparison of bids, the Employer
may, at his discretion, ask any bidder for clarification of his bid, including
breakdowns of unit rates. The request for clarification and the response shall be
in writing but no change in the price or substance of the bid shall be sought,
offered or permitted except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the bids in accordance
with Clause IB.28.
IB.26 Examination of Bids and Determination of Responsiveness
26.1 Prior to the detailed evaluation of bids, the Employer will determine whether
each bid is substantially responsive to the requirements of the Bidding
Documents.
26.2 The Employer shall confirm that all the documents and information have been
provided for evaluation of Technical Proposals as mentioned in clause IB 3 &
Annex-D.
26.3 A substantially responsive bid is one which (i) meets the eligibility criteria; (ii)
has been properly signed; (iii) is accompanied by the required Bid Security; and
(iv) conforms to all the terms, conditions and specifications of the Bidding
Documents, without material deviation or reservation. A material deviation or
reservation is one (i) which affect in any substantial way the scope, quality or
performance of the Works; (ii) which limits in any substantial way, inconsistent
with the Bidding Documents, the Employer’s rights or the bidder’s obligations
under the Contract; or (iii) adoption/rectification whereof would affect unfairly
the competitive position of other bidders presenting substantially responsive
bids.
26.4 At the end of the evaluation of the Technical Proposals, the Employer will invite
only those bidders who have submitted substantially responsive Technical
Proposals and who have been determined as being qualified to attend the
opening of the Financial Proposals.
The date, time, and location of the opening of Financial Proposals will be
communicated in writing by the Employer. Bidders shall be given reasonable
notice for the opening of Financial Proposals.
26.5 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Proposals being substantially non-responsive to the
requirements of the Bidding Document and return their Financial Proposals
unopened before inviting others determined as being qualified, to attend the
opening of Financial Proposals.
26.6 The Employer shall conduct the opening of Financial Proposals of all Bidders
who submitted substantially responsive Technical Proposals and technically
qualified, publicly in the presence of Bidders` representatives who choose to
attend at the address, date and time specified by the Employer. The Bidders’
representatives who are present shall be requested to sign a register/sheet
evidencing their attendance.
26.7 Envelopes containing Financial Proposals shall be opened one at a time and
the following read out and recorded:
(a) The name of the Bidder;
(b) The Financial Proposals, including any discounts; &
15
(c) Any other details as the Employer may consider appropriate.
Only Financial Proposals and discounts, read out and recorded during the
opening of Financial Proposals shall be considered for evaluation.
26.8 If a bid is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the
non-conforming deviation or reservation.
IB.27 Correction of Errors
27.1 Bids determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the amounts in figures and in
words, the amount in words will govern; and
(b) where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern, unless in the opinion of the Employer there is an
obviously gross misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern and the unit rate will
be corrected.
27.2 The amount stated in the Form of Bid will be adjusted by the Employer in
accordance with the above procedure for the correction of errors and with the
concurrence of the bidder, shall be considered as binding upon the bidder. If the
bidder does not accept the corrected Bid Price, his Bid will be rejected, and the
Bid Security shall be forfeited in accordance with Sub- Clause 15.6(b) hereof.
IB.28 Evaluation and Comparison of Bids
28.1 The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Clause IB.26.
28.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated
Bid Price by adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause IB.27;
(b) excluding Provisional Sums and the provision, if any, for contingencies
in the Summary Bill of Quantities, but including competitively priced
Daywork; and
(c) making an appropriate adjustment for any other acceptable variation or
deviation.
28.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be taken
into account in Bid evaluation.
28.4 If the Bid of the successful bidder is seriously unbalanced in relation to the
Employer’s estimate of the cost of work to be performed under the Contract, the
Employer may require the bidder to produce detailed price analyses for any or
all items of the Bill of Quantities to demonstrate the internal consistency of
16
those prices with the construction methods and schedule proposed. After
evaluation of the price analyses, the Employer may require that the amount of
the Performance Security set forth in Clause IB.32 be increased at the expense
of the successful bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful bidder under the Contract
IB-29 Post Qualification of the Bidder
29.1 The Employer shall determine to its satisfaction whether the Bidder that is
selected as having submitted the lowest evaluated and substantially responsive
Bid is qualified to perform the Contract satisfactorily.
29.2 The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the Bidder.
29.3 An affirmative determination shall be a prerequisite for award of the Contract
to the Bidder. A negative determination shall result in disqualification of the
Bid, in which event the Employer shall proceed to the next lowest evaluated bid
to make a similar determination of that Bidder’s capabilities to perform
satisfactorily.
F. AWARD OF CONTRACT
IB.30 Award
30.1Subject to Clauses IB.31 and IB.35, the Employer will award the Contract to the
bidder whose bid has been determined to be substantially responsive to the
Bidding Documents and who has offered the lowest evaluated Bid Price, provided
that such bidder has been determined to be eligible in accordance with the
provisions of Clause IB.3 and qualify pursuant to Sub-Clause IB 30.2.
30.2 The Employer, at any stage of the bid evaluation, having credible reasons for or
prima facie evidence of any defect in supplier’s or contractor’s capacities, may
require the suppliers or contractors to provide information concerning their
professional, technical, financial, legal or managerial competence whether
already pre-qualified or not:
Provided that such qualification shall only be laid down after recording reasons
therefor in writing. They shall form part of the records of that bid evaluation
report.
IB.31 Employer’s Right to Accept any Bid and to Reject any or all Bids
31.1 Notwithstanding Clause IB.30, the Employer reserves the right to accept or
reject any Bid, and to annul the bidding process and reject all bids, at any time
prior to award of Contract, without thereby incurring any liability to the affected
bidders or any obligation except that the grounds for rejection of all bids shall
upon request be communicated to any bidder who submitted a bid, without
justification of grounds. Rejection of all bids shall be notified to all bidders
promptly.
32.1 At the time the Contract is awarded, the Employer reserves the right to increase
or decrease the quantity of work originally specified in Delivery and
Completion Schedules, provided this does not exceed the percentages indicated
in the Bidding Data, and without any change in the unit prices or other terms
17
and conditions of the Bid and the Bidding Document.
IB.32 Notification of Award
32.1Prior to expiration of the period of bid validity prescribed by the Employer, the
Employer will notify the successful bidder in writing (“Letter of Acceptance”)
that his Bid has been accepted. This letter shall name the sum which the Employer
will pay the Contractor in consideration of the execution and completion of the
Works by the Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called the “Contract Price”).
32.2 No Negotiation with the bidder having evaluated as lowest responsive or any
other bidder shall be permitted, however, Employer may have clarification
meetings to get clarify any item in the bid evaluation report.
32.3 The notification of award and its acceptance by the bidder will constitute the
formation of the Contract, binding the Employer and the bidder till signing of
the formal Contract Agreement.
32.4 Upon furnishing by the successful bidder of a Performance Security, the
Employer will promptly notify the other bidders that their Bids have been
unsuccessful and return their bid securities.
IB.33 Performance Security
33.1 The successful bidder shall furnish to the Employer a 5 % of bid price as
Performance Security in the form and the amount stipulated in the Bidding Data
and the Conditions of Contract within a period of 28 days after the receipt of
Letter of Acceptance.
33.2 Failure of the successful bidder to comply with the requirements of Sub-Clause
IB.33.1 or Clauses IB.34 or IB.36 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the Bid Security.
IB.34 Signing of Contract Agreement
34.1 Within 14 days from the date of furnishing of acceptable Performance Security
under the Conditions of Contract, the Employer will send the successful bidder
the Contract Agreement in the form provided in the Bidding Documents,
incorporating all agreements between the parties.
34.2 The formal Agreement between the Employer and the successful bidder shall
be executed within 14 days of the receipt of the Contract Agreement by the
successful bidder from the Employer.
IB.35 General Performance of the Bidders
The Employer reserves the right to obtain information regarding performance of the
bidders on their previously awarded contracts/works. The Employer may in case of
consistent poor performance of any Bidder as reported by the employers of the
18
previously awarded contracts, interalia, reject his bid and/or refer the case to the
Pakistan Engineering Council (PEC). Upon such reference, PEC in accordance with its
rules, procedures and relevant laws of the land take such action as may be deemed
appropriate under the circumstances of the case including black listing of such Bidder
and debarring him from participation in future bidding for similar works.
IB.36 Integrity Pact
The Bidder shall sign and stamp the Integrity Pact provided at Annex-M to Bid in the
Bidding Documents for all Federal Government procurement contracts exceeding
Rupees ten million. Failure to provide such Integrity Pact shall make the bidder non-
responsive.
IB.37 Instructions not Part of Contract
Bids shall be prepared and submitted in accordance with these Instructions which are
provided to assist bidders in preparing their bids, and do not constitute part of the Bid
or the Contract Documents.
IB-38 Margin of Preference
Unless otherwise specified in the Bidding Data, no margin of preference shall apply.
19
BIDDING DATA
20
BD-2
Bidding Data Clause Reference
1.1 Name and address of the Employer:
Bahauddin Zakariya University Address: University Engineer Office, Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
1.1 Name of the Project & Summary of the Works:
PC1- Strengthening of Institute of Biotechnology at Bahauddin Zakariya University,
Multan
2.1 Name of the Funding Agency:
Higher Education Commission, Pakistan
3.1 Language:
The language shall be English.
4.1 (b & c) Furnish with Technical Proposal
The bidder shall furnish its technical proposal taking into account the following
Annexures & forms;
i. Annex-A: Undertaking
ii. Annex-B: Technical Proposal Submission Form
iii. Annex-C Tech Form 1: Technical Proposal Forms
iv. Tech Form 2: General Information
v. Tech Form 3: Financial Capability of Single Entity (if applicable)
vi. Tech Form 4: Financial Capability of JV / Consortium of Firms (if
applicable)
vii. Annex-D: Technical Proposal Checklist
viii. Annex-E: Financial Capacity of the Bidder
ix. Annex-F: Special Stipulations
x. Annex-G: Bill of Quantities
xi. Annex-H: Proposed Construction Schedule
xii. Annex-I: List of Major Equipment
xiii. Annex-K: Construction camp and housing Facilities
xiv. Annex L: List of Sub-Contractors
xv. Annex M: Estimates Progress Payments
xvi. Annex-N: Integrity Pact
5.1 Currencies of Bid and Payment
The unit rates and the prices shall be quoted by the Bidder entirely in Pak Rupees
(PKR)
6.1 Period of Bid Validity
The period of Bid Validity shall be 90 days after the opening of Bid.
7.1 Amount of Bid Security
All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
8.1 Pre-Bid Meeting
Pre-Bid meeting will be scheduled on 15-02-2019 at 1100 hours in Committee Room
of Bahauddin Zakariya University, Multan
21
9.1 Employer's address for the purpose of Bid submission:
University Engineer Office, Bahauddin Zakariya University, Multan at or before
12:00pm hours, on 20-02-2019
10.1 (b)Name and Number of the Contract:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
11.1(a)Deadline for submission of bids:
Before 12:00pm hours, on 20-02-2019BD-4
12.1 Venue, time, and date of Bid opening:
Committee Room Bahauddin Zakariya University, Multan at 12:30pm hours, on 20-
02-2019
22
SCOPE OF WORK
SCOPE OF WORK The overall objectives of the project are to establish Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya University, Multan and , Researcher / Faculty hostel
for the students of the institute.
Time Period Name of Work Time Limits form the award of tender
Construction of Academic Block of Institute
of Molecular Biology and Biotechnology at
Bahauddin Zakariya University
18 Month
Construction of Researcher/ Faculty Hostel
Block of Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya
University
12 Month
Construction of Green House, Animal farm
House and Gen Set room of Institute of
Molecular Biology and Biotechnology at
Bahauddin Zakariya University
06 Months
23
Technical and Financial Evaluation Criteria
24
The weightage given to the Technical & Financial Proposal Technical Proposal: To technically qualify, a firm/ Company/JV/ Consortium shall
obtain at least overall 70% score with at least 50% score on each
sub-component (a+b+c+d+e) of the proposal
Financial Proposal: The selection will be made on the basis of lowest financial bid
among the technically qualified firms
1 Technical Proposal The bidders are required to submit following basic documents for technical assessment:
1- Bidder details including name of the Company/ JV/Consortium registered and mailing
address, year of establishment and number of years in experience.
2- Technical capabilities in terms of human resources including owner/ director bio data etc.
3- National Tax Number /Tax registration and Sales Tax certificate of the Manufacturer /
Authorized Dealer.
4- Plan for Construction of required building blocks.
5- Audited Financial Statements (complete) of Accounts for last 3 years;
6- Undertaking that the firm has not been blacklisted or debarred by any government
organization in Pakistan and anywhere in world;
Note: In addition to the above documents, Employer may require additional documents in
support of evidence against technical evaluation criteria as mentioned in this document.
2 Financial Proposal
The financial proposal must be submitted in a separate sealed envelope on letterheads,
indicating the name of the bidder.
Note: In addition to the above documents, Purchaser may require additional documents in
support of evidence against financial evaluation criteria as mentioned in this document.
3 Technical Evaluation Criteria
(Please fill out the details in this section and provide required documents/proofs if you are
manufacturer or authorize dealer of weighing equipment)
The Employer will evaluate bids based on the following technical evaluation criteria:
Sr.No. Category Weightage/Marks
a. Experience Record 35
b. Personnel Capabilities 15
c Equipment Capabilities 20
d Financial Soundness 25
e HSE Statement 05
Total: 100
Note: Technical soundness shall be decided on the basis of Pass/Fail basis. The applicant
must secure at least 50% score in each category and overall 70% score.
a. Relevant Experience and PEC Requirement Maximum Point 35
Sr.
No.
Type of Work PEC Requirement Prior Experience
1. Building Works Category as per tender C-3 or
above with PEC Code CE-10
Minimum 5 similar projects of
125 Million or above in past 10
years
General Experience
Credit Marks for experience shall be awarded on the basis of following
qualifications:
25
Sr.
No.
Description Maximum
Points
Marks
obtain
i) 5 Projects of similar nature (Bio-safety Level (BSL) II and
BSL-III laborites0) and complexity completed over last 10
years (3 points for each project of 125 million or above of
building works, otherwise proportionate marks will be
given. Projects below 100 million will be awarded zero
marks). (Supporting documents including work order and
completion certificate are mandatory)
15
ii) 2 Projects of similar nature and complexity in hand (5
points for each project of 125 million or above of building
works, otherwise proportionate marks will be given.
Projects below 100 million will be awarded zero marks).
(Supporting documents including work order are
mandatory)
10
iii) General experience 5 projects over last 10-years (1 point
for each project of 125 million or above of any type of civil
work otherwise proportionate marks will be given. Projects
below 100 million will be awarded zero marks).
(Supporting documents including work order and
completion certificate are mandatory)
5
iv) Status of enlistment with Govt. Organization & other
agencies (2.5 marks for each).
5
Sub-total: 35
b. Personnel Capabilities
Credit Marks shall be awarded under this category using the following
criteria:
Sr.
No.
Description Maximum
Points
Marks
obtain
i) Graduate Engineer (CV, PEC Reg. & Signed Affidavit is
mandatory)
a) Number of Engineers (3-Marks for each Civil
Engineer with building work experience)
b) Experience of Civil Engineer: - experience in
number of years (1.5 marks for 5-year experience in
building work. Marks for less experience will be
given proportionately).
6
3
ii) DAE Associate Engineer (Civil) (CV, Educational Docs. &
Signed Affidavit is mandatory).
a) Number of Engineers (2-Marks for each with
building work experience.)
b) Experience of DAE Engineer: - experience in
number of years (1 mark for 10-year experience in
building work. Marks for less experience will be
given proportionately).
4
2
Sub-total: 15
c Equipment Capabilities
Credit Marks shall be granted on the basis of the following criteria for
26
various kinds of equipment relevant for each category of the Project:
Sr.
No.
Equipment Type and
Characteristics
Maximum
Marks
Marks
obtain
1. Shuttering + Scaffolding (15000 Sft) 6
2. Concrete Mixer minimum 2 bags equipment (2 nos.) 6
3. Concrete Vibrator +Plate Compactor (2+2 nos.) 4
4. Tractor + Water Tankers (2+2 nos.) 4
Sub-total: 20
d Financial Position
Proportionate Credit Marks shall be awarded on the basis of the following
criteria:
Sr.
No.
Description Maximum
Marks
Marks
obtain
i) Audited Report of last 3-years showing Average Annual
Turnover of 150 million will be awarded full marks but for
less than 125 million proportionate marks will be given.
7
ii) Available Bank Credit line.
Full marks for 25 million limits but less than 25 million
proportionate marks will be given.
7
iii) Litigation History in which Decision has been given against
the firm. (In case the firm is involved in any litigation, no
marks will be given and 5 points will be given in case
affidavit of no litigation is attached)
5
iv) Net Worth (Total Assert- Total Liabilities) 6
Sub-total: 25
e HSE Policy 05
Total Marks 100 Note: The prospective bidder must obtain minimum 70% Marks (i.e. 70 Marks) or more score to
qualify technical evaluation with at least 50% or above from each of the above components
(a+b+c+d+e)
4 Financial Evaluation Criteria
The prospective technically qualified bidder whose financial bid is lowest would be declared as
successful bidder.
27
FORM OF BID
AND
APPENDICES
28
Annex-A: Undertaking
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true
and correct and nothing has been concealed or tampered with. We have gone through all the
conditions of tender and are liable to any punitive action for furnishing false information /
documents.
Dated this ______day of ______20 __
Signature ……………………………
(Company Seal)
In the capacity of Duly authorized to sign bids for and on behalf of:
29
Annex-B: Technical Proposal Submission Form
(Part of Technical Bid Envelope)
Technical Proposal Submission Form
To _ (Name and address of Employer/ Client)
[Location, Date]
Dear Sir,
We, the undersigned, offer to provide the (insert title of assignment) in accordance with your
Request for Proposal dated (insert date) and our Proposal. We are hereby submitting our
Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two
separate envelopes.
We undertake, if our Proposal is accepted, to construct the required building Blocks within
prescribed period.
We also confirm that the Government of Pakistan / Punjab has not declared us ineligible on
charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore,
pledge not to indulge in such practices in competing for or in executing the Contract, and we
are aware of the relevant provisions of the Proposal Document.
This Technical Proposal forms part of our Bid and comprised the documents duly completed
including all Annexures.
We certify that the following Addenda have been received and are accepted as a part of the Bid
Documents
Addendum No. Date
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature
(In full and initials)
Name and Designation of Signatory
Name of Firm
Address
30
Annex-C: Technical Proposal Forms
Tech Form 1: Bidder’s Organization
Provide a brief (maximum 5 pages) description of the background and
organization of your firm and each partner for this assignment [Provide here
description of the background and organization of your firm/entity and each
associate for this assignment.] 1. Firm Structure:
2. Firm Background:
3. Chief Executive Officer:
4. Board of Directors / Partners
.
________________________ (Seal)
(Signature of Authorized Signatory)
(Name, Title, Address, Date)
31
Tech Form 2: General Information
All individual firms and each partner of a joint venture / consortium applying for
qualification are requested to complete the information in this form
. 1. Name of Firm
2. Head Office Address
3. Telephone
Landline #:
Mobile #:
Contact Person:
Name:
Title:
4. Fax: E-mail:
5. Place of Incorporation/Registration Year of incorporation/registration (Attach proof)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Stamp
32
Tech Form 3: Financial Capability of Single Entity
(Net Worth)
All individual firms and all partners of a joint venture are requested to complete the information
in this form. The information supplied should be the net worth of the Applicant, in terms of the
amounts billed to Purchasers for each year for work in progress or completed over the past five
years.
Use a separate sheet for each partner of a joint venture.
Description
Net Worth (PKR.
Millions)
2018-19 2017-18 2016-17
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Name of Applicant
33
Tech Form 4: Financial Capability of JV /
Consortium of Firms
Names of all Partners of a Joint Venture
1. Lead Partner
2. Partner
3. Partner
4. Partner
Net Worth
Equity Share
(%) Net Worth
2018-19 (PKR.
Millions)
Net Worth
2017-18 (PKR.
Millions)
Net Worth
2016-17 (PKR.
Millions)
Member 1
(Consortium /
JV)
Member 2
(Consortium /
JV)
Member 3
(Consortium /
JV)
Member 4
(Consortium /
JV)
Total
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
34
Annex-D: Technical Proposal Checklist
The following data form shall be filled out by the Bidder; and by all partners in case of a Joint
Venture, with supporting documents for evidence. The Purchaser reserves the right to request
additional information for values/information entered by the Bidder against any criteria.
Sr. No Description Remarks 1. Year of registration with evidence State No. of years
_______
2. Organization Profile Yes/ No
3. Technical Personals Details Yes/No
4. NTN certificate Yes/ No
5. Punjab Revenue Authority (PRA) registration number Yes/No
6 Net Worth PKR. ___________
7. Audited Financial Statement (complete) for last Three
Years
Yes/ No
8. Valid Bid Security Yes/No
9. Documentary evidences to support your claim for
technical evaluation (such as contract agreements/letter
of award/completion certificates)
Yes/No
10. CVs of proposed Human Resource Yes/No
11. Submission of all annexures, affidavits, forms etc. with
bid (signed & stamped)
Yes/No
12. MOU or Agreement, in case bidder is JV / Consortium
of Firms
Yes/No
13. Completion Schedule (signed and stamped) Yes/No
14 Filled technical evaluation criteria mention on page
#24-26
Yes/No
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
35
Annex-E: Financial Capacity of the Bidder
Additionally, the following financial data form shall be filled out by the Bidder; and by all
partners in case of a Joint Venture and along with one summary form for all partners. The
Employer reserves the right to request additional information about the financial capacity of
the Bidder. A Bidder that fails to demonstrate through its financial records that it has the
financial capacity to perform the required Supply & Services may be disqualified.
Financial
Information
Provide the required information for the previous three years.
(Most recent to oldest).
Also attach Audited Financial Statements for last Three (03)
Years
Year 1 (2018-19) Year 2 (2017-2018) Year-3 (2016-17)
Information from Balance Sheet
(1) Total Assets (TA)
(2) Current Assets
(CA)
(3) Total Liabilities
(TL)
(4) Current
Liabilities (CL)
Information from Income Statement:
(5) Total Revenue
(TR)
(6) Profits before
Taxes (PBT)
Net Worth (1) – (3)
Current Ratio (2) /
(4)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
36
Annex -F: Special Stipulations
Clause
Conditions of Contract 1. Amount of Performance Security 05% of Contract Price stated in the Letter of
Acceptance.
2. Time for Furnishing Programme Within 14 days from the date of receipt of
Letter of Acceptance.
3. Time for Commencement Within 14 days from the date of receipt of
Engineer’s Notice to Commence which
shall be issued within fourteen (14) days
after signing of Contract Agreement.
4. Time for Completion 18 months for Academic block, from the
date of receipt of Engineer’s Notice to
Commence.
5. Amount of Liquidated Damages Rs._........._for each day of delay in
completion of the Works subject to a
maximum of 10% of Contract Price stated
in the Letter of Acceptance.
6. Defects Liability Period 365 days from the effective date of Taking
Over Certificate.
7. Percentage of Retention Money 05 % of the amount of Interim Payment
Certificate.
8 Limit of Retention Money 05 % of Contract Price stated in the Letter
of Acceptance.
9. Minimum amount of Interim Payment
Certificates (Running Bills)
10 Time of Payment from delivery of Engineer’s
Interim Payment Certificate to the Employer.
30 days
11 Mobilization Advance * (Interest Free) 15 % of Contract Price stated in the Letter
of Acceptance. And would be adjusted with
the 1st bill for payment
*
37
Annex -G: Bill of Quantities
A. Preamble
1. The Bill of Quantities shall be read in conjunction with the Conditions of Contract,
Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are
given to provide a common basis for bidding. The basis of payment will be the actual
quantities of work executed and measured by the Contractor and verified by the
Engineer and valued at the rates and prices entered in the priced Bill of Quantities,
where applicable, and otherwise at such rates and prices as the Engineer may fix as per
the Contract.
3. The rates and prices entered in the priced Bill of Quantities shall, except insofar as it is
otherwise provided under the Contract include all costs of Contractor’s plant, labour,
supervision, materials, execution, insurance, profit, taxes and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract. Furthermore,
all duties, taxes and other levies payable by the Contractor under the Contract, or for
any other cause, as on the date 28 days prior to deadline for submission of Bids, shall
be included in the rates and prices and the total Bid Price submitted by the Bidder.
4. A rate or price shall be entered against each item in the priced Bill of Quantities,
whether quantities are stated or not. The cost of items against which the Contractor will
have failed to enter a rate or price shall be deemed to be covered by other rates and
prices entered in the Bill of Quantities.
5. The whole cost of complying with the provisions of the Contract shall be included in
the items provided in the priced Bill of Quantities, and where no items are provided,
the cost shall be deemed to be distributed among the rates and prices entered for the
related items of the Works.
6. General directions and description of work and materials are not necessarily repeated
nor summarised in the Bill of Quantities. References to the relevant sections of the
Bidding Documents shall be made before entering prices against each item in the priced
Bill of Quantities.
38
Annex -H: Proposed Construction Schedule
Pursuant to Clause 36 of the General Conditions of Contract, the Works shall be completed on
or before the date stated in Annex-F. The Bidder shall provide as Annex-H, the Construction
Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the
sequence of work items and the period of time during which he proposes to complete each
work item in such a manner that his proposed programme for completion of the whole of the
Works and parts of the Works may meet Employer’s completion targets in days noted below
and counted from the date of receipt of Engineer’s Notice to Commence (Attach sheets as
required for the specified form of Construction Schedule):
Description Time for Completion
a) Whole Works __________________ days
b) Part-A __________________ days
c) Part-B __________________ days
d) ___________ __________________ days
e) ___________ __________________ days
39
Annex -I: Method of Performing the Work
[The Bidder is required to submit a narrative outlining the method of performing the Work.
The narrative should indicate in detail and include but not be limited to:
1. Organization Chart indicating head office and field office personnel involved in
management and supervision, engineering, equipment maintenance and purchasing.
2. Mobilization in Pakistan, the type of facilities including personnel accommodation,
office accommodation, provision for maintenance and for storage, communications,
security and other services to be used.
3. The method of executing the Works, the procedures for installation of equipment and
machinery and transportation of equipment and materials to the site.
40
Annex -J: List of Major Equipment
Owned
Purchased
or Leased
Description of Unit
(Make, Model,
Year)
Capacity
HP Rating
Condition Present
Location or
Source
Date of
Delivery at
Site
Period of
Work on
Project
1 2 3 4 5 6 7
a. Owned
b. To be
Purchased
c. To be
arranged
on Lease
41
Annex -K: Construction Camp and Housing
Facilities
The Contractor in accordance with Clause 32 of the Conditions of Contract shall provide
description of his construction camp’s facilities and staff housing requirements.
The Contractor shall be responsible for pumps, electrical power, water and electrical
distribution systems, and sewerage system including all fittings, pipes and other items
necessary for servicing the Contractor’s construction camp.
The Bidder shall list or explain his plans for providing these facilities for the service of the
Contract as follows:
1. Site Preparation (clearing, land preparation, etc.).
2. Provision of Services.
a) Power (expected power load, etc.).
b) Water (required amount and system proposed).
c) Sanitation (sewage disposal system, etc.).
3. Construction of Facilities
a) Contractor’s Office. Workshop and Work Areas (areas required and proposed
layout, type of construction of buildings, etc.).
b) Warehouses and Storage Areas (area required, type of construction and layout).
c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type
of construction, etc.).
4. Construction Equipment Assembly and Preparation (detailed plans for carrying out this
activity).
5. Other Items Proposed (Security services, etc.).
42
Annex -L: List of Subcontractors
I/We intend to subcontract the following parts of the Work to subcontractors. In my/our
opinion, the subcontractors named hereunder are reliable and competent to perform that part of
the work for which each is listed.
Enclosed are documentation outlining experience of subcontractors, the curriculum vitae and
experience of their key personnel who will be assigned to the Contract, equipment to be
supplied by them, size, location and type of contracts carried out in the past.
Part of Works
(Give Details)
Subcontractor
(With Complete Address)
1 2
43
Annex -M: Estimated Progress Payments
Bidder’s estimate of the value of work which would be executed by him during each of the
periods stated below, based on his Programme of the Works and the Rates in the Bill of
Quantities, expressed in thousands of Pakistani Rupees:
Quarter/ Year/ Period Amounts
(1,000 Rs.)
1 2
Ist Quarter
2nd Quarter
3rd Quarter
4th Quarter
5th Quarter
6th Quarter
Bid Price
44
Annex -N: Integrity Pact
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________
Contract Value: ________________
Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or
induced the procurement of any contract, right, interest, privilege or other obligation or benefit
from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any
other entity owned or controlled by GoP through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP,
except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with GoP and has not
taken any action or will not take any action to circumvent the above declaration, representation
or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to GoP under any law, contract or
other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier]
agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to GoP in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right,
interest, privilege or other obligation or benefit in whatsoever form from GoP.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
45
Annex-O: List of Approved Manufacturers
The manufacturer references provided here below are indicative of minimum quality and
specifications required for such materials. Any other manufacturer items having at least the
same quality and specifications are acceptable subject to the approval of the
Employer/Engineer.
The Contractor shall submit literature/catalogue/samples etc. of all the items from each of the
specified manufacturers to the Engineer who shall then decide and send his recommendations
for final selection by Employer. Where the item involves any finishes such as paints, external
coating, etc. the Contractor shall erect mock-up samples of the specified manufacturers for the
selection and approval of the Engineer and Employer.
The responsibility lies with the Contractor for establishing the genuineness of any
material/product/item for its make and origin as specified below: -
S.NO
.
ITEM SOURCE / MANUFACTURER
1 Crushed Stone
Aggregate
Source as approved by the Engineer Incharge
2 Reinforcement Steel Fazal, Karachi, Ittehad, Pak Steel Or equivalent as per
approval of Engineer In charge
3 Sand Source as approved by the Engineer Incharge
4 Cement Best-way, Maple Leaf , D.G, Fauji Or equivalent as per
approval of Engineer In charge
5 G.I. Pipes IIL, Jamal. Or equivalent as per approval of Engineer
In charge
6 G.I. Pipes (Specials) Chinese (Imported) Or equivalent as per approval of
Engineer In charge
7 Anti termite Termikil, Frontline, Chloroplus Or equivalent as per
approval of Engineer In charge
8 Bituminous Felt HYgrip, Delta shield company Or equivalent as per
approval of Engineer In charge
9 Water Proofing Agent
and Admixture
FEB, SIKA, PAGEL, FOSROC Or equivalent as per
approval of Engineer In charge
10 Aluminum ALCOP, Chawla, Prime, Pakistan Cable Or equivalent
as per approval of Engineer In charge
11 Paint ICI, Jottun Berger, Master Or equivalent as per approval
of Engineer In charge
12 Ceramic Tile Master, Sonnex, Imported China Or equivalent as per
approval of Engineer In charge
13 PVC Pipe and Fitting DADEX, Beta, Shavyl, Galco Or equivalent as per
approval of Engineer In charge
14
Door Lock/Door
Closer /Floor Hinge
Machines
Yale, Dortec, New star, Triple Five Or equivalent as per
approval of Engineer In charge
46
S.No EQUIPMENT/MATERIAL MANUFACTURER/SUPPLIER
1 Main panel, distribution boards,
telephone distribution boards
Capital Electro (Pakistan) South Asian Electrical Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
2 Circuit breakers MCCBs, MCBs Legrand (EU origin) Schneider Electric (EU origin) ABB (EU origin) Or equivalent as per approval of Engineer In charge
3 Current Transformers Fico (Pakistan) Circutor (Spain) Revalco (Italy) Lovato (Italy) Or equivalent as per approval of Engineer In charge
4 Meters Analogue Hobut (UK) Revalco (Italy) Sew (Taiwan) Or equivalent as per approval of Engineer In charge
5 Meters Digital ENTES (Turkey) Revalco (Italy) Socomec (France) Or equivalent as per approval of Engineer In charge
6 CAM/Selector Switched (Ammeter
Selector) ASS
(Voltmeter Selector)VSS
Breter (Italy)
Kraus & Niamer (New Zealand)
Bremas (Itlay)
Or equivalent as per approval of Engineer In
charge
7. Indication Lamps Telemechanique (EU origin) Maruyasu (Japan) LOvato (Italy) Or equivalent as per approval of Engineer In
charge
8. Terminal Blocks/Connectors Onka (Turkey) Ciama (Spain) Conta Clip (Germany) Or equivalent as per approval of Engineer In charge
9. LT/HT Cables, Single Core & Multi
Core
Pakistan Cables (Pakistan) FAST Cables (Pakistan) Or equivalent as per approval of Engineer In charge
10. Wiring Accessories (Switches, Sockets) Clipsal (by Schneider Electric (Australia)) Legrand (France) ABB (EU Origin) Bticino (EU origin) Or equivalent as per approval of Engineer In charge
47
11. ON/OFF Push Buttons Maruyasu (Japan) Legrand (France) Fuji (Japan) Or equivalent as per approval of Engineer In charge
12. PVC Conduits & accessories Dadex Beta AdamJee (Pakistan) Or equivalent as per approval of Engineer In charge
13. FANS (Ceiling, Brackets, Exhaust) Royal (Pakistan) Pak Fan (Pakistan) Or equivalent as per approval of Engineer In charge
14. Lighting Fixtures Philips (Pakistan/China) Pierlite (Pakistan/China) NVC (Pakistan/China) Osram (Pakistan/China) Or equivalent as per approval of Engineer In charge
15. Cable Tray Capital Electro (Pakistan) South Asian Electric Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
16. GI Poles (Street Lighting) Jamal Pipes (Pakistan) Bashir Pipes (Pakistan) Ashraf Industries (Pakistan) Or equivalent as per approval of Engineer In charge
17. Lighting Protection System & Earthing Furse (UK) Erico (Germany) Applicaciones Tecnologicas (Spain) Or equivalent as per approval of Engineer In charge
18 Multi mode relays and sockets Finder (Italy) Fuji (Japan) Zahra (Germany) Or equivalent as per approval of Engineer In charge
19 Contactors Hitachi (Japan) Schneider Electric ( EU origin) ABB ( EU origin) Or equivalent as per approval of Engineer In charge
20 UPS GE (EU Orgin) APC by Schneider Electric (EU Origin) Eaton (EU Origin) Energen ( EU Origin) Or equivalent as per approval of Engineer In charge
48
21 Data Networking Switches CISCO ( EU Origin) HP ( EU Origin) Panduit ALCATEL ( EU Origin) Or equivalent as per approval of Engineer In charge
22 Overload Relays Zahra (Germany) Fuji (Japan) Hitachi (Japan) Or equivalent as per approval of Engineer In charge
23 Fixing Clamps/ Hangers Etc Fischer Hilti Spit Or equivalent as per approval of Engineer In charge
24 Telephone/ Data System 3M (EU Origin) Schneider Electric ( EU origin) Norden (EU Origin) Panduit Or equivalent as per approval of Engineer In charge
25 Generator Set ( Coupler/ Engine/
Alternator)
SDMO ( John Deere/ Leroy Somer)-EU origin Cummins ( Cummins/ Stamford)-EU origin Caterpillar ( Caterpillar/ Leroy Somer )-EU origin Or equivalent as per approval of Engineer In charge
26 Conference System
Paso(EU Origin) BOSCH (EU Origin) Televic (EU Origin) Braehler (EU Origin) Or equivalent as per approval of Engineer In charge
27 LED Display Sony
Samsung Or equivalent as per approval of Engineer In charge
28 COMPUTER SYSTEM HP ( EU Origin)
DELL ( EU Origin)
Sony
Or equivalent as per approval of Engineer In
charge
29 Fire Alarm System Siemens
Bosch
Notifier by Honeywell (EU Origin)
Or equivalent as per approval of Engineer In
charge
30 Computer System HP
Dell
Sony
Or equivalent as per approval of Engineer In
charge
49
31 Fire Alarm System Siemens ( EU Origin)
Bosch ( EU Origin)
Notifier by Honeywell ( EU Origin)
Or equivalent as per approval of Engineer In
charge
32 Junction Box/Floor Box Clipsal (Australia)
FabTech (EU Origin)
Legrand (EU Origin)
Or equivalent as per approval of Engineer In
charge
33 Transformer/Sub-Station PEL (Pakistan)
Transfo-power (Paksitan)
Elmetec (Pakistan)
Or equivalent as per approval of Engineer In
charge
Authorized Signature and official Seal: ___-
_____________________________________
___________________________________________________________________________
_____
Name: ___________________________________________________________________
Date:
___________________________________________________________________
Authorized Signature and Official Seal_________________________________________
Name:_____________________________________________________________________
__
Date: ___________________________________________________
50
Annex-P: Form of Performance Security
(Bank Guarantee)
Guarantee No.____________________
Executed on _____________________
Expiry date _____________________
[Letter by the Guarantor to the Employer]
Name of Guarantor (Bank) with address:_______________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Contractor) with address:____________________________________
________________________________________________________________________
Penal Sum of Security (express in words and figures)_____________________________
________________________________________________________________________
Letter of Acceptance No. ________________________________Dated ______________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the
request of the said Principal we, the Guarantor above named, are held and firmly bound unto
the __________________________________________________ (hereinafter called the
Employer) in the penal sum of the amount stated above for the payment of which sum well and
truly to be made to the said Employer, we bind ourselves, our heirs, executors, administrators
and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
accepted the Employer's above said Letter of Acceptance for ________
________________________________ (Name of Contract) for the _______________
_______________________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all
the undertakings, covenants, terms and conditions of the said Documents during the original
terms of the said Documents and any extensions thereof that may be granted by the Employer,
with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and
truly perform and fulfill all the undertakings, covenants terms and conditions of the Contract
and of any and all modifications of said Documents that may hereafter be made, notice of which
modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise
to remain in full force and virtue till all requirements of Clause 49, Defects Liability, of
Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition
of any liability attaching to us under this Guarantee that the claim for payment in writing
shall be received by us within the validity period of this Guarantee, failing which we shall be
discharged of our liability, if any, under this Guarantee.
51
We, ____________________________________ (the Guarantor), waiving all objections and
defences under the Contract, do hereby irrevocably and independently guarantee to pay to the
Employer without delay upon the Employer's first written demand without cavil or arguments
and without requiring the Employer to prove or to show grounds or reasons for such demand
any sum or sums up to the amount stated above, against the Employer's written declaration
that the Principal has refused or failed to perform the obligations under the Contract which
payment will be effected by the Guarantor to Employer’s designated Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether
the Principal (Contractor) has duly performed his obligations under the Contract or has
defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum
or sums up to the amount stated above upon first written demand from the Employer forthwith
and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under
its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority
of its governing body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ Signature _______________
_______________________ Name __________________
Corporate Secretary (Seal)
Title ___________________
2. _______________________
_______________________ _______________________
Name, Title & Address Corporate Guarantor (Seal)
Annex- Q: Mobilization Advance Guarantee/Bond
Guarantee No._________________________ Date ______________________________
WHEREAS ______________(hereinafter called the 'Employer') has entered into a Contract for
___________________________________________________________
(Particulars of Contract)
with _________________ (hereinafter called the "Contractor').
AND WHEREAS, the Employer has agreed to advance to the Contractor, at the Contractor's
request, an amount of Rupees _________________________ (Rs _________ ) which amount
shall be advanced to the Contractor as per provisions of the Contract.
AND WHEREAS, the Employer has asked the Contractor to furnish Guarantee to secure the
mobilization advance for the performance of his obligations under the said Contract.
AND WHEREAS, ________________________________________________________ (Scheduled Bank in Pakistan or Insurance Company acceptable to the Employer)
(hereinafter called the “Guarantor”) at the request of the Contractor and in consideration of the
Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said
Guarantee.
NOW, THEREFORE, the Guarantor hereby guarantees that the Contractor shall use the
advance for the purpose of above mentioned Contract and if he fails and commits default in
fulfilment of any of his obligations for which the advance payment is made, the Guarantor shall
be liable to the Employer for payment not exceeding the aforementioned amount.
Notice in writing of any default, of which the Employer shall be the sole and final judge, on
the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first
written demand, payment shall be made by the Guarantor of all sums then due under this
Guarantee without any reference to the Contractor and without any objection.
This Guarantee shall remain in force until the advance is fully adjusted against payments from
the Interim Payment Certificates of the Contractor or until
_______________________________________whichever is earlier.
(Date)
The Guarantor's liability under this Guarantee shall not in any case exceed the sum of Rupees
_______________________________________(Rs _______________________).
This Guarantee shall remain valid up to the aforesaid date and shall be null and void after the
aforesaid date or earlier if the advance made to the Contractor is fully adjusted against
payments from Interim Payment Certificates of the Contractor provided that the Guarantor
agrees that the aforesaid period of validity shall be deemed to be extended if on the above
mentioned date the advance payment is not fully adjusted.
GUARANTOR
1. Signature _________________
2. Name _________________
3. Title _________________
WITNESS
1. ______________________
______________________
Corporate Secretary (Seal)
2. _______________________ __________________________
(Name Title & Address) Corporate Guarantor(Seal)
NAME OF WORK: - CONSTRUCTION OF ACADEMIC BLOCK,
INSTITUTE OF MOLECULAR BIOLOGY & BIOTECHNOLOGY, BZU MULTAN.
