National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have...

68
Bidding Document no. 231/PMU LAHORE ELECTRIC SUPPLY COMPANY (LESCO) BIDDING DOCUMENT NO.231/PMU LESCO FOR SUPPLY OF 132 kV POLES TYPE SPG UNDER LESCO OWN RESOURCES DEVELOPMENT LESCO OCTOBER 2016 1

Transcript of National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have...

Page 1: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

LAHORE ELECTRIC SUPPLY COMPANY

(LESCO)

BIDDING DOCUMENT NO.231/PMU LESCOFOR SUPPLY OF 132 kV POLES TYPE SPG

UNDER LESCO OWN RESOURCES

DEVELOPMENT LESCO

OCTOBER 2016

TABLE OF CONTENTS1

Page 2: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

2

SECTION SUBJECTI INVITATION FOR BIDSII TENDER CONDITIONSIII INSTRUCTIONS TO BIDDERSIV BID SCHEDULE FORMSV STANDARD FORMSVI TECHNICAL SPECIFICATIONS

Page 3: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-I

INVITATION FOR BIDS

3

Page 4: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION – IINVITATION FOR BIDS

1. LESCO invites sealed bids from the manufacturers/suppliers from Pakistan or any other country except those which are subjected to boycott in accordance with the laws of Islamic republic of Pakistan for the procurement of distance relays conforming to WAPDA specifications (amended to date) as per the following quantity, financed under LESCO’s Local funds FCS basis Delivery to Consignee’s Stores LESCO Ware House Chichokimallian District Sheikhupura.

Tender No. Material Qty.

(Nos.)

Bid documents submission date &

time

Bid Opening Date & Time

231/PMU 132 kV Poles SPG 36 11.01.2017 At 2.00PM

11.01.2017 At 2.30PM

2. Interested eligible firms may obtain information from the office of:Chief Engr. (Development)LESCO (WAPDA)Near Qartaba chowk, Bahawalpur Road, Lahore, PakistanTelephone No. +92-42-99214410Fax No. +92-42-99214412Website: www.lesco.gov.pk

3. A complete set of bidding documents may be purchased by Pre-qualified & Registered firms (in case of local manufacturers only) on the submission of a written application to the above address and upon payment of a non-refundable fee of Rs 1,500/- up till the bids submission deadline on the opening date of tender.

4. For locally manufactured items, the bidder must be prequalified manufacturer of same material by WAPDA/PEPCO/NTDC/DISCOs. In case of internationally manufactured material, the bidder must be pre-qualified as a general order supplier in the relevant category of material.

5. All bids must be accompanied by a Bid Security of not less than 2% of total Bid Price and must be delivered to the above office 30 minutes before the tender opening time/date of tender. Bids will be opened on the same day at time mentioned above in the presence of Bidder’s representatives.

6. Sales tax registration is mandatory for issuance of tender documents. All rights are reserved by Chief Executive Officer LESCO. The bidders must quote for complete quantity of the Tender/Lot. Bid covering partial quantities will be rejected

Chief Engineer (Development) PMU LESCO

4

Page 5: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-II

TENDER CONDITIONS

5

Page 6: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION – IITENDER CONDITIONS

CLAUSE NO.

DESCRIPTION

1. Bid price2. Bid Security3. Validity of Bid4. Documents to be attached with bid.5. Language of Technical literature6. Schedule of Technical Data7. Delivery Period 8. Payments 9. Bids liable to rejection.10. Purchasers Right to change/cancel the tender 11. Qualification and experience.12. Financial Criteria13. Singing of contract 14. Performance Security 15. Warranty16. Quality Contract, Inspection & Tests 17. Test Certificate 18. Delivery and Documents 19. Failure and Termination 20. Responsibility for executing the contract21. Indemnity 22. Force Majeure 23. Insurance 24. Taxes & Duties 25. Notice 26. Transportation 27. Packing 28. Forfeiture29. Inspection30. Sales Tax & SED

6

Page 7: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION –II

TENDER CONDITIONS

1. Bid Price 1.1 The supplier/bidder should quote the Ex-works as well as FCS

LESCO Ware House Chichokimallian (District Sheikhupura) price. LESCO may place order on any price.

1.2 The bid prices excluding Sales tax. & SED shall be firm and final and

shall not be escalated for any reason whatsoever.

1.3 The price shall be filled in on the attached schedule of prices.

2. Bid security 2.1 In order to be considered, the tender must be accompanied by a

tender/bid guarantee of an amount not less than two percent (2%) of the total value of their quoted price to be valid for 150 days in the form of certified cashier’s Cheque, Bank Draft or Pay Order drawn on a scheduled bank of Pakistan (or in lieu thereof a tender/bid bond issued by scheduled bank of Pakistan) prepared in the form of attached proforma.

2.2 The bidder shall have the option to submit WAPDA bearer bonds of equivalent amount as security in lieu bid guarantee.

2.3 Bid guarantee shall be furnished on non judicial stamp paper of value Rs.500/-

2.4 The bid security is required against the risk of bidder conduct which would warrant the security’s forfeiture, pursuant to

a) If a bidder withdraws its bid during the period of bid validity.

b) In the case of a successful bidder, if the bidder fails: i) to sign the contract in accordance with clause 13

herein. ii) to furnish performance security in accordance

with Clause 14 herein.

2.5 Bid Security shall be denominated in the currency of the bid or another freely convertible currency.

3. Validity Period 3.1 Bids shall remain valid for 120 days from the date of bid

opening. A bid valid for a shorter period may be rejected as non responsive. The bidder must mention in the covering

7

Page 8: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

letter of their bid that the offer is valid for 120 days; otherwise, it will be considered that offer is not valid as required.