Amount of Work: Rs. 111,302,328/- EARNEST MONEY: - Rs. 22,26,047/-
TIME LIMIT: - 18 Months SCHEDULE-ITEMS
Percentage above /below on composite items rates notified by the Finance Department Government of the Punjab on website www.punjab.govt.pk for MRS, 1st BI-ANNUAL-2019 (1st
JANUARY-2019 to 30th JUNE-2019) DISTRICT MULTAN Sr.#
Discription of Item Qty Unit Rate
(NON- SCHEDULE-ITEMS)
1.
Providing and laying ceramic cft matt tiles texture light color for flooring size 12"x12”x3/8" laid over 3/4" thick cement sand mortar (1:2) i/c filling joints in white cement and matching pigment i/c cutting charges complete in all respect as approved & directed by the engineer in-charge. (Master, Shabbir Tiles or equivalent)
1628.34 Sft P.Sft
2
Providing and ceramic premium tiles texture light color for skirting / dado size 8"x12”x3/8" laid over 3/4" thick cement sand mortar (1:2) i/c filling joints in white cement and matching pigment i/c cutting charges complete in all respect as approved & directed by the engineer in-charge. (Master, Shabbir Tiles or equivalent)
5999.00 Sft P.Sft
3
Providing and laying Master tiles 16" X 16"Granite effect, GEM series Polished (Dark color) SB laid in white cement on a bed of 3/4" thick cement mortar 1:2 and filling the joints with white cement pigment with matching colour, complete in all respects of quality as approved by the Engineer Incharge.( Floor tile)
38481.18 Sft P.Sft
4
Providing & Fixing 12mm thick Glass door i/c 3"x 1-1/2" 16 swg steel pipe outer frame & 3"x 1-1/2" (48 D) Aluminium section inner frame with floor machine, handle, lock i/c all accessories etc complete in all respect as approved by the Eng incharge.
168 Sft P.Sft
5 Providing and fixing vinylo(PVC Door) hinges white ore baige complete in all respect as approved by architact / engineer incharge.
738.50 Sft P.Sft
6
Providing and fixing 5 mm thick tempered glass partition (Ghani or equivalent) fixed in 2mm aluminum section frame i/c the cost of holding the frame, rubber gasket & hardware etc. complete in all respect as per drawing & specifications/standard as per instruction of Engineer In-charge.
618.38 Sft P.Sft
7
Providing And Fixing M.S. Hollow PressD Doors (Chowkhat for 9” Wall only) of 18 SWG welded with MS Holdfast 9" long , including filling chowkhat and emending holdfast in Cement Concrete 1:2:4 Single/Double Rebate including Painting Chowkhat 3 coats complete in all respect of the Design and Quality as approved by Engineer Incharge /PD.
2282.00 Sft P.Sft
8
Providing And Fixing M.S. Hollow PressD Doors (Chowkhat for 4.5" Wall only) of 18 SWG welded with MS Holdfast 9" long , including filling chowkhat and emending holdfast in Cement Concrete 1:2:4 Single/Double Rebate including Painting Chowkhat 3 coats complete in all respect of the Design and Quality as approved by Engineer Incharge / PD.
630.00 Sft P.Sft
9
Providing and laying Bootisina/Verona or Equivalent (Approved by Architact / Engineer) Marble 3/4" thick upto
Width of 12" and Length from 1ft to 6 ft pre-polish laid over a
bed of 3/4" thick cement sand mortar 1:2 and filling the joints with
white cement pigment with matching colour, . complete in all
respects of quality as approved by the Engineer Incharge.
1253.35 Sft P.Sft
10
Providing and laying Bootisina/tavera or Equivalent Marble 3/4" thick for stair marble top upto 6 ft length and above 1 ft. wide pre-polish laid over a bed of 3/4" thick cement sand mortar 1:2 and filling the joints with white cement pigment with matching colour, . complete in all respects of quality as approved by the Engineer Incharge.
110.50 Sft P.Sft
11 Providing and applying (Primer coat) Flood coat of Hot Bitumen mixing 10/20 + 80/100 including pasting of polythene sheet complete in all respect.
1365.00 Sft P.Sft
12
Providing and errection of fiber glass shed including frame of M.s pipe of 18 swg 1''X1'' with door ,2mm thick fiber glass complete in all respect as per drawing & as approved by engineer incharge.
420.00 Sft P.Sft
13 P/L External Graphic Coating with Acrylic Marble Chips1-1/2mm to 2mm thick i/c preming and other necessary material as required at site complete in all respect.
47513.11 Sft P.Sft
14 P/F Lemination Board 3/4" thick Cabinet i/c with Hnadle, Hinges, Screws etc compplete in all respect as approved by the engineer incharge..lower portion
2117.93 Sft P.Sft
15
Providing and laying Teflon sheet 1mm thick on RCC counter slab including binding material and leveling with binding material complete in all respect as approved & directed by the engineer incharge.
3666.00 Sft P.Sft
16
Providing and installation of Hinges Door and door frame for Cold Room Insulation material polyurethane, Size: 3'x7', Door thickness 100mm, Average Density: 45 kg/m³ ±2, complete in all respect as per design and instructions of Engineer In-charge.
01 No Each
17
PROVIDING AND FIXING GRILL CONSISTING OF FRAME M.S.SQUARE PIPE 1"X1" 16 GAUGE & M.S SQUARE PIPE 1/2"X1/2" 18 GAUGE 6" C/C IN DIAGONAL BOTH SIDE INCLUDING FIXING IN POSITION AND PAINTINGS 03 COAT COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
4820.00 Sft P.Sft
18
P/f glazed earthen english commode with flush tank (fantasy/op6 by master) or equivalent including double seat cover (master/imported), tumble complete in all respect of colour and design as approved by engineer incharge/PD.
20 Nos Each
19
Providing and fitting glazed earthen ware water closet, (master or equilvent ) squatter type (orisa pattern) combined with foot rest. Faisal or equivalent as approved by the Engineer incharge/PD.
20 Nos Each
20
P/F of wash hand basin with pedestal (fantasy or equilvent by master) including all accessories for drain system like waste pipe, waste coupling complete in all respect of colour and design as approved by engineer incharge / PD.
27 Nos Each
21
Providing & Fixing of Bathroom Accessories and Fitting complete set ( Master, Dawn , Equivelent ) comprising of looking glass,shelf, towel rail, brush stand, 2 soap dish,small hook etc as approved by engineer incharge.
27 Nos Each
22 P/F Master Tee Stop Cock (3091-A) or equivalent etc Complete in all respect as approved by engineer incharge.
100 Nos Each
23 P/F Muslim shower with double bib cock complete in all respect as approved by engineer incharge.
50 Nos Each
24 Providing and fixing chroumim plated mixing valve for wash hand basin,sinks or shower faisal or equivalent complete with all respects as apprroved by the engineer incharg :
30 Nos Each
25
Providing, fixing, jointing and testing Polypropylene Random (PPR) pipes or approved equivalent pressure pipe for hot water as per DIN 8077-8078,PN-20 for pipes and DIN 16962,PN-25 for fittings (polyfusion welded joints) inside building including fittings and specials (sockets, tees, elbows, bends, crosses, reducers, adaptor, plugs and union etc.) supported on walls or suspended from roof slab or run in chases including pipe hangers, supports, cutting and making good the chases and holes, complete in all respects.as approved by engineer incharge /PD.
3/4'' dia 1000 Rft P.Rft
1'' dia 600 Rft P.Rft
26
Providing, fixing, cutting, jointing and testing uPVC sewerage, Drainage & vent piping conforming to ISO 3633:1991 including uPVC Drainage fittings with solvent cement jointing include cost of clamping to walls and ceiling, hangers, supports, cutting through walls and providing sleeves through concrete slabs for pipelines and pipe fittings of the following diameter complete in all respect.
4" dia 1400 Rft P.Rft
6'' dia 400 Rft P.Rft
27 Providing and fixing plastic body flush cistern slim line 13.63 litter capacity (3 gallon) by master or equivalent etc complete in all respect as approved by engineer incharge/pd.
18 Nos Each
28 P/F Steel Waste jali etc complete in all respect as approved by engineer incharge/PD.
40 Nos Each
29 P/F Female Elbow for PPR Pipe 20mm as approved by engineer incharge.
40 Nos Each
30 P/F of valve for PPR pipes 20 mm as approved by engineer incharge. a) 3/4 inch
150 Nos Each
31 Providing and fixing best quality bowel wiyh drain bord i/c bracket set and waste coupling etc complete in all respect.as approved by engineer incharge.
50 Nos Each
32 P/F mixing valve best quality Three way (3-way) etc complete in all respect as approved by the Engineer Incharge.
50 Nos Each
33
Supply at site, fabrication, installation, testing and commissioning of Main Distribution Board (MDB) , made of sheet steel 14 SWG, degreased and derusted, with 2 coats of antirust paint, 2 coats of powder coated paint of approved colour, protection classification IP-44, totally enclosed indoor floor mounting cubicle type in free standing design, with hinged door, handle including cost of all auxiliaries, internal wiring, designation lables on MCCBS, grounding bar suitable for system Voltage 415 V, 50 Hz, 3 Phase and neutral bus bars of 99.9% electrolytic copper, including cost of cable terminal blocks wiring from breakers, brass cable glands, all accessories complete in all respects. All incoming and outgoing breakers shall be accessible only by opening the front door having further M.S. sheet cover gaskets shall also be provided where necessary.
01 No Each
All MCCBs shall be suitable to operate without any derating at 40°C ambient temperature and shall be of one make only. The sides of MDB shall also have louvers at bottom and top on sides of panel for hot air exhaust, wire mesh etc. The back of the panel shall be lockable door instead of bolted and shall conform to single line diagram
MAIN DISTRIBUTION BOARD ( MDB )
INCOMING
1 No 400 ATP MCCb (65 KA) HITACHI)
OUTGOING FOR POWER LOAD
2 Nos 200 ATP MCCb (18 KA) (HITACHI)
2 Nos 150 ATP MCCb (18 KA) (HITACHI)
OUTGOING FOR LIGHT LOAD
2 Nos 150 ATP MCCb (18 KA) (HITACHI)
1 No 50 ATP MCCb (10 KA) (HITACHI)
2 Nos 32 ATP MCCb (10 KA) (HITACHI)
3 Nos 10 ATP MCCb (10 KA) (HITACHI)
M.S Box 14 SWG 5"x3"x1.5" board fabricated of 14 swg steel sheet with electosataic paint of color and suitable for system voltage 400/230.50 Hz 3 phase and neutral link earthing link internal wiring. board shall have Voltmeter /selector switch on incoming and desiegned for following 3 phase moulded case circuit breaker as specified as per dawing and as approved by the engineer incharge complete in all respect.
34
DISTRIBUTION BOARD BBP-N1 & BBP-E1
05 Nos Each
Description same as item no:A01 but with following components.
INCOMING
01-200 Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
05 No Cu. Bus bars ( 3P & 1N & 1E) of appropriate sized with heat shrinkable insulation and 24 number of holes for 25sqmm cable at each bus bar and all necessary accessories / wiring, complete in all respects.
35 DISTRIBUTION BOARD DB-LGF1,DB-LFF1,DB-LGF-2,DB-LFF-2
04 Nos Each
Fabrication, supply at site, installation and commissioning of Distribution Boards (DB) concealed type back box made of sheet steel 16 SWG and door of 18 SWG, with flexible earthing straps, degreased and de-rusted, zinc phosphated, finished with electro-static powder coating of 15 micron thickness in approved color, panel housing to comply with protection class IP-54, concealed type, with hinged door, lockable handle, all auxiliaries, internal wiring, designation labels on MCCBS, earthing bar, numbering beads on the control wires, panel suitable for system Voltage 415 V, 50 Hz, 3 Phase and neutral, bus bars of 99.8% purity electrolytic copper, including cost of cable termination lugs, brass cable glands for incoming & outgoing cables, wiring from breakers, indication lamps, instruments and control all accessories complete in all respects. All incoming and outgoing breakers shall be accessible by opening the front door having additional M.S. sheet cover on breakers.
Gaskets shall also be provided where necessary. All MCCBs shall be suitable to operate without any de-rating at 40°C ambient temperature and shall be of one make only and not a mixture of more than one make. Circuits layout shall conform to the single line diagrams
INCOMING
01-40Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
04-16Amps SP MCB RC=10kA
06-20Amps SP MCB RC=10kA
01- 20 Amps TP MCB RC=10 KA
36
DISTRIBUTION BOARD DB-PGF1,DB-PFF1,DB-PGF2,DB-PFF2
04 Nos Each
Description same as item no:A02 but with following components.
INCOMING
01-80Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
12-16Amps SP MCB RC=10kA
10-20Amps SP MCB RC=10kA
03- 20 Amps TP MCB RC=10 KA
37
DISTRIBUTION BOARD DB-OD1
02 Nos Each
Description same as item no:A02 but with following components.
INCOMING
1 No. 40 Amps TP MCCB RC 10kA
3 Nos. Phase indication lamps of colour Red, Yellow, Blue.
01 No. 0-500 VAC Voltmeter
01 No. Voltmeter selector switch
3 Nos. 2 Amps fuses
OUTGOING
01 Nos. 10 Amps TP MCB RC 10kA
03 Nos. 16 Amps TP MCB RC 10kA
03 Nos. 10 Amps SP MCB RC 10kA (Sapre)
38 DISTRIBUTION BOARD DB-N-RT 01 No Each
Description same as item no:A02 but with following components.
INCOMING
01-40Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
04-16Amps SP MCB RC=10kA
02-20Amps SP MCB RC=10kA
02- 20 Amps TP MCB RC=10 KA
39
DISTRIBUTION BOARD DB-LAB
09 Nos Each
Description same as item no:A02 but with following components.
INCOMING
01-80Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
12-16Amps SP MCB RC=10kA
10-20Amps SP MCB RC=10kA
03- 20 Amps TP MCB RC=10 KA
40
Suuply & Erection of Ceiling down light 6" dia with 12 watt LED Philips or equivalent etc complete as approved by the engineer incharge.
720 Nos Each
41 S/E of LED light pannel 24"x24" as approved by engineer Inchrage / Pd.
20 Nos Each
42 S/E of LED light /Security light 100 watt as approved by engineer Inchrage / Pd.
20 Nos Each
43
Supply and erection of Delux ModelCeiling Fan 56” Sweep complete with Capacitor ,Hanging Rod, Canopy, Blades, Dimmer. Nut Bolts Complete in all respect as approved by Engineer incharge.
180 Nos Each
44
Supply and erection of 18" dia bracket fan with fan brackets and controlling cord. Fan shall be made with 99% purity Copper windings Complete in all respect as approved by Engineer incharge.
20 Nos Each
45
Supply and erection of 12 '' dia exhaust fan with metallic body fan blades and louvers Complete in all respect as approved by Engineer incharge.
42 Nos Each
46 P/F Fan Box (Papular) complete in all respect as approved by engineer incharge
180 Nos Each
47
Supply and Erection 10 Amps, 250Volts one way, Four gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
270 Nos Each
48
Supply and Erection 10 Amps, 250Volts one way, Six gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
130 Nos Each
49
Supply and Erection 10 Amps, 250Volts one way, Eight gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
80 Nos Each
50
Supply and Erection 10 Amps, 250Volts one way, Ten gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
40 Nos Each
51
S/E of 10 Amps, 250Volts, 3 pin switch socket unit round pin including appropriate size MS, powder coated back box complete in all respect as approved by engineer incharge.
672 Nos Each
52
S/E of 20 Amps, 250Volts, 3 pin switch socket unit round pin including appropriate size MS, powder coated back box complete in all respect as approved by engineer incharge.
672 Nos Each
53
S/E of Earthing consiting of copper wire, copper rod i/c G.I pipe boring & testing etc copmlete in all respect as approved by Enginner Incharge.
04 Nos Each
REQUEST OF PROPOSAL (RFP)
(Civil Works)
For
Construction of Researcher and Faculty Hostel
January, 2019
Institute of Molecular Biology and Biotechnology,
Bahauddin Zakariya University, Multan.
Phone# 0092-061-9210071
2
TABLE OF CONTENTSINVITATION FOR BIDS
TABLE OF CONTENTSINVITATION FOR BIDS ........................................................................................... 2
INSTRUCTIONS TO BIDDERS .................................................................................................................... 4
INSTRUCTIONS TO BIDDERS ................................................................................................................ 5
A. GENERAL ............................................................................................................................. 5
B. BIDDING DOCUMENTS ............................................................................................................ 6
C. PREPARATION OF BIDS ............................................................................................................ 6
D. SUBMISSION OF BIDS ............................................................................................................ 11
E. BID OPENING AND EVALUATION .......................................................................................... 13
F. AWARD OF CONTRACT .......................................................................................................... 16
BIDDING DATA ...................................................................................................................................... 19
Bidding Data ...................................................................................................................................... 20
SCOPE OF WORK ................................................................................................................................... 22
SCOPE OF WORK ............................................................................................................................... 22
Time Period ....................................................................................................................................... 22
Technical and Financial Evaluation Criteria .......................................................................................... 23
The weightage given to the technical and Financial Proposal .......................................................... 24
Annex-A: Undertaking ........................................................................................................................... 28
Annex-B: Technical Proposal Submission Form (Part of Technical Bid Envelope) ................................ 29
Annex-C: Technical Proposal Forms ...................................................................................................... 30
Tech Form 2: General Information ....................................................................................................... 31
Tech Form 3: Financial Capability of Single Entity ................................................................................ 32
Tech Form 4: Financial Capability of JV / Consortium of Firms ............................................................ 33
Annex-D: Technical Proposal Checklist ................................................................................................. 34
Annex-E: Financial Capacity of the Bidder ............................................................................................ 35
Annex F: Bill of Quantities .................................................................................................................... 37
Annex G: Proposed Construction Schedule ......................................................................................... 38
Annex H: Method of Performing the Work .......................................................................................... 39
Annex I: List of Major Equipment ......................................................................................................... 40
Annex J: Construction Camp and Housing Facilities ............................................................................. 41
Annex K: List of Subcontractors ............................................................................................................ 42
Annex L: Estimated Progress Payments ................................................................................................ 43
Annex M: Integrity Pact ....................................................................................................................... 44
3
INVITATION FOR BIDS
Date: ______________
Loan / Credit No. ______________
Bid Reference No.: ______________
1. The Institute of Molecular Biology and Biotechnology, Bahauddin Zakariya
University, Multan (the Employer”) has received a grant from the Higher Education
Commission (HEC) towards the cost of PC-1 titled “Strengthening of Institute of
Biotechnology at Bahauddin Zakariya University, Multan” and it is intended that part
of the proceeds of the budget will be applied to eligible payments under the Contract
for the Construction of Researcher /Faculty Hostel, Bidding is open to all eligible
Bidders.
2. The Employer invites sealed bids from eligible firms or persons licensed by the Pakistan
Engineering Council in the appropriate category for the Works. A foreign bidder is
entitled to bid only in a joint venture with a Pakistani constructor in accordance with
the relevant provisions of PEC bye-laws.
3. Bidders may obtain further information from, inspect at and acquire the Bidding
Documents from the University Engineer Office of the Employer, at Bahauddin
Zakariya University, Multan
4. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Double
Envelope) procedures specified in the Punjab Procure Rules PPR 2014 (amended till
date), and is open to all eligible bidders as defined in the bidding document.
A complete set of Bidding Documents may be purchased by an interested bidder on
submission of a written application to the above office and upon payment of a non-
refundable fee of Rs.10000/- (Ten thousand only).
5. All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
Bids will be opened at 12.30pm hours on the same day, in the presence of bidder’s
representatives who choose to attend at the Committee Room, BZU, Multan
6. The bidders are requested to give their best and final prices as no negotiations are
expected.
7. Taxes will be deducted as per applicable government rules. NTN and Sales Tax
registration certificate must be provided.
8. For obtaining any further information or clarifications, please contact the person named
below:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
4
INSTRUCTIONS TO BIDDERS
5
INSTRUCTIONS TO BIDDERS
(Note: These Instructions to Bidders along with Bidding Data will not be part of the Contract
and will cease to have effect once the contract is signed.)
A. GENERAL IB.1 Scope of Bid
1.1 The Employer as defined in the Bidding Data hereinafter called “the Employer” wishes
to receive bids for the construction and completion of works as described in these
Bidding Documents, and summarised in the Bidding Data hereinafter referred to as the
“Works”.
1.2 The successful bidder will be expected to complete the Works within the time specified
in Annex-F
IB.2 Source of Funds
2.1 The Employer has received a budget from the source indicated in the Bidding Data in
Pak rupees towards the cost of the project specified in the Bidding Data and it is
intended that part of the proceeds of this budget will be applied to eligible payments
under the Contract for which these Bidding Documents are issued.
IB.3 Eligible Bidders
3.1 This Invitation for Bids is open to all bidders meeting the following requirements:
c. Duly licensed by the Pakistan Engineering Council (PEC) in the
category relevant to the value of the Works.
d. An applicant must not be black listed by any government / semi
government / autonomous body in Pakistan and anywhere in the world.
c an applicant should be registered with Federal Board of Revenue
Pakistan (NTN) and Punjab Revenue Authority (PRA) and submit
documentary evidence as per clause IB 26.6.
d the bidder shall submit all the documents mentioned in Annex-D and
mentioned in bidding data sheet.
IB.4 One Bid per Bidder
4.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint
venture. A bidder who submits or participates in more than one bid (other than
alternatives pursuant to Clause IB.16) will be disqualified.
IB.5 Cost of Bidding
5.1 The bidders shall bear all costs associated with the preparation and submission of their
respective bids and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
IB.6 Site Visit
6.1 The bidders are advised to visit and examine the Site of Works and its surroundings and
obtain for themselves on their own responsibility all information that may be necessary
for preparing the bid and entering into a contract for construction of the Works. All cost
in this respect shall be at the bidder’s own expense.
6.2 The bidders and any of their personnel or agents will be granted permission by the
Employer to enter upon his premises and lands for the purpose of such inspection, but
only upon the express condition that the bidders, their personnel and agents, will release
and indemnify the Employer, his personnel and agents from and against all liability in
respect thereof and will be responsible for death or personal injury, loss of or damage
to property and any other loss, damage, costs and expenses incurred as a result of such
inspection.
6
B. BIDDING DOCUME.NTS IB.7 Contents of Bidding Documents
7.1 The Bidding Documents, in addition to invitation for bids, are those stated below and
should be read in conjunction with any Addenda issued in accordance with Clause IB.9.
7) Instructions to Bidders.
8) Bidding Data.
9) General Conditions of Contract,
10) Form of Bid & Appendices to Bid.
11) Bill of Quantities.
12) Drawings.
7.2 The bidders are expected to examine carefully the contents of all the above documents.
Failure to comply with the requirements of bid submission will be at the Bidder’s own
risk. Pursuant to Clause IB.26, bids which are not substantially responsive to the
requirements of the Bidding Documents will be rejected.
IB.8 Clarification of Bidding Documents
8.1 Any prospective bidder requiring any clarification (s) in respect of the Bidding
Documents may notify the Employer in writing at the Employer’s address indicated in
the Invitation for Bids. The Employer will respond to any request for clarification which
he receives earlier than 08 days prior to the deadline for submission of bids.
Copies of the Employer’s response will be forwarded to all purchasers of the Bidding
Documents, including a description of the enquiry but without identifying its source.
IB.9 Amendment of Bidding Documents
9.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective bidder, modify the Bidding Documents by issuing addendum.
9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-
Clause 7.1 hereof and shall be communicated in writing to all purchasers of the Bidding
Documents. Prospective bidders shall acknowledge receipt of each addendum in
writing to the Employer.
9.3 To afford prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may extend the deadline for submission
of bids in accordance with Clause IB.20
C. PREPARATION OF BIDS
IB.10 Language of Bid
10.1 The bid and all correspondence and documents related to the bid exchanged by a bidder
and the Employer shall be in the bid language stipulated in the Bidding Data.
Supporting documents and printed literature furnished by the bidders may be in any
other language provided the same are accompanied by an accurate translation of the
relevant parts in the bid language, in which case, for purposes of evaluation of the bid,
the translation in bid language shall prevail.
7
IB.11 Documents Accompanying the Bid
11.1 Each bidder shall:
a. Name of firm/contractor with year of establishment along with Postal Address
and telephone number.
b. Partnership deed of the firm
c. Name of Technical Supervisory Staff along with their qualification/experience
& proof for their stay with the firm, with fresh affidavit as per criteria
d. Permanent staff, business management staff, finances management staff.(proof)
e. Detail of Machinery such as shuttering, scaffolding, water Lorries, concrete
mixer machines, concrete vibrators, plate compactor complete in all respect
giving their model, make, condition & location. Proof of possession of such
machinery is also required.
f. Year of establish of firm.
g. No. of project of similar nature and general works in hand and completed.
(Details should be given)
h. Financial outlay amount of similar/specialized.
i. Registration/Clearance from Income Tax Department.
j. Detail of Court cases if any/arbitration cases etc.
k. Enlistment with concerned Government Departments.
l. Detail of financial soundness.
m. Undertaking on judicial paper that the firm was never black listed by any
Government, Semi Govt. Organization.
n. Copy of Valid Registration with Pakistan Engineering Council. Any additional
information with documents in addition to the above that the firm might like to
furnish in support of their application.
o. Furnish a technical proposal taking into account the various Appendices
specially the following:
▪ Proposed Construction Schedule
▪ Method of Performing the Work
▪ List of Major Equipment
▪ Organization Chart for Supervisory Staff
11.2 Bids submitted by a Joint Venture / Consortium shall include a copy of the Joint
Venture / Consortium Agreement entered into by all partners. Alternatively, a Letter of
Intent to execute a Joint Venture / Consortium Agreement can be submitted at the time
of bid submission, however in the event of a successful bid, successful bidder shall
submit an agreement signed by all partners and submit it before signing of agreement
with Employer. The role to be played by each partner to be specified therein. Bids
submitted by a joint venture / consortium of two (2) or more firms shall comply with
the following requirements: Bids submitted by a joint venture of two (2) or more firms
shall comply with the following requirements:
(a) the bid and in case of a successful bid, the Form of Contract Agreement shall
be signed so as to be legally binding on all partners;
(b) one of the joint venture partners shall be nominated as being in charge; and this
authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the joint venture partners;
(c) the partner-in-charge shall always be duly authorized to deal with the Employer
regarding all matters related with and/or incidental to the execution of Works as
8
per the terms and Conditions of Contract and in this regard to incur any and all
liabilities, receive instructions, give binding undertakings and receive payments
on behalf of the joint venture;
(d) all partners of the joint venture shall at all times and under all circumstances be
liable jointly and severally for the execution of the Contract in accordance with
the Contract terms and a statement to this effect shall be included in the
authorization mentioned under Sub-Para(b) above as well as in the Form of Bid
and in the Form of Contract Agreement (in case of a successful bid); and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid stating the conditions under which it will function, its
period of duration, the persons authorized to represent and obligate it and which
persons will be directly responsible for due performance of the Contract and
can give valid receipts on behalf of the joint venture, the proportionate
participation of the several firms forming the joint venture, and any other
information necessary to permit a full appraisal of its functioning. No
amendments / modifications whatsoever in the joint venture agreement shall be
agreed to between the joint venture partner without prior written consent of
the Employer.
11.3 Bidders shall also submit proposals of work methods and schedule, in sufficient detail
to demonstrate the adequacy of the Bidders’ proposals to meet the technical
specifications and the completion time referred to in Sub-Clause 1.2 hereof.
IB.12 Bid Prices
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole of the Works as described in Sub-Clause 1.1 hereof, based on the unit
rates and / or prices submitted by the bidder.
12.2 The bidders shall fill in rates and prices for all items of the Works described in
the Bill of Quantities. Items against which no rate or price is entered by a bidder
will not be paid for by the Employer when executed and shall be deemed
covered by rates and prices for other items in the Bill of Quantities.
12.3 All duties, taxes and other levies payable by the Contractor under the Contract,
or for any other cause, as on the date 01 days prior to the deadline for submission
of bids shall be included in the rates and prices and the total Bid Price submitted
by a bidder.
Additional / reduced duties, taxes and levies due to subsequent additions or
changes in legislation shall be reimbursed / deducted as per Clause 55 of the
General Conditions of Contract Part-I.
12.4 The rates and prices quoted by the bidders are subject to adjustment during the
performance of the Contract in accordance with the provisions of Clause 55 of
the Conditions of Contract.
9
IB.13 Currencies of Bid and Payment
13.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak rupees.
13.2 The rates of exchange to be used by the bidder for currency conversion shall be
the TT&OD Selling Rates published or authorized by the State Bank of Pakistan
prevailing on the date 01 days prior to the deadline for submission of bids.
13.3 For the purpose of payments, the exchange rates used in bid preparation shall
apply for the duration of the Contract.
IB.14 Bid Validity
14.1 Bids shall remain valid for the period stipulated in the Bidding Data after the
Date of Bid Opening specified in Clause IB.23.
14.2 In exceptional circumstances, prior to expiry of the original bid validity period,
the Employer may request that the bidders extend the period of validity for a
specified additional period which shall in no case be more than the original bid
validity period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting his Bid Security. A bidder
agreeing to the request will not be required or permitted to modify his bid, but
will be required to extend the validity of his Bid Security for the period of the
extension, and in compliance with Clause IB.15 in all respects.
IB.15 Bid Security
15.1 Each bidder shall furnish, as part of his bid, a Bid Security in the amount
stipulated in the Bidding Data in Pak Rupees
15.2 The Bid Security shall be, at the option of the bidder, in the form of Deposit at
Call or a Bank Guarantee issued by a Scheduled Bank in Pakistan or from a
foreign bank duly counter guaranteed by a Scheduled Bank in Pakistan in favour
of the Employer valid for a period 28 days beyond the Bid Validity date.
15.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the
Employer as non-responsive.
15.4 The bid securities of unsuccessful bidders will be returned as promptly as
possible, but not later than 28 days after the expiration of the period of Bid
Validity.
15.5 The Bid Security of the successful bidder will be returned when the bidder has
furnished the required Performance Security and signed the Contract
Agreement.
15.6 The Bid Security may be forfeited:
(a) if the bidder withdraws his bid except as provided in Sub-Clause 22.1;
(b) if the bidder does not accept the correction of his Bid Price pursuant to
Sub-Clause 27.2 hereof; or
(c) In the case of successful bidder, if he fails within the specified time limit
to:
(i) furnish the required Performance Security; or
(ii) sign the Contract Agreement.
10
IB.16 Alternate Proposals by Bidder
16.1 Not Acceptable
IB.17 Pre-Bid Meeting
17.1 The Employer may, on his own motion or at the request of any prospective
bidder(s), hold a pre-bid meeting to clarify issues and to answer any questions
on matters related to the Bidding Documents. The date, time and venue of pre-
bid meeting, if convened, is as stipulated in the Bidding Data. All prospective
bidders or their authorized representatives shall be invited to attend such a pre-
bid meeting.
17.2 The bidders are requested to submit questions, if any, in writing so as to reach
the Employer not later than seven (07) days before the proposed pre-bid
meeting.
17.3 Minutes of the pre-bid meeting, including the text of the questions raised and
the replies given, will be transmitted without delay to all purchasers of the
Bidding Documents. Any modification of the Bidding Documents listed in Sub-
Clause 7.1 hereof which may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to Clause IB.9 and not through the minutes of the pre-bid
meeting.
17.4 Absence at the pre-bid meeting will not be a cause for disqualification of a
bidder.
IB.18 Format and Signing of Bid
18.2 Bidders are particularly directed that the amount entered on the Form of Bid
(Financial Proposal) shall be for performing the Contract strictly in accordance
with the Bidding Documents.
18.2 All documents submitted with bid including appendices and schedules to bid
are to be properly completed, signed and stamped.
18.3 No alteration / cutting / over writing is to be made in the Financial Proposal nor
in the Appendices and Schedules thereto except in filling up the blanks as
directed. If any such alterations be made or if these instructions be not fully
complied with, the bid may be rejected.
18.4 The Bidder shall prepare one original of the Technical Proposal and one original
of the Financial Proposal comprising the Bid as described in Bidding Data Sheet
against IB 11 and clearly mark it “ORIGINAL TECHNICAL PROPOSAL” and
“ORIGINAL FINANCIAL PROPOSAL” both hard and soft copy (CD) In
addition, the Bidder shall submit two (2) copies (both technical and financial
proposal in hard as well as Soft copy (CD) of the Bid one “copy of technical
proposal” and other “copy of financial proposal” and clearly mark each of them
“COPY.” In the event of any discrepancy between the original and the copies
11
in hard, the original electronic version shall prevail.
18.5 The original and all copies of the bid shall be typed or written in indelible ink
(in the case of copies, Photostats are also acceptable) and shall be signed by a
person or persons duly authorized to sign on behalf of the bidder pursuant to
Sub- Clause 11.1(a) hereof. All pages of the bid shall be initialed and stamped
by the person or persons signing the bid.
18.6 The bid shall contain no alterations, omissions or additions, except to comply
with instructions issued by the Employer, or as are necessary to correct errors
made by the bidder, in which case such corrections shall be initialed by the
person or persons signing the bid.
18.7 Bidders shall indicate in the space provided in the Form of Bid their full and
proper addresses at which notices may be legally served on them and to which
all correspondence in connection with their bids and the Contract is to be sent.
18.8 Bidders should retain a copy of the Bidding Documents as their file copy.
D. SUBMISSION OF BIDS
IB.19 Sealing and Marking of Bids
19.1 Each bidder shall submit his bid as under:
(a) ORIGINAL and each copy( electronic/ soft and hard copy) of the Bid
shall be separately sealed and put in separate envelopes and marked as
such.
(b) The envelopes containing the ORIGINAL and copies will be put in one
sealed envelope and addressed / identified as given in Sub- Clause 19.2
hereof.
(c) The Technical Proposal (Envelope-A) & the Financial Proposal
(Envelope-B) should comprise of documents listed in bidding data sheet
which shall be placed in separate envelopes in accordance with IB 11.1.
19.2 The inner and outer envelopes shall:
(a) be addressed to the Employer at the address provided in the Bidding
Data;
(b) bear the name and identification number of the contract as defined in the
Bidding Data; and
(c) provide a warning not to open before the time and date for bid opening,
as specified in the Bidding Data.
19.3 In addition to the identification required in Sub- Clause 19.2 hereof, the inner
envelope shall indicate the name and address of the bidder to enable the bid to
be returned unopened in case it is declared “late” pursuant to Clause IB.21
12
19.4 If the outer envelope is not sealed and marked as above, the Employer will
assume no responsibility for the misplacement or premature opening of the Bid.
IB.20 Deadline for Submission of Bids
20.1 (a) Bids must be received by the Employer at the address specified no later
than the time and date stipulated in the Bidding Data.
(b) Bids with charges payable will not be accepted, nor will arrangements
be undertaken to collect the bids from any delivery point other than that
specified above. Bidders shall bear all expenses incurred in the
preparation and delivery of bids. No claims will be entertained for
refund of such expenses.
(c) Where delivery of a bid is by mail and the bidder wishes to receive an
acknowledgment of receipt of such bid, he shall make a request for such
acknowledgment in a separate letter attached to but not included in the
sealed bid package.
(d) Upon request, acknowledgment of receipt of bids will be provided to
those making delivery in person or by messenger.
20.2 The Employer may, at his discretion, extend the deadline for submission of bids
by issuing an amendment in accordance with Clause IB.9, in which case all
rights and obligations of the Employer and the bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
IB.21 Late Bids
21.1 (a) Any bid received by the Employer after the deadline for submission of
bids prescribed in Clause IB.20 will be returned unopened to such
bidder.
(b) Delays in the mail, delays of person in transit, or delivery of a bid to the
wrong office shall not be accepted as an excuse for failure to deliver a
bid at the proper place and time. It shall be the bidder’s responsibility to
determine the manner in which timely delivery of his bid will be
accomplished either in person, by messenger or by mail.
IB.22 Modification, Substitution and Withdrawal of Bids
22.1 Any bidder may modify, substitute or withdraw his bid after bid submission
provided that the modification, substitution or written notice of withdrawal is
received by the Employer prior to the deadline for submission of bids.
22.2 The modification, substitution, or notice for withdrawal of any bid shall be
prepared, sealed, marked and delivered in accordance with the provisions of
Clause IB.19 with the outer and inner envelopes additionally marked
“MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as
appropriate.
13
22.3 No bid may be modified by a bidder after the deadline for submission of bids
except in accordance with Sub-Clauses 22.1 and 27.2.
22.4 Withdrawal of a bid during the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified in the Form of Bid
may result in forfeiture of the Bid Security in pursuance to Clause IB.15.
E. BID OPENING AND EVALUATION
IB.23 Bid Opening
23.1 The Employer will open the bids, including withdrawals, substitution and
modifications made pursuant to Clause IB.22, in the presence of bidders’
representatives who choose to attend, at the time, date and location stipulated in
the Bidding Data. The bidders’ representatives who are present shall sign a
register evidencing their attendance.
23.2 Envelopes marked “MODIFICATION”, “SUBSTITUTION” or
“WITHDRAWAL” shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause IB.22
shall not be opened.
23.6 The bidder’s name, total Bid Price and price of any Alternate Proposal(s), any
discounts, bid modifications, substitution and withdrawals, the presence or
absence of Bid Security, and such other details as the Employer may consider
appropriate, will be announced by the Employer at the opening of bids.
23.7 Employer shall prepare minutes / proceedings of the bid opening, including
the information disclosed to those present in accordance with the Sub-Clause
23.3.
23.8 Bids complying with the bidding data and other requirements / eligibility criteria
mentioned in IB 3 shall be opened for technical evaluation
IB.24 Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation and
comparison of bid and recommendations for the award of a contract shall not be
disclosed to bidders or any other person not officially concerned with such
process before the announcement of bid evaluation report which shall be done
at least ten (10) days prior to issue of Letter of Acceptance. The announcement
to all Bidders will include table(s) comprising read out prices, discounted prices,
price adjustments made, final evaluated prices and recommendations against all
the bids evaluated. Any effort by a bidder to influence the Employer’s
processing of bids or award decisions may result in the rejection of such bidder’s
bid. Whereas any bidder feeling aggrieved may lodge a written complaint not
later than fifteen (15) days after the announcement of the bid evaluation report;
however mere fact of lodging a complaint shall not warrant suspension of the
procurement process.
14
IB.25 Clarification of Bids
25.1 To assist in the examination, evaluation and comparison of bids, the Employer
may, at his discretion, ask any bidder for clarification of his bid, including
breakdowns of unit rates. The request for clarification and the response shall be
in writing but no change in the price or substance of the bid shall be sought,
offered or permitted except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the bids in accordance
with Clause IB.28.
IB.26 Examination of Bids and Determination of Responsiveness
26.1 Prior to the detailed evaluation of bids, the Employer will determine whether
each bid is substantially responsive to the requirements of the Bidding
Documents.
26.2 The Employer shall confirm that all the documents and information have been
provided for evaluation of Technical Proposals as mentioned in clause IB 3 &
Annex-D.
26.3 A substantially responsive bid is one which (i) meets the eligibility criteria; (ii)
has been properly signed; (iii) is accompanied by the required Bid Security; and
(iv) conforms to all the terms, conditions and specifications of the Bidding
Documents, without material deviation or reservation. A material deviation or
reservation is one (i) which affect in any substantial way the scope, quality or
performance of the Works; (ii) which limits in any substantial way, inconsistent
with the Bidding Documents, the Employer’s rights or the bidder’s obligations
under the Contract; or (iii) adoption/rectification whereof would affect unfairly
the competitive position of other bidders presenting substantially responsive
bids.
26.4 At the end of the evaluation of the Technical Proposals, the Employer will invite
only those bidders who have submitted substantially responsive Technical
Proposals and who have been determined as being qualified to attend the
opening of the Financial Proposals.
The date, time, and location of the opening of Financial Proposals will be
communicated in writing by the Employer. Bidders shall be given reasonable
notice for the opening of Financial Proposals.
26.5 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Proposals being substantially non-responsive to the
requirements of the Bidding Document and return their Financial Proposals
unopened before inviting others determined as being qualified, to attend the
opening of Financial Proposals.
26.6 The Employer shall conduct the opening of Financial Proposals of all Bidders
who submitted substantially responsive Technical Proposals and technically
qualified, publicly in the presence of Bidders` representatives who choose to
attend at the address, date and time specified by the Employer. The Bidders’
representatives who are present shall be requested to sign a register/sheet
evidencing their attendance.
26.7 Envelopes containing Financial Proposals shall be opened one at a time and
the following read out and recorded:
(a) The name of the Bidder;
(b) The Financial Proposals, including any discounts; &
15
(c) Any other details as the Employer may consider appropriate.
Only Financial Proposals and discounts, read out and recorded during the
opening of Financial Proposals shall be considered for evaluation.
26.8 If a bid is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the
non-conforming deviation or reservation.
IB.27 Correction of Errors
27.1 Bids determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the amounts in figures and in
words, the amount in words will govern; and
(b) where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern, unless in the opinion of the Employer there is an
obviously gross misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern and the unit rate will
be corrected.
27.2 The amount stated in the Form of Bid will be adjusted by the Employer in
accordance with the above procedure for the correction of errors and with the
concurrence of the bidder, shall be considered as binding upon the bidder. If the
bidder does not accept the corrected Bid Price, his Bid will be rejected, and the
Bid Security shall be forfeited in accordance with Sub- Clause 15.6(b) hereof.
IB.28 Evaluation and Comparison of Bids
28.1 The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Clause IB.26.
28.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated
Bid Price by adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause IB.27;
(b) excluding Provisional Sums and the provision, if any, for contingencies
in the Summary Bill of Quantities, but including competitively priced
Daywork; and
(d) making an appropriate adjustment for any other acceptable variation or
deviation.
28.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be taken
into account in Bid evaluation.
28.4 If the Bid of the successful bidder is seriously unbalanced in relation to the
Employer’s estimate of the cost of work to be performed under the Contract, the
Employer may require the bidder to produce detailed price analyses for any or
all items of the Bill of Quantities to demonstrate the internal consistency of
16
those prices with the construction methods and schedule proposed. After
evaluation of the price analyses, the Employer may require that the amount of
the Performance Security set forth in Clause IB.32 be increased at the expense
of the successful bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful bidder under the Contract
IB-29 Post Qualification of the Bidder
29.1 The Employer shall determine to its satisfaction whether the Bidder that is
selected as having submitted the lowest evaluated and substantially responsive
Bid is qualified to perform the Contract satisfactorily.
29.2 The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the Bidder.
29.3 An affirmative determination shall be a prerequisite for award of the Contract
to the Bidder. A negative determination shall result in disqualification of the
Bid, in which event the Employer shall proceed to the next lowest evaluated bid
to make a similar determination of that Bidder’s capabilities to perform
satisfactorily.
F. AWARD OF CONTRACT
IB.30 Award
30.2Subject to Clauses IB.31 and IB.35, the Employer will award the Contract to the
bidder whose bid has been determined to be substantially responsive to the
Bidding Documents and who has offered the lowest evaluated Bid Price, provided
that such bidder has been determined to be eligible in accordance with the
provisions of Clause IB.3 and qualify pursuant to Sub-Clause IB 30.2.
30.2 The Employer, at any stage of the bid evaluation, having credible reasons for or
prima facie evidence of any defect in supplier’s or contractor’s capacities, may
require the suppliers or contractors to provide information concerning their
professional, technical, financial, legal or managerial competence whether
already pre-qualified or not:
Provided that such qualification shall only be laid down after recording reasons
therefor in writing. They shall form part of the records of that bid evaluation
report.
IB.31 Employer’s Right to Accept any Bid and to Reject any or all Bids
31.1 Notwithstanding Clause IB.30, the Employer reserves the right to accept or
reject any Bid, and to annul the bidding process and reject all bids, at any time
prior to award of Contract, without thereby incurring any liability to the affected
bidders or any obligation except that the grounds for rejection of all bids shall
upon request be communicated to any bidder who submitted a bid, without
justification of grounds. Rejection of all bids shall be notified to all bidders
promptly.
32.1 At the time the Contract is awarded, the Employer reserves the right to increase
or decrease the quantity of work originally specified in Delivery and
Completion Schedules, provided this does not exceed the percentages indicated
in the Bidding Data, and without any change in the unit prices or other terms
17
and conditions of the Bid and the Bidding Document.
IB.32 Notification of Award
32.2Prior to expiration of the period of bid validity prescribed by the Employer, the
Employer will notify the successful bidder in writing (“Letter of Acceptance”)
that his Bid has been accepted. This letter shall name the sum which the Employer
will pay the Contractor in consideration of the execution and completion of the
Works by the Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called the “Contract Price”).
32.2 No Negotiation with the bidder having evaluated as lowest responsive or any
other bidder shall be permitted, however, Employer may have clarification
meetings to get clarify any item in the bid evaluation report.
32.3 The notification of award and its acceptance by the bidder will constitute the
formation of the Contract, binding the Employer and the bidder till signing of
the formal Contract Agreement.
32.4 Upon furnishing by the successful bidder of a Performance Security, the
Employer will promptly notify the other bidders that their Bids have been
unsuccessful and return their bid securities.
IB.33 Performance Security
33.1 The successful bidder shall furnish to the Employer a 5 % of bid price as
Performance Security in the form and the amount stipulated in the Bidding Data
and the Conditions of Contract within a period of 28 days after the receipt of
Letter of Acceptance.
33.2 Failure of the successful bidder to comply with the requirements of Sub-Clause
IB.33.1 or Clauses IB.34 or IB.36 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the Bid Security.
IB.34 Signing of Contract Agreement
34.1 Within 14 days from the date of furnishing of acceptable Performance Security
under the Conditions of Contract, the Employer will send the successful bidder
the Contract Agreement in the form provided in the Bidding Documents,
incorporating all agreements between the parties.
34.2 The formal Agreement between the Employer and the successful bidder shall
be executed within 14 days of the receipt of the Contract Agreement by the
successful bidder from the Employer.
IB.35 General Performance of the Bidders
The Employer reserves the right to obtain information regarding performance of the
bidders on their previously awarded contracts/works. The Employer may in case of
consistent poor performance of any Bidder as reported by the employers of the
18
previously awarded contracts, interalia, reject his bid and/or refer the case to the
Pakistan Engineering Council (PEC). Upon such reference, PEC in accordance with its
rules, procedures and relevant laws of the land take such action as may be deemed
appropriate under the circumstances of the case including black listing of such Bidder
and debarring him from participation in future bidding for similar works.
IB.36 Integrity Pact
The Bidder shall sign and stamp the Integrity Pact provided at Annex-M to Bid in the
Bidding Documents for all Federal Government procurement contracts exceeding
Rupees ten million. Failure to provide such Integrity Pact shall make the bidder non-
responsive.
IB.37 Instructions not Part of Contract
Bids shall be prepared and submitted in accordance with these Instructions which are
provided to assist bidders in preparing their bids, and do not constitute part of the Bid
or the Contract Documents.
IB-38 Margin of Preference
Unless otherwise specified in the Bidding Data, no margin of preference shall apply.
19
BIDDING DATA
20
BD-2
Bidding Data Clause Reference
1.1 Name and address of the Employer:
Bahauddin Zakariya University Address: University Engineer Office, Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
1.1 Name of the Project & Summary of the Works:
PC1- Strengthening of Institute of Biotechnology at Bahauddin Zakariya University,
Multan
2.1 Name of the Funding Agency:
Higher Education Commission, Pakistan
3.1 Language:
The language shall be English.
4.1 (b & c) Furnish with Technical Proposal
The bidder shall furnish its technical proposal taking into account the following
Annexures & forms;
xvii. Annex-A: Undertaking
xviii. Annex-B: Technical Proposal Submission Form
xix. Annex-C Tech Form 1: Technical Proposal Forms
xx. Tech Form 2: General Information
xxi. Tech Form 3: Financial Capability of Single Entity (if applicable)
xxii. Tech Form 4: Financial Capability of JV / Consortium of Firms (if
applicable)
xxiii. Annex-D: Technical Proposal Checklist
xxiv. Annex-E: Financial Capacity of the Bidder
xxv. Annex-F: Special Stipulations
xxvi. Annex-G: Bill of Quantities
xxvii. Annex-H: Proposed Construction Schedule
xxviii. Annex-I: List of Major Equipment
xxix. Annex-K: Construction camp and housing Facilities
xxx. Annex L: List of Sub-Contractors
xxxi. Annex M: Estimates Progress Payments
xxxii. Annex-N: Integrity Pact
5.1 Currencies of Bid and Payment
The unit rates and the prices shall be quoted by the Bidder entirely in Pak Rupees
(PKR)
6.1 Period of Bid Validity
The period of Bid Validity shall be 90 days after the opening of Bid.
7.1 Amount of Bid Security
All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
8.1 Pre-Bid Meeting
Pre-Bid meeting will be scheduled on 15-02-2019 at 1100 hours in Committee Room
of Bahauddin Zakariya University, Multan
21
9.1 Employer's address for the purpose of Bid submission:
University Engineer Office, Bahauddin Zakariya University, Multan at or before
12:00pm hours, on 20-02-2019
10.1 (b)Name and Number of the Contract:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
11.1(a)Deadline for submission of bids:
Before 12:00pm hours, on 20-02-2019BD-4
12.1 Venue, time, and date of Bid opening:
Committee Room Bahauddin Zakariya University, Multan at 12:30pm hours, on 20-
02-2019
22
SCOPE OF WORK
SCOPE OF WORK The overall objectives of the project are to establish Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya University, Multan and , Researcher / Faculty hostel
for the students of the institute.
Time Period Name of Work Time Limits form the award of tender
Construction of Academic Block of Institute
of Molecular Biology and Biotechnology at
Bahauddin Zakariya University
18 Month
Construction of Researcher/ Faculty Hostel
Block of Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya
University
12 Month
Construction of Green House, Animal farm
House and Gen Set room of Institute of
Molecular Biology and Biotechnology at
Bahauddin Zakariya University
06 Months
23
Technical and Financial Evaluation Criteria
24
The weightage given to the Technical & Financial Proposal Technical Proposal: To technically qualify, a firm/ Company/JV/ Consortium shall
obtain at least overall 70% score with at least 50% score on each
sub-component (a+b+c+d+e) of the proposal
Financial Proposal: The selection will be made on the basis of lowest financial bid
among the technically qualified firms
1 Technical Proposal The bidders are required to submit following basic documents for technical assessment:
1- Bidder details including name of the Company/ JV/Consortium registered and mailing
address, year of establishment and number of years in experience.
2- Technical capabilities in terms of human resources including owner/ director bio data etc.
3- National Tax Number /Tax registration and Sales Tax certificate of the Manufacturer /
Authorized Dealer.
4- Plan for Construction of required building blocks.
5- Audited Financial Statements (complete) of Accounts for last 3 years;
6- Undertaking that the firm has not been blacklisted or debarred by any government
organization in Pakistan and anywhere in world;
Note: In addition to the above documents, Employer may require additional documents in
support of evidence against technical evaluation criteria as mentioned in this document.
2 Financial Proposal
The financial proposal must be submitted in a separate sealed envelope on letterheads,
indicating the name of the bidder.
Note: In addition to the above documents, Purchaser may require additional documents in
support of evidence against financial evaluation criteria as mentioned in this document.
3 Technical Evaluation Criteria
(Please fill out the details in this section and provide required documents/proofs if you are
manufacturer or authorize dealer of weighing equipment)
The Employer will evaluate bids based on the following technical evaluation criteria:
Sr.No. Category Weightage/Marks
a. Experience Record 35
b. Personnel Capabilities 15
c Equipment Capabilities 20
d Financial Soundness 25
e HSE Statement 05
Total: 100
Note: Technical soundness shall be decided on the basis of Pass/Fail basis. The applicant
must secure at least 50% score in each category and overall 70% score.
b. Relevant Experience and PEC Requirement Maximum Point 35
Sr.
No.
Type of Work PEC Requirement Prior Experience
1. Building Works Category as per tender C4 or
above with PEC Code CE-10
Minimum 5 similar projects of 75
Million or above in past 10 years
General Experience
Credit Marks for experience shall be awarded on the basis of following
qualifications:
Sr. Description Maximum Marks
25
No. Points obtain
i) 5 Projects of similar nature and complexity completed over
last 10 years (3 points for each project of 75 million or
above of building works, otherwise proportionate marks
will be given. Projects below 50 million will be awarded
zero marks). (Supporting documents including work order
and completion certificate are mandatory)
15
ii) 2 Projects of similar nature and complexity in hand (5
points for each project of 75 million or above of building
works, otherwise proportionate marks will be given.
Projects below 50 million will be awarded zero marks).
(Supporting documents including work order are
mandatory)
10
iii) General experience 5 projects over last 10-years (1 point
for each project of 75 million or above of any type of civil
work otherwise proportionate marks will be given. Projects
below 50 million will be awarded zero marks). (Supporting
documents including work order and completion certificate
are mandatory)
5
iv) Status of enlistment with Govt. Organization & other
agencies (2.5 marks for each).
5
Sub-total: 35
b. Personnel Capabilities
Credit Marks shall be awarded under this category using the following
criteria:
Sr.
No.
Description Maximum
Points
Marks
obtain
i) Graduate Engineer (CV, PEC Reg. & Signed Affidavit is
mandatory)
c) Number of Engineers (3-Marks for each Civil
Engineer with building work experience)
d) Experience of Civil Engineer: - experience in
number of years (1.5 marks for 5-year experience in
building work. Marks for less experience will be
given proportionately).
6
3
ii) DAE Associate Engineer (Civil) (CV, Educational Docs. &
Signed Affidavit is mandatory).
c) Number of Engineers (2-Marks for each with
building work experience.)
d) Experience of DAE Engineer: - experience in
number of years (1 mark for 10-year experience in
building work. Marks for less experience will be
given proportionately).
4
2
Sub-total: 15
c Equipment Capabilities
Credit Marks shall be granted on the basis of the following criteria for
various kinds of equipment relevant for each category of the Project:
26
Sr.
No.
Equipment Type and
Characteristics
Maximum
Marks
Marks
obtain
1. Shuttering + Scaffolding (10000 Sft) 6
2. Concrete Mixer minimum 2 bags equipment (2 nos.) 6
3. Concrete Vibrator +Plate Compactor (2+2 nos.) 4
4. Tractor + Water Tankers (2+2 nos.) 4
Sub-total: 20
d Financial Position
Proportionate Credit Marks shall be awarded on the basis of the following
criteria:
Sr.
No.
Description Maximum
Marks
Marks
obtain
i) Audited Report of last 3-years showing Average Annual
Turnover of 75 million will be awarded full marks but for
less than 75 million proportionate marks will be given.
7
ii) Available Bank Credit line.
Full marks for 15 million limits but less than 15 million
proportionate marks will be given.
7
iii) Litigation History in which Decision has been given against
the firm. (In case the firm is involved in any litigation, no
marks will be given and 5 points will be given in case
affidavit of no litigation is attached)
5
iv) Net Worth (Total Assert- Total Liabilities) 6
Sub-total: 25
e HSE Policy 05
Total Marks 100 Note: The prospective bidder must obtain minimum 70% Marks (i.e. 70 Marks) or more score to
qualify technical evaluation with at least 50% or above from each of the above components
(a+b+c+d+e)
4 Financial Evaluation Criteria
The prospective technically qualified bidder whose financial bid is lowest would be declared as
successful bidder.
27
FORM OF BID
AND
APPENDICES
28
Annex-A: Undertaking
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true
and correct and nothing has been concealed or tampered with. We have gone through all the
conditions of tender and are liable to any punitive action for furnishing false information /
documents.
Dated this ______day of ______20 __
Signature ……………………………
(Company Seal)
In the capacity of Duly authorized to sign bids for and on behalf of:
29
Annex-B: Technical Proposal Submission Form
(Part of Technical Bid Envelope)
Technical Proposal Submission Form
To _ (Name and address of Employer/ Client)
[Location, Date]
Dear Sir,
We, the undersigned, offer to provide the (insert title of assignment) in accordance with your
Request for Proposal dated (insert date) and our Proposal. We are hereby submitting our
Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two
separate envelopes.
We undertake, if our Proposal is accepted, to construct the required building Blocks within
prescribed period.
We also confirm that the Government of Pakistan / Punjab has not declared us ineligible on
charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore,
pledge not to indulge in such practices in competing for or in executing the Contract, and we
are aware of the relevant provisions of the Proposal Document.
This Technical Proposal forms part of our Bid and comprised the documents duly completed
including all Annexures.
We certify that the following Addenda have been received and are accepted as a part of the Bid
Documents
Addendum No. Date
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature
(In full and initials)
Name and Designation of Signatory
Name of Firm
Address
30
Annex-C: Technical Proposal Forms
Tech Form 1: Bidder’s Organization
Provide a brief (maximum 5 pages) description of the background and
organization of your firm and each partner for this assignment [Provide here
description of the background and organization of your firm/entity and each
associate for this assignment.] 1. Firm Structure:
2. Firm Background:
3. Chief Executive Officer:
4. Board of Directors / Partners
.
________________________ (Seal)
(Signature of Authorized Signatory)
(Name, Title, Address, Date)
31
Tech Form 2: General Information
All individual firms and each partner of a joint venture / consortium applying for
qualification are requested to complete the information in this form
. 1. Name of Firm
2. Head Office Address
3. Telephone
Landline #:
Mobile #:
Contact Person:
Name:
Title:
4. Fax: E-mail:
5. Place of Incorporation/Registration Year of incorporation/registration (Attach proof)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Stamp
32
Tech Form 3: Financial Capability of Single Entity
(Net Worth)
All individual firms and all partners of a joint venture are requested to complete the information
in this form. The information supplied should be the net worth of the Applicant, in terms of the
amounts billed to Purchasers for each year for work in progress or completed over the past five
years.
Use a separate sheet for each partner of a joint venture.
Description
Net Worth (PKR.
Millions)
2018-19 2017-18 2016-17
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Name of Applicant
33
Tech Form 4: Financial Capability of JV /
Consortium of Firms
Names of all Partners of a Joint Venture
1. Lead Partner
2. Partner
3. Partner
4. Partner
Net Worth
Equity Share
(%) Net Worth
2018-19 (PKR.
Millions)
Net Worth
2017-18 (PKR.
Millions)
Net Worth
2016-17 (PKR.
Millions)
Member 1
(Consortium /
JV)
Member 2
(Consortium /
JV)
Member 3
(Consortium /
JV)
Member 4
(Consortium /
JV)
Total
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
34
Annex-D: Technical Proposal Checklist
The following data form shall be filled out by the Bidder; and by all partners in case of a Joint
Venture, with supporting documents for evidence. The Purchaser reserves the right to request
additional information for values/information entered by the Bidder against any criteria.
Sr. No Description Remarks 1. Year of registration with evidence State No. of years
_______
2. Organization Profile Yes/ No
3. Technical Personals Details Yes/No
4. NTN certificate Yes/ No
5. Punjab Revenue Authority (PRA) registration number Yes/No
6 Net Worth PKR. ___________
7. Audited Financial Statement (complete) for last Three
Years
Yes/ No
8. Valid Bid Security Yes/No
9. Documentary evidences to support your claim for
technical evaluation (such as contract agreements/letter
of award/completion certificates)
Yes/No
10. CVs of proposed Human Resource Yes/No
11. Submission of all annexures, affidavits, forms etc. with
bid (signed & stamped)
Yes/No
12. MOU or Agreement, in case bidder is JV / Consortium
of Firms
Yes/No
13. Completion Schedule (signed and stamped) Yes/No
14 Filled technical evaluation criteria mention on page
#24-26
Yes/No
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
35
Annex-E: Financial Capacity of the Bidder
Additionally, the following financial data form shall be filled out by the Bidder; and by all
partners in case of a Joint Venture and along with one summary form for all partners. The
Employer reserves the right to request additional information about the financial capacity of
the Bidder. A Bidder that fails to demonstrate through its financial records that it has the
financial capacity to perform the required Supply & Services may be disqualified.
Financial
Information
Provide the required information for the previous three years.
(Most recent to oldest).
Also attach Audited Financial Statements for last Three (03)
Years
Year 1 (2018-19) Year 2 (2017-2018) Year-3 (2016-17)
Information from Balance Sheet
(1) Total Assets (TA)
(2) Current Assets
(CA)
(3) Total Liabilities
(TL)
(4) Current
Liabilities (CL)
Information from Income Statement:
(5) Total Revenue
(TR)
(6) Profits before
Taxes (PBT)
Net Worth (1) – (3)
Current Ratio (2) /
(4)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
36
Annex -F: Special Stipulations
Clause
Conditions of Contract 1. Amount of Performance Security 05% of Contract Price stated in the Letter of
Acceptance.
2. Time for Furnishing Programme Within 14 days from the date of receipt of
Letter of Acceptance.
3. Time for Commencement Within 14 days from the date of receipt of
Engineer’s Notice to Commence which
shall be issued within fourteen (14) days
after signing of Contract Agreement.
4. Time for Completion 12 months for Researcher Hostel block from
the date of receipt of Engineer’s Notice to
Commence.
5. Amount of Liquidated Damages Rs. _for each day of delay in
completion of the Works subject to a
maximum of 10% of Contract Price stated
in the Letter of Acceptance.
6. Defects Liability Period 365 days from the effective date of Taking
Over Certificate.
7. Percentage of Retention Money 05 % of the amount of Interim Payment
Certificate.
8 Limit of Retention Money 05 % of Contract Price stated in the Letter
of Acceptance.
9. Minimum amount of Interim Payment
Certificates (Running Bills)
10 Time of Payment from delivery of Engineer’s
Interim Payment Certificate to the Employer.
30 days
11 Mobilization Advance * (Interest Free) 15 % of Contract Price stated in the Letter
of Acceptance. And would be adjusted with
the 1st bill for payment
*
37
Annex -G: Bill of Quantities
A. Preamble
1. The Bill of Quantities shall be read in conjunction with the Conditions of Contract,
Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are
given to provide a common basis for bidding. The basis of payment will be the actual
quantities of work executed and measured by the Contractor and verified by the
Engineer and valued at the rates and prices entered in the priced Bill of Quantities,
where applicable, and otherwise at such rates and prices as the Engineer may fix as per
the Contract.
3. The rates and prices entered in the priced Bill of Quantities shall, except insofar as it is
otherwise provided under the Contract include all costs of Contractor’s plant, labour,
supervision, materials, execution, insurance, profit, taxes and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract. Furthermore,
all duties, taxes and other levies payable by the Contractor under the Contract, or for
any other cause, as on the date 28 days prior to deadline for submission of Bids, shall
be included in the rates and prices and the total Bid Price submitted by the Bidder.
4. A rate or price shall be entered against each item in the priced Bill of Quantities,
whether quantities are stated or not. The cost of items against which the Contractor will
have failed to enter a rate or price shall be deemed to be covered by other rates and
prices entered in the Bill of Quantities.
5. The whole cost of complying with the provisions of the Contract shall be included in
the items provided in the priced Bill of Quantities, and where no items are provided,
the cost shall be deemed to be distributed among the rates and prices entered for the
related items of the Works.
6. General directions and description of work and materials are not necessarily repeated
nor summarised in the Bill of Quantities. References to the relevant sections of the
Bidding Documents shall be made before entering prices against each item in the priced
Bill of Quantities.
38
Annex -H: Proposed Construction Schedule
Pursuant to Clause 36 of the General Conditions of Contract, the Works shall be completed on
or before the date stated in Annex-F. The Bidder shall provide as Annex-H, the Construction
Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the
sequence of work items and the period of time during which he proposes to complete each
work item in such a manner that his proposed programme for completion of the whole of the
Works and parts of the Works may meet Employer’s completion targets in days noted below
and counted from the date of receipt of Engineer’s Notice to Commence (Attach sheets as
required for the specified form of Construction Schedule):
Description Time for Completion
a) Whole Works __________________ days
b) Part-A __________________ days
c) Part-B __________________ days
d) ___________ __________________ days
e) ___________ __________________ days
39
Annex -I: Method of Performing the Work
[The Bidder is required to submit a narrative outlining the method of performing the Work.
The narrative should indicate in detail and include but not be limited to:
1. Organization Chart indicating head office and field office personnel involved in
management and supervision, engineering, equipment maintenance and purchasing.
2. Mobilization in Pakistan, the type of facilities including personnel accommodation,
office accommodation, provision for maintenance and for storage, communications,
security and other services to be used.
3. The method of executing the Works, the procedures for installation of equipment and
machinery and transportation of equipment and materials to the site.
40
Annex -J: List of Major Equipment
Owned
Purchased
or Leased
Description of Unit
(Make, Model,
Year)
Capacity
HP Rating
Condition Present
Location or
Source
Date of
Delivery at
Site
Period of
Work on
Project
1 2 3 4 5 6 7
a. Owned
b. To be
Purchased
c. To be
arranged
on Lease
41
Annex -K: Construction Camp and Housing
Facilities
The Contractor in accordance with Clause 32 of the Conditions of Contract shall provide
description of his construction camp’s facilities and staff housing requirements.
The Contractor shall be responsible for pumps, electrical power, water and electrical
distribution systems, and sewerage system including all fittings, pipes and other items
necessary for servicing the Contractor’s construction camp.
The Bidder shall list or explain his plans for providing these facilities for the service of the
Contract as follows:
1. Site Preparation (clearing, land preparation, etc.).
2. Provision of Services.
a) Power (expected power load, etc.).
b) Water (required amount and system proposed).
c) Sanitation (sewage disposal system, etc.).
3. Construction of Facilities
a) Contractor’s Office. Workshop and Work Areas (areas required and proposed
layout, type of construction of buildings, etc.).
b) Warehouses and Storage Areas (area required, type of construction and layout).
c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type
of construction, etc.).
4. Construction Equipment Assembly and Preparation (detailed plans for carrying out this
activity).
5. Other Items Proposed (Security services, etc.).
42
Annex -L: List of Subcontractors
I/We intend to subcontract the following parts of the Work to subcontractors. In my/our
opinion, the subcontractors named hereunder are reliable and competent to perform that part of
the work for which each is listed.
Enclosed are documentation outlining experience of subcontractors, the curriculum vitae and
experience of their key personnel who will be assigned to the Contract, equipment to be
supplied by them, size, location and type of contracts carried out in the past.
Part of Works
(Give Details)
Subcontractor
(With Complete Address)
1 2
43
Annex -M: Estimated Progress Payments
Bidder’s estimate of the value of work which would be executed by him during each of the
periods stated below, based on his Programme of the Works and the Rates in the Bill of
Quantities, expressed in thousands of Pakistani Rupees:
Quarter/ Year/ Period Amounts
(1,000 Rs.)
1 2
Ist Quarter
2nd Quarter
3rd Quarter
4th Quarter
5th Quarter
6th Quarter
Bid Price
44
Annex -N: Integrity Pact
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________
Contract Value: ________________
Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or
induced the procurement of any contract, right, interest, privilege or other obligation or benefit
from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any
other entity owned or controlled by GoP through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP,
except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with GoP and has not
taken any action or will not take any action to circumvent the above declaration, representation
or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to GoP under any law, contract or
other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier]
agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to GoP in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right,
interest, privilege or other obligation or benefit in whatsoever form from GoP.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
45
Annex-O: List of Approved Manufacturers
The manufacturer references provided here below are indicative of minimum quality and
specifications required for such materials. Any other manufacturer items having at least the
same quality and specifications are acceptable subject to the approval of the
Employer/Engineer.
The Contractor shall submit literature/catalogue/samples etc. of all the items from each of the
specified manufacturers to the Engineer who shall then decide and send his recommendations
for final selection by Employer. Where the item involves any finishes such as paints, external
coating, etc. the Contractor shall erect mock-up samples of the specified manufacturers for the
selection and approval of the Engineer and Employer.
The responsibility lies with the Contractor for establishing the genuineness of any
material/product/item for its make and origin as specified below: -
S.NO
.
ITEM SOURCE / MANUFACTURER
1 Crushed Stone
Aggregate
Source as approved by the Engineer Incharge
2 Reinforcement Steel Fazal, Karachi, Ittehad, Pak Steel Or equivalent as per
approval of Engineer In charge
3 Sand Source as approved by the Engineer Incharge
4 Cement Best-way, Maple Leaf , D.G, Fauji Or equivalent as per
approval of Engineer In charge
5 G.I. Pipes IIL, Jamal. Or equivalent as per approval of Engineer
In charge
6 G.I. Pipes (Specials) Chinese (Imported) Or equivalent as per approval of
Engineer In charge
7 Anti termite Termikil, Frontline, Chloroplus Or equivalent as per
approval of Engineer In charge
8 Bituminous Felt HYgrip, Delta shield company Or equivalent as per
approval of Engineer In charge
9 Water Proofing Agent
and Admixture
FEB, SIKA, PAGEL, FOSROC Or equivalent as per
approval of Engineer In charge
10 Aluminum ALCOP, Chawla, Prime, Pakistan Cable Or equivalent
as per approval of Engineer In charge
11 Paint ICI, Jottun Berger, MasterOr equivalent as per approval
of Engineer In charge
12 Ceramic Tile Master, Sonnex, Imported China Or equivalent as per
approval of Engineer In charge
13 PVC Pipe and Fitting DADEX, Beta, Shavyl, Galco Or equivalent as per
approval of Engineer In charge
14
Door Lock/Door
Closer /Floor Hinge
Machines
Yale, Dortec, New star, Triple Five Or equivalent as per
approval of Engineer In charge
46
S.No EQUIPMENT/MATERIAL MANUFACTURER/SUPPLIER
1 Main panel, distribution boards,
telephone distribution boards
Capital Electro (Pakistan) South Asian Electrical Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
2 Circuit breakers MCCBs, MCBs Legrand (EU origin) Schneider Electric (EU origin) ABB (EU origin) Or equivalent as per approval of Engineer In charge
3 Current Transformers Fico (Pakistan) Circutor (Spain) Revalco (Italy) Lovato (Italy) Or equivalent as per approval of Engineer In charge
4 Meters Analogue Hobut (UK) Revalco (Italy) Sew (Taiwan) Or equivalent as per approval of Engineer In charge
5 Meters Digital ENTES (Turkey) Revalco (Italy) Socomec (France) Or equivalent as per approval of Engineer In charge
6 CAM/Selector Switched (Ammeter
Selector) ASS
(Voltmeter Selector)VSS
Breter (Italy)
Kraus & Niamer (New Zealand)
Bremas (Itlay)
Or equivalent as per approval of Engineer In
charge
7. Indication Lamps Telemechanique (EU origin) Maruyasu (Japan) LOvato (Italy) Or equivalent as per approval of Engineer In
charge
8. Terminal Blocks/Connectors Onka (Turkey) Ciama (Spain) Conta Clip (Germany) Or equivalent as per approval of Engineer In charge
9. LT/HT Cables, Single Core & Multi
Core
Pakistan Cables (Pakistan) FAST Cables (Pakistan) Or equivalent as per approval of Engineer In charge
10. Wiring Accessories (Switches, Sockets) Clipsal (by Schneider Electric (Australia)) Legrand (France) ABB (EU Origin) Bticino (EU origin) Or equivalent as per approval of Engineer In charge
47
11. ON/OFF Push Buttons Maruyasu (Japan) Legrand (France) Fuji (Japan) Or equivalent as per approval of Engineer In charge
12. PVC Conduits & accessories Dadex Beta AdamJee (Pakistan) Or equivalent as per approval of Engineer In charge
13. FANS (Ceiling, Brackets, Exhaust) Royal (Pakistan) Pak Fan (Pakistan) Or equivalent as per approval of Engineer In charge
14. Lighting Fixtures Philips (Pakistan/China) Pierlite (Pakistan/China) NVC (Pakistan/China) Osram (Pakistan/China) Or equivalent as per approval of Engineer In charge
15. Cable Tray Capital Electro (Pakistan) South Asian Electric Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
16. GI Poles (Street Lighting) Jamal Pipes (Pakistan) Bashir Pipes (Pakistan) Ashraf Industries (Pakistan) Or equivalent as per approval of Engineer In charge
17. Lighting Protection System & Earthing Furse (UK) Erico (Germany) Applicaciones Tecnologicas (Spain) Or equivalent as per approval of Engineer In charge
18 Multi-mode relays and sockets Finder (Italy) Fuji (Japan) Zahra (Germany) Or equivalent as per approval of Engineer In charge
19 Contactors Hitachi (Japan) Schneider Electric ( EU origin) ABB ( EU origin) Or equivalent as per approval of Engineer In charge
20 UPS GE (EU Orgin) APC by Schneider Electric (EU Origin) Eaton (EU Origin) Energen ( EU Origin) Or equivalent as per approval of Engineer In charge
48
21 Data Networking Switches CISCO ( EU Origin) HP ( EU Origin) Panduit ALCATEL ( EU Origin) Or equivalent as per approval of Engineer In charge
22 Overload Relays Zahra (Germany) Fuji (Japan) Hitachi (Japan) Or equivalent as per approval of Engineer In charge
23 Fixing Clamps/ Hangers Etc Fischer Hilti Spit Or equivalent as per approval of Engineer In charge
24 Telephone/ Data System 3M (EU Origin) Schneider Electric ( EU origin) Norden (EU Origin) Panduit Or equivalent as per approval of Engineer In charge
25 Generator Set ( Coupler/ Engine/
Alternator)
SDMO ( John Deere/ Leroy Somer)-EU origin Cummins ( Cummins/ Stamford)-EU origin Caterpillar ( Caterpillar/ Leroy Somer )-EU origin Or equivalent as per approval of Engineer In charge
26 Conference System
Paso(EU Origin) BOSCH (EU Origin) Televic (EU Origin) Braehler (EU Origin) Or equivalent as per approval of Engineer In charge
27 LED Display Sony
Samsung Or equivalent as per approval of Engineer In charge
28 COMPUTER SYSTEM HP ( EU Origin)
DELL ( EU Origin)
Sony
Or equivalent as per approval of Engineer In
charge
29 Fire Alarm System Siemens
Bosch
Notifier by Honeywell (EU Origin)
Or equivalent as per approval of Engineer In
charge
30 Computer System HP
Dell
Sony
Or equivalent as per approval of Engineer In
charge
49
31 Fire Alarm System Siemens ( EU Origin)
Bosch ( EU Origin)
Notifier by Honeywell ( EU Origin)
Or equivalent as per approval of Engineer In
charge
32 Junction Box/Floor Box Clipsal (Australia)
FabTech (EU Origin)
Legrand (EU Origin)
Or equivalent as per approval of Engineer In
charge
33 Transformer/Sub-Station PEL (Pakistan)
Transfo-power (Paksitan)
Elmetec (Pakistan)
Or equivalent as per approval of Engineer In
charge
Authorized Signature and official Seal: ___-
_____________________________________
___________________________________________________________________________
_____
Name: ___________________________________________________________________
Date:
___________________________________________________________________
Authorized Signature and Official Seal_________________________________________
Name:_____________________________________________________________________
__
Date: ___________________________________________________
50
Annex-P: Form of Performance Security
(Bank Guarantee)
Guarantee No.____________________
Executed on _____________________
Expiry date _____________________
[Letter by the Guarantor to the Employer]
Name of Guarantor (Bank) with address:_______________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Contractor) with address:____________________________________
________________________________________________________________________
Penal Sum of Security (express in words and figures)_____________________________
________________________________________________________________________
Letter of Acceptance No. ________________________________Dated ______________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the
request of the said Principal we, the Guarantor above named, are held and firmly bound unto
the __________________________________________________ (hereinafter called the
Employer) in the penal sum of the amount stated above for the payment of which sum well and
truly to be made to the said Employer, we bind ourselves, our heirs, executors, administrators
and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
accepted the Employer's above said Letter of Acceptance for ________
________________________________ (Name of Contract) for the _______________
_______________________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all
the undertakings, covenants, terms and conditions of the said Documents during the original
terms of the said Documents and any extensions thereof that may be granted by the Employer,
with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and
truly perform and fulfill all the undertakings, covenants terms and conditions of the Contract
and of any and all modifications of said Documents that may hereafter be made, notice of which
modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise
to remain in full force and virtue till all requirements of Clause 49, Defects Liability, of
Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition
of any liability attaching to us under this Guarantee that the claim for payment in writing
shall be received by us within the validity period of this Guarantee, failing which we shall be
discharged of our liability, if any, under this Guarantee.
51
We, ____________________________________ (the Guarantor), waiving all objections and
defences under the Contract, do hereby irrevocably and independently guarantee to pay to the
Employer without delay upon the Employer's first written demand without cavil or arguments
and without requiring the Employer to prove or to show grounds or reasons for such demand
any sum or sums up to the amount stated above, against the Employer's written declaration
that the Principal has refused or failed to perform the obligations under the Contract which
payment will be effected by the Guarantor to Employer’s designated Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether
the Principal (Contractor) has duly performed his obligations under the Contract or has
defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum
or sums up to the amount stated above upon first written demand from the Employer forthwith
and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under
its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority
of its governing body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ Signature _______________
_______________________ Name __________________
Corporate Secretary (Seal)
Title ___________________
2. _______________________
_______________________ _______________________
Name, Title & Address Corporate Guarantor (Seal)
Annex- Q: Mobilization Advance Guarantee/Bond
Guarantee No._________________________ Date ______________________________
WHEREAS ______________(hereinafter called the 'Employer') has entered into a Contract for
___________________________________________________________
(Particulars of Contract)
with _________________ (hereinafter called the "Contractor').
AND WHEREAS, the Employer has agreed to advance to the Contractor, at the Contractor's
request, an amount of Rupees _________________________ (Rs _________ ) which amount
shall be advanced to the Contractor as per provisions of the Contract.
AND WHEREAS, the Employer has asked the Contractor to furnish Guarantee to secure the
mobilization advance for the performance of his obligations under the said Contract.
AND WHEREAS, ________________________________________________________ (Scheduled Bank in Pakistan or Insurance Company acceptable to the Employer)
(hereinafter called the “Guarantor”) at the request of the Contractor and in consideration of the
Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said
Guarantee.
NOW, THEREFORE, the Guarantor hereby guarantees that the Contractor shall use the
advance for the purpose of above mentioned Contract and if he fails and commits default in
fulfilment of any of his obligations for which the advance payment is made, the Guarantor shall
be liable to the Employer for payment not exceeding the aforementioned amount.
Notice in writing of any default, of which the Employer shall be the sole and final judge, on
the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first
written demand, payment shall be made by the Guarantor of all sums then due under this
Guarantee without any reference to the Contractor and without any objection.
This Guarantee shall remain in force until the advance is fully adjusted against payments from
the Interim Payment Certificates of the Contractor or until
_______________________________________whichever is earlier.
(Date)
The Guarantor's liability under this Guarantee shall not in any case exceed the sum of Rupees
_______________________________________(Rs _______________________).
This Guarantee shall remain valid up to the aforesaid date and shall be null and void after the
aforesaid date or earlier if the advance made to the Contractor is fully adjusted against
payments from Interim Payment Certificates of the Contractor provided that the Guarantor
agrees that the aforesaid period of validity shall be deemed to be extended if on the above
mentioned date the advance payment is not fully adjusted.
GUARANTOR
1. Signature _________________
2. Name _________________
3. Title _________________
WITNESS
1. ______________________
______________________
Corporate Secretary (Seal)
2. _______________________ __________________________
(Name Title & Address) Corporate Guarantor(Seal)
CONSTRUCTION OF HOSTEL BLOCK, INSTITUTE OF MOLECULAR
BIOLOGY & BIOTECHNOLOGY, BZU MULTAN AMOUNT OF WORK: - Rs. 67,217,045/- EARNEST MONEY: - Rs. 13,44,341/-
TIME LIMIT: - 12 Months
SCHEDULE-ITEMS Percentage above /below on composite
items rates notified by the Finance Department Government of the Punjab on website www.punjab.govt.pk for MRS, 1st BI-ANNUAL-2019 (1st JANUARY-2019 to
30th JUNE-2019) DISTRICT MULTAN
Sr.# Discription of Item Qty Unit Rate
(NON- SCHEDULE-ITEMS)
1
Providing and laying Master tiles 16" X 16"Granite effect, GEM series Polished (Dark color) SB laid in white cement on a bed of 3/4" thick cement mortar 1:2 and filling the joints with white cement pigment with matching colour, complete in all respects of quality as approved by the Engineer Incharge.( Floor tile)
21117.35 Sft P.Sft
2
Providing and laying ceramic cft matt tiles texture light color for flooring size 12"x12”x3/8" laid over 3/4" thick cement sand mortar (1:2) i/c filling joints in white cement and matching pigment i/c cutting charges complete in all respect as approved & directed by the engineer in-charge. (Master, Shabbir Tiles or equivalent)
474.81 Sft P Sft
3
Providing and ceramic premium tiles texture light color for skirting / dado size 8"x12”x3/8" laid over 3/4" thick cement sand mortar (1:2) i/c filling joints in white cement and matching pigment i/c cutting charges complete in all respect as approved & directed by the engineer in-charge. (Master, Shabbir Tiles or equivalent)
4555.5 sft P Sft
4
Providing and laying Bootisina/Verona or Equivalent (Approved by Architact / Engineer) Marble 3/4" thick upto Width of 12" and Length
from 1ft to 6 ft pre-polish laid over a bed of 3/4" thick
cement sand mortar 1:2 and filling the joints with white
cement pigment with matching colour, . complete in all
respects of quality as approved by the Engineer
Incharge.
1391.63 Sft P.Sft
5
Providing and laying Bootisina/tavera or Equivalent Marble 3/4" thick for stair marble top upto 6 ft length and above 1 ft. wide pre-polish laid over a bed of 3/4" thick cement sand mortar 1:2 and filling the joints with white cement pigment with matching colour, . complete in all respects of quality as approved by the Engineer Incharge.
734 Sft P.Sft
6
Providing And Fixing M.S. Hollow PressD Doors (Chowkhat for 9” Wall only) of 18 SWG welded with MS Holdfast 9" long , including filling chowkhat and emending holdfast in Cement Concrete 1:2:4 Single/Double Rebate including Painting Chowkhat 3 coats complete in all respect of the Design and Quality as approved by Engineer Incharge /PD.
385 Sft P.Sft
7
Providing And Fixing M.S. Hollow PressD Doors (Chowkhat for 4.5" Wall only) of 18 SWG welded with MS Holdfast 9" long , including filling chowkhat and emending holdfast in Cement Concrete 1:2:4 Single/Double Rebate including Painting Chowkhat 3 coats complete in all respect of the Design and Quality as approved by Engineer Incharge / PD.