4. Documents to be attached with bid

4.1 following documents are to be submitted along with the tender: i) Copy of the deposit receipt of the tender fee. ii) Schedule of prices in respect of the equipment.iii) Schedule of delivery iv) Schedule of technical data, drawing, complete

literature catalogues and brochures in respect of the equipment to be supplied.

v) Tender Guarantee in the form as explained in clause 2 above.

vi) Letter of offer dully signed.vii) Clause by clause commentary on purchaser’s

specification or schedule of deviations from specification.

viii) Schedule of Qualification of Bidders.ix) Type Test Reports/confirmation for fresh type tests

5. Language of Technical literature 5.1 Technical literature / Brochures should be in English in

duplicate, giving out salient features of the equipment offered must accompany the bid.

6. Schedule of technical data6.1 Schedule of technical data duly filled in and signed in must

accompany the bid and all copies thereof. The bids with substantially incomplete technical data are liable to rejection. Clause by clause commentary on the technical specification be given or in lieu thereof. The deviation from the tender specification must be filled in the scheduled of Deviations.

7. Delivery period 7.1 The delivery of material shall be completed within a

maximum period of 150 days for material offered on Ex- Works/FCS in Pakistan basis, counted from the date of issuance of the Purchase Order.

8. Payments 8.1 All the payments will be made by Manager Finance

(Development) LESCO Lahore directly OR through irrevocable confirmed letter of credit to be opened in favor of the Supplier in a Bank in its country. The following necessary information/documents for establishment of letter of credit

8

Page 9: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

shall be submitted directly to Manager Finance (Development) LESCO within seven days of issuance of P.O:-

i. Accepted copy of P.Oii. Name & address of beneficiary

iii. Name & address of beneficiary’s Bankiv. Amount of L/Cv. Performa invoice

vi. Freight breakup & H.S codevii. Port of shipment

viii. Last date of shipmentix. Date of expiryx. Origin of goods

xi. Terms of paymentxii. Insurance cover note

All the charges for establishment of letter of credit or any subsequent amendment (local or foreign bank charges) shall be borne by the supplier. All the payments will be made by Manager Finance (Development) LESCO on production of bills in triplicate duly approved by Chief Engr. (Development) LESCO and pre-audited by Manager Finance (Development) LESCO as follows:

i) 90% of the contract price of the Goods shipped shall be paid, upon submission of documents specified in Clause 18 herein.

ii) 10% of the contract price of Goods shall be paid within thirty (30) days of receipt of the Goods in purchaser’s Store upon submission of claim supported by the Goods Receipt Note and acceptance certificate issued by the Purchaser or within 90 days of the C&F delivery whichever is later.

8.2 Payment to the foreign bidders will be made in the currency indicated in schedule of price and payment to the local bidders will be made in local currency only.

9. Bids liable to rejection

Bids are liable to be rejected forthwith if:

i) The bidder does not submit the required documents and complete offer in duplicate (1 original + 1 copy) as mentioned in clause-4 above.

ii) The bid covers only a part/portion of the required equipment.

iii) The bid is submitted on other than the prescribed form or is incomplete or conditional.

9

Page 10: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

iv) The bid is illegible in any material, part or contains alteration, additions, deletions, erasers other irregularities.

v) Not accompanied with a bid guarantee or with insufficient or un-acceptable tender guarantee.

vi) Tender is in some way connected with bids submitted under names different from his own.

vii) The offer is not accompanied with schedule of technical data and schedule of deviation (if any) duly filled in and un-signed (in duplicate).

viii) The bid is not accompanied with valid type test report or confirmation for fresh type testing.

10. Purchaser’s Right to change/cancel the tender

10.1. The invitation to tender is without engagement and the purchaser before placing the order reserves the rights:

i) To scrap the tender. ii) To increase/decrease the quantity up to 15%.iii) To delete any item. iv) To place order on more than one supplier.

10.2 The purchaser will have the right to enhance the quantity of material/equipment indicated in the contract during the currency of the contract provided that the cost of additional material/equipment does not exceed by an amount of 15% of the total value of original contract.

11. Qualification & Experience

11.1

a) At least five years experience of supply/manufacturing and three years satisfactory operational experience of the offered equipment/material or equipment/material of the similar nature.

b) Only those type tests are acceptable which are performed under the witness of NTDC (Design) representative(s).

11.2 Bidder/Manufacturer Contractual Experience:

At least two (02) numbers of contracts successfully completed as the Bidder/Manufacturer within the last five years. Amount & rating (Same or higher rating and capacity equipment/material) of these contracts should be comparable to the contract to let. In this context, copies of the contract agreements/Purchase Order for the equipment indicated in the supply record pertaining to the specified and comparable equipment during the bid evaluation. Non-submission of said documents shall tender the bid non-responsive.

10

Page 11: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with the bid.

11.3 Schedule of qualifications duly filled in should be submitted with the bid and extra sheets may be used to furnish qualifications, experience and supply record (year wise) of the addresses/contract numbers of the purchasers/clients and certificates of satisfactory operation.

11.4 The bidders, who are not manufacturers themselves, shall furnish an authorization from the concerned manufacturer to submit a bid for supply of their goods to Pakistan against this tender.

12. Financial Criteria

The bidder should have sound financial status. In order to determine the same the bidder shall provide it’s up to date financial statements i.e. audited balance sheet), income statement, and cash flow statements for the last 3 years (three years). The bidder’s net worth calculated as a difference between total assets and total liabilities must be positive for last 3 years. In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with bid. Non-submission of required financial documents shall result in bid being considered non-responsive.

12.1 Average Annual Turnover:

To be awarded a contract for this order, the bidder (not manufacturer) has to have an average Annual Turnover in the last 3 years equal to more than two times of the quoted price. Non-submission of said documents shall tender the bid non-responsive. In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with the bid.

13. Signing of contract: 13.1 At the same time that it notifies the successful bidder that its bid

has been accepted, Purchaser will send the bidder the Contract Agreement form provided in the Bidding Documents, incorporating all agreements between the parties.

13.2 Within thirty days of issuance of the contract Agreements Form, the successful bidder shall sign and date the Contract and return it to purchaser.