2345 Sft P.Sft
8
Providing & Fixing 12mm thick Glass door i/c 3"x 1-1/2" 16 swg steel pipe outer frame & 3"x 1-1/2" (48 D) Aluminium section inner frame with floor machine, handle, lock i/c all accessories etc complete in all respect as approved by the Eng incharge.
84 Sft P.Sft
9 Providing and fixing vinylo(PVC Door) hinges white ore baige complete in all respect as approved by architact / engineer incharge.
626.5 Sft P.Sft
10
P/F Lemination Board 3/4" thick Cabinet i/c with Hnadle, Hinges, Screws etc compplete in all respect as approved by the engineer incharge..lower portion
411.25 Sft P.Sft
11
PROVIDING AND FIXING GRILL CONSISTING OF FRAME M.S.SQUARE PIPE 1"X1" 16 GAUGE & M.S SQUARE PIPE 1/2"X1/2" 18 GAUGE 6" C/C IN DIAGONAL BOTH SIDE INCLUDING FIXING IN POSITION AND PAINTINGS 03 COAT COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
2794 Sft P.Sft
12
P/f glazed earthen english commode with flush tank (fantasy/op6 by master) or equivalent including double seat cover (master/imported), tumble complete in all respect of colour and design as approved by engineer incharge/PD.
13 No Each
13
Providing and fitting glazed earthen ware water closet, (master or equilvent ) squatter type (orisa pattern) combined with foot rest. Faisal or equivalent as approved by the Engineer incharge/PD.
9 No Each
14
Providing and fixing plastic body flush cistern slim line 13.63 litter capacity (3 gallon) by master or equivalent etc complete in all respect as approved by engineer incharge/pd.
9 No Each
15
P/F of wash hand basin with pedestal (fantasy or equilvent by master) including all accessories for drain system like waste pipe, waste coupling complete in all respect of colour and design as approved by engineer incharge / PD.
13 No Each
16
Providing & Fixing of Bathroom Accessories and Fitting complete set ( Master, Dawn , Equivelent ) comprising of looking glass,shelf, towel rail, brush stand, 2 soap dish,small hook etc as approved by engineer incharge.
25 No Each
17 P/F Master Tee Stop Cock (3091-A) or equivalent etc Complete in all respect as approved by engineer incharge.
70 No Each
18 P/F Muslim shower with double bib cock complete in all respect as approved by engineer incharge.
25 No Each
19
Providing and fixing chroumim plated single lever by faisal oe equivalent comprising wall shower ,wash basin mixer t cock,double bib cok, muslam shower,waist basian complete with all respects as apprroved by the engineer incharg :
10 No Each
20
Providing and fixing chroumim plated mixing valve for wash hand basin,sinks or shower faisal or equivalent complete with all respects as apprroved by the engineer incharg :
20 No Each
21 P/F Steel Waste jali etc complete in all respect as approved by engineer incharge/PD.
20 No Each
22
P/F of wash hand basin with pedestal (fantasy or equilvent by master) including all accessories for drain system like waste pipe, waste coupling complete in all respect of colour and design as approved by engineer incharge / PD.
6 No Each
23
Providing, fixing, jointing and testing Polypropylene Random (PPR) pipes or approved equivalent pressure pipe for hot water as per DIN 8077-8078,PN-20 for pipes and DIN 16962,PN-25 for fittings (polyfusion welded joints) inside building including fittings and specials (sockets, tees, elbows, bends, crosses, reducers, adaptor, plugs and union etc.) supported on walls or suspended from roof slab or run in chases including pipe hangers, supports, cutting and making good the chases and holes, complete in all respects.as approved by engineer incharge /PD.
2 inch i/d 50mm 250 Rft Rft
1 1/2 inch i/d 40mm 163 Rft Rft
1 inch i/d 25 mm 156 Rft Rft
3/4 " inch 20 mm 728 Rft Rft
24
Providing, fixing, cutting, jointing and testing uPVC sewerage, Drainage & vent piping conforming to ISO 3633:1991 including uPVC Drainage fittings with solvent cement jointing include cost of clamping to walls and ceiling, hangers, supports, cutting through walls and providing sleeves through concrete slabs for pipelines and pipe fittings of the following diameter complete in all respect.
DO i) 150 (6") mm i/d 165 Rft Rft
DO ii) 100 (4") mm i/d 310 Rft Rft
DO iii) 80 (3") mm i/d 260 Rft Rft
DO iv) 50 (2") mm i/d 100 Rft Rft
25 P/F of valve for PPR pipes 20 mm as approved by engineer incharge. a) 3/4 inch
80 No Each
Supply at site, fabrication, installation, testing and commissioning of Main Distribution Board (MDB) , made of sheet steel 14 SWG, degreased and derusted, with 2 coats of antirust paint, 2 coats of powder coated paint of approved colour, protection classification IP-44, totally enclosed indoor floor mounting cubicle type in free standing design, with hinged door, handle including cost of all auxiliaries, internal wiring, designation lables on MCCBS, grounding bar suitable for system Voltage 415 V, 50 Hz, 3 Phase and neutral bus bars of 99.9% electrolytic copper, including cost of cable terminal blocks wiring from breakers, brass cable glands, all accessories complete in all respects. All incoming and outgoing breakers shall be accessible only by opening the front door having further M.S.
sheet cover gaskets shall also be provided where necessary.
All MCCBs shall be suitable to operate without any derating at 40°C ambient temperature and shall be of one make only. The sides of MDB shall also have louvers at bottom and top on sides of panel for hot air exhaust, wire mesh etc. The back of the panel shall be lockable door instead of bolted and shall conform to single line diagram
26
MAIN DISTRIBUTION BOARD ( MDB )
INCOMING
02 No 200 Amps TP MCCB RC 18hA (Adjustatise)
1 No Digital Voltmeter Scaled 0.500 Volts of appionate sizes
1 No Voltmeter Selector Switch
03 Nos Air Cooled ringType comet transformer 500Amps having suitable
1 No Airmeter Selector Switch
1 No Digital Airtmeter Scaled 0.400 Amps of appionate sizes
06 Nos Single pole 6 Amp ………
03 Nos R.Y.B Indication Lamps
04 Nos insulated copper bus bars electrolytic supper 99.9%
01 No surge protective device (SPO) 3P&1N type …. And 40KA reted
01 No Each
05 Nos Phase Future and Phase reversal relay …… Germany
01 No thermostatically controlled 230 Volts cubist Exhaust fan 6”x8” dia to be installed on Of MOB for hot air Exhaust including cost of ON-OFF switch wire mesh and necessary accessories / wiring complete in al respect.
OUTGOING
04-50 Amps TP MCCB RC=10KA
01-20 Amps TP MCCB RC=10KA
04-125 Amps TP MCCB RC=10KA
01-32Amps TP MCCB RC=10KA
01-40 Amps TP MCCB RC=10KA
03-50 Amps TP MCCB RC=18KA,(03 Spare Spare)
Brass cable stands suitable for 4 core PVC ………cable 600/1000 V grade as per drawings
01 Distribution Board (5’x4’x1-1/2”)
27
DISTRIBUTION BOARD BBP-N1&E1
02 No Each
SUPPLY AND ERECTION OF DISTRIBUTION BOARD 16SWG 18"X 24" INCLUDING CIRCUIT BREAKER ,FITTING COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-200 Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
05 No Cu. Bus bars ( 3P & 1N & 1E) of appropriate sized with heat shrinkable insulation and holes for 16 and 25sqmm cable at each bus bar and all necessary accessories / wiring, complete in all respects.
28
DISTRIBUTION BOARD DB-LGF1,DB-LFF1,DB-LGF-2,DB-LFF-2
04 No Each
SUPPLY AND ERECTION OF DISTRIBUTION BOARD 16SWG 18"X 24" INCLUDING CIRCUIT BREAKER ,FITTING COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-40Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
04-16Amps SP MCB RC=10kA
07-20Amps SP MCB RC=10kA
29
DISTRIBUTION BOARD DB-PGF1,DB-PFF1,DB-PGF2,DB-PFF2
04 No Each
SUPPLY AND ERECTION OF DISTRIBUTION BOARD 16SWG 18"X 24" INCLUDING CIRCUIT BREAKER ,FITTING COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-80Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
12-16Amps SP MCB RC=10kA
13-20Amps SP MCB RC=10kA
30
DISTRIBUTION BOARD DB-OD1
01 No Each
SUPPLY AND ERECTION OF DISTRIBUTION BOARD 16SWG 18"X 24" INCLUDING CIRCUIT BREAKER ,FITTING COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
INCOMING
1 No. 40 Amps TP MCCB RC 10kA
3 Nos. Phase indication lamps of colour Red, Yellow, Blue.
01 No. 0-500 VAC Voltmeter
01 No. Voltmeter selector switch
3 Nos. 2 Amps fuses
OUTGOING
01 Nos. 10 Amps SP MCB RC 10kA
03 Nos. 16 Amps SP MCB RC 10kA
03 Nos. 10 Amps SP MCB RC 10kA (Sapre)
31
DISTRIBUTION BOARD DB-N-RT
01 No Each
SUPPLY AND ERECTION OF DISTRIBUTION BOARD 16SWG 18"X 24" INCLUDING CIRCUIT BREAKER ,FITTING COMPLETE IN ALL RESPECT AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-40Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
04-16Amps SP MCB RC=10kA
04-20Amps SP MCB RC=10kA
32
Suuply & Erection of Ceiling down light 6" dia with 12 watt LED Philips or equivalent etc complete as approved by the engineer incharge.
150 No Each
33
S/E Energy sever 23 watt philips made or equvelent Complete in all respect as approved by Engineer incharge,
210 No Each
34 S/E of LED light pannel 24"x24" as approved by engineer Inchrage / Pd.
60 No Each
35 S/E of LED light /Security light 100 watt as approved by engineer Inchrage / Pd.
24 No Each
36
Supply and erection of Delux ModelCeiling Fan 56” Sweep complete with Capacitor ,Hanging Rod, Canopy, Blades, Dimmer. Nut Bolts Complete in all respect as approved by Engineer incharge.
180 No Each
37
Supply and erection of 18" dia bracket fan with fan brackets and controlling cord. Fan shall be made with 99% purity Copper windings Complete in all respect as approved by Engineer incharge.
15 No Each
38
Supply and erection of 12 '' dia exhaust fan with metallic body fan blades and louvers Complete in all respect as approved by Engineer incharge.
26 No Each
39 P/F Fan Box (Papular) complete in all respect as approved by engineer incharge
180 No Each
40
Supply and Erection 10 Amps, 250Volts one way, Four gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
80 No Each
41
Supply and Erection 10 Amps, 250Volts one way, Ten gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
40 No Each
42
Supply and Erection 10 Amps, 250Volts one way, Six gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
40 No Each
43
Supply and Erection 10 Amps, 250Volts one way, Eight gang light control switches including appropriate size concealed MS, powder coated back box complete in all respect as approved by engineer incharge.
80 No Each
44
S/E of 20 Amps, 250Volts, 3 pin switch socket unit round pin including appropriate size MS, powder coated back box complete in all respect as approved by engineer incharge.
180 No Each
45
S/E of 10 Amps, 250Volts, 3 pin switch socket unit round pin including appropriate size MS, powder coated back box complete in all respect as approved by engineer incharge.
180 No Each
46
S/E of Earthing consiting of copper wire, copper rod i/c G.I pipe boring & testing etc copmlete in all respect as approved by Enginner Incharge.
04 No Each
REQUEST OF PROPOSAL (RFP)
(Civil Works)
For
Construction of Animal House, Glass house and Gen. Set room
January , 2019
Institute of Molecular Biology and Biotechnology,
Bahauddin Zakariya University, Multan.
Phone# 0092-061-9210071
2
TABLE OF CONTENTSINVITATION FOR BIDS
TABLE OF CONTENTSINVITATION FOR BIDS ........................................................................................... 2
INSTRUCTIONS TO BIDDERS .................................................................................................................... 4
INSTRUCTIONS TO BIDDERS ................................................................................................................ 5
A. GENERAL ............................................................................................................................. 5
B. BIDDING DOCUME.NTS ........................................................................................................... 6
C. PREPARATION OF BIDS ............................................................................................................ 6
D. SUBMISSION OF BIDS ............................................................................................................ 11
E. BID OPENING AND EVALUATION .......................................................................................... 13
F. AWARD OF CONTRACT .......................................................................................................... 16
BIDDING DATA ...................................................................................................................................... 19
Bidding Data ...................................................................................................................................... 20
SCOPE OF WORK ................................................................................................................................... 22
SCOPE OF WORK ............................................................................................................................... 22
Time Period ....................................................................................................................................... 22
Technical and Financial Evaluation Criteria .......................................................................................... 23
The weightage given to the Technical & Financial Proposal............................................................. 24
Annex-A: Undertaking ........................................................................................................................... 28
Annex-B: Technical Proposal Submission Form (Part of Technical Bid Envelope) ................................ 29
Annex-C: Technical Proposal Forms ...................................................................................................... 30
Tech Form 1: Bidder’s Organization ...................................................................................................... 30
Tech Form 2: General Information ....................................................................................................... 31
Tech Form 3: Financial Capability of Single Entity ................................................................................ 32
Tech Form 4: Financial Capability of JV / Consortium of Firms ............................................................ 33
Annex-D: Technical Proposal Checklist ................................................................................................. 34
Annex-E: Financial Capacity of the Bidder ............................................................................................ 35
Annex -F: Special Stipulations ............................................................................................................... 36
Annex -G: Bill of Quantities .................................................................................................................. 37
Annex -H: Proposed Construction Schedule ........................................................................................ 38
Annex -I: Method of Performing the Work ........................................................................................... 39
Annex -J: List of Major Equipment ........................................................................................................ 40
Annex -K: Construction Camp and Housing Facilities ........................................................................... 41
Annex -L: List of Subcontractors ........................................................................................................... 42
Annex -M: Estimated Progress Payments ............................................................................................. 43
3
Annex -N: Integrity Pact ....................................................................................................................... 44
Annex-O: List of Approved Manufacturers ........................................................................................... 45
Annex-P: Form of Performance Security .............................................................................................. 50
Annex- Q: Mobilization Advance Guarantee/Bond ................................................................................ 2
INVITATION FOR BIDS
Date: ______________
Loan / Credit No. ______________
Bid Reference No.: ______________
1. The Institute of Molecular Biology and Biotechnology, Bahauddin Zakariya
University, Multan (the Employer”) has received a grant from the Higher Education
Commission (HEC) towards the cost of PC-1 titled “Strengthening of Institute of
Biotechnology at Bahauddin Zakariya University, Multan” and it is intended that part
of the proceeds of the budget will be applied to eligible payments under the Contract
for the Construction of Animal House, Glass house, And Gen. set room. Bidding is
open to all eligible Bidders.
2. The Employer invites sealed bids from eligible firms or persons licensed by the Pakistan
Engineering Council in the appropriate category for the Works. A foreign bidder is
entitled to bid only in a joint venture with a Pakistani constructor in accordance with
the relevant provisions of PEC bye-laws.
3. Bidders may obtain further information from, inspect at and acquire the Bidding
Documents from the University Engineer Office of the Employer, at Bahauddin
Zakariya University, Multan
4. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Double
Envelope) procedures specified in the Punjab Procure Rules PPR 2014 (amended till
date), and is open to all eligible bidders as defined in the bidding document.
A complete set of Bidding Documents may be purchased by an interested bidder on
submission of a written application to the above office and upon payment of a non-
refundable fee of Rs.10000/- (Ten thousand only).
5. All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
Bids will be opened at 12.30pm hours on the same day, in the presence of bidder’s
representatives who choose to attend at the Committee Room, BZU, Multan
6. The bidders are requested to give their best and final prices as no negotiations are
expected.
7. Taxes will be deducted as per applicable government rules. NTN and Sales Tax
registration certificate must be provided.
8. For obtaining any further information or clarifications, please contact the person named
below:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
4
INSTRUCTIONS TO BIDDERS
5
INSTRUCTIONS TO BIDDERS
(Note: These Instructions to Bidders along with Bidding Data will not be part of the Contract
and will cease to have effect once the contract is signed.)
A. GENERAL IB.1 Scope of Bid
1.1 The Employer as defined in the Bidding Data hereinafter called “the Employer” wishes
to receive bids for the construction and completion of works as described in these
Bidding Documents, and summarised in the Bidding Data hereinafter referred to as the
“Works”.
1.2 The successful bidder will be expected to complete the Works within the time specified
in Annex-F
IB.2 Source of Funds
2.1 The Employer has received a budget from the source indicated in the Bidding Data in
Pak rupees towards the cost of the project specified in the Bidding Data and it is
intended that part of the proceeds of this budget will be applied to eligible payments
under the Contract for which these Bidding Documents are issued.
IB.3 Eligible Bidders
3.1 This Invitation for Bids is open to all bidders meeting the following requirements:
e. Duly licensed by the Pakistan Engineering Council (PEC) in the
category relevant to the value of the Works.
f. An applicant must not be black listed by any government / semi
government / autonomous body in Pakistan and anywhere in the world.
c an applicant should be registered with Federal Board of Revenue
Pakistan (NTN) and Punjab Revenue Authority (PRA) and submit
documentary evidence as per clause IB 26.6.
d the bidder shall submit all the documents mentioned in Annex-D and
mentioned in bidding data sheet.
IB.4 One Bid per Bidder
4.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint
venture. A bidder who submits or participates in more than one bid (other than
alternatives pursuant to Clause IB.16) will be disqualified.
IB.5 Cost of Bidding
5.1 The bidders shall bear all costs associated with the preparation and submission of their
respective bids and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
IB.6 Site Visit
6.1 The bidders are advised to visit and examine the Site of Works and its surroundings and
obtain for themselves on their own responsibility all information that may be necessary
for preparing the bid and entering into a contract for construction of the Works. All cost
in this respect shall be at the bidder’s own expense.
6.2 The bidders and any of their personnel or agents will be granted permission by the
Employer to enter upon his premises and lands for the purpose of such inspection, but
only upon the express condition that the bidders, their personnel and agents, will release
and indemnify the Employer, his personnel and agents from and against all liability in
respect thereof and will be responsible for death or personal injury, loss of or damage
to property and any other loss, damage, costs and expenses incurred as a result of such
inspection.
B. BIDDING DOCUME.NTS IB.7 Contents of Bidding Documents
7.1 The Bidding Documents, in addition to invitation for bids, are those stated below and
should be read in conjunction with any Addenda issued in accordance with Clause IB.9.
13) Instructions to Bidders.
14) Bidding Data.
15) General Conditions of Contract,
16) Form of Bid & Appendices to Bid.
17) Bill of Quantities.
18) Drawings.
7.2 The bidders are expected to examine carefully the contents of all the above documents.
Failure to comply with the requirements of bid submission will be at the Bidder’s own
risk. Pursuant to Clause IB.26, bids which are not substantially responsive to the
requirements of the Bidding Documents will be rejected.
IB.8 Clarification of Bidding Documents
8.1 Any prospective bidder requiring any clarification (s) in respect of the Bidding
Documents may notify the Employer in writing at the Employer’s address indicated in
the Invitation for Bids. The Employer will respond to any request for clarification which
he receives earlier than 08 days prior to the deadline for submission of bids.
Copies of the Employer’s response will be forwarded to all purchasers of the Bidding
Documents, including a description of the enquiry but without identifying its source.
IB.9 Amendment of Bidding Documents
9.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective bidder, modify the Bidding Documents by issuing addendum.
9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-
Clause 7.1 hereof and shall be communicated in writing to all purchasers of the Bidding
Documents. Prospective bidders shall acknowledge receipt of each addendum in
writing to the Employer.
9.3 To afford prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may extend the deadline for submission
of bids in accordance with Clause IB.20
C. PREPARATION OF BIDS
IB.10 Language of Bid
10.1 The bid and all correspondence and documents related to the bid exchanged by a bidder
and the Employer shall be in the bid language stipulated in the Bidding Data.
Supporting documents and printed literature furnished by the bidders may be in any
other language provided the same are accompanied by an accurate translation of the
relevant parts in the bid language, in which case, for purposes of evaluation of the bid,
the translation in bid language shall prevail.
Engineer Incharge Contractor
IB.11 Documents Accompanying the Bid
11.1 Each bidder shall:
a. Name of firm/contractor with year of establishment along with Postal Address
and telephone number.
b. Partnership deed of the firm
c. Name of Technical Supervisory Staff along with their qualification/experience
& proof for their stay with the firm, with fresh affidavit as per criteria
d. Permanent staff, business management staff, finances management staff.(proof)
e. Detail of Machinery such as shuttering, scaffolding, water Lorries, concrete
mixer machines, concrete vibrators, plate compactor complete in all respect
giving their model, make, condition & location. Proof of possession of such
machinery is also required.
f. Year of establish of firm.
g. No. of project of similar nature and general works in hand and completed.
(Details should be given)
h. Financial outlay amount of similar/specialized.
i. Registration/Clearance from Income Tax Department.
j. Detail of Court cases if any/arbitration cases etc.
k. Enlistment with concerned Government Departments.
l. Detail of financial soundness.
m. Undertaking on judicial paper that the firm was never black listed by any
Government, Semi Govt. Organization.
n. Copy of Valid Registration with Pakistan Engineering Council. Any additional
information with documents in addition to the above that the firm might like to
furnish in support of their application.
o. Furnish a technical proposal taking into account the various Appendices
specially the following:
▪ Proposed Construction Schedule
▪ Method of Performing the Work
▪ List of Major Equipment
▪ Organization Chart for Supervisory Staff
11.2 Bids submitted by a Joint Venture / Consortium shall include a copy of the Joint
Venture / Consortium Agreement entered into by all partners. Alternatively, a Letter of
Intent to execute a Joint Venture / Consortium Agreement can be submitted at the time
of bid submission, however in the event of a successful bid, successful bidder shall
submit an agreement signed by all partners and submit it before signing of agreement
with Employer. The role to be played by each partner to be specified therein. Bids
submitted by a joint venture / consortium of two (2) or more firms shall comply with
the following requirements: Bids submitted by a joint venture of two (2) or more firms
shall comply with the following requirements:
(a) the bid and in case of a successful bid, the Form of Contract Agreement shall
be signed so as to be legally binding on all partners;
(b) one of the joint venture partners shall be nominated as being in charge; and this
authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the joint venture partners;
(c) the partner-in-charge shall always be duly authorized to deal with the Employer
regarding all matters related with and/or incidental to the execution of Works as
per the terms and Conditions of Contract and in this regard to incur any and all
liabilities, receive instructions, give binding undertakings and receive payments
on behalf of the joint venture;
(d) all partners of the joint venture shall at all times and under all circumstances be
liable jointly and severally for the execution of the Contract in accordance with
the Contract terms and a statement to this effect shall be included in the
authorization mentioned under Sub-Para(b) above as well as in the Form of Bid
and in the Form of Contract Agreement (in case of a successful bid); and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid stating the conditions under which it will function, its
period of duration, the persons authorized to represent and obligate it and which
persons will be directly responsible for due performance of the Contract and
can give valid receipts on behalf of the joint venture, the proportionate
participation of the several firms forming the joint venture, and any other
information necessary to permit a full appraisal of its functioning. No
amendments / modifications whatsoever in the joint venture agreement shall be
agreed to between the joint venture partner without prior written consent of
the Employer.
11.3 Bidders shall also submit proposals of work methods and schedule, in sufficient detail
to demonstrate the adequacy of the Bidders’ proposals to meet the technical
specifications and the completion time referred to in Sub-Clause 1.2 hereof.
IB.12 Bid Prices
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole of the Works as described in Sub-Clause 1.1 hereof, based on the unit
rates and / or prices submitted by the bidder.
12.2 The bidders shall fill in rates and prices for all items of the Works described in
the Bill of Quantities. Items against which no rate or price is entered by a bidder
will not be paid for by the Employer when executed and shall be deemed
covered by rates and prices for other items in the Bill of Quantities.
12.3 All duties, taxes and other levies payable by the Contractor under the Contract,
or for any other cause, as on the date 01 days prior to the deadline for submission
of bids shall be included in the rates and prices and the total Bid Price submitted
by a bidder.
Additional / reduced duties, taxes and levies due to subsequent additions or
changes in legislation shall be reimbursed / deducted as per Clause 55 of the
General Conditions of Contract Part-I.
12.4 The rates and prices quoted by the bidders are subject to adjustment during the
performance of the Contract in accordance with the provisions of Clause 55 of
the Conditions of Contract.
Engineer Incharge Contractor
IB.13 Currencies of Bid and Payment
13.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak rupees.
13.2 The rates of exchange to be used by the bidder for currency conversion shall be
the TT&OD Selling Rates published or authorized by the State Bank of Pakistan
prevailing on the date 01 days prior to the deadline for submission of bids.
13.3 For the purpose of payments, the exchange rates used in bid preparation shall
apply for the duration of the Contract.
IB.14 Bid Validity
14.1 Bids shall remain valid for the period stipulated in the Bidding Data after the
Date of Bid Opening specified in Clause IB.23.
14.2 In exceptional circumstances, prior to expiry of the original bid validity period,
the Employer may request that the bidders extend the period of validity for a
specified additional period which shall in no case be more than the original bid
validity period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting his Bid Security. A bidder
agreeing to the request will not be required or permitted to modify his bid, but
will be required to extend the validity of his Bid Security for the period of the
extension, and in compliance with Clause IB.15 in all respects.
IB.15 Bid Security
15.1 Each bidder shall furnish, as part of his bid, a Bid Security in the amount
stipulated in the Bidding Data in Pak Rupees
15.2 The Bid Security shall be, at the option of the bidder, in the form of Deposit at
Call or a Bank Guarantee issued by a Scheduled Bank in Pakistan or from a
foreign bank duly counter guaranteed by a Scheduled Bank in Pakistan in favour
of the Employer valid for a period 28 days beyond the Bid Validity date.
15.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the
Employer as non-responsive.
15.4 The bid securities of unsuccessful bidders will be returned as promptly as
possible, but not later than 28 days after the expiration of the period of Bid
Validity.
15.5 The Bid Security of the successful bidder will be returned when the bidder has
furnished the required Performance Security and signed the Contract
Agreement.
15.6 The Bid Security may be forfeited:
(a) if the bidder withdraws his bid except as provided in Sub-Clause 22.1;
(b) if the bidder does not accept the correction of his Bid Price pursuant to
Sub-Clause 27.2 hereof; or
(c) In the case of successful bidder, if he fails within the specified time limit
to:
(i) furnish the required Performance Security; or
(ii) sign the Contract Agreement.
IB.16 Alternate Proposals by Bidder
16.1 Not Acceptable
IB.17 Pre-Bid Meeting
17.1 The Employer may, on his own motion or at the request of any prospective
bidder(s), hold a pre-bid meeting to clarify issues and to answer any questions
on matters related to the Bidding Documents. The date, time and venue of pre-
bid meeting, if convened, is as stipulated in the Bidding Data. All prospective
bidders or their authorized representatives shall be invited to attend such a pre-
bid meeting.
17.2 The bidders are requested to submit questions, if any, in writing so as to reach
the Employer not later than seven (07) days before the proposed pre-bid
meeting.
17.3 Minutes of the pre-bid meeting, including the text of the questions raised and
the replies given, will be transmitted without delay to all purchasers of the
Bidding Documents. Any modification of the Bidding Documents listed in Sub-
Clause 7.1 hereof which may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to Clause IB.9 and not through the minutes of the pre-bid
meeting.
17.4 Absence at the pre-bid meeting will not be a cause for disqualification of a
bidder.
IB.18 Format and Signing of Bid
18.3 Bidders are particularly directed that the amount entered on the Form of Bid
(Financial Proposal) shall be for performing the Contract strictly in accordance
with the Bidding Documents.
18.2 All documents submitted with bid including appendices and schedules to bid
are to be properly completed, signed and stamped.
18.3 No alteration / cutting / over writing is to be made in the Financial Proposal nor
in the Appendices and Schedules thereto except in filling up the blanks as
directed. If any such alterations be made or if these instructions be not fully
complied with, the bid may be rejected.
18.4 The Bidder shall prepare one original of the Technical Proposal and one original
of the Financial Proposal comprising the Bid as described in Bidding Data Sheet
against IB 11 and clearly mark it “ORIGINAL TECHNICAL PROPOSAL” and
“ORIGINAL FINANCIAL PROPOSAL” both hard and soft copy (CD) In
addition, the Bidder shall submit two (2) copies (both technical and financial
proposal in hard as well as Soft copy (CD) of the Bid one “copy of technical
proposal” and other “copy of financial proposal” and clearly mark each of them
Engineer Incharge Contractor
“COPY.” In the event of any discrepancy between the original and the copies
in hard, the original electronic version shall prevail.
18.5 The original and all copies of the bid shall be typed or written in indelible ink
(in the case of copies, Photostats are also acceptable) and shall be signed by a
person or persons duly authorized to sign on behalf of the bidder pursuant to
Sub- Clause 11.1(a) hereof. All pages of the bid shall be initialed and stamped
by the person or persons signing the bid.
18.6 The bid shall contain no alterations, omissions or additions, except to comply
with instructions issued by the Employer, or as are necessary to correct errors
made by the bidder, in which case such corrections shall be initialed by the
person or persons signing the bid.
18.7 Bidders shall indicate in the space provided in the Form of Bid their full and
proper addresses at which notices may be legally served on them and to which
all correspondence in connection with their bids and the Contract is to be sent.
18.8 Bidders should retain a copy of the Bidding Documents as their file copy.
D. SUBMISSION OF BIDS
IB.19 Sealing and Marking of Bids
19.1 Each bidder shall submit his bid as under:
(a) ORIGINAL and each copy( electronic/ soft and hard copy) of the Bid
shall be separately sealed and put in separate envelopes and marked as
such.
(b) The envelopes containing the ORIGINAL and copies will be put in one
sealed envelope and addressed / identified as given in Sub- Clause 19.2
hereof.
(c) The Technical Proposal (Envelope-A) & the Financial Proposal
(Envelope-B) should comprise of documents listed in bidding data sheet
which shall be placed in separate envelopes in accordance with IB 11.1.
19.2 The inner and outer envelopes shall:
(a) be addressed to the Employer at the address provided in the Bidding
Data;
(b) bear the name and identification number of the contract as defined in the
Bidding Data; and
(c) provide a warning not to open before the time and date for bid opening,
as specified in the Bidding Data.
19.3 In addition to the identification required in Sub- Clause 19.2 hereof, the inner
envelope shall indicate the name and address of the bidder to enable the bid to
be returned unopened in case it is declared “late” pursuant to Clause IB.21
19.4 If the outer envelope is not sealed and marked as above, the Employer will
assume no responsibility for the misplacement or premature opening of the Bid.
IB.20 Deadline for Submission of Bids
20.1 (a) Bids must be received by the Employer at the address specified no later
than the time and date stipulated in the Bidding Data.
(b) Bids with charges payable will not be accepted, nor will arrangements
be undertaken to collect the bids from any delivery point other than that
specified above. Bidders shall bear all expenses incurred in the
preparation and delivery of bids. No claims will be entertained for
refund of such expenses.
(c) Where delivery of a bid is by mail and the bidder wishes to receive an
acknowledgment of receipt of such bid, he shall make a request for such
acknowledgment in a separate letter attached to but not included in the
sealed bid package.
(d) Upon request, acknowledgment of receipt of bids will be provided to
those making delivery in person or by messenger.
20.2 The Employer may, at his discretion, extend the deadline for submission of bids
by issuing an amendment in accordance with Clause IB.9, in which case all
rights and obligations of the Employer and the bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
IB.21 Late Bids
21.1 (a) Any bid received by the Employer after the deadline for submission of
bids prescribed in Clause IB.20 will be returned unopened to such
bidder.
(b) Delays in the mail, delays of person in transit, or delivery of a bid to the
wrong office shall not be accepted as an excuse for failure to deliver a
bid at the proper place and time. It shall be the bidder’s responsibility to
determine the manner in which timely delivery of his bid will be
accomplished either in person, by messenger or by mail.
IB.22 Modification, Substitution and Withdrawal of Bids
22.1 Any bidder may modify, substitute or withdraw his bid after bid submission
provided that the modification, substitution or written notice of withdrawal is
received by the Employer prior to the deadline for submission of bids.
22.2 The modification, substitution, or notice for withdrawal of any bid shall be
prepared, sealed, marked and delivered in accordance with the provisions of
Clause IB.19 with the outer and inner envelopes additionally marked
“MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as
Engineer Incharge Contractor
appropriate.
22.3 No bid may be modified by a bidder after the deadline for submission of bids
except in accordance with Sub-Clauses 22.1 and 27.2.
22.4 Withdrawal of a bid during the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified in the Form of Bid
may result in forfeiture of the Bid Security in pursuance to Clause IB.15.
E. BID OPENING AND EVALUATION
IB.23 Bid Opening
23.1 The Employer will open the bids, including withdrawals, substitution and
modifications made pursuant to Clause IB.22, in the presence of bidders’
representatives who choose to attend, at the time, date and location stipulated in
the Bidding Data. The bidders’ representatives who are present shall sign a
register evidencing their attendance.
23.2 Envelopes marked “MODIFICATION”, “SUBSTITUTION” or
“WITHDRAWAL” shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause IB.22
shall not be opened.
23.9 The bidder’s name, total Bid Price and price of any Alternate Proposal(s), any
discounts, bid modifications, substitution and withdrawals, the presence or
absence of Bid Security, and such other details as the Employer may consider
appropriate, will be announced by the Employer at the opening of bids.
23.10 Employer shall prepare minutes / proceedings of the bid opening, including
the information disclosed to those present in accordance with the Sub-Clause
23.3.
23.11 Bids complying with the bidding data and other requirements / eligibility criteria
mentioned in IB 3 shall be opened for technical evaluation
IB.24 Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation and
comparison of bid and recommendations for the award of a contract shall not be
disclosed to bidders or any other person not officially concerned with such
process before the announcement of bid evaluation report which shall be done
at least ten (10) days prior to issue of Letter of Acceptance. The announcement
to all Bidders will include table(s) comprising read out prices, discounted prices,
price adjustments made, final evaluated prices and recommendations against all
the bids evaluated. Any effort by a bidder to influence the Employer’s
processing of bids or award decisions may result in the rejection of such bidder’s
bid. Whereas any bidder feeling aggrieved may lodge a written complaint not
later than fifteen (15) days after the announcement of the bid evaluation report;
however mere fact of lodging a complaint shall not warrant suspension of the
procurement process.
IB.25 Clarification of Bids
25.1 To assist in the examination, evaluation and comparison of bids, the Employer
may, at his discretion, ask any bidder for clarification of his bid, including
breakdowns of unit rates. The request for clarification and the response shall be
in writing but no change in the price or substance of the bid shall be sought,
offered or permitted except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the bids in accordance
with Clause IB.28.
IB.26 Examination of Bids and Determination of Responsiveness
26.1 Prior to the detailed evaluation of bids, the Employer will determine whether
each bid is substantially responsive to the requirements of the Bidding
Documents.
26.2 The Employer shall confirm that all the documents and information have been
provided for evaluation of Technical Proposals as mentioned in clause IB 3 &
Annex-D.
26.3 A substantially responsive bid is one which (i) meets the eligibility criteria; (ii)
has been properly signed; (iii) is accompanied by the required Bid Security; and
(iv) conforms to all the terms, conditions and specifications of the Bidding
Documents, without material deviation or reservation. A material deviation or
reservation is one (i) which affect in any substantial way the scope, quality or
performance of the Works; (ii) which limits in any substantial way, inconsistent
with the Bidding Documents, the Employer’s rights or the bidder’s obligations
under the Contract; or (iii) adoption/rectification whereof would affect unfairly
the competitive position of other bidders presenting substantially responsive
bids.
26.4 At the end of the evaluation of the Technical Proposals, the Employer will invite
only those bidders who have submitted substantially responsive Technical
Proposals and who have been determined as being qualified to attend the
opening of the Financial Proposals.
The date, time, and location of the opening of Financial Proposals will be
communicated in writing by the Employer. Bidders shall be given reasonable
notice for the opening of Financial Proposals.
26.5 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Proposals being substantially non-responsive to the
requirements of the Bidding Document and return their Financial Proposals
unopened before inviting others determined as being qualified, to attend the
opening of Financial Proposals.
26.6 The Employer shall conduct the opening of Financial Proposals of all Bidders
who submitted substantially responsive Technical Proposals and technically
qualified, publicly in the presence of Bidders` representatives who choose to
attend at the address, date and time specified by the Employer. The Bidders’
representatives who are present shall be requested to sign a register/sheet
evidencing their attendance.
26.7 Envelopes containing Financial Proposals shall be opened one at a time and
the following read out and recorded:
(a) The name of the Bidder;
(b) The Financial Proposals, including any discounts; &
Engineer Incharge Contractor
(c) Any other details as the Employer may consider appropriate.
Only Financial Proposals and discounts, read out and recorded during the
opening of Financial Proposals shall be considered for evaluation.
26.8 If a bid is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the
non-conforming deviation or reservation.
IB.27 Correction of Errors
27.1 Bids determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the amounts in figures and in
words, the amount in words will govern; and
(b) where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern, unless in the opinion of the Employer there is an
obviously gross misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern and the unit rate will
be corrected.
27.2 The amount stated in the Form of Bid will be adjusted by the Employer in
accordance with the above procedure for the correction of errors and with the
concurrence of the bidder, shall be considered as binding upon the bidder. If the
bidder does not accept the corrected Bid Price, his Bid will be rejected, and the
Bid Security shall be forfeited in accordance with Sub- Clause 15.6(b) hereof.
IB.28 Evaluation and Comparison of Bids
28.1 The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Clause IB.26.
28.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated
Bid Price by adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause IB.27;
(b) excluding Provisional Sums and the provision, if any, for contingencies
in the Summary Bill of Quantities, but including competitively priced
Daywork; and
(e) making an appropriate adjustment for any other acceptable variation or
deviation.
28.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be taken
into account in Bid evaluation.
28.4 If the Bid of the successful bidder is seriously unbalanced in relation to the
Employer’s estimate of the cost of work to be performed under the Contract, the
Employer may require the bidder to produce detailed price analyses for any or
all items of the Bill of Quantities to demonstrate the internal consistency of
those prices with the construction methods and schedule proposed. After
evaluation of the price analyses, the Employer may require that the amount of
the Performance Security set forth in Clause IB.32 be increased at the expense
of the successful bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful bidder under the Contract
IB-29 Post Qualification of the Bidder
29.1 The Employer shall determine to its satisfaction whether the Bidder that is
selected as having submitted the lowest evaluated and substantially responsive
Bid is qualified to perform the Contract satisfactorily.
29.2 The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the Bidder.
29.3 An affirmative determination shall be a prerequisite for award of the Contract
to the Bidder. A negative determination shall result in disqualification of the
Bid, in which event the Employer shall proceed to the next lowest evaluated bid
to make a similar determination of that Bidder’s capabilities to perform
satisfactorily.
F. AWARD OF CONTRACT
IB.30 Award
30.3Subject to Clauses IB.31 and IB.35, the Employer will award the Contract to the
bidder whose bid has been determined to be substantially responsive to the
Bidding Documents and who has offered the lowest evaluated Bid Price, provided
that such bidder has been determined to be eligible in accordance with the
provisions of Clause IB.3 and qualify pursuant to Sub-Clause IB 30.2.
30.2 The Employer, at any stage of the bid evaluation, having credible reasons for or
prima facie evidence of any defect in supplier’s or contractor’s capacities, may
require the suppliers or contractors to provide information concerning their
professional, technical, financial, legal or managerial competence whether
already pre-qualified or not:
Provided that such qualification shall only be laid down after recording reasons
therefor in writing. They shall form part of the records of that bid evaluation
report.
IB.31 Employer’s Right to Accept any Bid and to Reject any or all Bids
31.1 Notwithstanding Clause IB.30, the Employer reserves the right to accept or
reject any Bid, and to annul the bidding process and reject all bids, at any time
prior to award of Contract, without thereby incurring any liability to the affected
bidders or any obligation except that the grounds for rejection of all bids shall
upon request be communicated to any bidder who submitted a bid, without
justification of grounds. Rejection of all bids shall be notified to all bidders
promptly.
32.1 At the time the Contract is awarded, the Employer reserves the right to increase
or decrease the quantity of work originally specified in Delivery and
Completion Schedules, provided this does not exceed the percentages indicated
in the Bidding Data, and without any change in the unit prices or other terms
Engineer Incharge Contractor
and conditions of the Bid and the Bidding Document.
IB.32 Notification of Award
32.3Prior to expiration of the period of bid validity prescribed by the Employer, the
Employer will notify the successful bidder in writing (“Letter of Acceptance”)
that his Bid has been accepted. This letter shall name the sum which the Employer
will pay the Contractor in consideration of the execution and completion of the
Works by the Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called the “Contract Price”).
32.2 No Negotiation with the bidder having evaluated as lowest responsive or any
other bidder shall be permitted, however, Employer may have clarification
meetings to get clarify any item in the bid evaluation report.
32.3 The notification of award and its acceptance by the bidder will constitute the
formation of the Contract, binding the Employer and the bidder till signing of
the formal Contract Agreement.
32.4 Upon furnishing by the successful bidder of a Performance Security, the
Employer will promptly notify the other bidders that their Bids have been
unsuccessful and return their bid securities.
IB.33 Performance Security
33.1 The successful bidder shall furnish to the Employer a 5 % of bid price as
Performance Security in the form and the amount stipulated in the Bidding Data
and the Conditions of Contract within a period of 28 days after the receipt of
Letter of Acceptance.