14. Performance Security14.1. The Performance Bond equal to 10% of the value of the

contract will be furnished by the successful bidder on acceptance of Notification of Award before signing of the

11

Page 12: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

contract agreement. The performance security shall be valid up to 24 months after completion of C&F/FCS delivery and shall be prepared on Performa appended in section-V.

14.2. Performance bond shall be furnished on non judicial stamp paper of value Rs.500/-.

15. Warranty 15.1 A warranty to the effect that the goods offered conform

exactly to the specifications laid down in this Contract and that the goods in question have also been tested and checked prior to delivery & that the goods in question are new and free from all defects, and that in the event of goods being found old or defective or not conforming to the specifications or not in conformity with the test certificate, you will be held responsible for all losses and that you agree to substitute the unacceptable goods with the acceptable goods at your risk and cost provided the above mentioned defects/deficiencies are noticed within 18 months from the date of installation/ commissioning or 24 months from the date of delivery of last consignment whichever is earlier.

16. Quality Control, Inspection &Tests

16.1 To ensure the manufacture of Goods to be in conformity with Contract requirements, the Supplier shall institute and follow regular procedures for quality assurance during manufacture. The supplier shall maintain an independent quality control department which shall be responsible for enforcing the quality assurance program. Upon Award of the Contract, the Supplier and the Engineer shall establish mutually acceptable quality control and inspection procedure.

16.2 The Engineer and or inspector (s) may require to witness any or all the tests during manufacturing for such purpose the Supplier shall provide free access at all times during manufacture, assembly and testing to the premises in which the work is being carried out.

16.3 The finished goods shall be subjected to the sample and routine tests as described in the Specification.

16.4 Inspection of material will be carried out at manufacturer’s works by authorized representatives of Chief Executive Officer LESCO. A prior notice of at least two months in writing shall have to be given to Chief Engr.

12

Page 13: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

(Development) LESCO by you when the stores against the order are ready for inspection. All reasonable facilities as provided in the specification or followed by the industry or Trade in general shall have to be afforded to the inspecting officers, by you at your expense for carrying out inspection.

16.5 The cost of performing as well as witnessing any tests by the Inspectors during pre-shipment foreign inspection shall be borne by the supplier if such tests are clearly intended by or provided for in the specifications or schedule of prices or as agreed between purchaser and the supplier witnessing of the tests will cover the expenses of two Inspectors from LESCO (WAPDA) including air ticket from Lahore-Pakistan to the place or places of inspections, boarding & lodging in any A class accommodation, local transportation and daily allowance of €100 each to meet other expenses.

For local inspection, the bidder will provide all reasonable facilities as provided in the specifications or followed by the Industry or Trade in general, shall have to be afforded to the inspecting officers by you at your expense, boarding and lodging and daily allowance permissible under LESCO/WAPDA rules.

16.6 In case the Goods fail to withstand any test, the cost of repeating such test and the cost of witnessing such test by the Inspector shall be borne by the Supplier and the equipment released or modified to the satisfaction of the purchaser without any additional cost to the purchaser.

16.7 Any inspection and or witnessing of tests or the waiving of such tests and or surveillance by the Engineer/Inspectors shall not relieve the Supplier of its obligations and responsibilities under the Contract regardless of any approval or consent given by the Engineer and or Inspector.

16.8 Two copies of all the Inspection and Tests Reports and certificates including those for quality control shall be supplied to the Engineer. The reports and certificates of such tests as have been witnessed shall be countersigned by the Engineer and or Inspector.

17 Test Certificate17.1 Manufacturer’s test certificate in duplicate, conforming that

the goods offered conform to specification laid down in the Contract will be enclosed in each consignment.

18 Delivery and Documents

13

Page 14: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

A. The supplier upon submission of delivery challan duly stamped and signed by LESCO/WAPDA consignee, Inspection Certificate, Warranty Certificate and confirmation of receipt of performance Security by this office.

19. Failure & Termination19.1 If you fail to deliver the stores or any consignment thereof

within the specified delivery period, the purchaser shall be entitled, at his option, either:-

i. To recover from you Liquidated Damages levied at the rate of 0.5% per week, 2% per month or part thereof subject to the maximum up to 10% of the contract price, the liquidated damages shall be recovered only on the stores supplied late except where undelivered stores hold up the use of other stores, when it shall be for the total value of the Contract. The recovery of liquidated damages mentioned above can be affected from any payment due to you from any unit of WAPDA/PEPCO/NTDC/DISCOs/GENCOs. OR

ii. To purchase from elsewhere without notice to you at your risk and cost, the stores not delivered, without canceling the contract in respect of the consignment not yet due for delivery. OR

iii. To cancel the contract at your risk and cost.

In the event of action being taken under (ii) or (iii) above, you shall be liable for any loss which the purchaser may suffer on that account; but you shall not be entitled to any gain on repurchase made against the supply order.

19.2 If during the course of execution of the purchase order, you are blacklisted by WAPDA/PEPCO/NTDC/DISCOs/GENCOs, the purchaser may proceed with all or any of the actions detailed below:

i) To allow the Contract to run its course till completed in accordance with the terms and conditions of the contract.

ii) To stop further supplies with or without financial repercussions

iii) To cancel the contract with or without reservations of rights

14

Page 15: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

20 Responsibility for Executing the Contract

20.1 You are entirely responsible for the successful execution of Contract in all respects and in accordance with the terms and conditions as specified in the Contract including the Schedule.

21 Indemnity

21.1 You shall at all times indemnify the Purchaser, against all claims which may be made in respect of Stores for infringement of any right protected by patent, Registration of any Design, or Trade Mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and take the entire responsibility for the sufficiency of the means used by you for the fulfillment of the Contract: PROVIDED ALWAYS that in the event of any claim in respect of alleged breach of Letter, patent Registered Design or Trade Mark being made against the purchaser, the Purchaser, LESCO (WAPDA) shall notify you of the same and you shall be at liberty at your own expense to settle any dispute or to conduct any litigation that may arise there from.