33.2 Failure of the successful bidder to comply with the requirements of Sub-Clause
IB.33.1 or Clauses IB.34 or IB.36 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the Bid Security.
IB.34 Signing of Contract Agreement
34.1 Within 14 days from the date of furnishing of acceptable Performance Security
under the Conditions of Contract, the Employer will send the successful bidder
the Contract Agreement in the form provided in the Bidding Documents,
incorporating all agreements between the parties.
34.2 The formal Agreement between the Employer and the successful bidder shall
be executed within 14 days of the receipt of the Contract Agreement by the
successful bidder from the Employer.
IB.35 General Performance of the Bidders
The Employer reserves the right to obtain information regarding performance of the
bidders on their previously awarded contracts/works. The Employer may in case of
consistent poor performance of any Bidder as reported by the employers of the
previously awarded contracts, interalia, reject his bid and/or refer the case to the
Pakistan Engineering Council (PEC). Upon such reference, PEC in accordance with its
rules, procedures and relevant laws of the land take such action as may be deemed
appropriate under the circumstances of the case including black listing of such Bidder
and debarring him from participation in future bidding for similar works.
IB.36 Integrity Pact
The Bidder shall sign and stamp the Integrity Pact provided at Annex-M to Bid in the
Bidding Documents for all Federal Government procurement contracts exceeding
Rupees ten million. Failure to provide such Integrity Pact shall make the bidder non-
responsive.
IB.37 Instructions not Part of Contract
Bids shall be prepared and submitted in accordance with these Instructions which are
provided to assist bidders in preparing their bids, and do not constitute part of the Bid
or the Contract Documents.
IB-38 Margin of Preference
Unless otherwise specified in the Bidding Data, no margin of preference shall apply.
Engineer Incharge Contractor
BIDDING DATA
BD-2
Bidding Data Clause Reference
1.1 Name and address of the Employer:
Bahauddin Zakariya University Address: University Engineer Office, Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
1.1 Name of the Project & Summary of the Works:
PC1- Strengthening of Institute of Biotechnology at Bahauddin Zakariya University,
Multan
2.1 Name of the Funding Agency:
Higher Education Commission, Pakistan
3.1 Language:
The language shall be English.
4.1 (b & c) Furnish with Technical Proposal
The bidder shall furnish its technical proposal taking into account the following
Annexures & forms;
xxxiii. Annex-A: Undertaking
xxxiv. Annex-B: Technical Proposal Submission Form
xxxv. Annex-C Tech Form 1: Technical Proposal Forms
xxxvi. Tech Form 2: General Information
xxxvii. Tech Form 3: Financial Capability of Single Entity (if applicable)
xxxviii. Tech Form 4: Financial Capability of JV / Consortium of Firms (if
applicable)
xxxix. Annex-D: Technical Proposal Checklist
xl. Annex-E: Financial Capacity of the Bidder
xli. Annex-F: Special Stipulations
xlii. Annex-G: Bill of Quantities
xliii. Annex-H: Proposed Construction Schedule
xliv. Annex-I: List of Major Equipment
xlv. Annex-K: Construction camp and housing Facilities
xlvi. Annex L: List of Sub-Contractors
xlvii. Annex M: Estimates Progress Payments
xlviii. Annex-N: Integrity Pact
5.1 Currencies of Bid and Payment
The unit rates and the prices shall be quoted by the Bidder entirely in Pak Rupees
(PKR)
6.1 Period of Bid Validity
The period of Bid Validity shall be 90 days after the opening of Bid.
7.1 Amount of Bid Security
All bids must be accompanied by a Bid Security/ Earnest Money @2 % of the estimate
amount in shape of CDR/ Bank Draft/ Cashier’s Cheques or an equivalent amount in a
freely convertible currency, and must be delivered to University Engineer Office,
Bahauddin Zakariya University, Multan at or before 12:00pm hours, on 20-02-2019.
8.1 Pre-Bid Meeting
Pre-Bid meeting will be scheduled on 15-02-2019 at 1100 hours in Committee Room
of Bahauddin Zakariya University, Multan
Engineer Incharge Contractor
9.1 Employer's address for the purpose of Bid submission:
University Engineer Office, Bahauddin Zakariya University, Multan at or before
12:00pm hours, on 20-02-2019
10.1 (b)Name and Number of the Contract:
University Engineer Office
Bahauddin Zakariya University, Multan.
Ph. No. +92-61-9210057; UAN: +92-61-111 22 99 88 Ext. 1410
11.1(a)Deadline for submission of bids:
Before 12:00pm hours, on 20-02-2019BD-4
12.1 Venue, time, and date of Bid opening:
Committee Room Bahauddin Zakariya University, Multan at 12:30pm hours, on 20-
02-2019
SCOPE OF WORK
SCOPE OF WORK The overall objectives of the project are to establish Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya University, Multan and , Researcher / Faculty hostel
for the students of the institute.
Time Period Name of Work Time Limits form the award of tender
Construction of Academic Block of Institute
of Molecular Biology and Biotechnology at
Bahauddin Zakariya University
18 Month
Construction of Researcher/ Faculty Hostel
Block of Institute of Molecular Biology and
Biotechnology at Bahauddin Zakariya
University
12 Month
Construction of Green House, Animal farm
House and Gen Set room of Institute of
Molecular Biology and Biotechnology at
Bahauddin Zakariya University
06 Months
Engineer Incharge Contractor
Technical and Financial Evaluation Criteria
The weightage given to the Technical & Financial Proposal Technical Proposal: To technically qualify, a firm/ Company/JV/ Consortium shall
obtain at least overall 70% score with at least 50% score on each
sub-component (a+b+c+d+e) of the proposal
Financial Proposal: The selection will be made on the basis of lowest financial bid
among the technically qualified firms
1 Technical Proposal The bidders are required to submit following basic documents for technical assessment:
1- Bidder details including name of the Company/ JV/Consortium registered and mailing
address, year of establishment and number of years in experience.
2- Technical capabilities in terms of human resources including owner/ director bio data etc.
3- National Tax Number /Tax registration and Sales Tax certificate of the Manufacturer /
Authorized Dealer.
4- Plan for Construction of required building blocks.
5- Audited Financial Statements (complete) of Accounts for last 3 years;
6- Undertaking that the firm has not been blacklisted or debarred by any government
organization in Pakistan and anywhere in world;
Note: In addition to the above documents, Employer may require additional documents in
support of evidence against technical evaluation criteria as mentioned in this document.
2 Financial Proposal
The financial proposal must be submitted in a separate sealed envelope on letterheads,
indicating the name of the bidder.
Note: In addition to the above documents, Purchaser may require additional documents in
support of evidence against financial evaluation criteria as mentioned in this document.
3 Technical Evaluation Criteria
(Please fill out the details in this section and provide required documents/proofs if you are
manufacturer or authorize dealer of weighing equipment)
The Employer will evaluate bids based on the following technical evaluation criteria:
Sr.No. Category Weightage/Marks
a. Experience Record 35
b. Personnel Capabilities 15
c Equipment Capabilities 20
d Financial Soundness 25
e HSE Statement 05
Total: 100
Note: Technical soundness shall be decided on the basis of Pass/Fail basis. The applicant
must secure at least 50% score in each category and overall 70% score.
c. Relevant Experience and PEC Requirement Maximum Point 35
Sr.
No.
Type of Work PEC Requirement Prior Experience
1. Building Works Category as per tender C4 or
above with PEC Code CE-10
Minimum 5 similar projects of 12
Million or above in past 10 years
General Experience
Credit Marks for experience shall be awarded on the basis of following
qualifications:
Sr. Description Maximum Marks
Engineer Incharge Contractor
No. Points obtain
i) 5 Projects of similar nature (Glass house, Animal House)
and complexity completed over last 10 years (3 points for
each project of 12 million or above of building works,
otherwise proportionate marks will be given. Projects
below 05 million will be awarded zero marks). (Supporting
documents including work order and completion certificate
are mandatory)
15
ii) 2 Projects of similar nature and complexity in hand (5
points for each project of 12 million or above of building
works, otherwise proportionate marks will be given.)
(Supporting documents including work order are
mandatory)
10
iii) General experience 5 projects over last 10-years (1 point
for each project of 12 million or above of any type of civil
work otherwise proportionate marks will be given.).
(Supporting documents including work order and
completion certificate are mandatory)
5
iv) Status of enlistment with Govt. Organization & other
agencies (2.5 marks for each).
5
Sub-total: 35
b. Personnel Capabilities
Credit Marks shall be awarded under this category using the following
criteria:
Sr.
No.
Description Maximum
Points
Marks
obtain
i) Graduate Engineer (CV, PEC Reg. & Signed Affidavit is
mandatory)
e) Number of Engineers (6-Marks for each Civil
Engineer with building work experience)
f) Experience of Civil Engineer: - experience in
number of years (3 marks for 5-year experience in
building work. Marks for less experience will be
given proportionately).
6
3
ii) DAE Associate Engineer (Civil) (CV, Educational Docs. &
Signed Affidavit is mandatory).
e) Number of Engineers (2-Marks for each with
building work experience.)
f) Experience of DAE Engineer: experience in
number of years (1 mark for 10-year experience in
building work. Marks for less experience will be
given proportionately).
4
2
Sub-total: 15
c Equipment Capabilities
Credit Marks shall be granted on the basis of the following criteria for
various kinds of equipment relevant for each category of the Project:
Sr.
No.
Equipment Type and
Characteristics
Maximum
Marks
Marks
obtain
1. Shuttering + Scaffolding (3000 Sft) 6
2. Concrete Mixer minimum 2 bags equipment (2 nos.) 6
3. Concrete Vibrator +Plate Compactor (2+2 nos.) 4
4. Tractor + Water Tankers (1+1 nos.) 4
Sub-total: 20
d Financial Position
Proportionate Credit Marks shall be awarded on the basis of the following
criteria:
Sr.
No.
Description Maximum
Marks
Marks
obtain
i) Audited Report of last 3-years showing Average Annual
Turnover of 12 million will be awarded full marks but for
less than 12 million proportionate marks will be given.
7
ii) Available Bank Credit line.
Full marks for 5 million limits but less than 5 million
proportionate marks will be given.
7
iii) Litigation History in which Decision has been given against
the firm. (In case the firm is involved in any litigation, no
marks will be given and 5 points will be given in case
affidavit of no litigation is attached)
5
iv) Net Worth (Total Assert- Total Liabilities) 6
Sub-total: 25
e HSE Policy 05
Total Marks 100 Note: The prospective bidder must obtain minimum 70% Marks (i.e. 70 Marks) or more score to
qualify technical evaluation with at least 50% or above from each of the above components
(a+b+c+d+e)
4 Financial Evaluation Criteria
The prospective technically qualified bidder whose financial bid is lowest would be declared as
successful bidder.
Engineer Incharge Contractor
FORM OF BID
AND
APPENDICES
Annex-A: Undertaking
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true
and correct and nothing has been concealed or tampered with. We have gone through all the
conditions of tender and are liable to any punitive action for furnishing false information /
documents.
Dated this ______day of ______20 __
Signature ……………………………
(Company Seal)
In the capacity of Duly authorized to sign bids for and on behalf of:
Engineer Incharge Contractor
Annex-B: Technical Proposal Submission Form
(Part of Technical Bid Envelope)
Technical Proposal Submission Form
To _ (Name and address of Employer/ Client)
[Location, Date]
Dear Sir,
We, the undersigned, offer to provide the (insert title of assignment) in accordance with your
Request for Proposal dated (insert date) and our Proposal. We are hereby submitting our
Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two
separate envelopes.
We undertake, if our Proposal is accepted, to construct the required building Blocks within
prescribed period.
We also confirm that the Government of Pakistan / Punjab has not declared us ineligible on
charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore,
pledge not to indulge in such practices in competing for or in executing the Contract, and we
are aware of the relevant provisions of the Proposal Document.
This Technical Proposal forms part of our Bid and comprised the documents duly completed
including all Annexures.
We certify that the following Addenda have been received and are accepted as a part of the Bid
Documents
Addendum No. Date
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature
(In full and initials)
Name and Designation of Signatory
Name of Firm
Address
Annex-C: Technical Proposal Forms
Tech Form 1: Bidder’s Organization
Provide a brief (maximum 5 pages) description of the background and
organization of your firm and each partner for this assignment [Provide here
description of the background and organization of your firm/entity and each
associate for this assignment.] 1. Firm Structure:
2. Firm Background:
3. Chief Executive Officer:
4. Board of Directors / Partners
.
________________________ (Seal)
(Signature of Authorized Signatory)
(Name, Title, Address, Date)
Engineer Incharge Contractor
Tech Form 2: General Information
All individual firms and each partner of a joint venture / consortium applying for
qualification are requested to complete the information in this form
. 1. Name of Firm
2. Head Office Address
3. Telephone
Landline #:
Mobile #:
Contact Person:
Name:
Title:
4. Fax: E-mail:
5. Place of Incorporation/Registration Year of incorporation/registration (Attach proof)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Stamp
Tech Form 3: Financial Capability of Single Entity
(Net Worth)
All individual firms and all partners of a joint venture are requested to complete the information
in this form. The information supplied should be the net worth of the Applicant, in terms of the
amounts billed to Purchasers for each year for work in progress or completed over the past five
years.
Use a separate sheet for each partner of a joint venture.
Description
Net Worth (PKR.
Millions)
2018-19 2017-18 2016-17
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Name of Applicant
Engineer Incharge Contractor
Tech Form 4: Financial Capability of JV /
Consortium of Firms
Names of all Partners of a Joint Venture
1. Lead Partner
2. Partner
3. Partner
4. Partner
Net Worth
Equity Share
(%) Net Worth
2018-19 (PKR.
Millions)
Net Worth
2017-18 (PKR.
Millions)
Net Worth
2016-17 (PKR.
Millions)
Member 1
(Consortium /
JV)
Member 2
(Consortium /
JV)
Member 3
(Consortium /
JV)
Member 4
(Consortium /
JV)
Total
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Annex-D: Technical Proposal Checklist
The following data form shall be filled out by the Bidder; and by all partners in case of a Joint
Venture, with supporting documents for evidence. The Purchaser reserves the right to request
additional information for values/information entered by the Bidder against any criteria.
Sr. No Description Remarks 1. Year of registration with evidence State No. of years
_______
2. Organization Profile Yes/ No
3. Technical Personals Details Yes/No
4. NTN certificate Yes/ No
5. Punjab Revenue Authority (PRA) registration number Yes/No
6 Net Worth PKR. ___________
7. Audited Financial Statement (complete) for last Three
Years
Yes/ No
8. Valid Bid Security Yes/No
9. Documentary evidences to support your claim for
technical evaluation (such as contract agreements/letter
of award/completion certificates)
Yes/No
10. CVs of proposed Human Resource Yes/No
11. Submission of all annexures, affidavits, forms etc. with
bid (signed & stamped)
Yes/No
12. MOU or Agreement, in case bidder is JV / Consortium
of Firms
Yes/No
13. Completion Schedule (signed and stamped) Yes/No
14 Filled technical evaluation criteria mention on page
#24-26
Yes/No
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Engineer Incharge Contractor
Annex-E: Financial Capacity of the Bidder
Additionally, the following financial data form shall be filled out by the Bidder; and by all
partners in case of a Joint Venture and along with one summary form for all partners. The
Employer reserves the right to request additional information about the financial capacity of
the Bidder. A Bidder that fails to demonstrate through its financial records that it has the
financial capacity to perform the required Supply & Services may be disqualified.
Financial
Information
Provide the required information for the previous three years.
(Most recent to oldest).
Also attach Audited Financial Statements for last Three (03)
Years
Year 1 (2018-19) Year 2 (2017-2018) Year-3 (2016-17)
Information from Balance Sheet
(1) Total Assets (TA)
(2) Current Assets
(CA)
(3) Total Liabilities
(TL)
(4) Current
Liabilities (CL)
Information from Income Statement:
(5) Total Revenue
(TR)
(6) Profits before
Taxes (PBT)
Net Worth (1) – (3)
Current Ratio (2) /
(4)
Signature : ____________________
CNIC/Passport # : ____________________
Name : ____________________
Designation : ____________________
Address : ____________________
Annex -F: Special Stipulations
Clause
Conditions of Contract 1. Amount of Performance Security 05% of Contract Price stated in the Letter of
Acceptance.
2. Time for Furnishing Programme Within 14 days from the date of receipt of
Letter of Acceptance.
3. Time for Commencement Within 14 days from the date of receipt of
Engineer’s Notice to Commence which
shall be issued within fourteen (14) days
after signing of Contract Agreement.
4. Time for Completion 06 months for Green house, Animal House
and Gen. set room from the date of receipt
of Engineer’s Notice to Commence.
5. Amount of Liquidated Damages Rs………_for each day of delay in
completion of the Works subject to a
maximum of 10% of Contract Price stated
in the Letter of Acceptance.
6. Defects Liability Period 365 days from the effective date of Taking
Over Certificate.
7. Percentage of Retention Money 05 % of the amount of Interim Payment
Certificate.
8 Limit of Retention Money 05 % of Contract Price stated in the Letter
of Acceptance.
9. Minimum amount of Interim Payment
Certificates (Running Bills)
10 Time of Payment from delivery of Engineer’s
Interim Payment Certificate to the Employer.
30 days
11 Mobilization Advance * (Interest Free) 15 % of Contract Price stated in the Letter
of Acceptance. And would be adjusted with
the 1st bill for payment
*
Engineer Incharge Contractor
Annex -G: Bill of Quantities
A. Preamble
1. The Bill of Quantities shall be read in conjunction with the Conditions of Contract,
Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are
given to provide a common basis for bidding. The basis of payment will be the actual
quantities of work executed and measured by the Contractor and verified by the
Engineer and valued at the rates and prices entered in the priced Bill of Quantities,
where applicable, and otherwise at such rates and prices as the Engineer may fix as per
the Contract.
3. The rates and prices entered in the priced Bill of Quantities shall, except insofar as it is
otherwise provided under the Contract include all costs of Contractor’s plant, labour,
supervision, materials, execution, insurance, profit, taxes and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract. Furthermore,
all duties, taxes and other levies payable by the Contractor under the Contract, or for
any other cause, as on the date 28 days prior to deadline for submission of Bids, shall
be included in the rates and prices and the total Bid Price submitted by the Bidder.
4. A rate or price shall be entered against each item in the priced Bill of Quantities,
whether quantities are stated or not. The cost of items against which the Contractor will
have failed to enter a rate or price shall be deemed to be covered by other rates and
prices entered in the Bill of Quantities.
5. The whole cost of complying with the provisions of the Contract shall be included in
the items provided in the priced Bill of Quantities, and where no items are provided,
the cost shall be deemed to be distributed among the rates and prices entered for the
related items of the Works.
6. General directions and description of work and materials are not necessarily repeated
nor summarised in the Bill of Quantities. References to the relevant sections of the
Bidding Documents shall be made before entering prices against each item in the priced
Bill of Quantities.
Annex -H: Proposed Construction Schedule
Pursuant to Clause 36 of the General Conditions of Contract, the Works shall be completed on
or before the date stated in Annex-F. The Bidder shall provide as Annex-H, the Construction
Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the
sequence of work items and the period of time during which he proposes to complete each
work item in such a manner that his proposed programme for completion of the whole of the
Works and parts of the Works may meet Employer’s completion targets in days noted below
and counted from the date of receipt of Engineer’s Notice to Commence (Attach sheets as
required for the specified form of Construction Schedule):
Description Time for Completion
a) Whole Works __________________ days
b) Part-A __________________ days
c) Part-B __________________ days
d) ___________ __________________ days
e) ___________ __________________ days
Engineer Incharge Contractor
Annex -I: Method of Performing the Work
[The Bidder is required to submit a narrative outlining the method of performing the Work.
The narrative should indicate in detail and include but not be limited to:
1. Organization Chart indicating head office and field office personnel involved in
management and supervision, engineering, equipment maintenance and purchasing.
2. Mobilization in Pakistan, the type of facilities including personnel accommodation,
office accommodation, provision for maintenance and for storage, communications,
security and other services to be used.
3. The method of executing the Works, the procedures for installation of equipment and
machinery and transportation of equipment and materials to the site.
Annex -J: List of Major Equipment
Owned
Purchased
or Leased
Description of Unit
(Make, Model,
Year)
Capacity
HP Rating
Condition Present
Location or
Source
Date of
Delivery at
Site
Period of
Work on
Project
1 2 3 4 5 6 7
a. Owned
b. To be
Purchased
c. To be
arranged
on Lease
Engineer Incharge Contractor
Annex -K: Construction Camp and Housing
Facilities
The Contractor in accordance with Clause 32 of the Conditions of Contract shall provide
description of his construction camp’s facilities and staff housing requirements.
The Contractor shall be responsible for pumps, electrical power, water and electrical
distribution systems, and sewerage system including all fittings, pipes and other items
necessary for servicing the Contractor’s construction camp.
The Bidder shall list or explain his plans for providing these facilities for the service of the
Contract as follows:
1. Site Preparation (clearing, land preparation, etc.).
2. Provision of Services.
a) Power (expected power load, etc.).
b) Water (required amount and system proposed).
c) Sanitation (sewage disposal system, etc.).
3. Construction of Facilities
a) Contractor’s Office. Workshop and Work Areas (areas required and proposed
layout, type of construction of buildings, etc.).
b) Warehouses and Storage Areas (area required, type of construction and layout).
c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type
of construction, etc.).
4. Construction Equipment Assembly and Preparation (detailed plans for carrying out this
activity).
5. Other Items Proposed (Security services, etc.).
Annex -L: List of Subcontractors
I/We intend to subcontract the following parts of the Work to subcontractors. In my/our
opinion, the subcontractors named hereunder are reliable and competent to perform that part of
the work for which each is listed.
Enclosed are documentation outlining experience of subcontractors, the curriculum vitae and
experience of their key personnel who will be assigned to the Contract, equipment to be
supplied by them, size, location and type of contracts carried out in the past.
Part of Works
(Give Details)
Subcontractor
(With Complete Address)
1 2
Engineer Incharge Contractor
Annex -M: Estimated Progress Payments
Bidder’s estimate of the value of work which would be executed by him during each of the
periods stated below, based on his Programme of the Works and the Rates in the Bill of
Quantities, expressed in thousands of Pakistani Rupees:
Quarter/ Year/ Period Amounts
(1,000 Rs.)
1 2
Ist Quarter
2nd Quarter
3rd Quarter
4th Quarter
5th Quarter
6th Quarter
Bid Price
Annex -N: Integrity Pact
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________
Contract Value: ________________
Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or
induced the procurement of any contract, right, interest, privilege or other obligation or benefit
from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any
other entity owned or controlled by GoP through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP,
except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with GoP and has not
taken any action or will not take any action to circumvent the above declaration, representation
or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to GoP under any law, contract or
other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier]
agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to GoP in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right,
interest, privilege or other obligation or benefit in whatsoever form from GoP.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
Engineer Incharge Contractor
Annex-O: List of Approved Manufacturers
The manufacturer references provided here below are indicative of minimum quality and
specifications required for such materials. Any other manufacturer items having at least the
same quality and specifications are acceptable subject to the approval of the
Employer/Engineer.
The Contractor shall submit literature/catalogue/samples etc. of all the items from each of the
specified manufacturers to the Engineer who shall then decide and send his recommendations
for final selection by Employer. Where the item involves any finishes such as paints, external
coating, etc. the Contractor shall erect mock-up samples of the specified manufacturers for the
selection and approval of the Engineer and Employer.
The responsibility lies with the Contractor for establishing the genuineness of any
material/product/item for its make and origin as specified below: -
S.NO
.
ITEM SOURCE / MANUFACTURER
1 Crushed Stone
Aggregate
Source as approved by the Engineer Incharge
2 Reinforcement Steel Fazal, Karachi, Ittehad, Pak Steel Or equivalent as per
approval of Engineer In charge
3 Sand Source as approved by the Engineer Incharge
4 Cement Best-way, Maple Leaf, D.G, Fauji or equivalent as per
approval of Engineer In charge
5 G.I. Pipes IIL, Jamal. Or equivalent as per approval of Engineer
In charge
6 G.I. Pipes (Specials) Chinese (Imported) Or equivalent as per approval of
Engineer In charge
7 Anti termite Termikil, Frontline, Chloroplus Or equivalent as per
approval of Engineer In charge
8 Bituminous Felt HYgrip, Delta shield company Or equivalent as per
approval of Engineer In charge
9 Water Proofing Agent
and Admixture
FEB, SIKA, PAGEL, FOSROC Or equivalent as per
approval of Engineer In charge
10 Aluminum ALCOP, Chawla, Prime, Pakistan Cable Or equivalent
as per approval of Engineer In charge
11 Paint ICI, Jottun Berger, Master Or equivalent as per approval
of Engineer In charge
12 Ceramic Tile Master, Sonnex, Imported China Or equivalent as per
approval of Engineer In charge
13 PVC Pipe and Fitting DADEX, Beta, Shavyl, Galco Or equivalent as per
approval of Engineer In charge
14
Door Lock/Door
Closer /Floor Hinge
Machines
Yale, Dortec, New star, Triple Five Or equivalent as per
approval of Engineer In charge
S.No EQUIPMENT/MATERIAL MANUFACTURER/SUPPLIER
1 Main panel, distribution boards,
telephone distribution boards
Capital Electro (Pakistan) South Asian Electrical Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
2 Circuit breakers MCCBs, MCBs Legrand (EU origin) Schneider Electric (EU origin) ABB (EU origin) Or equivalent as per approval of Engineer In charge
3 Current Transformers Fico (Pakistan) Circutor (Spain) Revalco (Italy) Lovato (Italy) Or equivalent as per approval of Engineer In charge
4 Meters Analogue Hobut (UK) Revalco (Italy) Sew (Taiwan) Or equivalent as per approval of Engineer In charge
5 Meters Digital ENTES (Turkey) Revalco (Italy) Socomec (France) Or equivalent as per approval of Engineer In charge
6 CAM/Selector Switched (Ammeter
Selector) ASS
(Voltmeter Selector) VSS
Breter (Italy)
Kraus & Niamer (New Zealand)
Bremas (Itlay)
Or equivalent as per approval of Engineer In
charge
7. Indication Lamps Telemechanique (EU origin) Maruyasu (Japan) LOvato (Italy) Or equivalent as per approval of Engineer In
charge
8. Terminal Blocks/Connectors Onka (Turkey) Ciama (Spain) Conta Clip (Germany) Or equivalent as per approval of Engineer In charge
9. LT/HT Cables, Single Core & Multi
Core
Pakistan Cables (Pakistan) FAST Cables (Pakistan) Or equivalent as per approval of Engineer In charge
10. Wiring Accessories (Switches, Sockets) Clipsal (by Schneider Electric (Australia)) Legrand (France) ABB (EU Origin) Bticino (EU origin) Or equivalent as per approval of Engineer In charge
Engineer Incharge Contractor
11. ON/OFF Push Buttons Maruyasu (Japan) Legrand (France) Fuji (Japan) Or equivalent as per approval of Engineer In charge
12. PVC Conduits & accessories Dadex Beta AdamJee (Pakistan) Or equivalent as per approval of Engineer In charge
13. FANS (Ceiling, Brackets, Exhaust) Royal (Pakistan) Pak Fan (Pakistan) Or equivalent as per approval of Engineer In charge
14. Lighting Fixtures Philips (Pakistan/China) Pierlite (Pakistan/China) NVC (Pakistan/China) Osram (Pakistan/China) Or equivalent as per approval of Engineer In charge
15. Cable Tray Capital Electro (Pakistan) South Asian Electric Concern (Pakistan) Bilal Switchgear Engineering (Pakistan) JEI (Pakistan) Or equivalent as per approval of Engineer In charge
16. GI Poles (Street Lighting) Jamal Pipes (Pakistan) Bashir Pipes (Pakistan) Ashraf Industries (Pakistan) Or equivalent as per approval of Engineer In charge
17. Lighting Protection System & Earthing Furse (UK) Erico (Germany) Applicaciones Tecnologicas (Spain) Or equivalent as per approval of Engineer In charge
18 Multi mode relays and sockets Finder (Italy) Fuji (Japan) Zahra (Germany) Or equivalent as per approval of Engineer In charge
19 Contactors Hitachi (Japan) Schneider Electric ( EU origin) ABB ( EU origin) Or equivalent as per approval of Engineer In charge
20 UPS GE (EU Orgin) APC by Schneider Electric (EU Origin) Eaton (EU Origin) Energen ( EU Origin) Or equivalent as per approval of Engineer In charge
21 Data Networking Switches CISCO ( EU Origin) HP ( EU Origin) Panduit ALCATEL ( EU Origin) Or equivalent as per approval of Engineer In charge
22 Overload Relays Zahra (Germany) Fuji (Japan) Hitachi (Japan) Or equivalent as per approval of Engineer In charge
23 Fixing Clamps/ Hangers Etc Fischer Hilti Spit Or equivalent as per approval of Engineer In charge
24 Telephone/ Data System 3M (EU Origin) Schneider Electric ( EU origin) Norden (EU Origin) Panduit Or equivalent as per approval of Engineer In charge
25 Generator Set ( Coupler/ Engine/
Alternator)
SDMO ( John Deere/ Leroy Somer)-EU origin Cummins ( Cummins/ Stamford)-EU origin Caterpillar ( Caterpillar/ Leroy Somer )-EU origin Or equivalent as per approval of Engineer In charge
26 Conference System
Paso(EU Origin) BOSCH (EU Origin) Televic (EU Origin) Braehler (EU Origin) Or equivalent as per approval of Engineer In charge
27 LED Display Sony
Samsung Or equivalent as per approval of Engineer In charge
28 COMPUTER SYSTEM HP ( EU Origin)
DELL ( EU Origin)
Sony
Or equivalent as per approval of Engineer In
charge
29 Fire Alarm System Siemens
Bosch
Notifier by Honeywell (EU Origin)
Or equivalent as per approval of Engineer In
charge
30 Computer System HP
Dell
Sony
Or equivalent as per approval of Engineer In
charge
Engineer Incharge Contractor
31 Fire Alarm System Siemens ( EU Origin)
Bosch ( EU Origin)
Notifier by Honeywell ( EU Origin)
Or equivalent as per approval of Engineer In
charge
32 Junction Box/Floor Box Clipsal (Australia)
FabTech (EU Origin)
Legrand (EU Origin)
Or equivalent as per approval of Engineer In
charge
33 Transformer/Sub-Station PEL (Pakistan)
Transfo-power (Paksitan)
Elmetec (Pakistan)
Or equivalent as per approval of Engineer In
charge
Authorized Signature and official Seal: ___-
_____________________________________
___________________________________________________________________________
_____
Name: ___________________________________________________________________
Date:
___________________________________________________________________
Authorized Signature and Official Seal_________________________________________
Name:_____________________________________________________________________
__
Date: ___________________________________________________
Annex-P: Form of Performance Security
(Bank Guarantee)
Guarantee No.____________________
Executed on _____________________
Expiry date _____________________
[Letter by the Guarantor to the Employer]
Name of Guarantor (Bank) with address:_______________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Contractor) with address:____________________________________
________________________________________________________________________
Penal Sum of Security (express in words and figures)_____________________________
________________________________________________________________________
Letter of Acceptance No. ________________________________Dated ______________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the
request of the said Principal we, the Guarantor above named, are held and firmly bound unto
the __________________________________________________ (hereinafter called the
Employer) in the penal sum of the amount stated above for the payment of which sum well and
truly to be made to the said Employer, we bind ourselves, our heirs, executors, administrators
and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
accepted the Employer's above said Letter of Acceptance for ________
________________________________ (Name of Contract) for the _______________
_______________________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all
the undertakings, covenants, terms and conditions of the said Documents during the original
terms of the said Documents and any extensions thereof that may be granted by the Employer,
with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and
truly perform and fulfill all the undertakings, covenants terms and conditions of the Contract
and of any and all modifications of said Documents that may hereafter be made, notice of which
modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise
to remain in full force and virtue till all requirements of Clause 49, Defects Liability, of
Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition
of any liability attaching to us under this Guarantee that the claim for payment in writing
shall be received by us within the validity period of this Guarantee, failing which we shall be
discharged of our liability, if any, under this Guarantee.
PS-2
Engineer Incharge Contractor
We, ____________________________________ (the Guarantor), waiving all objections and
defences under the Contract, do hereby irrevocably and independently guarantee to pay to the
Employer without delay upon the Employer's first written demand without cavil or arguments
and without requiring the Employer to prove or to show grounds or reasons for such demand
any sum or sums up to the amount stated above, against the Employer's written declaration
that the Principal has refused or failed to perform the obligations under the Contract which
payment will be effected by the Guarantor to Employer’s designated Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether
the Principal (Contractor) has duly performed his obligations under the Contract or has
defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum
or sums up to the amount stated above upon first written demand from the Employer forthwith
and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under
its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority
of its governing body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ Signature _______________
_______________________ Name __________________
Corporate Secretary (Seal)
Title ___________________
2. _______________________
_______________________ _______________________
Name, Title & Address Corporate Guarantor (Seal)
Annex- Q: Mobilization Advance Guarantee/Bond
Guarantee No._________________________ Date ______________________________
WHEREAS ______________(hereinafter called the 'Employer') has entered into a Contract for
___________________________________________________________
(Particulars of Contract)
with _________________ (hereinafter called the "Contractor').
AND WHEREAS, the Employer has agreed to advance to the Contractor, at the Contractor's request,
an amount of Rupees _________________________ (Rs _________ ) which amount shall be
advanced to the Contractor as per provisions of the Contract.
AND WHEREAS, the Employer has asked the Contractor to furnish Guarantee to secure the
mobilization advance for the performance of his obligations under the said Contract.
AND WHEREAS, ________________________________________________________ (Scheduled Bank in Pakistan or Insurance Company acceptable to the Employer)
(hereinafter called the “Guarantor”) at the request of the Contractor and in consideration of the
Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said
Guarantee.
NOW, THEREFORE, the Guarantor hereby guarantees that the Contractor shall use the advance for
the purpose of above-mentioned Contract and if he fails and commits default in fulfilment of any of
his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer
for payment not exceeding the aforementioned amount.
Notice in writing of any default, of which the Employer shall be the sole and final judge, on the part
of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand,
payment shall be made by the Guarantor of all sums then due under this Guarantee without any
reference to the Contractor and without any objection.
This Guarantee shall remain in force until the advance is fully adjusted against payments from the
Interim Payment Certificates of the Contractor or until
_______________________________________whichever is earlier.
(Date)
The Guarantor's liability under this Guarantee shall not in any case exceed the sum of Rupees
_______________________________________(Rs _______________________).
This Guarantee shall remain valid up to the aforesaid date and shall be null and void after the
aforesaid date or earlier if the advance made to the Contractor is fully adjusted against payments
from Interim Payment Certificates of the Contractor provided that the Guarantor agrees that the
aforesaid period of validity shall be deemed to be extended if on the above mentioned date the
advance payment is not fully adjusted.
GUARANTOR
1. Signature _________________
2. Name _________________
3. Title _________________
WITNESS
1. ______________________
______________________
Corporate Secretary (Seal)
2. _______________________ __________________________
(Name Title & Address) Corporate Guarantor(Seal)
Engineer Incharge Contractor
NAME OF WORK CONSTRUCTION OF GREEN HOUSE, ANIMAL FARM &
GEN-SET ROOMS, INSTITUTE OF MOLECULAR BIOLOGY & BIOTECHNOLOGY, BZU MULTAN
AMOUNT OF WORK: - Rs. 1,11,29,605/-
EARNEST MONEY: - Rs. 2,22,592/- TIME LIMIT: - 6 Months.
SCHEDULE-ITEMS Percentage above /below on composite items
rates notified by the Finance Department Government of the Punjab on website
www.punjab.govt.pk for MRS, 1st BI-ANNUAL-2019 (1st JANUARY-2019 to 30th JUNE-2019)
DISTRICT MULTAN
Sr.# Description of Item Qty Unit Rate
(NON- SCHEDULE-ITEMS)
1
Providing and laying Master tiles 16" X 16"Granite
effect, GEM series Polished (Dark color) SB laid in
white cement on a bed of 3/4" thick cement mortar 1:2
and filling the joints with white cement pigment with
matching colour, complete in all respects of quality as
approved by the Engineer Incharge.( Floor tile)
674.08 Sft P.Sft
2
Providing and laying Bootisina/Verona or Equivalent
(Approved by Architact / Engineer) Marble 3/4" thick
upto Width of 12" and Length from 1ft to 6 ft pre-
polish laid over a bed of 3/4" thick cement sand mortar
1:2 and filling the joints with white cement pigment
with matching colour, . complete in all respects of
quality as approved by the Engineer Incharge.
58.50 Sft P.Sft
3
Providing and laying Bootisina/tavera or Equivalent
Marble 3/4" thick for stair marble top upto 6 ft length
and above 1 ft. wide pre-polish laid over a bed of 3/4"
thick cement sand mortar 1:2 and filling the joints with
white cement pigment with matching colour, .
complete in all respects of quality as approved by the
Engineer Incharge.
288.29 Sft P.Sft
4
Providing & Fixing 12mm thick Glass door i/c 3"x 1-
1/2" 16 swg steel pipe outer frame & 3"x 1-1/2" (48
D) Aluminium section inner frame with floor machine,
handle, lock i/c all accessories etc complete in all
respect as approved by the Eng incharge.
700.00 Sft P.Sft
5
PROVIDING AND FIXING GRILL CONSISTING
OF FRAME M.S.SQUARE PIPE 1"X1" 16 GAUGE &
M.S SQUARE PIPE 1/2"X1/2" 18 GAUGE 6" C/C IN
DIAGONAL BOTH SIDE INCLUDING FIXING IN
POSITION AND PAINTINGS 03 COAT
COMPLETE IN ALL RESPECT AS APPROVED BY
ENGINEER INCHARGE.
372.00 Sft P.Sft
6
Providing and fixing 12 mm thick tempered glass
(Ghani or equivalent) fixed in 2mm aluminum section
frame i/c the cost of holding the frame, rubber gasket &
hardware etc i/c cost of M.S Hollow section at base and
base plates, nuts & bolts & painting 3 coats complete in
all respect as per drawing & specifications/standard as
per instruction of Engineer In-charge.
1885.00 Sft P.Sft
7
P/L External Graphic Coating with Acrylic Marble
Chips1-1/2mm to 2mm thick i/c preming and other
necessary material as required at site complete in all
respect.
5199.11 Sft P.Sft
8
P/F of wash hand basin with pedestal (fantasy or
equilvent by master) including all accessories for drain
system like waste pipe, waste coupling complete in all
respect of colour and design as approved by engineer
incharge / PD.
02 Nos Each
9
Providing and fixing chroumim plated mixing valve for
wash hand basin,sinks or shower faisal or equivalent
complete with all respects as apprroved by the engineer
incharg :
02 Nos Each
10
UPVC Multi Floor Trap (110x75mm) including
strainer; making required number of connections;
breaking concrete or masonry work & then making it
good; etc. of approved make.
08 Nos Each
11
Providing, fixing, jointing and testing Polypropylene
Random (PPR) pipes or approved equivalent pressure
pipe for hot water as per DIN 8077-8078,PN-20 for
pipes and DIN 16962,PN-25 for fittings (polyfusion
welded joints) inside building including fittings and
specials (sockets, tees, elbows, bends, crosses, reducers,
adaptor, plugs and union etc.) supported on walls or
suspended from roof slab or run in chases including pipe
hangers, supports, cutting and making good the chases
and holes, complete in all respects.as approved by
engineer incharge /PD.
1 1/2" inch i/d 50mm 50 Rft P.Rft
3/4 " inch 25 mm 270 Rft P.Rft
12
Providing, fixing, cutting, jointing and testing uPVC
sewerage, Drainage & vent piping conforming to ISO
3633:1991 including uPVC Drainage fittings with
solvent cement jointing include cost of clamping to
walls and ceiling, hangers, supports, cutting through
walls and providing sleeves through concrete slabs for
pipelines and pipe fittings of the following diameter
complete in all respect.
6" dia 50 Rft P.Rft
3'' dia 130 Rft P.Rft
13 P/F of valve for PPR pipes 20 mm as approved by
engineer incharge. a) 3/4 inch 08 Nos Each
14 DISTRIBUTION BOARD DB-GF & AF 01 No Each
Engineer Incharge Contractor
Supply at site, fabrication, installation, testing and
commissioning of Main Distribution Board (MDB) ,
made of sheet steel 14 SWG, degreased and derusted,
with 2 coats of antirust paint, 2 coats of powder coated
paint of approved colour, protection classification IP-44,
totally enclosed indoor floor mounting cubicle type in
free standing design, with hinged door, handle including
cost of all auxiliaries, internal wiring, designation lables
on MCCBS, grounding bar suitable for system Voltage
415 V, 50 Hz, 3 Phase and neutral bus bars of 99.9%
electrolytic copper, including cost of cable terminal
blocks wiring from breakers, brass cable glands, all
accessories complete in all respects. All incoming and
outgoing breakers shall be accessible only by opening
the front door having further M.S. sheet cover gaskets
shall also be provided where necessary.