22 Force Majeure22.1 The right of the Authority to terminate the contract or to

claim penalty or liquidated damages shall be subject to judicious consideration of the following circumstances provided as a result of all or any of these events there has been delay in the Performance of the Contract by the manufacturer or supplier, or the Contract has become incapable of being performed:

i) Act of God;ii) Act of State, War or any act of enemy.iii) Strikes, lockout, Riots or Civil Commotion.iv) Injunction granted by a lawful court restraining you

from executing the Contract unless such injunction was due to any alleged irregularity committed by you.

23 Insurance N/A

24 Taxes and Duties N/A

25 Notice25.1 Any notice given by one party to the other pursuant, to the

Contract shall be sent in writing or by telegram or telex/cable/fax and confirmed in writing to the address

15

Page 16: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

specified for that purpose in the special conditions of Contract.

25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

26 Transportation N/A

27 Packing27.1 The Supplier shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.

27.2 In case the equipment is shipped in container(s), each unit (viz Power Transformers, Circuit Breakers, CTs, PTs, Isolator, Surge Arresters etc.) shall be so packed that it can be safely transported by road/rail to ultimate destination in the country without disturbing the packing of other items.

27.3 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirement, if any, and in any subsequent instructions ordered by the Purchaser.

28 Forfeiture of Security Bond/Performance Guarantee

The contracting officer will have the right to forfeit the Security bond/Performance Guarantee.(A) If the Contractor:-

i. Fails to supply the goods within the time specified.ii. Commits any breach of contract.

iii. Fails to account for the import license issued on account of the purchaser.

iv. Fails to account for the raw material secured by the contractor against any License or permit issued on account of the contracting officer.

v. Fails to return drawings, design or any material belonging to the contracting officer which was to be returned in good condition to the contracting officer after the successful termination of the contract.

16

Page 17: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

(B) For other reasons specified in the purchase order by the contracting officer for forfeiting the security deposit.

If the forfeiture of the security deposit does not compensate the contracting officer for losses suffered due to non-delivery or breach of contract for any other reasons, the contracting officer will have a right to forfeit other security deposits or to recover the same from any other security deposit made in favour of any other unit of WAPDA/PEPCO/DISCOs/GENCOs/NTDC, or from any money due to the contractor from any unit of WAPDA/PEPCO/DISCOs/GENCOs/NTDC.

29. Inspection

Inspection/testing of material will be carried out at manufacturers work by the committee constituted by competent authority of LESCO in accordance with the technical specifications and drawings attached hereto. A prior notice of at least two weeks (for locally manufactured material)/60 days (for internationally manufactured material) in writing shall have to be given to Chief Engr. (Development) LESCO by bidder when the stores against the order are ready for inspection. All reasonable facilities as provided in the specifications or followed by the Industry or Trade in general shall have to be afforded to the inspection officers, by Bidder at his expense for carrying out inspection/testing including travel expenses, boarding, lodging and daily allowance etc. permissible under LESCO/WAPDA rules for the inspectors.

30. Sales Tax & SED

The Sales tax and SED, if applicable/levied, will be reimbursed by LESCO/WAPDA on actual upon production of original receipts/documents. This shall be governed by the Laws of Pakistan as amended from time to time.

17

Page 18: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-III

INSTRUCTION TO BIDDERS

18

Page 19: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION III

INSTRUCTIONS TO BIDDERS

1. Source of Funds1.1 Under LESCO’s own resources.

2. Cost of Bidding2.1 The Bidder shall bear all costs associated with the

Preparation and submission of its bid, and the purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

3. Content of Bidding Documents3.1 The Bidder is expected to examine all instructions, forms,

terms specifications and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in rejection of its bid.

4. Clarification of Bidding Documents4.1 A prospective Bidder requiring any clarification of the

bidding documents may notify the Purchaser in Writing or by cable to Chief Engr. (Development) LESCO (WAPDA)Near Qartaba chowk, Bahawalpur Road Lahore Pakistan

Phone No. 92-42-99214410 Fax No. 92-42-99214412

Web Site www.lesco.gov.pk

The Purchaser will respond in writing to any request for clarification or modification of the bidding documents that it receives no later than 10 days prior to the deadline for submission of bids prescribed by the Purchaser. Written copies of the Purchaser’s response (including an explanation of the query but not identification of its source) will be sent to all prospective bidders who have received the bidding documents.

5. Amendment of Bidding Documents

5.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own

19

Page 20: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

initiative, or in response to a clarification request by a prospective bidder, amend the bidding documents.

5.2 The amendment will be notified in writing or by Cable / Fax to all prospective bidders that have purchased the bidding documents and will be binding on them. Bidders are required to immediately acknowledge receipt of any such amendment, and it will be assumed that the information contained therein will have been taken into account by the Bidder in its bid.

5.3 In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their bid, the Purchaser may, at its discretion, extend the deadline for the submission of bids, in which case, the Purchase will notify all bidders in writing of the extended deadline.

6. Sealing and Making of Bids 6.1 The Bidder shall seal the original and each copy of the bid

in separate envelops, duly marking the envelopes as “ORIGINAL BID” and “COPY NO.

6.2 The inner and outer envelopes shall

(a) be addressed to the Purchaser at the following address

Chief Engr. (Development) LESCO (WAPDA)Near Qartaba chowk, Bahawalpur Road Lahore Pakistan

(b) bear the contract name, description of material and date of opening of Bid and the statement “ DO NOT OPEN BEFORE {date}”.

6.3 The inner envelopes shall also indicate the name and address of the Bidder so that the bid can be returned unopened in case it is declared “late”.

6.4 If the outer envelope is not sealed and marked as required above, the Purchaser will assume no responsibility for the bid’s misplacement or premature opening.

7. Deadline for Submission of bids

20

Page 21: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

7.1 Bids must be received by the Purchaser at the address specified above no later than the time and date stated in section-I.

7.2 The purchaser may, at its discretion, extend this deadline for submission of bids by amending the bidding documents in which case all rights and obligations of Purchaser and bidders will thereafter be subject to the deadline as extended.

8. Late Bids8.1 Any bid received by the Purchaser after the bid submission

deadline prescribed by the Purchaser, will be rejected and returned unopened to the bidder.

9. Modification and Withdrawal of Bids9.1 The bidder may modify or withdraw its bid after submission,

provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed of bid submission.

9.2 The bidder’s modifications shall be prepared sealed marked and dispatched as followed:

(a) The bidders shall provide an original and the number of copies specified in the Bid Data Sheet of any modifications to its bid, clearly identified as such, in two inner envelopes duly marked “BID MODIFICATIONS – ORIGINAL” and “BID MODIFICATIONS – COPIES.” The inner envelopes shall be sealed in an outer envelope, which shall be duly marked “BID MODIFICATION”

.(b) Other provision concerning the marking and dispatch of bid

modifications shall be in accordance with Sub-Clauses 6.1 and 6.2 herein.

9.3 A bidder wishing to withdraw its bid shall notify the Purchaser in writing prior to the deadline prescribed for bid submission. The notice of withdrawal shall(a) be addressed to the Purchaser at the address given above,

therein.(b) bear the contract name, and the words “ BID

WITHDRAWAL NOTICE” Bid withdrawal notices received after the bid submission deadline will be ignored, and the submitted bid will be deemed to be a validly submitted bid.

9.4 No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified by the bidder on the bid form. Withdrawal of a bid during

21

Page 22: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

this interval may result in the Bidder’s for failure of its bid security, pursuant to Bid Security.

10. Opening of Bids by Purchaser10.1 The Purchaser will open the Bids, including withdrawals and

modifications made in the presence of bidders’ designated representatives who choose to attend, at the time date, and location stipulated in the advertisement. The bidders’ representatives who are present shall sign a register evidencing their attendance.

10.2 Envelopes marked “WITHDRAWAL” shall be opened first and the name of the Bidder shall be read out. Bids for which an acceptable notice of withdrawal has been submitted shall not be opened.

10.3 The bidders’ names, the bid prices, including any alternative bid Price or deviation, any discounts, bid modifications and withdrawals, the presence (or absence) of bid security, and any such other details as the Purchaser may consider appropriate, will be announced by the Purchaser at the opening, Subsequently, all envelopes marked “MODIFICATION” shall be opened and the submission therein read out in appropriate detail. No bid shall be rejected at bid opening except for late bids.

10.4 The purchaser shall prepare minutes of the bid opening.

11. Clarification of bids11.1 During bid evaluation, the Purchaser may , at its discretion, ask the

Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no Change in the price or substance of the bid shall be sought, offered or permitted.

12. Preliminary Examination Of Bids12.1 The Purchaser will examine the bids to determine whether they are

complete, whether any computational errors have been made, whether required sureties have been furnished whether the documents have been properly signed, and whether the bids are generally in order.

12.2 Arithmetical errors will be rectified on the following bases. If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the unit price and quantity, or between subtotals and the total price, the unit or subtotal price shall prevail, and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the Bidder does not accept the correction of errors, its bid will be rejected.

22

Page 23: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

12.3 The Purchaser may waive any minor informality, non-conformity or irregularity in a bid that does not constitute a material deviation, whether or not identified by the Bidder in schedule of deviation in Section-IV and that does not prejudice or affect the relative ranking of any Bidder as a result of the technical and commercial evaluation.

13. Conversion to Single Currency13.1 To facilitate evaluation and comparison, the Purchaser will convert

all bid prices expressed in the amounts in various currencies in which the bid price is payable to Pakistan Rupees at the selling exchange rate established for similar transactions by the State Bank of Pakistan on the date of opening of bids.

14. Evaluation and Comparison of bids14.1 a) The Purchaser will evaluate and compare the bids

previously determined to be substantially responsive pursuant to Clause 12 herein. Evaluation and comparison of bids will be lot-wise. Bids not covering the entire equipment included in the lot shall be considered non-responsive and not considered for further comparison.

b) Bids which do not fulfill the technical specifications laid down therein will be considered non-responsive.

14.2 The Purchaser’s evaluation of bid will exclude and not take into account, the sales and other similar taxes which will be payable on the Goods if a contract is awarded to the bidder.

14.3 The comparison of bids shall be made with respect to prices quoted on Ex-works/FCS in Pakistan basis including all duties and taxes levied on the components and raw material used in the manufacturing of the offered goods.

14.4 Comparison of bids will be between main bids only. Where alternative bids are submitted, the alternative will be considered only in that instance where the alternative bid is submitted by the lowest evaluated responsive bidder.

14.5 The Purchaser’s evaluation of a bid will take into account in addition to the bid, the following factors, in the manner and to extent to the bid, the following factors, in the manner and to the extent indicated herein and in the Technical Specification.

a) Any loading required as per provisions of the relevant technical specifications of the equipment/material.

15. Contacting the Purchaser

23

Page 24: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

15.1 From the time of bid opening to the time of contact award, if any bidder wishes to contact the Purchaser on any matter related to its bid, it should do so in writing.

15.2 Any effort by a bidder to influence the Purchaser in the Purchaser’s bid evaluation bid comparison or contract award decisions may result in rejection of the bidders bid.

16. Post-qualification16.1 In the absence of pre-qualification, the Purchaser will determine to

its satisfaction whether the Bidder selected as having submitted the lowest evaluated responsive bid is qualified perform the contract.

16.2 The determination will take into account the bidder’s financial, technical and production capabilities, in particular the bidder’s contract work in hand, future commitments and current litigation. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Purchaser deems necessary and appropriate.