All MCCBs shall be suitable to operate without any
derating at 40°C ambient temperature and shall be of one
make only. The sides of MDB shall also have louvers at
bottom and top on sides of panel for hot air exhaust, wire
mesh etc. The back of the panel shall be lockable door
instead of bolted and shall conform to single line
diagram
DISTRIBUTION BOARD DB-LGF1,DB-LFF1,DB-
LGF-2,DB-LFF-2
SUPPLY AND ERECTION OF DISTRIBUTION
BOARD 16SWG 18"X 24" INCLUDING CIRCUIT
BREAKER ,FITTING COMPLETE IN ALL RESPECT
AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-40Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
08-16Amps SP MCB RC=10kA
09-20Amps SP MCB RC=10kA
01- 20 Amps TP MCB RC=10 KA
15 DISTRIBUTION BOARD DB-PGF1,DB-PFF1,DB-
PGF2,DB-PFF2
1 No Each
SUPPLY AND ERECTION OF DISTRIBUTION
BOARD 16SWG 18"X 24" INCLUDING CIRCUIT
BREAKER ,FITTING COMPLETE IN ALL RESPECT
AS APPROVED BY ENGINEER INCHARGE.
INCOMING
01-80Amps TP MCCB RC=18KA
03 - 2 Amps Protection fuses.
03- R-Y-B indication lamps.
OUTGOING
06-10Amps SP MCB RC=10kA
12-16Amps SP MCB RC=10kA
13-20Amps SP MCB RC=10kA
16
Suuply & Erection of Ceiling down light 6" dia with 12
watt LED Philips or equivalent etc complete as
approved by the engineer incharge.
20 Nos Each
17 S/E of LED light /Security light 100 watt as approved
by engineer Inchrage / Pd. 10 Nos Each
18
Supply and erection of Delux ModelCeiling Fan 56”
Sweep complete with Capacitor ,Hanging Rod, Canopy,
Blades, Dimmer. Nut Bolts Complete in all respect as
approved by Engineer incharge.
10 Nos Each
19
Supply and erection of 18" dia bracket fan with fan
brackets and controlling cord. Fan shall be made with
99% purity Copper windings Complete in all respect as
approved by Engineer incharge.
2 Nos Each
20
Supply and erection of 12 '' dia exhaust fan with metallic
body fan blades and louvers Complete in all respect as
approved by Engineer incharge.
10 Nos Each
21 P/F Fan Box (Papular) complete in all respect as
approved by engineer incharge 10 Nos Each
22
Supply and Erection 10 Amps, 250Volts one way, Ten
gang light control switches including appropriate size
concealed MS, powder coated back box complete in all
respect as approved by engineer incharge.
10 Nos Each
23
Supply and Erection 10 Amps, 250Volts one way, Eight
gang light control switches including appropriate size
concealed MS, powder coated back box complete in all
respect as approved by engineer incharge.
10 Nos Each
24
S/E of 20 Amps, 250Volts, 3 pin switch socket unit
round pin including appropriate size MS, powder coated
back box complete in all respect as approved by
engineer incharge.
10 Nos Each
25
S/E of 10 Amps, 250Volts, 3 pin switch socket unit
round pin including appropriate size MS, powder coated
back box complete in all respect as approved by
engineer incharge.
10 Nos Each
26
S/E of Earthing consiting of copper wire, copper rod i/c
G.I pipe boring & testing etc copmlete in all respect as
approved by Enginner Incharge.
2 Nos Each
Engineer Incharge Contractor
(REVISED)
TENDER / AGREEMENT DOCUMENTS
BAHAUDDIN ZAKARIYA
UNIVERSITY, MULTAN. Name of Work:_______________________________________________________________________________________
_______________________________________________________________________________________
Name of Contractor:__________________________________________________________________________________ Estimated
Cost of Work Rs.:____________________________________________________________________________ Amount of Earnest
Money Rs.:_________________________________________________________________________ Deposit at Call
No.:__________________________________________________________________________________ Time
Limited:_________________________________________________________________________________________
CONTRACT FORM FOR EXECUTION OF WORKS
FORM B&R 10
Bahauddin Zakariya University, Multan. Notice inviting percentage Rates Tenders
Amount of works Rs.
1. Tenders are, hereby invited from the Contractors the approved list of Contractors for
2. Tenders will be received by the University Engineer B.Z. U. Multan at Hours on the
………………... and will be opened by him, on the same date the same time the presence of
any tenders or their agents who may like to be present tenders must be delivered in person
by the intending contractor or his agent to the
3. Earnest Money amounting to Rs…………….. in the shape of Deposit- at-Call of any
Government Bank must accompany each tender and each tender is to be in a sealed Cover
superscribed ‘Tender for the said work’ and address to the University Engineer B.Z.U.
Multan.
4. Tenders are to be on the prescribed from F1 (percentage rate. Tender and co for works which.
Can be obtained from the office of the University Engineer B.Z.U. Multan…………….. the
prescribed form contains the Conditions of Contract to the complied with be the persons whose
tender may be accepted Applicant will be required to affix revenue stamps to the value of
Rs. Up to 50,000 = 100/-
50,000 to.5,00 000 = 200/-
5,00,000 to 15,00, 000 = 500/-
15,00,000 to 25,00,.000 =
750/- Above to
25,.00,000 == 1000/-
5. Further information can be obtained and a schedule of the quantities the detail plans and
specification can be seen at the University Engineer between the office working hours every
day except Fridays and Public Holidays.
6. Tenders should be made at a percentage rate above or below the schedule of Rates’ Volume-
II Part-II. Composite Schedule of Rates 1978 with amendments issued by the Standing Rates
Committee Upto the date of receipt of tender. Edition in the details of Estimate (paragraph 12
below) and the contractor should state the period within he agrees to carry out work.
7. Each tender shall gave proof to the entire satisfaction of the University Engineer Concerned
that he has in his possession shall the PWD Specification as per Retail
given in the Additional Condition shall be liable to be rejected.
8. Title acceptance of tender will rest with the University Engineer who does not bend himself
to accept the lowest tender and reserves to himself the authority to reject any or all of the
tenders received without the assignment of a reason. All tenders in which above the
conditions are not allied will be rejected.
9. The Divisional office, reserves to himself the right of issuing his own material at dates that
can be as curtained at his office.
10. The lenders shall initial all Corrections in his lender as regards percentage time etc. Non
compliance with this condition will render the tender unable to rejection.
11. The contractor whose tender is accepted will be required to contract a deed on the prescribed
term mentioned in paragraph 4 above and will be required to famish security for the due
fulfillment of his contract. This security will consist of a deduction ten percent from the
monthly payments to be made on account of work done. The earnest money mentioned in
Paragraph 3 above) will be treated as Part of the security.
Contractor Engineer In charge
Engineer Incharge Contractor
1. General Directions for the Guidance of the Tenderer 9-12 2. Tender for works 13-14 3. Memorandum of work 15 4. Bid Schedule 16-18
INDEX Page No.
Page
GENERAL DIRECTIONS FOR THE TENDERS
1 Preparation and submission of tender 2 2. Purchase of contract documents. 2 3. Cost of preparation and submission of tender 2 4. Tender to include only one work 2 5. Schedule of material and equipment to be supplied by Government 2 6. Responsibility for qualify and specifications 2 7. Inspection of site 2-3 8. Rates in Ihe bid schedule 3 9. Amount of tender 3-4 10. Addition and alteration in the bide schedule 2-4 1. Unattested corrections 4 12. Additional clauses 4 13. Quantities in bid schedule for comparing tenders 3-4 14. Earnest money 5 I5. Forfeiture of earnest money 5 16. Signing of tender 6 17. Sufficiency of lender 6 18. Modification and withdrawal of lender/validity period of tender 6 19. Tender to be in sealed cover 6 20. Tender to give his address 7 21. Presentation of tender implies acceptance of conditions 7 22. Late tender 7 23. Opening of tender 7 24. Evaluation and comparison of tenders 7 25. Process to be confidential 7 26. Clarification of bids after opening tender 7-8 27. Rejection of tender 28. Tender amount includes all taxes. duties and obligations 8 29. Notification of award 8 30. Singing of contract agreement 8 31. Notifications of successful and un-successful tenders 8 32. Reckoning of completion period 33. Contractor may obtain a copy of contract agreement at his cost. 8
TENDER FOR WORK
6. Contract agreement 20 7. Performance security 21 8. Programme of work to be furnished. if so required by the Engineer in charge 21
Action when programme not submitted in time 22 9. Setting out. 22 10. Work to be executed in accordance with the specifications, drawings. orders.
etc. 22
11. Action where no specifications are provided 22 12. Work to be under directions of Engineer in charge 23 13. Lighting at night work 23 14. Arrangement to safeguard danger to unfinished work 23 15. Contractor to supply plant, Ladders, scaffoldings, etc. 23
Contractor liable to pay damages arising from non-provision of lights, fencing, etc. 23 16. Notice to be given before the work is covered up 23-24 17. Contractor’s employees , 24 18. Whole time qualified technical personnel for supervision of work 24 19. Opportunities for other Contractors 24 20. Damage to persons and property 24-25
Indemnity by Government 25 21. Work to be open to inspection 25
Contractor or his responsible agent “to be present 25 22. Giving of notices and payment of fees 26
Compliance of statutes, regulations, etc. 26
Payment of income tax and other taxes 26 23. Cost of bonds 26 24. Change in the constitution of firm 26 25. Photographs and advertisements 26
DEFINITIONS AND INTERPRETATIONS Clause No.
1. Definitions 19-20 2. Marginal headings for information 20 3. Terms to include designation of corresponding posts 20
CONTRACT DOCUMENTS
4. Documents mutually explanatory 19-20 5. Custody of drawings 20
Classified drawings 21
One copy of drawings to be kept on site 21
Further drawings and instructions 21
GENERAL OBLIGATIONS
Engineer Incharge Contractor
26.
ASSIGMENT AND SUBLETTING
Assignment
26 27. Subletting 26-27
MATERIALS AND WORKMANSHIP
28.
Quality of material and workmanship and tests
27
Cost of samples 27 29.
Cost of tests.
Cost of tests not provided for
Constructional materials, fittings. to confirm to representative samples
27
Approved by the Engineer-in-charge 27 30. Stores and equipment to be supplied ‘by Government 27 31. Action and compensation payable in case of bad work. 28
LABOUR
32. Application of labour laws rules. 28 33. Contractor liable for payment of compensation to Injured workman or in case of death to his relations. 28-29 34. Use of donkeys and other animals. 29
COMMENCEMENT, TIME AND DELAYS
35. Commencement of work 29 36. Time for completion 29 37. Extension of time for completion 29 38. No work at night or on Sunday/Public Holidays. 29 39. Compensation for delay 30
Rate of progress
CERTIFICATE OF COMPLETION 40. Certification of completion of work. 30
ALTERATIONS, ADDITIONS AND OMISSIONS
41. Alterations in specifications and drawings 31 Alterations omissions, substitutions do not invalidate the contract 31
Extension of time inconsequence of alterations 31
Rates of works not in schedule of rates bit schedule or in the estimates. 31 42. No compensation for alteration in or restriction of 32
work to be carried out if variation does not exceed 20% 32
variation Exceeding 20% 32
MAINTENANCE AND DEFECTS
43. Period of maintenance 32 Execution of works of repair, etc. 32
Cost of execution of works of repair, etc. 32
Remedy on contractor’s. failure to carry out work required. 33
44. Contractor liable to make good damages, and for any imperfection
noticed during period of maintenance. 33
ADVANCES TO CONTRACTOR 45. Secured advance on materials brought to site. 33
PAYMENTS
46. Bills to be on prescribed from 33 47. Bills to be submitted monthly. 34 48. Deduction of security deposit. 34 49. Conversion of security deposit into profit bearing securities. 34 50. Refund of security deposit. 34
Refund of security deposit on production of a bank guarantee. 34
Refund of security deposit of maintenance and repair work. 34 51. Payment on intermediate certificate to be regarded as advances 35 52. Final bill to be submitted within one month. 35 53. Procedure for payment to firms 35 54. Sums payable by way of compensation 10 be considered as reasonable compensation without reference to actual loss. 35
VARIATION IN PRICES OF SPECIFIED MATERIALS
55. Price variation 35
CLAIMS OF CONTRACTOR
56. Bills to be submitted monthly 36 57. Claims for payment of extra ordinary nature job referred to government. for decision. 37 58. Time limit for unforeseen claims 37 59. Claims for compensation for delay in the execution of works, 37
REMEDIES AND POWERS
60. Action where whole of security deposit is forfeited 37 61. Work at the risk and expense of contractor 37 62. Contractor remains liable to pay compensation if action not taken under clauses. 38
Power to take possession of or require removal of or sell contractor’s plant, etc. 38 63. Contract may be rescinded and security forfeited for subletting, bribing or if contractor becomes insolvent 39 64. Deduction of amount due to government on any account whatsoever to be permissible from sums payable to the contractor 39
Engineer Incharge Contractor
SETTLEMENT OF DISPUTES
65. Procedure in disagreement 39 Contract to dissatisfied with the decision of the Project Director. 40
Increase in amount of claim once Preferred not allowed 40
Reference to arbitration 40
Dispute for Arbitration limited 40
Arbitration. 40
Schedule of materials to be supplied by Government 40
Schedule of equipment to be supplied by the govt. 40
Names of manufactures of specified materials for base rates 40
Contract agreement 50
Specimen of Bank Guarantee to be furnished by the Contractor in lieu of performance security 51-54
Specimen of Bank Guarantee for release of security deposit 55-56
Specimen of Bank Guarantee for mobilization advance 57
Stereo I.B. No. 286 (Revised)
Stereo I.B. No. 389 (Revised)
Stereo B&R No. 28 (Revised)
Stereo B&R No. 29 (Revised)
______________________________________
______________________________________
______________________________________
______________________________________
Agreement No._________________________
PERCENTAGE/ITEM RATE TENDER AND CONTRAC FOR WORKS 1. Name of work
_______________________________________________________________________________________________
_______________________________________________________________________________________________ _
2. Estimated cost Rs._____________________________________________ Rs.____________________
(both in figures and words)
2 . Time for completion ________________________________________________________________________
3. Amount of earnest money Rs.____________________________________________________
(In figures)
Rupess_________________________
(In words)
4 Call Deposit No.:_____________________________________________________________________________
_______________________________________________________________________________________________ _
5. Issued to ___________________________________________________________________________ _
(Name of the contractor)
_______________________________________________________________________________________________ _
6. Issue on usual payment of tender Fee_______________________________________________________
_______________________________________________________________________________________________ _
Signature_______________________
(Official issuing the form)
Dated_________________________
Office Stamp____________________
Note: The officer opening the tender shall reject the tender which does not bear the stamp and
signature of the issuing official and which is not submitted by the same contractor to whom
the tender form was issued.
(This page is to be filled in by the issuing official).
Engineer Incharge Contractor
GENERAL DIRECTIONS FOR THE GUIDANCE OF
THE TENDERER 1. These directions are provided to assist the tenderer in preparing and submitting his tender.
The tender shall contain all information and data required to be furnished and shall be prepared
and submitted in accordance with the instructions set forth herein.
2. All necessary documents, such as copies of specifications (excluding standard specification
books, composite schedule of rates, etc.), contract documents, including bill of quantities,
estimated scheduled rates and any other documents required in connection with the
preparation of tender or execution of works, signed, by the Engineer-in-change will
accompany the tender form and the cost. of such annexed documents will reflected in the cost
of the tender form.
3 . The tender will not be reimbursed for any costs of any kind, whatsoever, incurred in
connection with the preparation and submission of his tender.
4. No single tender shall include more than one work: A tenderer who wishes to tender for two
or more works shall submit tender for each work, separately.
5. The memorandum of work tendered for, and the schedule of materials and equipment to be
supplied by the Engineer-n-charge and the rates at which they are to be charged for (annexed
hereto) shall be filled in the offlce of the engineer -in-charge before the tender form is issued.
At this stage the tenderer should ensure that the tender form so issued is complete in all
respects.
6. The tenderer shall note that tile ultimate responsibility for the quality of work and its
conformity with the specifications and drawings rests solely with the successfu1 bidder
whose tender is accepted.
7. The tenderer shall, at his own expense, inspect and examine the site and surroundings and
obtain for himself, on his own responsibility, all information that may be necessary for
preparing the tender and entering into contract, and shall determine and satisfy himself by
such means as he may consider necassary or desirable as to all matters pertaining to the
tender. The tenderer shall also satisfy himself before submitting his tender as to the nature
of grounds, hydrological and climatic conditions, the form and nature of the site, the nature
and layout of the terrain, the availability of labour, water, electric power and transportation
facilities in the area. The tenderer shall specially investigate into the sources of materials to
be used for the works and satisfy himself about the quality and quantities of materials to be
used for the works and satisfy himself about the quality and quantities of materials available
for the completion of the work and the means of access to the site, the accommodation he may
require and, in general, shall himself obtain all necessary information, as to the risks,
contingencies and other circumstances which may influence or affect his tender. The
engineer in charge shall not assume any responsibility regarding information gathered,
interpretation or deduction which the tenderer may arrive at, from the data that may be
furnished with the contract documents.
8 (a) The tenderer shall fill up the bid schedule and indicate the percentage rate above or below
the schedule of rates for the “Schedule items” on which he is willing to undertake each item of
work. No premium will be quoted by the contractor against non scheduled/items rates, for
which the rate and amount has already been filled in by the engineer-in-charge in the bid
schedule,
8. (b) 1n case tenders are called on item rate basis, the tenderer shall quote his own unit rate in
the bid schedule on which he is willing to undertake each item of work,
9. (i) The tenderer shall work out the amount against each item of work in the bid schedule and
will indicate the total. amount of his tender (including the cost o non- scheduled/items rates
for which the rate and amount has already been filled in by the engineer- in-charge in the bid
schedule) on which he is will to complete the works. The total amount worked out in the bid
schedule shall be entered by the tenderer in his tender as his tender price for the work. In case
of discrepancy between amounts in figures and in words the amount in, words shall prevail.
(ii) Should any discrepancy be found in the amount of pay items or if a column of amount is found
blank after filling in a unit rate, the unit rate filled, by the tenderer will be extended in working
out of the amount of the tender and the total amount of the bid schedule will be adjusted
accordingly.
(iii) If a unit rate is left blank, but the amount against the item is filled, the unit rate will be worked
out on the basis of the amount divided by the quantity of the item shown in the bid schedule.
(iv) If it is found that the tenderer has not entered any unit rate and amount against any of the pay
items of the bid schedule, the engineer in charge shall fill in the blanks by nothing the word
“Nil” in such blanks at the time of opening of the tender. Such pay items shall be deemed to
be covered by the rates of other items.
(v) If the tenderer does not accept the adjusted/corrected amount of tender according to the
above provision, his tender shall be rejected and the earnest money forfeited.
10. The tender which proposes any alteration in the works specified in the bid schedule or in
the time allowed for carrying out the works or in any other condition mentioned by the
engineer-in-charge, will be liable to rejection, The tenderer shall sign each and every page of
the tender and contract documents, without making any alteration. All enclosures issued with
the contract documents, shall be attached with the tender duly signed by the tenderer. Any
addition or alteration made after filling the form shall be duly attested by the tenderer.
Non- compliance of this condition shall render the tender liable to rejection.
11. The tenderer shall fill in the tender documents in ink: Errors, if any, shall be scored out and
corrections rewritten legibly and attested by the tenderer. Any addition or alteration made
after the filling the form shall be duly attested by the tenderer. Non compliance of this
condition shall render the tender liable to rejection. Any tender with unattested correction
shall be attested by the tenderer in the presence of other tenderers at the time of opening
of the tender except that no correction shall be permissible in the rate or amount of the bid
Engineer Incharge Contractor
schedule or in the tendered price after the opening of the tender.
12. Additional clause(s) for a particular work shall be typed on separate sheets by the engineer-
in-charge, which will be annexed to the contract delete any additional clause(s) in the
additional clauses(s) sheet(s), provided by the engineer in charge.
13. The quantities mentioned in the bid schedule are estimated quantities, to be used for preparing
tenders, and the engineer-in-charge does not expressly nor by implication agree that the actual
amount of works to be performed will correspond therewith. No payment will be made on
account of anticipated profits for work covered by the contract which, is not performed, nor
will any adjustment in the unit rates set forth in the bid schedule be made because of an
increase or decrease in the actual quantities from the estimated quantities indicated therein,
except as determined in accordance with the provisions of clause 42 of the general conditions
of contract.
14. No tender without earnest money shall be entertained. Earnest money, calculated @ 2% of
the estimated cost of the work (rounded suitably), shall be in the form of ‘deposit at call receipt’.
The earnest money of the unsuccessful tenderers shall normally be returned by the engineer-
in-charge within a week of opening of the tenders and in any case not later than thirty (30)
days following the date set for opening of tenders except in cases where the tenders are to be
accepted by the University Engineer, in those cases the earnest money of only the three lowest
bidders will be retained and returned to the unsuccessful bidders not later than sixty (60) days
of opening of the tenders. In the event of the tender being accepted, a receipt for the earnest
money forwarded therewith, shall there upon be given to the contractor. The earnest money
of the successful tenderer on execution of the contract covering work will be adjusted towards
the amount of security deposit to be retained from the first amount(s) payable to the
contractor under the contract.
15. The successful tenderer will be required to enter into a contract, furnish the performance
security (wherever required) and to commence the work within the times specified in the
memorandum of work. Should the successful tenderer refuse or fail for any reason to enter into
contract, or to furnish the performance security or to commence the work within the time
specified in the memorandum of work, it should constitute a just cause for the annulment of the
award and in the event of such annulment, the entire earnest money shall be forfeited to
Government, as compensation for such default.
16. (i) The tender shall be signed by the person(s) duly authorised to do so. In the event of a tender
being submitted by a firm, it shall be signed separately by each member thereof, or in the
event of the absence of any partner, it shall be signed on his behalf by a person holding a
power of attorney authorising him to do so. Such power of attorney should be produced with
the tender and it must disclose that the firm is duly registered under the partnership Act, 1932
or any other law in force.
(ii) The tender submitted by a joint venture of two or more firms shall be accompanied by a
document of formation of the join venture, duly registered and authenticated by a competent
court, in which shall be stated precisely, the conditions under which it shall function, its
period of validity, the person(s) authorised to represent it and accept its obligations the
participation of several firms forming the joint venture and any other information necessary
to permit a full appraisal of its function.
(iii) A tender submitted by a corporation must bear the seal of the corporation and be attested
by Its Secretary. (iv) In all cases, the tender must be signed by an individual or individuals
having powers to legally bind the firm, joint venture, corporation’ or companies on whose behalf they are signing.
17. Each tenderer shall be deemed to have satisfied himself before tendering as to the correctness
and sufficiency of his tender and of the rates and prices stated in the bid schedule, which rates
and prices shall, except in so far as it is otherwise expressly provided in the contract, cover
all obligations under the contract and all matters and things necessary for the proper
completion and maintenance of the work.
18. The tenderer may modify or withdraw his tender after submission, provided that the
modification or notice of withdrawal is received in writing by the Engineer-in-charge prior
to the prescribed deadline for submission of tenders. The tenderer’s modification or notice
of withdrawal shall be prepared, sealed, marked and delivered, with the inner envelopes
additionally marked MODIFICATION’ or :WITHDRAWAL” as appropriate. No tender may
be modified subsequent to the deadline for submission of tenders. Withdrawal of a tender
during the interval between the deadline for submission of tenders and the expiration of the
period of tender validity i.e., sixty (60) days as specified by the tenderer in the form of
Tender may result in the forfeiture of the tender security.
19. The tenderer shall submit the original tender Documents complete in all respects and keep a
copy of the tender for his own record. The original should be sealed in an inner and an outer
envelope, duly marking the envelopes as “ORIGINAL”. The inner and outer envelopes
shall: (a) be addressed to, (b) and bear the following identifications: Tender for (Name of
Contract) (Reference Number of Tender), and the words “DO NOT OPEN BEFORE (Time
and date, set for opening)”. The inner envelopes shall indicate the name and address of the
tenderer to enable the tender to be returned unopened in case it is declared to have been
received late is otherwise unacceptable. If the outer envelope is not sealed and marked as
instructed above, the Engineer-in- charge will assume no responsibility for the misplacement
or premature opening of the tender submitted. A tender opened prematurely because of
improper identification will be rejected.
20. The tenderer shall indicate in the space provided in the tender his full and proper address at
which notice may be legally served on him and at which all correspondence in connection
with his tender and the contract is to be sent.
21. The presentation of tender implies full acceptance on the part of the tenderer of these
instructions and all other conditions set forth in the contract document.
22. Any tender received by the University Engineer (Engineer-in-charge after the deadline for
submission of tenders prescribed in the Notice Inviting Tenders will be returned unopened to
Engineer Incharge Contractor
the tenderer.
23. The Engipeer-in-charge or his duly authorised office (not below the rank of Assistant Engineer
will open tenders in the presence of intending tenderers or their authorized agents, who may
be present at the time. The officer opening the tender, will announce the names of the
tenderer, tender rates and the presence of requisite tender security.
24. Promptly after the opening of Tenders, the Engineer-in-charge will undertake a detailed
evaluation of tenders.
The Engineer-in-charge will determine whether each tender is substantially responsive to the
requirements of the tender documents and conforms to all the terms, conditions and
specifications of the tender documents without material deviation or reservation. If a tender
is not substantially responsive to the requirements of the tender documents, it will be rejected
by the Engineer in-charge, and may not subsequently be made responsive by the tenderer
having corrected or withdrawn the non-confirming deviation or reservation
25. Except for information to be read out by the Engineer-in-charge at the time of opening
tenders in accordance with para 23 above, no information relating to the examination,
clarification, evaluation and comparison of tenders and recommendations concerning the
award of contract shall be disclosed to tenderers or other persons not officially concerned
with such process. Any effort by a tenderer to influence the process of examination,
clarification, evaluation and comparison of tenders, and in decisions concerning award of
contract, may result in the _rejection of his tender.
26. To assist in the examination, evaluation and comparison of tenders, the Engineer-in charge
may.. ask tenderers individual1y for clarification of their tenders, including breakdowns of
unit rates. The request for clarification
.and1he response shall be in writing or by cable, but no change in the price or substance of
the tender shall be sought, offered or permitted except as required to .cot;1firm the correction
of arithmetical errors discovered by the Engineer-in-charge during the evaluation of the
tender.
27. The Engineer-in-charge shall have the right of rejecting all or any of the tenders without
assigning any reason thereof. The Engineer-in-charge will not be bound to award the contract
to the lowest or to any other tenderer.
28. The unit rates and prices entered in the .bid schedule will be the rates at which the contractor
will be paid (Subject to the adjustment .specified in clause 55 of the annexed conditions) and
shall be deemed to include all costs of performing the work, including income tax, super tax,
and/or other charges, duties and taxes of the government, autonomous, semi autonomous
and local. bodies, profits and costs of accepting the general risk, liabilities and obligations
set forth in or implied from the contract.
29. Prior to the expiration of the period of tender validity (60 days) prescribed in the tender form
or any extension thereof that may have been granted by the tenderer, the Engineer-in-charge
will notify the successful. tenderer by cable and confirm in writing by registered letter that
his tender. has been accepted. This letter of acceptance shall name the sum which will be paid
in consideration of the execution, completion and maintenance of the woks as prescribed in the
contract, (hereinafter called the contract price) The notification of. award will constitute the
formation of the contract.
30. At the time, the Engineer-in-charge notifies’ acceptance of the tender to the tenderer he will
send the tenderer the form of agreements between the parties, Within fifteen (l.5) days of
receipt of the form of agreement, the successful. tenderer shall furnish the performance
security (10% of the contract price) and sign the contract in the presence of the Engineer-in-
charge.
31. After the successful tenderer has signed. the contract and furnished adequate performance
Security the Engineer- in-charge will notify to the unsuccessful tenderers that they were
unsuccessful.
32. The completion period will be reckoned from the date of delivering the award or the handing
over of the site to the contractor, which ever is later.
33. A copy of the contract agreement may be obtained by the contractor at his own cost.
Engineer Incharge Contractor
TENDER FOR WORK
To
The University Engineer,
_____________________________
_____________________________
Dear Sir
1/We____________________________________________________________________________________________
(Name of the contractor)
the undersigned tenderer, having examined the conditions of contract, specifications, drawings, bid schedule and
addenda Nos.______________________________ thereto, for the work of_______________________________________
(Name of the work)
_____________________________________________________________________________________________________ _
and the works associated therewith, and having examined the site of the above named woks, or having caused the site
to be visited on our behalf by my/our competent and reliable agent, and having satisfied myself/ourselves as to all
condition under which the above named work must be performed, hereby offer to execute, complete and maintain the
whole of the above mentioned work including its ancillary works associated therewith, in accordance with the said
contract documents, including the addenda indicate above, as a tender price of Rs.____________________________
(Rupees)_______________________________________________________ or such other sums as may be ascertained in
accordance with the said conditions of contract and the rates, and the prices set forth in the bid schedule.
2. As security for the due performance of the undertaking and obligations of this tender l/We submit herewith a
deposit at call receipt No. dated in the amount of Rs. (Rupees)
___________________________________________________ from the Bank________________________________________
branch drawn in your favour or made payable to you as earnest money, the full value
of which will be absolutely forfeited to Government, should l/We withdraw or modify the tender within its validity
period of sixty (60) days, following the date of receipt of tender.
3. I/We understand that if my/our tender is accepted, the full value of the earnest money as attached with the
tender shall be detained by University towards the amount of security, deposit. specified in clause 48 of the said
conditions of contract and item(d) of the memorandum of work.
4. Should this tender be accepted by you l/We hereby undertake:-
(a). to sign all the necessary documents for entering into a contract agreement in the form set out in the contract
document within fifteen(15) days following your notification of such acceptance.
(b). to commence the work within the stipulated time named in item( t) of memorandum hereto annexed following
the date of issuance of. your order to proceed with or the handing over of the site, whichever is later and in
the event of my/our failure to do so, the entire amount of earnest money deposited by me/us for which
deposit at call receipt is enclosed herewith ‘is to be absolutely forfeited to the University. On the
commencement of the work, I/we hereby also agree to abide by and fulfil all the terms or provisions of the
said conditions of the contract annexed hereto so far as applicable and in default thereof, to forfeit and pay
to University the sums of money mentioned in the said conditions.
(c). to complete and deliver the whole of the work comprised in the contract within the time stipulated in item
No. (g) of the memorandum hereto annexed, subject to such extension in the time limit as may be granted
under the conditions of contract.
(d). the furnishing of performance security under item(h) of the memorandum annexed hereto, in
the sum equal to 10 (ten) percent of the cost of the work In the same form an on the same conditions as are
prescribed by and to the satisfaction of the Engineer-in-charge.
5. I/We also agree that when materials and/or equipment for the work are provided by the Government the rates to
be paid for them shall be as provided in appendices annexed hereto.
6. I/We agree to abide by this t5nder for the period of sixty (60) days following the date set for receiving of tenders
and it shall remain binding upon me/us and may be accepted by you at any time before the expiration of that period.
7. Unless and until a formal agreement is prepared and executed, this tender, together With your written acceptance
thereof, shall constitute a binding contract between us, and shall be deemed for all- purposes to be the contract
agreement.
8. I/We, understand that you are not bound to accept the lowest or any tender you may received, and that you will
not defray any expenses incurred by me/our in tendering.
Thanking you,
Yours Faithfully,
_______________________________________
(Signature of Tenderer)
Name__________________________________________
Dated this_______________ day Address______________________________________
of__________________ 20_____ ______________________________________________ _
The above tender/agreement is hereby accepted by me on behalf of Goverment.
_______________________________________
(Signature Engineer Incharge)
_______________________________________
*In case the above address is changed, the contractor will immediately notify in wrinting to the University
Engineer, his new address.
Engineer Incharge Contractor
MEMORANDUM OF WORK (To be filled in by the Government Department)
a) General Description_______________________________________________________________________________
(If several sub works are included, they should be detailed in a separate sheet)
______________________________________________________________________________________________ _ __
b) Estimated cost. Rs.________________________________________________________________________________
______________________________________________________________________________________________ _ __
c) Amount of earnest money to
accompany the tender Rs.__________________________________________________________________________
(to be furnished by the tenderer in the
shape of deposit at call from a scheduled Bank of Pakistan)
d) Percentage of security deposit to be
retained from the bill.
i) On the amount of work done upto
Rs. 5 million = Ten (10) percent.
ii) on the amountof work done beyond
Rs. 5 million = Five (5) percent
e) Minimum amount of interim running bills Rs._________________________________________________________
f) Mobilization period_________________________________________________________________________ _ days.
g) Time allowed to complete the work after the expiry
of mobilization period___________________ days.
h) Amount of performance____________________________________________________________________________
Security in the form of Bank Guarantee (See Contract Conditions Clause 7)
Ten (10) percent of the accepted tender price in the case of tender with cost exceeding Rs. 25 millions
Rs. _________________________________________________________________________________________ _
i) Period of maintenance.
(after the date of issuance of
certificate of completion___________________________________________________________________________
16
BID SCHEDULE
1. Schedule Items NAME OF WORK___________________________________
Sr. No.
Items in the Schedule of rates
Page No. Serial No.
Description of item
Estimated
Quantity
Unit
of
Rate
Schedule Rate Amount
(Rs.) Labour Composite
1 2 3 4 5 6 7 8 9
Contractor
Engineer Incharge
17
Co
ntra
cto
r
BID SCHEDULE (Cont).
1. Other than Schedule Items/Items Rates NAME OF WORK___________________________________
Sr. No.
Pay item No.
Or reference
to special
supplied
Description of
Items
Estimated
Quantity
Unit
of
Rate
Unit Rate
(To be filled in by the Contractor where
not already filled by the University
Engineer ——————————————
in figures in words
Amount
(To be filled in by the contractor when not
already filled in by the University Engineer
for items against which the unit rate have
already been filled in by him
1 2 3 4 5 6 7 8
Attached
Total cost of other than Schedule Items/Item Rates.
Rs.___________________________
18
BID SCHEDULE (Contd)
NAME OF WORK___________________________________
Total tender amount of the work
(To be filled in by the Tender)
1. Total cost of Schedule items. Rs.____________________________________
2.
Total cost of other than Schedule items/item rates.
Grand Total
Rs.____________________________________
Rs.____________________________________
_______________________________________
(in words) Rupees
Rs.____________________________________
_______________________________________
19
Contractor
Engineer Incharge
GENERAL CONDITIONS OF CONTRACT
DEFINITIONS AND INTERPRETATIONS
Definitions Clause 1:
In the contract (as herein after defined) the following words and expressions shall have the meanings hereby assigned
to them, except where the context otherwise requires:-
(1) “Agent means the person appointed by the contractor to act on his behalf in his
absence;
(2) “Certificate of completion” means the certificate of completion given by the engineer-in-charge pursuant to
clause 40 of these conditions;
(3) “Contract” means the contract agreement, the documents set out therein and includes the conditions of contract,’
the tender and acceptance thereof, the specifications, the drawings, the bid schedule, schedule of rates and the
prices;
(4) “Contractor” means the person or persons, firm or company whose tender has been accepted by the engineer-
in-charge, and shall include the contractors duly authorized representative, successor and assigns.
(5) “Contract price” means the sum named in the tender, subject to such addition thereto or deductions therefrom
as may be made under the provisions of the contract;
(6) “Constructional Plant” means all appliances, or things required in or about the execution, completion, or
maintenance of the works or temporary works, but does not include the materials or other things intended to
form or forming part of permanent or temporary works;
(7) “Drawings” means the drawing(s) referred to in the contract documents and any modifications of such drawing(s)
as may from time to time be furnished or approved in writing by the engineer-in-charge;
(8) “Engineer Incharge” means the University engineer or any other officer who for the time being and from time to
time in charge of the works and includes an officer appointed by the University to act as engineer -in-charge for
the purposes of the contract;
(9) “University” means University Authorities of Bahauddin Zakariya University, Multan.
(10) “Period of maintenance” means the period during which the contractor is obliged to guarantee the work or
defined portions o work against -defect and during which he is obliged to perform any maintenance procedure
that may be specified by the engineer-in-charge and shall be calculated from the date of the certificate of
completion given by the engineer-in-charge under the said clause from the respective dates so certified.
(11) “Maintenance” means the repairs, amendment, reconstruction and includes the rectification of defects imperfections,
shrinkages and other faults except fair wear and tear as may be required of the contractor in writing by the
engineer- in-charge during the period o~ maintenance;
(12) “Programme of work” means the programme of work submitted by the contractor and approved by the engineer-
in-charge and includes and amendment thereto made from time to time and approved by the engineer-in-charge;
(13) “Schedule of rates” means the schedule of rates issued by the government and as in force on the date of receipt
of the tender;
(14) “Site means the lands and other places on, at, over under, in or through which the works are to be executed or
carried out in pursuance of the, contract or any adjacent land, or path or street, which may be allotted or used for
the purpose of carring out the contract or any lands or, places provided by the engineer-in- charge for the
purpose of the contract together with such other places as may be specifically designated in or pursuant to the
contract as forming part of the site.
(15) “Specifications” means the specification referred to in the tender and any ‘modification thereof or addition
thereto as may from time to time be furnished or approved in writing by the engineer-in-charge;
(16) “Temporary Works” means all temporary works of every kind required in or about the construction, completion
or maintenance of the works;
(17) “Works” means the works to be executed in accordance with the contract ,and includes any permanent works as
required for the pel1ormance of the contract;
Marginal
heading for
information
only
Terms to include
designations of
corresponding
post
Clause 2:
The Marginal headings, ,the words, notes, titles and phrases used in these general conditions and
documents attached hereto are strictly for information and direction of the reader with regard to the
contents of the said documents and shall by no means be invoked for interpretation of the said
clauses nor shall they be deemed to be part thereof or be taken into consideration in the
interpretation thereof or of the contract.
Clause 3:
The term “University Engineer and Project Director” used in the contract and the document attached
thereto, shall respectively be taken to include the terms and the holder of the corresponding posts
in relation to the work.
CONTRACT DOCUMENTS
Documents
mutually
explanatory
Custody of
drawings
Clause 4:
Except if arid to the extent otherwise provided by the contract, the conditions of contract. and
additional conditions annexed hereto shall prevail over those of any other document forming part
of the contract. Subject t? the foregoing, the several documents forming the contract are to be
taken as mutually explanatory of one another; but in case of any error~ omission, ambiguity or
discrepancy’ is found between these documents the same shall be reported to the engineer-in-
charge who shall correct such error or omission or explain and adjust the ambiguity or discrepancy,
as because may be, and shall thereupon issue to the contractor instructions directing in what
manner the work is to be carried out. Provided always that if in the opinion of the engineer-in-
charge compliance with any such instructions shall involve the contractor in any expenses which
by reason to anticipate, the engineer-in- charge shall pay such additional sums as he shall certify
to be reasonable to cover such expenses. Provided further that any work done by the contractor,
which perpetuates or adds to any error, omission, ambiguity or discrepancy, already discovered
and pointed out, shall be considered to have been done at the contractor,’ s own risk.
Clause 5:
(1) The drawings shall remain in the sole custody of the engineer-in-charge but two sets of the
detailed or working drawings will be obtained by the contractor free of cost from the engineer-in-
Charge after acceptance of his tender. The contractor shall provide and make at his own expense
any further copies required by him. On the completion of the [ contract, the contractor shall return
to the engineer-in-charge all drawings provided to him under the contract.
21
Contractor
Engineer Incharge
Classified
Drawings
One copy of
drawing to be
kept on site
Further drawing
and instructions
(2) If so instructed, the contractor shall undertake not to disclose details of classified drawings,
other than to men in his employ, and will given an undertaking to the engineer-in-charge that these
drawings are not replicated or passed on to others or used by any other agency/person. One copy
of the ,drawings furnished to the contractor as aforesaid shall
(3) be kept by the .contractor at site and the same shall at all reasonable times also be made
available for inspection and’ used by the engineer-in-charge or by any of his superior officer, or by
any other person authorised by the engineer-in-charge in writing
(4) The engineer-in-charge shall supply to the contractor, from time to time during the progress of
the works, such further drawings and instructions as shall be necessary for the purpose of the
proper and adequate execution and maintenance of the works, and the contractor shall carry out
and be bound by the same. The contractor shall give adequate notice. in writing, to the engineer-
in-charge of any such further drawing and instructions that the contractor may require for execution
of works or otherwise under the contract.
GENERAL OBLIGATIONS
Contract
Agreement
Performance
Security
Programme of
work to be
furnished if so
required by
engineering
charge
Clause 6:
The contractor shall, when called upon so to do by the engineer-in-charge enter into and execute
a c0ntract agreement in the form annexed.
Clause 7:
The contractor shall (a) within 15 days of the receipt by him of the notification of the acceptance of
his tender furnish to the engineer-in-charge in cash, bank draft, Cashier’s Cheque or payment
order or Bank Guarantee from the bank of Punjab or any scheduled bank of Pakistan or approved
Insurance Companies in Pakistan, the amount to make up the full performance security’ where
required and specified in the tender and/or (b) permit Government at the time of the making any
payment to him for work done under the contract to deduct such sum as specified in item (h) of
memorandum and moneys or deductions so paid or made shall be held as additional security
deposit. All compensation or ,other sums of money payable by the contractor under the terms of
this contract may be deducted from, or paid by the sale of a sufficient part of his performance
security, and in the event of his performance security reduced by reason :of any such deduction or
sale as aforesaid, the contractor shall within ten days thereafter make good in cash or other
securities as aforesaid any Sum or sums which may have been deducted from or raised by sale of
performance security or any part thereof.