16.3 An affirmative determination will be a prerequisite for award of the contract to the bidder. Negative determination will result in rejection of the Bidder’s bid, in which event the Purchaser will proceed to the next lowest evaluated bid to make a similar determination of that bidder’s capabilities to perform satisfactorily.

16.4 The capabilities of the vendors and subcontractors proposed in the bid to be used by the lowest evaluated Bidder will also be evaluated for acceptability. Their participation should be confirmed with a letter of intent between the parties, as needed. Should a vendor or subcontractor be determined to be unacceptable, the bid will not be rejected, but the Bidder will be required to substitute an acceptable vendor or subcontractor without any change to the bid price.

17. Award Criteria17.1 Subject to Clause 19 herein, the Purchaser will award the contract

to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated, bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily.

18. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids18.1 The Purchaser reserves the right to accept or reject bid, and to

annual the bidding process and reject all bids any time prior to award of contract, without thereby incurring any liability to the

24

Page 25: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Purchaser’s action.

19. Notification of Award19.1 Prior to the expiration of the period of bid validity, the Purchaser

will notify the successful Bidder in writing by registered letter or by cable, to be confirmed in writing by registered letter, that its bid has been accepted. The notification of award will constitute the formation of the contract.

19.2 Upon the successful Bidder’s furnishing the performance security pursuant to Clause 21 herein, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security.

20. Signing the Contract Agreement 20.1 At the same time as the Purchaser notifies the successful bidder

that its bid has been accepted, the Purchaser will send the bidder the Contract Agreement provided in the bidding documents, incorporating all agreements between the parties.

20.2 Within thirty (30) days of issuance of contract agreement, the successful Bidder shall sign and date the Contract Agreement and return it to the Purchaser.

21. Performance Security21.1 Within thirty (30) days of the notification of award, the successful

Bidder shall furnish the performance security in the amount given in the clause 14 of section-II and in the form Sample Forms and Procedures, of the bidding documents or in another form acceptable to the Purchase.

21.2 Failure of the successful Bidder to comply with the requirements of Clause 20 or Clause 21 herein shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security in which event the Purchase may make the award to the next lowest evaluated Bidder or call for new bids.

25

Page 26: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-IV

BID SCHEDULE FORMS

26

Page 27: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SCHEDULE OF PRICES FOR MATERIAL

Note: In Case of Discrepancy, between unit price and total, the unit price will prevail. Bid covering only part of a lot will be rejected.

Sr. # Description

Qty. (Nos.

)

Unit Price Ex-Works Price without Sales Tax & SED

(In Rs.)

Unit Price FCS without Sales Tax &

SED(In Rs.)

Total FCS LESCO

Warehouse price without Sales tax & SED (in Rs.)

1 132 kV Poles SPG 36

Seal & Signature of Bidder

27

Page 28: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SCHEDULE OF DELIVERIES

Sr. No. Description

Qty. (Nos.)

Delivery Period required FCS

LESCO Warehouse

Chichokimallian

Delivery Period Offered FCS

LESCO Warehouse

Chichokimallian1 132 kV Poles SPG 36 150 Days

Note: Delivery period will be reckoned from the date of issuance of Purchase Order.

Seal & Signature of Bidder

28

Page 29: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

MANUFACTURER’S EXPERIENCE

Sr. No.

Client Name, Address Phone, Number &

Email

Item Quantity Year End-user Certificate

Signed & Stamped

29

Page 30: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

BIDDER’S EXPERIENCE

Sr. No.

Client Name, Address Phone,

Number & Email

Item Amount Year

(Attach copies of PO/LOI)

Signed & Stamped

30

Page 31: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

FINANCIAL SITUATIONFinancial Data for Previous 3 Years

Information from Balance SheetFinancial Data for Previous 3 Years (Pak Rupee)

Description Year-2013 Year-2014 Year-2015

Total AssetsTotal LiabilitiesNet WorthCurrent AssetsCurrent Liabilities

Total DebtReceivablesInventories in Hand

Information from Income StatementTotal Revenues/SalesProfits Before TaxesProfits After TaxesInterest Charges Paid

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions.

All such documents reflect the financial situation of the Applicant or partner to a JV, and not sister or parent companies.

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Signed & Stamped

31

Page 32: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

AVERAGE ANNUAL TURNOVER

The information supplied should be the Annual Turnover of the Bidder in terms of the amounts billed to clients for each year for Contracts/Orders in progress or completed, converted to Pak Rupees at the rate of exchange at the end of the period reported.

Annual Turnover Data for the Last 3 Years

Sr. No.

Year Amount Currency (PKR in Millions)

Exchange Rate (Not Applicable)

Pak Rupees Equivalent

1 2013

2 2014

3 2015

Average Annual Turnover

Signed & Stamped

32

Page 33: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS

Note:- Attach additional sheets, if necessary, Non listing of deviations, if any, shall make the bid non responsive.

Sr. No.

Clause No. of Technical Specifications Variation

SEAL & SIGNATURE OF BIDDER

33

Page 34: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SCHEDULE OF QUALIFICATION OF BIDDER

NOTE: 1) Please supply the following information with the bid separately and indicate herein its reference where this information is available.

2) Non submission of the required information may result in rejection of the bid.

Sr. No.

INFORMATION TO BE SUPPLIED. BID REFERENCES

1 Name of bidder, business address and country of incorporation2 Type of firm whether individual owned, partnership,

corporation or Joint Venture and the name of its owners or partners.

3 Annual report or qualification statement giving general description of the firm, sort and loss of business carried out, balance sheet profile and loss statement turn over and business done by the firm, duly authenticated.

4 Location and address of manufacturing facilities.5 Full description of factories owned and the annual

manufacturing capacities of the various items made therein.6 Detail of the factory or factories where the offered equipment is

proposed to be manufactured. This description should include the facilities and capacities of the particular factories and the processes used in manufacturing. Where parts or components are purchased outside. The details of equipment purchased and the name of the suppliers.

7 Detail of description of the quality control, testing and research facilities. If the equipment is manufactured under license, the name of the licenser and details of the licensing arrangement such as the duration of the license. The facilities provided to the bidders by the licenser and whether future improvements are available or not etc. A copy of the license agreement may be attached alongwith copies of amendments/addenda, if any to the same.

8 Names, qualifications and experience of the principal technical personnel, (attach additional sheets, if required).

9 The time since the manufacturer has been in this business and the time since he has been doing work of similar nature.

10 The time since the particular model of equipment offered has been manufactured and the time for which it has been in service.

11 Reference lists of similar works done by the bidders in his country and abroad indicating the name of customer, description and quality of product, year of supply and the approximate value (attach additional sheets if required).

12 Banking reference, Name of Banks and addresses may be given to whom references regarding finance at capability of the bidder may be made.

SEAL & SIGNATURE OF BIDDER

34

Page 35: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-V

STANDARD FORMS

35

Page 36: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

LETTER OF OFFER

To

Lahore Electric Supply Company,22/A-Queens Road, Lahore.

Gentlemen:

1. The undersigned being a company doing business under the name and address of ______________________________________________________________andbeing duly incorporated under the laws of__________________________havingcarefully examined the Bidding Documents, for the Bid No.________________and also including the following addenda:

Addendum No.____________________________dated____________________for __________________________or such other sum as may be ascertained in accordance with the said conditions of the Contract, and the rates currency components and prices set forth in the schedule of prices appended hereto.

2. We undertake, if our bid is accepted to commence the work within thirty (30) days of issue of Notification of Award and to complete and deliver the whole of the work comprised in the Contract within__________days calculated from the date of issuance of Purchase Order.

3. Should this Bid be accepted by you, we agree:

a) to send a representative or representatives having Power of Attorney immediately upon receipt of Letter of Acceptance of this Bid for the purpose of executing a Contract Agreement (to be prepared by the Authority and offered for signature within 10 days of the Bidder’s receipt of the Letter of Acceptance) in the form set out in the Bid Documents with such alternations or additions thereto as may be required to adapt such Agreement to the circumstances of this Bids;

b) to furnish a Performance Security in the form of a Bank Guarantee from______________________________________________________________________________________________________(Name, Branch & Address of Bank/Insurance Company) to be jointly and severally bound with us in an amount of 10 percent of the above named sum or increased amount in accordance with the Conditions of Contract. The 10 percent amount is for Bank Guaranteed.

36

Page 37: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

to deposit WAPDA Bonds in an amount of 10 percent of the above named sum in________________________________________________________ (Name, Branch, Address of Bank)(acceptable to you) and furnish Bank Receipt alongwith Letter of Under-taking from the Bank in accordance with the conditions of Contract.

4 We agree that this Bid shall remain valid for a period of__________________days from the date of set for opening of Bids and may be accepted by you at any time before the expiration of such period.

5. Untill a formal Agreement it is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a bidding contract between us.

6. We understand that you are not bound to accept the lowest or any Bid you may receive, and that you will not defray any expenses incurred by us in Bidding.

7. As security for the due performance of the undertakings and obligations of this bid, we submit herewith a Bid Security in the Pakistani Rupees_________________ of Bidder_____________Rs. of Bidder___________________________drawn in the favour or made payable to you and valid to the period of____________(________)days beginning the date bids are opened.

8. We understand that all Appendices attached hereto form part of this Bid.

9. We understand take that we will not indulge in any illegitimate business practice. A certificate/declaration to this effect is attached herewith.

10. Signed this________________days of_______________2016 being dulyauthorized for and on behalf of__________________________________.

Signature __________________________________Name __________________________________Office held________________________________

(Seal)

Witnessed by______________________________Name____________________________________Address__________________________________Occupation_______________________________

(Seal)

----------

37

Page 38: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

PERFORMANCE SECURITY FORM

Guarantee executed on___________________________________Name of Surety with Address________________________________________________Name of Principal (Contractor) with address____________________________________Notification of Award No._____________________Date_________________________Penal sum of (express in words and figures)____________________________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid Documents and above said Notification of Award (hereinafter called the Documents) and at the request of the said Principal (Contractor) we, the surety above named, are held and firmly bound unto the Pakistan Water and Power Development Authority “LESCO/WAPDA” (hereinafter called the “Authority” in the panel sum of the amount stated above for the payment of which sum well and truly to be made, we bind ourselves our heirs, executors, administrators and successors jointly and severally, firmly by these presents.

THIS CONDITION OF THIS OBLIGATION is such that whereas the Principal (Contractor) has accepted the Authority’s above said Notification of Award for the ______________________________________________________________________________________________________________________and hereto attached.

NOW THEREFORE, if the Principal (Contractors) 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 extension thereof that may be granted by the Authority, with or without notice to the Surety, which notice is hereby, waived and during the life of any guarantee required under the Contract 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 Surety being hereby waived, then, this obligation to be void; otherwise to remain in full force and virtue till all requirements of Warranty Clause of Conditions of Contract of Bid Documents are fulfilled. Our total liability under this Guarantee is limited to a sum_________________________________________________________________ _____________________________________________________and it is a condition of any liability attaching to us under this Guarantee that a Claim in writing shall be received by us within the validity period of this Guarantee, that is, before_______________, failing which we shall be discharged of our liability, if any, under this Guarantee.

We (Surety) do hereby irrevocably and independently guarantee to pay to the Authority (without cavil or arguments) without delay upon the Authority’s first written demand the panel sum stated above against the Authority’s written declaration that the Principal

38

Page 39: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

(Contractor) has refused or failed to perform his obligations under the Contract. Which payment will be effected by the surety to____________________________________

(Authority’s Bank & Account Number)______________________________________.

PROVIDED ALSO THAT the Authority 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 Surety shall pay without objection the sum of___________________________________________________________________( ) upon demand from the Authority forthwith and without any reference to the Principal (Contractor) or any other person.