If the amount of the performance security is not furnished within the period specified at (a) above
the tender already accepted shall be considered as cancelled and the tender security will be
confiscated by the engineer-in-charge. The performance security deposit 10Bged by a contract (in
cash or/other form or retained in installments from his bills) shall. be refunded to I him after the
expiry of three months from the date on which the work is accepted, or along with the final bill if it
is prepared after that period on account of some unavoidable circumstances.
Clause 8:
(1) The contractor shall, if .so required by the engineer in charge submit in writing to the engineer-
in-Charge within the period specified by him for his approval a programme showing the order of
procedure and the method in which he proposes to carry out the works. The time and progress
chart shall be prepared in direct relation to the time period stated in. item (g) of the memorandum
hereto annexed for the completion of individual items thereof and the works as a whole. It shall
indicate the forecast of the dates for commencement and completion of various trade process for
section of the works, and shall be amended as may be required by agreement between the engineer-
in- charge and the contractor within the limitation of time imposed in the contract documents.
(2) The contractor shall also, whenever required by the engineer-in- charge, furnish for his information
full particulars in writing of the organization and staff by which he proposes to direct and administer,
his performance of the contract and also such further information concerning the contract’s
arrangements for the carrying out of the work and of the constructional plants or temporal-Y works
which the contractor intends to supply, use or construct, as the case may be.
Action when
programme not
submitted in time.
Setting Out
Wok to be
executed in
accordance with
the specifications
drawings, orders,
etc.
Action where no
specifications are
provided
(3) The submission to and approval by the engineer-in-charge of such programme, or the furnishing
of such particulars or information shall not relieve the contractor of .any of his duties or
responsibilities under the contract.
(4) In the event of the non-submission of the programme or revised/amended programme of work
by the contractor for approval by the engineer-in-charge with in the period specified by the
engineer-in-charge, the contractor shall be liable to pay as compensation an amount, eqt1al to 1%
per day or such smaller amount as the engineer-in-charge (whose decision in writing shall be final)
may decide on the total tendered amount of the work, subject to a maximum of 2% of contract
amount.
Clause 9:
The contractor shall be responsible for the true and proper setting out of the work in relation to
original points lines and levels of reference given by the engineer-in-charge in writing, and for the
correctness (subject as above mentioned) of the position, levels, dimensions and alignments of all
parts of the works and for the provision of all necessary instruments, appliances and labour in
connection therewith. If at any time during the progress of the work, any error shall appear or arise
in the position, levels, dimensions, or alignments of any part of the works, the contractor on being
required so to do by the engineer-in-charge, shall at his own expense, rectify such error to the
satisfaction of the engineer-in-charge, unless such error is based on incorrect data, supplied in
writing by the engineer-in-charge, in which case .the expenses of rectifying the same shall be borne
by the Government. The checking of any setting out or of any line or levels by the engineer-in-
charge shall not in any way relieve the contractor of his responsibility for the correctness thereof,
and the contractor shall carefully protect and preserve all points, marks, lines, levels, bench marks,
site-rai1s, pegs, slope-stakes; batten-boards. stakes for location, and other things used in setting
out the work.
Clause 10:
The contractor shall execute the whole and evey part of the works in the most substantial and
workman-like manner, and both as regards material and otherwise in every respect in strict
accordance with the specifications The work executed by the contractor shall also confirm to the
design(s) and/or drawings and instructions in writing relating to the work signed by the engineer-
in-charge and lodged in his office, and to which the contractor shall be entitled to have access as
such office, or on the site of the work fl1r the purpose of inspection during office hours. The
contractor shall.. if so required, by entitled at his own expenses to take or cause to he made copies
of specifications.. and of all such designs, drawings and instructions as aforesaid.
Clause 11:
In the case of any class of work for which there is no such specification as is mentioned is para 2
of the general Directions for the guidance of the tenderer annexed hereto, such work shall be
carried out in accordance with the prescribed standard specification and in the event of there being
no such specifications, in accordance with the specifications attached with the tender, if however
there is no standard specification or specifications attached with the tender, the work shall be
carried out, in all respects in accordance with the instructions and requirements of the engineer -in-
charge
23
Contractor
Engineer Incharge
Works to be
under direction
of engineer-in-
charge
Lighting at
night work
Watching and
lighting
Arrangements of
safe guard danger
to unfinished
work
Contractor to
supply plant,
ladders
scaffolding etc.
Contractor liable
to pay damages
arising from non-
provision of
lights fencing etc.
Notice to be
given before the
work is covered
up
Clause 12:
All works to be executed under the contract shall be executed under the directions and subject to
the approval in all respects, of the engineer-in-charge who shall be entitled to direct at what point
or points, and in what manner they are to be commenced and from time to time carried on
Clause 13:
In the event of night work being carried on, the contractor shall provide and maintain such good
and sufficient lights as will enable the work to proceed with satisfactorily and without danger
Similarly, the approach to the site and works where the night work is being carried out shall be
efficiently lighted. All arrangements adopted for such lighting shall be to the satisfaction of the
engineer-in-charge.
(2) The contractor shall in connection with the works provide and maintain at his own cost all
lights, warning lights, caution boards, attendants, guard fencing and watch men, when and where
necessary or required by the engineer-in-charge, for the protection of the work or for the safety
and convenience of the, public or others
Clause 14:
The, contractor is expected to make himself acquainted with the. weather conditions, etc,; and
make his arrangements in such a manner that unfinished work is not In danger from storms, floods,
etc. a claim by the contractor for a loss caused by any such eventuality will not be entertained by
the University.
Clause 15:
The contractor shall supply at his own cost all materials (except such materials, if any, as may in
accordance with the contract be supplied from the department store) constructional plants, tools,
appliances, imp1ements, ladders, cordage, tackles, scaffoldings and temporary works, requisite or
proper for the execution of the works, whether original, altered or substituted, and whether included
in the specification or other documents forming part of the contract referred to in these conditions
or not or which may be necessary for the purpose of satisfying or complying with requirements of
the engineer-in-charge as any matter as to which under these conditions he is entitled to be
satisfied, or which he is entitled to require together with carriage therefore, to and from the work.
The contractor shall also supply without charge, the requisite number of persons with the means
and materials necessary for the purpose of setting out works, and counting, weighing, and assisting
in measurement or examination at any time, and from time to time of the work or materials. Failing his
so doing the same may be provided by the engineer-in-charge at the expense of the contractor, and
the expenses may be deducted from any money due to the contractor under the contract, or from
his security deposit. The contractor shall also provide all necessary fencing and lights required to
protect the public from accident, and shall be bound to bear the expenses of defence of every suit
action or other proceedings at law that may be brought by any person for injuries sustained by him
owing to neglect in taking the above precautions and 10 pay any damages and costs which may be
awarded in any such suit, action or proceedings to any such person, or which may with the consent
of the contractor be pa1d to compromise any claim by any such person
Clause 16:
The contractor shall give not less than five days notice in writing to the engineer-in-charge of his
subordinates in charge of the work, before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured, and correct dimensions thereof be
taken before the same is so covered up or placed beyond the reach of measurement and shall not
cover up or place beyond the reach of measurement any work without the consent in writing of the
engineer-in-charge of his subordinate in charge of the work. If any work is covered up or placed
beyond the reach of measurement, without such notice having been given and consent obtained,
the same shall be uncovered at the contractor’s expenses, and no payment or allowance shall be
made for such work or the materials with which the same was executed.
Clause 17:
(1) The contractor shall provide and employee on the site for the purpose of and in connection with
the execution and maintenance of the work under the contract:- (a) Only such engineer and technical assistance as are skilled and experienced in their
respective callings, and such sub-agents, foremen and leading hands as are competent to give
proper supervision of the work, they are required to supervise, and
(b) Such skilled, semi-skilled and unskilled labour as is necessary for the proper and
timely execution and maintenance of work under the contract.
(2) (i) The engineer-in-charge shall have full power at the times to object to the employment
and to require the contractor to remove forthwith from the site, the agent, workman, foreman or
any other person employed by the contractor or any sub-contractor, who in the opinion of the
engineer-in-charge misconduct himself or is incompetent or negligent in the proper
performance of his duties or whose employment is otherwise considered by the engineer-in-
charge to be undesirable, and the contractor shall comply with the request forthwith.
(ii) No such agent, workman foreman or other employees after his removal from the
work by request of the engineer-in-charge shall be re-employed or reinstated by he contractor
for the purposes of and in connection with the contract at any time, except with the prior
approval in writing of the engineer-in-charge
Contract or’s
employees
Whole time
qualified technical
personnel for
supervision of
work Opportunities for other contractors Damage to persons and property
Charge 18:
(a) The contractor shall employ for each contract, whole time qualified technical personal
to the satisfaction of the engineer-in-charge for the supervision of the work at the scale
given below:-
On contracts value:- One diploma Engineer
(i) Upto Rs. 7.5 million
engineer.
(ii) exceeding Rs. 7.5 million ……..One senior graduate engineer
One junior graduate engineer
b) If the contractor fails to employ the qualified technical personnel to the above scale,
the engineer-in-charge shall, after giving the contractor 15 days notice to this effect,
have the option to employ to make up the deficiency in the number of such person at
the risk and cost of the contractor.
Clause 19:
The contractor shall in accordance with the requirements of the engineer-in-charge afford
all reasonable opportunities for carrying out the work by any other contractor(s)
specialist contractor(s) executing a part of the original work or ancillary to the work,
employees/workmen of such contractor(s) or those of the Government, who may be
employed in execution of, or near the site of work not included in the contract. If,
however, the contractor provides any material services/ assistance or facilities to any
such contractor or to the government on the written request of the engineer-in-charge,
he shall be paid a reasonable sum as determined by the engineer-in-charge or paid
according to provision in bid schedule if already made therein.
Clause 20:
(1) The contractor shall indemnify and keep indemnified in University against all losses
and claims for injuries or damage caused to any person or any property whatever,
(other than surface or other damage to land or crops being on the site suffered by
tenants or occupants) which may arise out
25
Contractor
Engineer Incharge
of or in consequence of the construction and maintenance of the works and against all claims,
demands, proceedings, damages, costs, charges and expenses whatever in respect of or in relation
thereto. Provided always that nothing herein contained shall be deemed to render the contractor
liable fore, or in respect of, or to indemnify the government against any compensation or damages
for or with respect to:-
(a) The permanent use or occupation of land by the works or any part thereof or (save as
hereinafter provided) surface or other damage as aforesaid
(b) The right of the government to construct the works or any part thereof on over under in
or through any land
(c) Interference whether temporary or permanent with any right of light, air, way or water, or
other assessment of quash easement which is the unavoidable result of the construction
of the works in accordance with the contract.
(d) Injuries or damage to persons or property resulting from any act or neglect done or
committed during the currency of the contract of the University it agents, servants or
other contractors (not being employed by the contract) or for respect of any claims,
demands, prceedings, damages, costs charges, and expenses in respect thereof or in
relation thereto.
Provided further that for the purposes of this clause the expression the site shall be deemed to be
limited to the Area defined in the specification or shown on the drawings in which and crops will be
disturbed or damaged as an inevitable consequence of carrying out the works.
indemnity by the
government (2) The University will indemnify the Contractor for the against all claims, demands, proceedings,
damages costs, charges and expenses in respect of the matters referred to in the provision to sub
clause (1) of this clause.
Note: The limite of various departments for the application of this clause is as follows:-
1. Buildings contractors exceeding Rs. 5 million
2. Public Health Engineering contracts exceeding Rs. 5 million
3. Highways, contracts exceeding Rs. 10 million
4. Irrigation The clause would not apply
5. Housing and Physical Planning Contract exceeding Rs. 5 million
The clause may be adopted in contracts of smaller amount wherever so directed by the University
Authorities.
work to be open
to inspection
Contractor or his
responsible
agent to be
present
Clause 21:
All works under or in the course of execution or executed in pursuance of the contract, shall at all
time be open to inspection and supervision of the engineer-in-charge or his subordinate and the
contractor shall at all times during the usual working hours and at all other times for which reasonable
notice of the intention of the engineer -in-charge, ‘his senior or his subordinate to visit the works
senior shall have been given to the contractor; either himself be present to receive orders and
instructions or have an agent, duly accredited in writing, present for that purpose. Orders given to
the Contractor’s agent shall be considered to have the same force as if they have been given to the
contractor himself.
Giving of notices
and payment of
fees
Compliance with
statutes
regulations etc.
Payment of
income tax and
other taxes
Cost of bonds.
Change in the
constitution of
firm.
Photographs &
Advertisments
Assignment
Subletting
Clause 22:
(l) The contractor shall give all notices, and at his own cost pay all fees, required to be
given ‘or paid by any national or state statute, ordinance or other laws or any regulation
or bye-laws of any local or other duly constituted authority in relation to the execution
of the works or. of any temporary works and by the rules and regulations of all public
bodies and companies whose property or rights are affected or may be affected in any
way by the works or any temporary works.
(2) The Contractor shall conform in all respects with the provisions of any such federal,
provincial and local statutes, ordinance or law as aforesaid and” the regulations or by-
lays of any local or other duly constituted authority, which may be applicable to the
works, or to any temporary works and with such rules and regulations of Public Bodies
and companies as aforesaid ‘and shall keep the government indemnified against all
penalties and liabilities of every kind for breach of any such statutes, ordinance or law,
regulation or by-laws.
(3) The contractor shall be responsible for the payment of all income tax, super tax and
other government or local taxes arising out of the contract, which shall not be re-
imbursed to him by the government and the rates and prices stated in the bid schedule
shall be deemed to cover all such taxes.
Clause 23:
The cost of various bonds to be entered into and executed between the contractor and the engineer-
in-charge shall be in all respects, at the expense of the contractor.
Clause 24:
In the case of tender by partners, any change in the constitution of the firm, joint venture, company
or corporation shall be forthwith notified by the contractor to engineer-in charge for his information.
Clause 25:
Photographs of the works shall be taken by permission of the engineer-in-charge. Only signs or
other advertisement approved by the engineer-in-charge may be displayed at or near the works.
Photographs of the works shall not be published without prior written approval of the University
Engineer which shall not be unreasonably withheld.
ASSIGNMENT AND SUB-LETTING Clause 26:
The contractor shall not assign the contract or any part thereof or any benefit or benefit or interest
or there under without the prior written consent of the engineer-in-charge.
Clause 27:
The contractor shall not sublet the works or any part thereof except where otherwise provided by
the contract, without the prior written consent of the engineer-in-charge and such consent, if
given, shall not relieve the contractor from any liability or obligation under the contract and he
shall be responsible for the acts, defaults and negligence and any sub-contractor, his agents,
servants or workmen as if they were the acts, defaults or neglects of the contractors, his agents,
servants or workmen. Provided always that the provision of labour as a piecework basis shall not
be deemed to be a subletting under this clause.
27
Contractor
Engineer Incharge
that the provision of labour as a piecework basis shall not be deemed to be a subletting under this
clause
MATERIAL AND WORKMANSHIP
Quantity of
materials and
workmanship
and test.
Cost of samples
Cost of tests
Cost of tests etc.
not providede for
Constructional
material fittings
etc. to conform to
representative
samples
approved by
Engineer-in-
charge.
Stores to be
supplied by
government
Clause 28:
(1) All materials and workmanship shall be of the respective kinds described in the contract
and in accordance with the instructions of the engineer-in-charge and shall be subjected
from time to time, to such tests as the engineer-in-charge may direct at the place of
manufacture or fabrication or on the site or at all or any of such places. The contractor
shall provide such assistance, instruments, machines, labour and materials as are normally
required for examining, measuring and testing any work and the quality, weight or
quantity of any material used and shall supply samples ;of materials before incorporation
in the works for testing as may be selected and required by the engineer-in-charge.
(2) All samples shall be supplied by the contractor at his own cost if the supply thereof is
clearly intended by or provided for in the specifications or bill of quantities but if not
then at the cost of the government.
(3) The cost of making any test shall be borne by the contractor .if such test is clearly
intended by or provided for in the specification or bill of quantities and (in the cases
only of a test under load or of a test to ascertain whether the design or any finished or
partially finished work is appropriate for the purposes which it was intended to fulfil is
particularised in the specification or bill of quantities in sufficient detail to enable the
contractor to price or allow for the same in his tender.
(4) If any test is ordered by the engineer-in-charge which in either:-
(a) not so intended by or provided for; or
(b) (in the cases above mentioned) is not so particularised; or
(c) Through so intended or provided for is ordered by the engineer-in-charge to be
carried out by an independent person at any place other than the site or the place
of manufacture or fabrication of the materials tested.
Then the cost of such test shall be borne by the contractor if the test shows the workmanship or
materials not to be in accordance with the provisions of the contract or the instructions of the
engineer -in-charge but otherwise by the University.
Clause 29:
Before any constructional material, fittings is brought to the site of work, the contractor shall
submit to the engineer-in-charge representative samples of the material fittings, etc., the proposes
to use. The samples after approval will be retained by the engineer-in-charge in his custody and the
contractor shall be responsible for ensuring that materials and fitting, etc., conforming to such
samples are used through out the contract, failing which the material, fittings, etc., will not be
accepted and shall be removed forthwith from the site of work if so desired by the engineer-in-
charge.
Clause 30:
If the specification or the estimate of the work provides for the use of any special description of
material and equipment to be supplied from the engineer-in-charge’s store or if it is required that
the contractor shall use certain stores to be provided by the engineer-in-charge (such materials,
stores and equipment and the prices to be charged therefore as hereinafter mentioned being so far
as practicable for the convenience of the contractor but not so as in any way to control the
meanings of effect of this contract specified in the schedule of memorandum hereto annexed), the
contractor shall be supplied with such materials and stores as required from time to time to be used
by him for the purpose of the contract only, and the value of the full quantity of materials and
stores so supplied at the rates specified in the said schedule or memorandum may be set off or
deducted from any sums due or to become due, to the contractor, under the contract or otherwise
or against or from the security deposit. All materials supplied to the contractor shall remain the
absolute property of the government, and shall not, on any account be removed from the site of
works without the written permission of the engineer-in-charge and shall at all times be open to
inspection of the engineer-in-charge. Any such material unused or in perfectly good condition at
the time of the completion of termination of the contract, shall be returned to the engineer-in-
charge’s store, if by a notice in writing under his hand he shall so require, but the contractor shall
not be entitled to return any such materials unless with such consent, and shall have no claim for
compensation on account of any such materials so supplied to him as aforesaid being unused by
him, or for any wastage in or damage to any such materials.
Action and
compensation
payable in case
of bad work.
Application of
labour laws and
rules.
Contractor liable
for payment of
compensation to
injured workman,
or in case of
death to his
relations.
Clause 31:
If it shall appear to the engineer-in-charge, or to his subordinate in charge of the work, that any
work has been executed with unsound, imperfect, or unskillful workmanship or that any materials
or articles provided by him for the execution of. the work are unsound, or of a quality inferior to that
contracted for, or otherwise not in accordance with the contract the contractor shall on demand in
writing from the engineer-in-charge specifying the work, materials or articles complained of not
withstanding that the same may have been inadvertently passed, certified and paid for, forthwith
rectify, remove and reconstruct the work so specified in whole or in part, as .the case may require,
or as the case may be, remove the materials or articles so specified and provide materials as
originally contracted or articles at his own proper charge and cost, and in the event of his failing to
do so within a period to be specified by the engineer-in-charge in his demand aforesaid, then the
engineer-in-charge may rectify or remove and re-execute the work, remove and replace with others,
the materials and articles complained of as the case may be, by his own workman or by other
contractor and recover from the contractor towards the cost thereof a sum equal to the sum
actually incurred by .the engineer-in-charge (whose certificate as to the amount of the work shall
be final and binding on the parties plus departmental charges on the amount so incurred equal 10
ten (10) per cent or such smaller amount as the engineer-in-charge (whose decision in writing shall
be final may decide, and deduct the same from any money, due or that becomes due to the contractor
under this contract or on any account whatsoever, due by University to the contractor, Measures
of rectification will be decided by the engineer-in-charge and .may include additional work necessary
to strengthen or set right the unusual work carried out by the contractor,
LABOUR Clause 32:
The contractor shall employ labour, provide all facilities and pay wages to his work people or
employees in accordance with the labour laws or enactments relating thereto and rules framed
there under, in force from time to time.
Clause 33:
(1) In every case in which by virtue of the provision of Section 12; sub (I) of the workman’s
Compensation Act 1923, government is obliged to pay Compensation to a workman by
the contractor in execution of the works, University will recover from the contractor the
amount of the compensation so paid and without prejudice to the rights of the
government under section 12, sub section 92) of the said Act. Government shall be at
29
Contractor
Engineer Incharge
liberty to recover such amount or any part thereof, by deducting it from the security
deposit or fro111 any sum due by Government to the contractor, whether under the
contract or otherwise.
(2) University shall not be bound to contest any claim made against it under section 12,
sub section (1) of the said Act, except on the written request’ of the contractor and
upon his giving to the government full security for all costs for which government right
become liable in consequence of contesting such claims.
Use of donkeys
and other
animals
Commencement
of work.
Time for
completion
Extension of
time for
completion
No work at night
or on Friday
public holidays
Clause 34:
(i) No contractor shall use donkeys or other animals with breaching of string or thin
rope. The breaching must be at least 75mni wide and should of tape (Nawar).
(ii) No animals suffering from sores, lameness or emaciation or which is immature shall
be used on the work.
COMMENCEMENT, TIME AND DELAYS Clause 35:
The contractor shall. commence the works on the site within the period named in the memorandum,
after the .receipt by, him of an order in writing to this effect from the engineer-in-charge and shall
proceed with the same with due diligence and without delay, except as may be expressly sanctioned
or ordered by the engineer-in-charge or be wholly beyond the contractor’s control.
Clause 36:
Subject to any requirements in the specification as to the completion of any portion of the works
before completion of the whole, the whole of the works shall be completed within the time stated in
the memorandum or such extended time as may be allowed under clause 37 hereof.
Clause 37:
If by reasons of the amount of extra or additional work of any kind or variation of form, quality or
quantity of the works or any part thereof ordered by the engineer-in-charge, or on the ground of his
having been unavoidable hindered in the execution of the work or on any other ground or other
special circumstances of any kind whatsoever, or any cause beyond the reasonable control of the
contractor, the work is delayed or impoded or the contracted prevented from whether by the
engineer-in-charge or otherwise howsoever, or hindered in the execution or completion of the work
or any part thereof whether such delay or impediment or prevention or hindrance occurs before or
after the time or extended time fixed for completion the contractor shall apply in writing to the
engineer-in-charge within thirty days of the date of such circumstances, the full and detailed
particulars of his claim on account of which he desires an extension as aforesaid. The engineer-in-
charge shall if in his opinion (which shall be final) reasonable grounds shown therefore by the
contractor are such as fairly to entitle the contractor to an extension of time for the completion of
the work, authorize him from time to time in writing, either prospectively or retrospectively, such
extension of time for the completion of the work or any part thereof, as may in his opinion be
necessary or proper.
Clause 38:
Subject to any provision to the contrary contained in the contract, none of the permanent work
shall save as here in after provided be carried on during the night or on Friday or public holidays
without the permission in writing of the engineer-in-charge save when the work is unavoidable or
absolutely necessary for the save of life or property or for the safety of the works in which case the
contractor shall immediately advise the engineer-in-charge. Provided always that the provisions of
this clause shall not be applicable in the case of any work which it is customary to carry out by
rotary or double shifts
Compensation
for delay
Certification
of completion
of work
Clause 39:
(a) The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the contractor. The works shall throughout the stipulated period of the contract
be proceeded with all due diligence in accordance with the programme of work, as approved
by the engineer-in-charge or any amended programme or work approved by the engineer-
in-charge from time to time (time and quality being deemed to be the essence of the contract
on the part o the contractor) and the contractor shall pay as compensation amount equal to
one per cent of the amount of contract, subject to a maximum of 10% or such smaller amount
as the engineer-in-charge (whose decision in writing shall be final) may decide, on the amount
of the estimated cost stated in item(b) of the memorandum of work annexed hereto for every
day that the work remains uncommenced or unfinished after the proper date.
(b) In order to ensure good progress during the execution of the work the contractor shall be
bound, in all cases in which time allowed for any work exceeds thirty days, to complete
each part of the work or its component, as per programme of work or any revision or
amendment to it approved by the engineer-in-charge. In the event of the contractor failing
to comply with this condition, without sufficient reasons acceptable to the engineer-in-
charge, he shall be liable to pay as compensation an amount equal to one per cent or such
smaller amount as the engineer-in- charge (whose decision in writing shall be final) may
decide on the estimated cost of the work as named in the item(b) of the memorandum hereto
annexed for every day that the due quantity. or work remains incomplete. Provided always
that the entire amount of the compensation to be paid under the provisions of this clause
shall not exceed ten per cent of the estimated cost stated in item(b) of the memorandum of
work annexed hereto.
CERTIFICATE OF COMPLETION
Clause 40:
Without prejudice to the right of the under any such clause(s) herein contained, as soon as
in the opinion of the engineer-in-charge, the works shall have been substantially completed
and shall have satisfactorily passed any final test that may be prescribed by the contract, the
engineer-in- charge will issue to the contractor as certificate of completion in respect of the
work, and the period of maintenance of work shall commence from the date of such certificate,
provided that he engineer- in-charge may give such a certificate with respect to any
independent part of the works before the completion of the whole of the works, and when
any such certificate is given in respect of such a part of the works, such part shall be
considered as completed and the period of maintenance of such part shall commence from
the date of such certificate. Provided also that a certificate of completion given in
accordance with the foregoing provisions of any part of the works shall not be deemed to
certify completion ‘of any ground or surface requiring reinstatement, unless such certificate
shall expressly so state. Provided’ further that no such certificate shall be given nor shall the
works or any of its parts be considered to be complete until the contractor shall have removed
from the premises on which the works or any such parts shall be executed, all scaffoldings,
surplus materials of all kinds and rubbish, buildings and other construction materials of all
kinds and cleaned off the dirt from all woodwork, doors windows, walls, floors, or other parts
of any building or buildings, or road works and road structures, water supply, sewerage or
drainage works, sanitary installations, gas and electric fittings, in, upon, or about which the
works are to be executed, or which he may have had possession for the purpose of the
execution c thereof, nor until the works shall have been measured by the engineer-in-charge
whose measurements shall be binding and conclusive against the contractor.
If the contractor shall fail to comply with the requirements of this clause as to the removal
of
.
31
Contractor
Engineer Incharge
scaffoldings, surplus material of all kinds and rubbish as aforesaid and cleanings of dirt on or
before the date fixed for the completion of the works, the engineer-in-charge may at the expense of
the contractor, remove such scaffoldings or surplus materials of all kinds and rubbish and dispose
of the same as he thinks fit, and clean off such dirt as aforesaid and .the contractor shall forthwith
pay the amount of all expenses so incurred, and shall have no claim in respect of any such
scaffoldings or surplus materials of all kinds as aforesaid, except for any sum actually realised by
sale thereof.
ALTERATIONS, ADDITIONS AND OMISSIONS
Alterations in
specifications
and drawings
Alterations
omissions or
substitutions do
not invalidate the
contracts.
Extension of time
in consequence
of alterations
Rate of works no
in schedule of
rates, bind
schedule or in the
estimates
Clause 41:
The engineer-in-charge shall have power to make any alteration in, omission, from, addition to, or
substituted for, the original specification, drawing, designs and instructions that may appear to
him to ‘be necessary or advisable during the progress of the work, and the contractor shall be
bound to’ carry out the works in accordance with any instructions which may be given to him in
writing signed by the engineer-in-charge, and such alterations, omissions, additions or substitutions
shall not invalidate the contract, and any altered, additional or substituted work which the contractor
may be directed to do in manner above specified as part of the work, shall be carried out by the
contractor on the same conditions in all respects on which he agreed to do the main work, and at
the same rates as are specified in the tender (bid schedule for the main work). The time for the
completion of the work shall be extended in the proportion that the altered, additional or substituted
work bears to the original contract work and the certificate of the engineer-in-charge shall be
conclusive as to such proportion.
And, if the altered, additional. or substituted work includes any item of work, for which no rate is
specified in this contract, then such items or work shall be carried out at the rates entered in the
schedule of rates, which was in force at the time of acceptance of the contract, minus/plus the same
percentage deduction or additions which the total tender amount of the schedule items in the bid
schedule bears to the cost of these schedule items calculated at par with the schedule of rates, with
reference to which the tender for the work was submitted by the contractor.
If such altered, additional or substituted item(s) of work is not entered in the said schedule of rates
or the bid schedule, then the contractor shall within seven days of. the date of receipt of the orders
to carry out the work inform the engineer-in-charge of the rate which it is his intension to charge for
such items of work, and if the engineer-in-charge does not agree to this rate, or the approval to this
rate (or the negotiated rate, if any), is not communicated to the contractor within a period of thirty
(30) days reckoned from the date -of receipt by the engineer-in-charge of the proposed rate, the
engineer-in charge shall by a notice in writing be at liberty to cancel his order to carry out such item
of work and arrange to carry it out in such a manner as he may consider advisable, provided always
that if the contractor shall commence work or incur an expenditure in regard thereto, before the
rates shall have been determined as lastly hereinafter mentioned, he shall do so at his own risk and
cost.
No deviation from specification stipulated in the contract or additional items of work shall be
carried out by the contractor unless the rate of the substituted, altered or additional items have
been approved in writing failing which government will not be bound to entertain any claim on this
account. The interpretation of the engineer-in-charge in the event of any dispute due to any
ambiguity in the specification or nomenclature shall be binding and final.
Clause 42:
If at any time after the commencement. of the work, the engineer-in-charge shall for any reason
whatsoever, not require the whole thereof as specified in the tender (bid schedule annexed hereto)
No compensation
for alteration in or
restriction of
work to be carried
out, if variation
does not exceed
20%
Variation
exceeding 20%
to be carried out, or increase or decrease in the quantity or work included in the contract or omit
any such work, or change the contract or quality or kind of any such work, or change the levels,
lines position and dimensions of .any part of the works, or require the contractor to execute
additional work of any kind necessary for the completion of the work, the engineer-in-charge shall
give notice in writing of this fact to the contractor, who shall have no claim to any payment or
compensation whatsoever on account of any, profit or advantage which he might have derived
from the execution of the work in full, but which he did not derive in consequence of the full amount
of the work not having been carried out, neither shall he have any claim for compensation by
reasons of any alteration having been made in the original specifications, drawings, designs, and
instructions which shall involve any curtailment or increase of the work, as originally contemplated;
nor shall the contractor be entitled to any adjustment in the unit rate/price or amount of the
contract, if the aggregate effect of all such alterations, additions, omissions, or adjustments (other
than those arising out by reasons of price variation under clause 55 hereof) on completion of the
whole of the works, does not exceed 20 per cent of the sum named in paragraph pf 1 (one) of this
tender.
If, on completion of the whole of the works, it shall be found that a reduction or increase greater
than 20 per cent of the sum named in paragraph 1 of the tender results from the aggregate effect of
all increases, decreases, omissions or adjustments (other than those arising out because of price
variation under clause 55 hereof), as a result of the requirement of the engineer-in-charge, the
amount of the contract price shall be adjusted by such sum(s) as may be determined by the
engineer-in-charge and the contractor, In the event of disagreement, the engineer-in-charge shall
fix such sum as shall, in his opinion, be reasonable and proper, regard being had to all materials and
relevant factors including the contractor’s cost and overheads.
Clause 43:
MAINTENANCE AND DEFECTS
Period of
maintenance
Execution or
work of repair,
etc.
Cost of execution
of works of repair,
etc.
(1) The period of maintenance mentioned in item (I) of the memorandum hereto annexed
shall be calculated from the date of completion of the works certified by the engineer-in-
charge in accordance with clause 40 hereof or in the event of more than one certificate
having been issued by the engineer-in-charge under the said clause, from the respective
dates so certified, and in relation to the period of maintenance the expression the ‘work’
shall be construed accordingly.
(2) The works shall at or as soon as practicable ‘after expiration of the .period of maintenance
be delivered to the engineer-in-charge in as good and perfect condition (fair wear and
tear excepted) to the satisfaction of the engineer-in-charge as that in which they were at
the commencement of the period of maintenance, the contractor shall execute all such
works of repair, amendment, reconstruction, rectification and making good of defects,
imperfection, shrinkage or other faults as may be required of the contractor in writing
by the engineer-in-charge during the period of maintenance or within fourteen days
after its expiration as a result of an inspection made by or on behalf of the engineer-in-
charge prior to its expiration.
(3) All such works shall be carried out by the contractor at his own expense, if the necessity’
thereof shall, in the opinion of the engineer-in-charge, be due to use of materials or
workmanship not in accordance with the contract or to neglect or failure on the part of
the contractor to comply with any obligation expressed or implied on the contractor’s
pan under the contract. If in the opinion of the engineer-in-charge such necessity shall
be due to any other .cause, the value of such work shall be ascertained and paid for, as
if it were an additional work.
33
Contractor
Engineer Incharge
Remedy of
contractor’s
failure to carry
out work
required
Secure advance
on materials
brought to site
Bills to be on
prescribed form
(4) If the contractor shall fail to do any such work as aforesaid, required by the engineer-in-
charge, the engineer-in-charge shall be. entitled to carry out such work by his own
workmen or by other contractor(s) and if such work is a work which the contractor
should have carried out at the contractor’s own cost, shall be entitled to recover from
the contractor towards the cost thereof a sum equal to the actual expenditure so incurred
by the engineer-in-charge (whose certificate a~ to the amount of the work shall be final
and binding on the parties) may deduct the same from any moneys due or that may
become due to the contractor.
Clause 44:
If the contractor or his work people, or servant shall break, deface, injure or destroy any part of a
building in which they may be working or any building, road, road-work, road structure, water
supply, sewerage, and drainage works, sanitary fittings and electric installations, fences, enclosures,
water pipes, cables, drains, electric or telephone posts or any works, trees, grass or grass land, or
cultivated ground contiguous to the premises on which the work, or any part of its is being
executed, or if any damage shall happen to the work, while in progress from any cause whatsoever
or any imperfections become apparent in it within the specified period of maintenance in item No.
(1) of the memorandum hereto annexed after a certificate, final or otherwise of its completion shall
have been given by the engineer-in-charge as aforesaid, the contractor shall make the same good
at his own expense, or in default, the engineer-in-charge may cause the same to the made good by
other workmen, and deduct the expenses (of which the certificate of the engineer-in-charge shall be
final) from any sums that may then, or at any time thereafter may become due to the contractor, or
from his security deposit.
ADVANCES TO CONTRACTORS Clause 45:
Should the contractor, whose contract is for finished work require an advance on the security of
material of imperishable nature brought by him to the site, the engineer-in-charge shall assess the
value of such materials and the contractor may be paid an advance upto an amount not exceeding
seventy five per cent (the decision of the engineer-in-charge as to this percentage shall be final) of
the value of the materials assessed by the engineer-in-charge. The materials shall remain the
property of the government and the contractor shall not remove it from the site without the written
permission of the engineer-in-charge. The contractor shall be responsible for any loss to the
materials due to the contractor postponing the execution of the work or to the shortage of or misuse
of the materials and against the expenses entailed for their proper watch and safe custody.
The recovery of the amount of such advance shall be made from the contractor’s bill for the work
done, as the materials are used in the work.
PAYMENTS Clause 46:
The contractor shall submit all bills on the form prescribed by the engineer-in-charge to be had on
applicantion at the office of the engineer-in-charge and the charges in the bills shall always be
entered at the rates specified in the tender (bid schedule) or in the case of any extra work ordered
in pursuance of the conditions and not mentioned or provided for in the tender, at the rate hereinafter
provided for such works.
Bills to be
submitted
monthly
Deduction
security deposit
Conversion of
security deposit
into profit
bearing
securities.
Refund of
security deposit
Clause 47:
The contractor shall submit each month on or before the date fixed by engineer-in-charge a bill, on
the basis of measurements carried out by the contractor through his own staff for all works
executed in the previous month, and the engineer-in-charge shall take or cause to be taken the
requisite measurements for the purpose of having the same verified and the claim, as far as admissible
adjusted, if possible, before the expiry of ten days from presentation of the bill subject to the
condition laid down in item(s) of the memorandum of work. If the contractor does not submit the bill
within the time fixed as aforesaid, the engineer-in-charge may depute a subordinate to measure up
the work in the presence of the contractor of otherwise and the engineer-in-charge may prepare a
bill from such measurements, which shall be binding on the contractor in all respect.
Clause 48:
At the time of making any payment to the contractor for the work done under this contract, the
engineer-in-charge shall retain from the amount so payable to the contractor, the amount of security
deposit at the percentage rate specified in item9d) of the memorandum of work annexed hereto. The
earnest money of the contractor one execution of the contract, will however, be adjusted towards
the amount of such security deposit to be retained from the amount of his first bill of the work done
by him and payable to the contractor under this contract.
All compensation of other sums of money payable by the contractor to the government under the
terms of this contract may be deducted from the amount of his security deposit of the contract or
from any sums which may be due or may become due to the contractor by the government on any
account whatsoever and in the event of his security deposit being reduced by such deductions, the
contractor shall within ten days thereafter make good in cash any sum or sum which may have been
deducted sums which may have been deducted from his security deposit, or may be made good
through additional deductions from his bill or dues.
Clause 49:
If the contractor so desires and makes a written request to the engineer-in-charge to the effect that
the amount of security deposit retained from the bills of the contractor may be converted into the
recognised form of profit bearing security at the cost of the contractor. the amount of security
deposit retained from bills ,of the contractor shall be deposited in any of the following banks :-
1. National Bank of Pakistan Ltd.
2. Habib Bank Ltd.
3. United Bank L~d.
4. Muslim Commercial Bank Ltd.
5. Allied Bank of Pakistan Ltd.
6. The Bank of Punjab.
And pledged in the name of the executive engineer concerned.
Clause 50:
(a) The amount retained as security deposits shall not be refunded to the contractor in the
case of maintenance works twelve (12) months in the case of original works valuing
upto 5,000,000/- or even more are twelve (12) months, as may be determined by the
Engineer-in-charge with the prior approval of the Project Director after the issue of
the certificate of completion of the work under clause 40 hereof by the engineer-in-
charge. Provided that in case the contractor is required by the engineer-in-charge to
rectify any imperfection, damage, defects or other faults in work, etc. during the period of
maintenance, the security deposit shall not be refunded till the contractor has fulfilled
his obligations under clause 43 and 44 hereof to the satisfaction of :” the engineer-in-
charge
35
Contractor
Engineer Incharge
(b) Should the contractor so apply in writing to the engineer-in-charge, the amount
of security deposit will be refunded to the contractor three (3) months after the issue of
certificate of completion of work by the engineer-in-charge under clause 40 subject to the
production of bank guarantee from a scheduled bank in Pakistan to the satisfaction of and
in the form suitable to the engineer-in-charge, for the same amount covering the balance
of period of maintenance, to the effect that the contractor shall fulfil his obligations under
:
Payment on
intermediate
certificate to be
regarded as
advances.
Payable.
Final bill to be
submitted within
one month.
Procedure for
payment to firms.
Sums payable by
way of
compensation to
be considered as
reasonable
compensation
without reference
to actual loss
Price after
variation.
Clause 51:
The contractor shall on submitting the bill be entitled to receive a monthly payment proportionate
to the part thereof then approved and passed by the engineer-in-charge, subject to the condition
laid down in item (s) of the memorandum, whose certificate of such approval and passing of the
sum so payable, such be final and conclusive against the contractor. But all such intermediate
payments shall be regarded as payment by way of advance against the final payment only, and not
as payment for work actually done and completed and shall not preclude the requiring of bad,
unsound, imperfect or unskillful work to be removed and taken away arid reconstructed, or re-
erected or be considered as an admission of the due performance of the contract or any party
thereof in any respect or the accruing of any claim nor shall it conclude, determine, or affect in any
way the power of engineer-in-charge, under these conditions of any of them as to the final settlement
and adjustment of the accounts or otherwise, or in any other way very or affect the contract.
Clause 52:
The final bill shall be submitted by the contractor within one month of the date foxed for completion
of the works, otherwise the engineer-in-charge’s certificate of the measurement and of the total
amounts payable for the works accordingly, shall be final and binding on all parties.
Clause 53:
The department may refuse or suspend payment on account of a work when executed by a firm, or
by a contract described in their tender as a firm, unless receipts are signed by all the parties, or one
of the partners of some other person producing power of attorney enabling him to give actual
receipts on behalf of the firm.
Clause 54:
All sums payable by way of compensation under any of these conditions, shall be considered as
reasonable compensation to be applied to the use of government, without reference to the actual
loss or damage sustained, and whether or not any damage shall have been sustained.
VARIATION IN PRICES OF SPECIFIED
MATERIALS Clause 55:
(1) Where any variation (increase or decrease), to the extent of 5% or more, in the price of
any of the item mentioned in sub-clause (2) below takes place after the acceptance of
tender and before the completion of contract, the amount payable under the contract
shall be adjustable to the extent of the actual variation in the cost of the item concerned.
(2) No price variation under this clause shall be admissible. except in respect of the following
items:-
1) cement
2) steel
a. M.S. Bars (Plain and deformed)
b. M.S. sections.
c. High Tensile steel wire.
d. M.S and G.I. Pipes.
3) Asbestos cement pipes
4) P.V.C pipes.
5) R.C.C, P.C.C.
(3) The base price for the purposes of calculation of the price variation shall be the price
prevalent in the month during which the last day of the submission of tender falls.
(4) The price variation under this clause shall be worked out on the basis of the price of the
item .concerned prevalent of the first day of each month as per the price list of such
manufacturers of suppliers at such places as are notified by the government form time
to time. The price of the manufacturer or supplier at the place so notified shall be
applicable for the whole of the Punjab.
(5) If on notification in respect of any of the item mentioned in sub- clause (2) is issued
under sub-clause (4) no price variation shall be admissible ,in respect of that item
during that month.
(6) (1) The amount payable or deductable in respect of item No. (i) ii (b, c & d) iii & iv of
sub clause 2 shall be calculated on the basis of the quantity actually consumed on
the work during the month.
(2) The percentage increase/ decrease in the price over the base price notified by M/
S Pakistan Steel Mills Karachi would be applicable to the quantities of all specified
size of item No. ii viz M.S bars (plain & deformed) actually consumed on the work
each month. (Finance Department Notification No. RO (Tech) FD-102/90 dated 20-
6-1991 ).
(6) The amount payable or deductable in respect of items No. (i) to (iv) of sub-clause (2)
8hall be calculated on the basis of the quantity or the item actually consumed on the
work during the month.
(7) The amount payable or deductable in respect of item No, (v) of sub- clause (2) shall be
calculated on the basis of the actual quantity or cement and steel bars used in the
manufacture of the pipes during the month.
(8) No escalation shall be allowed to the contractor in respect of the period extended for
the completion of the work due to his own fault.
(9) If, under the existing codal rules, secured advanced is on all or any of the imperishable
items mentioned at (ii) to (v) in sub-clause (2) above, no price variation shall be admissible
on such item(s) in respect of the quantity or quantities for which secured advance has
been paid to the contractor.
CLAIMS OF CONTRACTOR
Bills to be
submitted
monthly.
Clause 56:
The contractor shall deliver in the office of the engineer-in-charge on or before the 10th day of
every month during the continuance of the work covered by this contract a return in such form as
the engineer-in-charge may from time to time prescribe showing details of any rate, amount and
work claimed as extra, and such return shall also contain the value of such work which the contractor
may consider himself to be entitled upto the end of the previous month, which value shall be based
upon the rates and prices mentioned in the contract (bid schedule) or the rate determined pursuant
37
Contractor
Engineer Incharge
to clause 41 hereof. The contractor shall include in such monthly returns particulars of all claims of
whatsoever kind and howsoever arising, which at the date thereof he has or may claim to have,
against the engineer-in-charge under or in respect of, or in any manner arising out or, the execution
of the works, and the contractor shall be deemed to have waived all claims not included in such
return and will have no right to enforce any claim not so included, whatsoever be the circumstances.
claims for
payment of extra
ordinary nature.
Time limit for
unforeseen
claims
Claim for
compensation
for delay in the
execution of
work.
Action when
whole of security
deposit is
forfeited.
Clause 57:
No claim for payment of extra ordinary nature, such as claim of a Bonus for extra labour employed
in completion of the work before the expiry or the contractual period at the request of the engineer-
in-charge, or claim for compensation where the work has been temporarily brought to a stand still
through no fault of the contractor, shall be allowed, unless and to the extent that the same shall
have been expressly sanctioned by the Punjab Government.
Clause 58:
Under no circumstances whatsoever shall the contractor be entitled to any compensation on
account of the contract unless the contractor shall have submitted a claim in writing to the engineer-
in-charge within one month of the cause of such claim occurring.
Clause 59:
No compensation shall be allowed for any delay in execution of the work on account of water
standing in borrow pits or compartment. The rates inclusive for hard or rocky soil, excavation had,
sub soil water or water standing in borrow pits, and no claim for extra rate shall be entertained,
unless expressly verified by engineer-in-charge and confirmed by Project Director.
REMEDIES AND POWERS Clause 60:
In any case in which under any clause or clauses of the Contract, the contractor shall have
rendered himself liable to pay compensation amounting to whole of the security deposit or in the
opinion of the engineer-in-charge has abandoned the contract, or is not executing the works in
accordance with the contract or is persistently or flagrantly neglecting to carry out his obligations
under the contract, or if the contractor employs any employee of the Government in defiance to the
provisions of clause 32 thereof, the engineer-in-charge on behalf of the government, may, after
giving fourteen days notice in writing to the Contractor, rescind the Contract (of which rescision
notice in writing to the Contractor under the hand of the engineer-in-charge shall be conclusive
evidence and in which case the security deposit of the Contractor; shall stand forfeited, should be
absolutely at the disposal of Government. And in case the Contract shall be rescinded under the
provisions aforesaid):-
(i) the contractor shall have no claim to compensation for any loss sustained by him by
reasons of his having purchased or procured any materials, or entered into any
engagement, or made any advances on account of or with a view to the execution of the
works or the performance of the contract.
(ii) Certified, after deducting there from the amount of aforesaid compensation and other
charges duly ascertained and certified by the engineer-in-charge to be payable by the
contractor. But if such sum payable by the contractor for any losses, compensation or
any other charge shall exceed and certified by the engineer-in-charge, the amount of
such excess shall be deemed a debt due by the contractor to the University and shall be
recovered accordingly.
Work at the risk
and expense of
the contractor.
Contractor
remains liable to
pay compensation
if action not taken
under clauses
Power to take
possession or
require removal
of or sell
contractors plant,
etc.
Clause 61:
In every case in which the contract should be rescinded under clause 60 hereof and in the opinion
of the engineer-in-charge such work should be done at the risk and expense of the contractor
without thereby avoiding the contract of relieving the contractor without thereby avoiding the
contractor or relieving the contractor from any of his obligation or liabilities under the contract or
affecting of the rights and powers conferred on the government or the engineer-in-charge by the
contract, the engineer-in-charge on behalf of the government, after giving fourteen days notice in
writing to the contractor, shall have powers to adopt any of the following courses, as may in the
opinion of the engineer-in-charge be desirable.
(1) To measure up the work of the contractor and to take such part thereof, as shall executed
out of his hands and to give it to another contractor to complete, in which case any
expenses which may be incurred in excess of the sum which would have been paid to
the original contractor, had the whole of the work been executed by him (of the amount
of which excess, the certificate in writing of the engineer-in-charge shall be final and
conclusive) shall be borne and paid by the original contractor, and may be deducted
from any money due to him by the Government, under the contract or otherwise, or from
his security deposit or from the value of the performance security given by the contractor
under clause 7 hereof.
(2) To employ labour paid by the department and to supply materials or supply/ arrange
tools and plants to carry out the works or any part of the works, debiting the contractor
with the cost of the labour and the price of the materials and cost of supply/arrangement,
operation and maintenance of tools and plants of the amount of which cost and price,
a certificate of the engineer-in-charge shall be final and conclusive against he contractor),
plus departmental charges on the amount so incurred equal to ten per cent or such
smaller amount as the engineer-in-charge, (whose decision i writing shall be final) may
decide, and crediting him with the value of the work done, in all respect, in the same
manner and at the same time and rates, as if it had been carried out by the contractor
under the terms of his contract, the certificate of the engineer-in-charge as to the value
of the work done shall be final and conclusive against the contractor.
In the event of any of the above courses mentioned in this clause being adopted by the
engineer-in-charge, the contractor shall have no claim to compensation for any loss
sustained by him by reason of his having purchased or procured any materials, or
entered into any engagement, or made any advances on account of, be with a view to,
the execution of the works or the performance of the contract.
Clause 62:
In any case in which any of the powers. Conferred upon the engineer-in-charge by clause 60 or by
para. (a) of clause 61 hereof, shall have become exercisable and the same shall not be exercised, the
non-exercise thereof shall not constitute a waiver of any of the conditions hereof, and such powers
shall notwithstanding be exercisable in the event of any future case of default by the contractor for
which, by any clause or clauses hereof he is declared liable to pay compensation amounting to the
whole of his security, deposit and the liability of the contractor for past and future compensation
shall remain unaffected.
In the event of the engineer -in-charge putting in force either of the power vested in him under
clause 60 or para (a) of the preceding clause, he may, if he so desires, take possession of all or any
tools, constructional plants, materials and stores, in or upon the works, or the site thereof, or
belonging to the contractor, or procured by him and intended to be used for the execution of the
work or any part thereof, paying or allowing for the same in account at the contract rates, or, in case
of those not being applicable at current market rates to be certified by, the engineer-in-charge
whose certificate shall be final: otherwise the engineer-in-charge, may by notice in writing to the
contractor or his clerk of the works, foreman or other authorized agent, require him to remove such
39
Contractor
Engineer Incharge
tools, construction plants, materials, or stores from the premises (within a time to be specified in
such notice) and in the event, of the contractor failing to comply with any such requisition, the
engineer- in-charge may remove them at the account of the contractor and at his risk in all respects
and the certificate of the engineer-in-charge as to the expenses of any such removal, and the
amount of the proceeds and expenses of any such sale, shall be final and conclusive against the
contractor.
authorised agent, require him to remove such tools, construction plants, materials, or stores from
the premises (within a time to be specified in such notice) and in t;-. ‘j event of the contractor failing
to comply with any such requisition, the engineer-in-charge may remove them at the contractor’s
expense or sell them by auction or private sale on account of the contractor and at his risk in all
respects and the certificate of the engineer-in-charge as to the expenses of any such removal, and
the amount of the proceeds and expenses of any such sale, shall be final and conclusive against
the contractor.
Contract may be
rescinded and
security deposit
forfeited for
subletting
bribing or if
contractor
becomes
insolvent
Deduction of
amount due to
Government on
any account
whatsoever to
be permissible
from any sums
payable to the
contractor.
Procedure
disagreement
Clause 63:
If the contractor shall, in defiance of the engineer-in-charge’s instructions to the contrary or
without his written approval, assign or sublet his contract or attempts to do so; or become insolvent,
or commence any insolvency proceedings or make any composition with his creditors, or attempts
80 to do; or if any bribe, gratuity, gift, loan prerequisite, reward or advantage, pecuniary or otherwise
shall either directly or indirectly be given, promised or offered by the contractor, or his servants or
agents to any way relating to his office, or employment; or if any such officer or person shall
become in any way directly or indirectly interested in the contract; the engineer-in-charge may
thereupon by notice in writing rescind the contract, and the security deposit of the contractor shall
thereupon stand forfeited and be absolutely at the disposal of University and the same consequence
shall ensue as if the contract had been rescinded under clause 60 hereof and in addition to the
contractor shall not be entitled to receive or be paid for any work therefore actually performed
under the contract.
Clause 64:
Any excess payment made to the contractor inadvertently or otherwise, under this contract or on
any account whatsoever, and any other Slim found to be due to the University by the contractor in
respect of this contract, or any other contract or work order, or on any account whatsoever, may be
deducted from any sum whatsoever payable by University to the contractor, either in respect of
this contract or any work order or contract, or on any other account by any other department of the
government; or recovered from the contract or as arrears of land revenue.
SETTLEMENT OF DISPUTES Clause 65:
Iu the event of any disagreement between the engineer-in-charge and the contractor arising out of
the contract, the matter shall first be referred to the superintending engineer for decision who shall,
after making such enquiries as he may deem fit, give his decision in writing hot later than three
months after the reference is made to him. The period for decision of the case by the superintending
engineer may, however, be extended by the Project Director under special conditions according to
the circumstances, justification, available in each case. The contractor shall forthwith give effect to
the decision of the Project Director and shall proceed with due diligence, whether arbitration is
intended or not.
If the contractor be dissatisfied. with the decision of the Project Director or if his decision is not
forthcoming within the stipulated or extended period periods and desires arbitration under the
arbitration clause as hereinafter provided, he shall give notice in, writing of such intention to the
Contractor dis-
satisfied with
the decision of
superintending
Increase in
amount of claim
once preferred
not allowed.
Reference to
arbitration
disputes for
arbitration
limited
Project Director within a period of twenty eight days of the receipt of the Project Director decision
or in case no decision is given, at the end of the period or periods within which the superintending
engineer was to give his decision. The said notice shall contain the cause, of action. Material facts
of the cast and relief sought, failing which the, decision of the Project Director shall become final,
conclusive and binding, and the contractor shall be deemed to have forfeited or departed from the
claim in excess of that allowed by the Project Director. The subsequent inflation/increase in the
amount of claim once preferred in the said notice shall not be allowed nor shall any other claim in
respect of the same work be entertained from the contractor at any later stage.
A reference to arbitration shall be made by the contractor in writing hot later than three months
after the completion of the work. Failure to make such a reference within this period shall be
deemed to mean that the contractor has waived all claims in respect of all disputes.
(a) disputes which may be referred to arbitration shall be limited to:-
(1) any question, difference, or objection, whatsoever which shall arise in any way,
connected with or arising out of the contract; or/ and
(2) The meanings of the operation of any part of the contract; or/and
(3) The rights, duties and liabilities of either party to the contract, or/and
(4) Whether the contract should be terminated or has been rightly terminated and as
regards the rights and obligations of the parties as a result of such termination.
(b) excluded from arbitration.
(c) The venue of arbitration shall be in Punjab.
In the event of any dispute arising in accordance with the limitations provided in sub-
clause (a) of this clause, the same shall be referred to the decisions of a sole arbitrator
to be appointed by the Project Director in charge of the wing from among the officers of
the department not below the rank of University Engineer, and other than the University
Engineer in charge of the work. In case the claim preferred is for an amount upto half a
million rupees, the decision of the sole arbitrator in such cases
(d) shall be final and binding on the parties concerned.
In case the amount of the claim preferred is over half a million rupees, the dispute shall
be referred to the award of two arbitrators, to be appointed from the University Engineer
of the department, other than the University Engineer in charge of the work, one to be
nominated by the Project Director of the wing concerned and the other by the contractor.
In the case of the said two arbitrators not agreeing, the case shall be referred to the
award of an umpire who shall be an officer of the department not below the rank of P.D.
to be appointed by the University in the administrative department. The decision of the
two arbitrators/umpire, as the case may be shall be final and binding on the parties
concerned. Where the matter involves claim for the payment of recovery or deduction
of money only, the amount, if any, awarded in the arbitration shall be recoverable in
respect of the matter so referred.
41
Contractor
Engineer Incharge
ADDITIONAL CONDITIONS
1. The contractor shall quote rates of premium/abatement for building portion and electric portion separately on
the following enforced Schedule of Rates:-
GOVERNMENT OF THE PUNJAB, SCHEDULE OF
RATES VOL III, PART II (COMPOSITE) SCHEDULE
OF RATES 1998 WITH AMENDMENTS ISSUED
UPTO THE DATE OF RECEIPT OF TENDER.
2. Any type of mistake detected in respect of schedule of rates shall be amended according to the correct Schedule
of Rates with the amendments issued up to the date of receipt of tender.
3. Conditional tenders or tenders without treasury challan or deposit at call will not be considered/entertained.
4. The programme for the execution of work, The arrangement of transport, machinery, materials and labour will
have to be submitted along with ~he’, tenders or immediately after it, to the Engineer-in-charge.
5. The contractor shall be expected to make himself acquainted with local features and weather conditions etc, and
make his arrangements in such a manner that unfinished work is in no danger from storms, floods, etc, Claims
from the contractor on account of loss arising from weather abnormalities shall not be considered by the
Department,
6. The Percentage premium tendered by the contractor will be applied on the gross amount (Value of finished work
including cost of material whether purchased from Government or directly).
7. The rates given in the tender call notice of items for which composite rates are applicable include all carriage and
handing of material to the site of work, No extra payment for carriage of material for such items either arranged
by the contractor or supplied by the department will be made.
8. The department reserves the right to reject any or all the tenders without assigning any reason.
9. If the contractor withdraws his tender within 60 days of the date of the opening of the tender, his earnest money
will be forfeited to University.
10. In case of firm/company, the constitution of the firm/company along with the names of the attorney/ attorneys
of the form/ company authorized to represent the firm/ company and to receive the cheque along with power of
attorney must be provided at the time of submitting the tenders.
11. Before any constructional material is brought to the site of work, the contractor shall submit to the Engineer- in-
charge, representative samples of material he proposes to use. The samples after approval will be retained by the
Engineer-in-Charge in his custody and the contractor shall be responsible for ensuring that material conforming
to such samples are used throughout the contract failing which the material will not be accepted and on written
or verbal direction of the Engineer-in-Charge must be removed forthwith from the site of the Work.
12. Sample of door and window fittings which the contractor proposes to use should be got approved in advance
from the Engineer-in- charge who would approve these keeping in view the samples approved by the Project
Director. Approved samples shall be retained by the Engineer-in-charge in his custody and the contractor shall
be responsible for ensuring that material conforming to such samples are used throughout the contract failing
which the material will not be accepted and on written or verble direction of the Engineer-in-charge must be
removed forth with from the site of the work.
13. The contractor shall be responsible for housing, sanitation and medical treatment of the labour employed by him
and shall carry out all the departmental rules framed on the subject.
14. Should an accident occur and a claim for compensation be instituted the contractor shall have to pay compensation
to the injured workmen or in case of death to their hundred and twenty three Contractor should, therefore, in
their own interest take all precautions to guard against accident on their work.
15. Labour will be paid by the contractor regularly. Any complaint of arrears due to labour will make the contractor
liable to stoppage of payment from the department.
16. If the work is not started within 15 days from the date of acceptance letter, the earnest money will stand forfeited
to University.
17. The contractor, shall before commencement of any work set out accurately the position as shown in the layout
play and other drawings. He shall whenever directed establish permanent bench mark out the work the page and
other marks ,shall be checked by the assistant Engineer who shall then certify in writing that the work is correctly
set out and that the construction may commence. Any work done in contravention to this, shall entirely be
contractor’s responsibility and may be dismantled if required by the Engineer-in-charge at the cost of the
contractor.
18. The contractor will have to make his own arrangement for water and in case water is used from University taps
the contractor will be responsible to pay the charges as fixed by the officer incharge of the water supply and the
same will be deducted from the bills of the contractor if the fails to pay the water charges.
19. Foundation trenches shall have to be got inspected and approved by the Engineer-in-charge before the
foundations are laid.
20. No masonry work on lean concrete will be taken in hand unless the concrete is approved by the Assistant
Engineer Incharge.
21. The contractor will make his own arrangement at his cost for scaffolding, Shullering and centring etc, required
for the execution of the work.
22. The cost of material received from dismantling, if any, will be deducted from the bill of the concractor at market
rates (as decided by the Project Director whose decision shall be final), if it is used by him on construction work.
If the contractor does not return the unused dismantled materials, its cost will be recovered from his bill at
double the market rates.
23. All rates unless otherwise specified .include the cost of the following and any fluctuation thereof:-
Royalty, mal kana, octrol, terminal tax, sales tex, water super tax customs and excise duty, emergency tax,
water tax, and any other tolls taxes and levies imposed by Central or provincial Government and Local
Authorities.
24. The contractor shall study the drawing and bending schedules and report any accuracy in dimensions or is
concordance.
25. The quantities of items shown in the bid schedule and the estimated cost of tender can be decreased or
increased by the Engineer-in-charge (the increase in amount being limited to twenty five percent of the estimated
cost of tender) or to take away any item or part of work at any time if it is deemed necessary by him without
assigning any reason and reallot it to any other agency after giving notice to the contractor and this shall ‘:tot
invalidate the tender nor effect the tendered rates in any case, nor any claim on this account shall be entertained.
26. The contractor shall faithfully carry out the work as per plan supplied to him and no deviation or alternation will
be accepted unless executed with the written permission of the Engineer-in- charge.
27. The department reserves the right to arrange and issue any material available in stores at stock issue rates plus
storage charge as approved by the Engineer-in-charge or at the market rates which ever is more, for bonafide use
on work.
43
Contractor
Engineer Incharge
28. It shall be the responsibility of the contractor to remove debris from’ the site of works and leave the place neat
and tidy after the completion of work. Nothing extra shall be paid for it.
29. The contractor shall be responsible to the department for giving exact account of materials issued from Government
stores is any used by him on the construction work. In case of excessive use of material or some pilferage or
outside sale by the contractor having been detected, the contractor shall have to pay the cost of such material
at penal rates which shall be double the issue rates plus ten percent supervision charges in addition to the
storage charges as worked out and approved by the Engineer-in-charge.
30. The plant and machinery such as mechanical concrete mixer, band mixers, vibrators, water pumping sets, screens,
measuring boxes, compaction and gradation control equipment, steel moulds for cubes etc, required for the work
shall be arranged by the contractor himself at his own cost. Any plant, and machinery, if available with the
department may be issued to the contractor, at the discretion of the Engineer-in-charge on hire, at approved
rates and the contractor will be responsible for its carriage from the place, it is delivered and returning it in
working condition. He will also be responsible for the working charges of crew and hire charges. The idle days
which happen to occur on account of natural causes or major break down in machinery will be charged to the
contractor provided the Sub Divisional officer certifies such period.
31. Any amount due to the Government from the contractor for this work or otherwise will be recovered from any
amount due to him from any work in the same will be recovered as arrears of Land revenues in case of default by
the contractor.
32. The contractor shall make adequate arrangements for proper curing through pumping sets, hose pipes etc, of all
cement concrete, reinforced cement concrete and brick work etc.
33. Consumption of cement brought by the contractor will be controlled by the Engineering-in-charge. However,
watch and ward of the stores shall be the responsibility of the contractor.
34. The contractor shall uncover any part or parts of the works or make openings in or through the work or search
for the cause of any defects, imperfection or faults in the works as the Engineer-in-charge may from time to time
direct and shall reinstate and make good after such un coverings, openings, to the satisfaction of the Engineer-
in-charge. Nothing extra be payable on this account.
35. The washing platforms, water tanks, stacking platforms and material bins for storing screened and washed
material will have to be provided by the contractor at site at their own cost in size and number sufficient to be
adequate for construction purposes.
36. The proper type of screens, test sieves, templates and measuring boxes will be arranged by the contractor at
their own cost and got approved from the Engineer-in-charge before using those at site.
37. No item of work will be commenced unless Engineer-in-charge for is informed before hand and he authorizes
commencement after satisfying that the arrangements with regard to setting out, materials, labour, machinery
and T & P etc, are completed and adequate in all respect.
38. Any other item not provided in the B.O.Q. can be got executed at the tendered premium if it is a schedule item.
In case of non schedule items, the same shall also be executed by the contractor after getting the non schedule
rate approved from Project Director.
39. The work of building construction will have to be co-ordinated with the work of water supply, sanitary and
electrification. Nothing extra shall be payable to any contractor on this regard.
40. The security deducted from the bills of the contractor may be deposited with National Bank of Pakistan as
interest bearing security, if the contractor makes written request in this regard.
41. G.I pipe manufactured by the Government owned institutions like Pioneer steel Mills, PECO, Karachi Pipe etc.,
will be used and payment shall be released only on the production of memos from authorized dealers of
manufactures.
42. All sanitary ware shall be I.C.L., Karamcara make or from similar approved manufacture of the same standard.
Where China ware flushing tank is not being proposed, plastic flushing tank of Goldman. Lucky or similar
approved manufacture of the same standard will be provided.
The bath rooms fitting shall be Baig or Asia manufacture.
43. The thickness and weight of all soil pipes and special shall be as per totals given in the specification i.e. 22 i) of
West Pakistan Buildings and roads. Specification Vol.-II (Public Health Portion) of 1956 Edition.
44. Full payment for water supply line shall be made only after testing the line for which certificate shall be recorded
in the measurement book.
45. Laying of P.V.C. pipes of sizes in recessess will be done side by side the building works.
46. The contractor shall follow the detailed working wiring diagram showing location of switches and electric points
duty approved by the Engineer-in-charge.
47. All electric P.V.C. cables for wiring shall be manufactured by Pakistan Cables Ltd., Karachi and Newage Lahore.
48. All accessories shall be of genuine Pakistan Plastic Industries Ltd., Karachi.
49. P.V.C. Cable shall be in full length from switch to electrical points and from B.D.B to switch Boards i.e. loop
system shall be adopted.
50. For joining P.V.C. pipes P.V.C. soiution/water proof same pound shall be used and nothing extra will be paid.
51. All wall socket points shall include pulg comprising of 3 pin .5Amps, wall socket shoe cut-out for fuse grip and
base (Kit Kat) and switch. No. separate payment of plug shall be made in case of 3 pin, 5Arnps wall socket
points, whether’ on surface of recessed.
52. All iron clad main switches, fuses and out puts shall be of China made of approved quality: In case of non-
availability of imported one, FICO or Sandlex as approved by the Engineer-in-charge will be provided.
53. All branch distribution boards shall be provided with imported fuse base and grips. In case of non-availability
of imported fuse bases and grips, FICO or EMCO made as .approved by the Engineer- in-charge shall be
employed.
54. All wall sockets shall be of 3 pin type and the 3rd pin shlaa be earthed through copper wire No. 16 SWC running
inside .the metal conduit/ P.V.C conduit. No separate payment for the earthing of 4 pin 5 Amps wall socket point
shall be made.
55. The work will be carried out strictly in accordance with the Pakistan specifications enforced in the Punjab
Buildings Department and to the entire satisfaction of the Engineer-in-charge.
56. Use of constructional water will be only as per quantities specified and as permitted by the Engineer-in-charge
or Incharge.
57. For face work, bricks shall be selected for trueness of edges, shapes and colour, no extra payment being due for
this. Care shall be taken that the bricks are not chipped off of stained as the work proceed.
45
Contractor
Engineer Incharge
58. Masonary with hungry and hollow joints and without proper bond and properly stepped in with the rest of the
work will not be accepted.
59. All putlog holes, if at all allowed by the Engineer-in-charge shall be filled, in advance to the plastering as the
scaffolding is being taken down. .
60. Samples of steel to be used in reinforced cement concrete work shall be got tested by the Engineer-in-charge and
the contractor will have to bear the expenses for such tests. There should be at least two such samples for each
batch received at site.
61. The slump tests should have to be carried out while concerting and the slump maintained for various items as
per specifications or as slump testing apparatus for the same at their cost. Any work done agains the instructions
will. be liable to be rejected out right.
62. No pouring of concrete for Reinforced Cement concrete shall be permitted without the use of proper concrete
mixers, vibraters and proper centring and shuttering, there should be at least a double set or mixers and vibraters
when the concrete is being poured to have at least as stand by.
63. Cutting arid binding of M.S bars will have to be done by the strictly Engineer-in-charge. No superfluous length
or lap spaces etc., nor any wastage will be payable to the contractor.
64. The testing of concrete ,to ensure that the specified strength as per specification or as desired by the Engineer-
in-charge, is being achieved will be got done by the contractor at his own cost. This will include the preparation
of cubes with uniform square face, their preservation without any damage, curing, transportation to be approved
laboratory and the testing charges of the laboratory. The test resulting for the compressive strength of concrete
cubes will have to be submitted regularly while the work proceeds.
65. The raising of columns and members similar to these, will not be permitted exceeding three to four feet in height.
66. Reinforcing steel shall be of intermediate grade deformed bars with yield stress not less than 40000 Lbs. per
square inch. This shall be supplied by M/S PECO, Lahore, M/S Abdul Qayyum Fazal Muhammad Limited,
Lahore or Ittefaq Industries Lahore or similar approved. Received for purchase from such suppliers shall be
enclosed with the bills.
67. Source of stone for use in stone masonery will be approved by the Engineer-in-charge.
68. Unless specified otherwise pressed steel hollow door frames for all buildings shall be used. Edge bead made
from expended metal shall be used on the vertical edges, such as jambs of door and windows etc.
Schedule showing (Approximately) materials to be supplied from the departmental store for works contracted to be
executed and he rates at which they are to be charged for
(See clause 30)
Particulars
Rates at which the materials
will be charged to be contractor.
Place of delivery
Unit Rs.
Note: The person or firm submitting the tender should see that the rates in the above schedule are filled up by the
Executive Engineer before the issue of the form prior to the submission of the tender.
47
Contractor
Engineer Incharge
demand to the University Engineer Bahauddin Zakariya University, Multan.
without question and without reference to the principal. Provided that the notice of demand shall be given by the
aforesaid University Engineer, in writing to the surety.
IN WITNESS WHEREOF, the above named principal and the surety have executed this instrument under its seal on
this day of 19 the name and corporate seal of the surety being hereto affized and these
presents duly signed by its undersigned representatives pursuant to the authority of its Governing body.
__________________________________
Principal (Contractor)
Address__________________________
__________________________________
Sureties 1. Bank of Pakistan Ltd. or Bank of Punjab
Branch.
Seal
Schedule showing the names of manufacturers or suppliers whose prices for the specified materials at the places
shown against each are to form basis of payment of price variation
(See clause 55)
(Revised vide F. D (Punjab) notification No. Ro (Tech) F-1) 10-2-90 dated 20th June 1991
Name of item
Name of Manufacturers/
Suppliers
Price at places which are to
form basis of Price variation
i) Cement
ii) Steel
a) M.S. Bars
(Plain & Deformed)
b) M.S. Sections.
c) Light Tensile
Steel wire
d) M.S. & G.I.
Pipes
1) Asbestos
Cement pipes.
iv) P.V.C pipes
v) Cement and steel
bars for R.C.C.P.
pipes.
State Cement Corporation
of Pakistan Ltd.
Pakistan Steel Mills, Karachi
Pakistan Engineer Co, Ltd. Lahore.
Metropolitan Steel
Corporation Ltd. Karachi.
1) M/s Karachi pipe Mills Ltd. Karachi
2) M/S Pioneer Steel Mills Muridke Distt.
Sheikupura.
Asbestos Cement Idustrial Ltd. Karachi.
Pakistan P.V.C. Ltd. Karachi.
As per items (i) & (ii) above.
Ex-Factory (Daudkhel)
Price of Maple Leaf Cement Factory
Billed Size 100 x 100
Sale Rate (Ex-Factory)
Sale rate (Ex works Lahore)
Sale rate (Ex-mill) Karachi.
Sale rate (Ex-Factory)
Notified by either of two
Manufacturers/
Suppliers nearer to the Project.
Ex-Karachi factory delivery price.
Retail Prices of Sheryl P.V.C. Price
Ex-ware-house, Lahore.
As per items (i) & (ii) above
Note: 1) The prices/rates mentioned in cohunu No.3 above shall be inclusive of Taxes and Duties levied by
Government from time to time upto the places mentioned therein.
2) The prices of cement of steel shall be notified each month by the secretary to Govt. of Punjab
Communication and Works deptt. The prices of M.S. and G.I. pipes. Abestos coment pipes, PVC pipes
R.C.C./PCC pipes shall be notified likewise by the Secty. To Govt. Punjab HP&EP Department. (Amendment
Finance Deptt. U.O. NO. RO (Tech) FD-10-2-90 dated 2-4-1992).
3) The adjustment of price variation for the specified items notified under sub clause of price variation
clause shall be made on successful completion of the scope and amount provided in agreement and shall
not be adjusted/paid with the running bills of the contractor. Further provided where the adjustment on
account of price variations. Can not be met within the contingencies provided in technically sanctioned
estimate. Revised technical sanctions and enhancement of agreement shall be obtained from the competent
authority before releasing the payment of price variation to the contractor under price variation clause
(Finance Department Notification No. RD (Tech) FI)-10-2-90 date 2nd April 1992.
49
Contractor
Engineer Incharge
a. The said tender and covering letter and subsequent under, if any.
b. The drawings.
c. The conditions of contract and additional conditions, if any,
d. The specifications;
e. The bid schedule;
f. Addendum No. 1 to
(which have been incorporated in the tender)
g. Schedule of materials to be supplied from the departmental store;
h. The scale of rates and prices;
i. The letter of acceptance; and
j. The performance security.
4) All disputes of differences between the parties in connection with or arising out of this agreement shall be
settled in accordance with the provisions of relevant clause of the conditions of contract.
IN WITNESS WHEREOF, the parties have hereunto set their respective hands and seals the day and the year
hereinbefore set forth.
Singed by___________________ Singed by___________________
(Contractor)
University Engineer
___________________________
WITNESSES
1. ___________________________
2. ___________________________
BAHAUDDIN ZAKARIYA UNIVERSITY
MULTAN
CONTRACT AGREEMENT
(See Clause 6)
This agreement made this day of 20
BETWEEN THE (hereinafter called the Government) as represented by the University Engineer
Division_______ on the one part and________ (hereinafter called the contractor) on the other part.
WHEREAS tenders have been received by the Government for the construction. Completion and maintenance of
_________________________________________________________________________________________
(Name of work)
As well as possible new and ancillary works associated therewith which have to be executed in accordance with the
contract document, and the tender by the contractor for the construction, completion and maintenance of such works
has been accepted by the Government.
NOW, THEREFORE, for and in consideration of the promises, covenants and agreement hereinafter contained and to
be performed by the parties hereto, -the said parties hereby covenant and agree as follow:-
(1) In consideration of the covenants and agreements to be kept and performed by the contractor and for the faithful
performance of the contract and the completion and maintenance of works embraced therein, according to the
specifications, drawings and conditions herein contained and referred to the government shall pay and the
contractor shall receive and accept as full compensation for everything furnished and done by the contractor
under this tender at the times and in the manner prescribed by the contract.
(2) The said work shall be started within the period specified in item No. (f) of the memorandum of work, following
the, receipt of written order of the University Engineer Division
to proceed with and the contractor shall complete fully the works within the stipulated period reckoned from the
commencement of work, subject to such extension of times as may be granted under the conditions of contract
except for maintenance which shall be completed within the period named in item (g) of the memorandum hereto
annexed after issuance of the final certificate of .completion.
(3) The following documents shall be deemed to from and be read and construed as part of this agreement.
51
Contractor
Engineer Incharge
BANK GUARANTEE (See Clause 7)
Penal sum of bond__________________________________________________________________________
(express in words and figures)
KNOW ALL MEN BY THESE’PRESENTS THAT Mr./Messrs.
________________________________________________________________________whose official address
(Name contractor)
is____________________________________________________________________
as principal(s) (hereinafter referred to as principal) and the Bank- of Punjab or scheduled bank(s)’of Pakistan (hereinafter
appearing in the schedule of sureties, as sureties (hereinafter some times called the surety at the request of the principal
are held and firmly bond to the Government of the Punjab acting through the University Engineer .
Division or his successor or assigns) a body organized and existing under and by virtue of laws of the
Government of the Punjab, .in the penal sum of the amount stated above, lawful money for the payment of which sum
well and truly made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally,
firmly by these presents:
PROVIDED THAT We, the sureties, bound ourselves in such sum jointly and severally, as well as, ‘severally’ only for
the purpose of allowing a joint action or actions against any or all of us and for all other purposes, each surety bond
itself, jointly and severally with the principal for the payment of such sum only as set forth opposite its name in the
following schedule:-
SCHEDULE OF SURETIES
Name of bank, branch and address Limit of Liability
________________________________ ___________________________
________________________________ ___________________________
________________________________ ___________________________
The conditions of the above obligations is such that:
WHEREAS, the tender of the above bounden principal has been accepted and he has entered into a contract
with the University Engineer____________________________________
Division _________________________________ for the work
_________________________________ on the____________________________________
(Name of work)
day of 20
AND WHEREAS under the terms of the contract government has required the principal to furnish a performance
guarantee to forma part of the contract.
NOW, THEREFORE, it is agreed as follows:-
1) If the above bounden principal shall well truly and faithfully perform the contract and comply with and fulfil all
the undertakings, terms and provisions thereof, and satisfy all the obligations of the said principal arising there
under, and comply with all covenants there in contained and contained in the specifications, plan’ and other
instruments constituting a part of the contract, require to be performed by the said principal, in the manner and
within the time provided in the contract or any extension thereof that may be granted by the government with or
without notice to. the surety( s) and shall fully indemnify and the government, for all costs and damages which
the government may suffer by reasons of failure so to do, and shall fully reimburse and repay the aid University
Engineer Bahauddin Zakariya University Multan all out-lay and expenses which may incur m making good any
such default and reasonably counsel fee incurred in the prosecution of defence of any action arising put of or
in connection with any such default, and shall pay all persons who have contracts directly with the principal for
labour and materials; if any, in connection with the work performed under the contract or any addition in or
alteration thereto, or if the contract has not otherwise been rescinded by the government under the provisions
of clause 60 of general conditions of contract; then this obligation shall be null and void and of no effect,
otherwise to remain in full force and effect and virtue.
2) The said surety, for value received, hereby stipulate and agree that no change in or in respect of any matter or
thing concerning the said contract on the part of the government or the Engineer-in-Charge, extension in time,
alteration in or addition to the terms of the contract between the government and the contractor or to the extent
and nature of the work be construed, completed and maintained there under, or the specifications accompanying
the same shall in any way affect its obligations to this gurantanee and it does hereby waive notice of any change,
extension in time, alteration or addition to the terms of the contract, or to the specifications.
3) The liability of the surety is irrevocable and shall in no case exceed the aggregate amount stated on the top of
this guarantee which each surety binds itself and promise to pay the whole or any part of this amount on
demand to University Engineer Bahauddin Zakariya University Multan
. Without question and without reference to the principal. Provided that the notice of demand shall be given
by the aforesaid University Engineer, in writing to the surety.
53
Contractor
Engineer Incharge
IN WITNESS WHEREOF, the above named principal and the surety have executed this instrument under its seal of
this day of 19 the name and corporate seal of the surety being hereto affixed and
these presents duly signed by its undersigned representatives pursuant to the authority of its Government body.
__________________________________
Principal (Contractor)
Address___________________________
————————————————————————————————————————————————
Sureties 1. Bank of Pakistan Ltd., or Bank of
Punjab_____________________ Branh.
Seal
Signed, sealed and delivered by the said principal and sureties in the presence of:
WITNESSES:
1. ___________________________ __
Name___________________________
Address_______________________
_______________________________
2. ___________________________ __
Name___________________________
Address_______________________
_______________________________
55
Contractor
Engineer Incharge
BANK GUARANTEE (See Clause 50(b))
WHEREAS, a contract for
the__________________________________________________________________ (name of work)
(hereinafter called the work) has been awarded by the governor of the Punjab, acting through the University Engineer
Bahauddin Zakariya University Multan (hereinafter sometimes called Government) to
Mr./Messrs._______________________________________________________________________________
(hereinafter called the contractor)
(Name of contractor)
AND WHEREAS, the contractor has constructed the said work and completed the contract; or part thereof for
which a certificate of completion has been given by the engineer-in-charge.
AND WHEREAS, clause 59 (b) of the general conditions of contract provides that the amount of security
deposit retained by the government in the above work or such portion of the security of the security deposit as the
engineer-in-charge shall determine with respect to a part of the work, having regard to relative value of such part of the
work can be released to the contractor, provided the contractor produces a bank guarantee from the Bank of Punjab/
Scheduled Bank of Pakistan of an amount equal to the amount of his security deposit as aforesaid, to the effect that the
contractor shall repair and replace at his expense all the damages and imperfections which may become apparent in all
or any of the work mentioned in the contract within the balance period of maintenance after a certificate, final or
otherwise of Ist completion has, been given by the engineer-in-charge.
AND WHEREAS, the certificate of completion of the work or part of the work has been given by the Engineer-
in-charge on day of 19 and the contractor is responsible
to repair and replace such damages and imperfections upto the day of 19 .
NOW THEREFORE, by this guarantee we/ M/s.
Bank of Pakistan Ltd. Branch
(Hereinafter called the guarantor) Do hereby hold and bound ourselves, our successors and assigns, jointly and
severally to the Government in a sum of Rs. (Rupees ).
Signed, sealed and delivered by the said principal and sureties in the presence of:
WITNESSES:
1. ___________________________ __
Name___________________________
Address_______________________
_______________________________
2. ___________________________ __
Name___________________________
Address_______________________
_______________________________
Contractor Engineer Incharge
57
FORM OF BANK GUARANTEE FOR MOBILIZATION ADVANCE
WHEREAS, a contract for work has been awarded by the Government of the Punjab acting through
the Government of the Punjab Department (hereinafter called the Government) to
M/s (hereinafter called the Contractor).
AND WHEREAS, under the terms of the sand contract the Government has agreed to advance a sum of
Rs. to the contractor for execution of the said work and this amount inclusive of interest at the rate
of 10% per annum of the reducing balances is to be recovered in five equal installments from the five running bills of
the contractor, and if the numbers coming bills is less than five, then the balance is recoverable from the final bill of the
contractor, till entire amount is recovered.
AND WHEREAS, the Government has desired the contractor to furnish a bank Guarantee for seeuring the
payment of the sum advanced together with interest thereon:-
i) I,_____________________________________ acting on behalf of_____________________
(hereinafter called the guarantor) hold and firmly bind to the Governor of the Punjab in the sum of
Rs.___________________ (Rupees)______________________________
ii) The Guarantor hereby undertakes to pay the said amount together with interest payable on the said
amount to the Government on demand in case the Contractor makes a default in the payment of said
amount under the terms and conditions of the contract.
iii) The Guarantee shall be irrevocable and shall remain in force till the sum advanced together with interest
payable there has been repaid in fully by the Contractor.
iv) The liability of the guarantee shall in no case exceed the aggregate amount of Rs.
(Rupees together with interest payable thereon for the payment
of which the guarantor hereby undertakes to bind itself and promises to pay the whole or any pary of this
amount to the Government without making a reference to the contractor.
IN WITHNESS WHEREOF, we the said guarantor have set out hands to this deed of guarantee
this___________ day of__________________ 19_________.
GUARANTOR (Scheduled Bank)
State Life Insurance Corporation