IN WITNESS WHEREOF, the above bounded Surety has executed this instrument under its seal on the date indicated above, the name and corporate seal of the Surety being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

WITNESS SURETY

1. Signature_______________2. Name__________________3. Title.___________________

1. ______________________________________________(Corporate Secretary Seal)

2. ______________________ _________________________________________ ___________________

(Seal) Corporate Surety (Seal)

39

Page 40: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

BID SECURITY FORM

Security Executed on___________________

Name of Surety with Address__________________________________________________

(Not other than a scheduled Bank in Pakistan)

Name of Principal (Supplier) with address_______________________________________________________________________________________________________Panel. sum ofSecurity___________________________________________________________________

(express in words and figures)____________________________Date of Bid_____________________________________KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal (Bidder), we, the Surety above named, are held and firmly bound unto the Pakistan Water and Power Development Authority “(LESCO/WAPDA)” (hereinafter called the Purchaser) in the sum stated above for the payment of which sum well and truly to be made, 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 Bidder has submitted the accompanying Bid dated_______________for Bid No.__________________For__________________________________________________________for the said Authority; and

WHEREAS, the Authority has required as a condition for considering said Bid that the Bidder deposits with the Authority either a certified cheque or cheques or cashier’s cheque or cheques, or banker’s draft or deposit WAPDA Bonds with the specified Bank equivalent to not less than _______________________________________________________________.( ) or in lieu thereof furnish a Bid Security in like amount from a Scheduled Bank of Pakistan or in case of foreign bank which has been determined by the Bidder, to be acceptable to the Authority.

that the Bid Security shall remain valid for not less than Thirty (30) days beyond the validity of Bid.

that the Bid Security of unsuccessful Bidder will be returned by the Authority after expiry of its validity or upon signing of the Contract.

that in event of failure of the successful Bidder to execute the proposed Contract for such work and furnish the required Performance Security, the entire said sum be paid immediately to the said Authority as liquidated damages and not as penalty for the successful bidder failure to perform.

40

Page 41: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

NOW THEREFORE, if the successful Supplier shall, within the period specified therefore, on the prescribed form presented to him for signatures enter into a formal contract with the said Authority in accordance with his Bid as accepted and furnish within thirty (30) days of his being requested to do so, a Performance Security with good and sufficient surety as may be required upon the form prescribed by the said Authority for the faithful performance and the proper fulfillment of said Contract or in the event of withdrawal of said Bid within the time specified then this obligation shall be void and of no effect, but otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Authority the sum of ____________________________________________(_____________________)upon first written demand of the Authority (without cavil or argument) notice of which shall be sent by the Authority by registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Authority shall be the sole and final judge for deciding whether the Principal (Bidder) has duly performed his obligations to sign the Contract and to furnish the requisite Performance Security within the time stated above, or has defaulted in fulfilling said requirements and the Surety shall play without objection. The sum of____________________________________________________(_________________)upon demand from the Authority forthwith and without any reference to the Principal (Bidder) or any other person.

IN WITNESS WHEREOF, the above bounded Surety has executed this instrument under its seal on the date indicated above, the name and seal of the Surety being, hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body.

WITNESS SURETY

1. Signature______________2. Name_________________3.

Title______________________________________________

_________________________(Corporate Secretary Seal)

2. ________________________ ______________________

________________________ ______________________Name, Title & Address (Seal) Corporate Surety (Seal)

41

Page 42: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

CERTIFICATE/DECLARATION

REGARDING NOT INDULGING IN ILLEGITIMATE BUSINESS PRACTICIES

________________[ the Seller/Supplier] hereby declares its intention not to obtain or include the procurement of any contract, interest, privilege or other obligation of benefit from Government of Pakistan/WAPDA or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP/WAPDA through any corrupt business practice.

Without limiting the generality of the foregoing, [the Seller/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 including the procurement of a contract, right, interest privilege or other obligation or benefit in whatsoever form from GoP/WAPDA, except that which has been expressly declared pursuant hereto.

[The Seller/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/WAPDA under any law, contract or other instrument, be voidable at the option of GoP/WAPDA.

Notwithstanding any rights and remedies exercised by GoP/WAPDA in this regard, [the Seller/Supplier] agrees to indemnify GoP/WAPDA for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP/WAPDA in an amount equivalent to ten times the sum of any commission, gratification, bribe, finder’s fee on kickback given by [the Seller/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/WAPDA.

Signature_________________ ___________________________Name____________________ ___________________________Office held_______________ ___________________________

(seal)Witnessed by_____________ __________________________Name___________________ __________________________Address_________________ __________________________Occupation______________ __________________________

(seal)

42

Page 43: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-VI

TECHNICAL SPECIFICATIONS

43

Page 44: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

SECTION-VI

TECHNICAL SPECIFICATION

1. GENERAL

1.1 All design, equipment, material and workmanship shall with and be tested in accordance with requirements of the specifications, equipment of the specifications. Equipment or parts which are not covered by the specifications shall with rules, codes and regulations of the international elector-technical commission or approved National Standards bodies.

1.2 The general inlet of these specifications is to require the supply of equipment and material equal or superior to those actually described herein. Unless otherwise stated, reference to the brand or manufacture, if made is only for the sake of comparison and shall not be interpreted as eliminating other equipment and material equal performance, quality and durability.

2. SPECIFICATIONS AND DRAWINGS

2.1 The contract shall be executed in strict conformity with the specifications and/or drawing given or mentioned in this section and the supplier do no ‘work’ without proper specification, instructions and/or drawings.

2.2 Specifications and/or drawings are intended to complement each other so that if anything is shown on the drawings as required but not mentioned in the specifications or vice versa, it shall be of like effect as if shown or mentioned in both. If any errors, omissions or discrepancies are found in the figures, specifications and/or drawings or, if any feature shall appear to the supplier to be indefinite or unclear, the same shall be referred to the Engineer whose written explanation and/or clarification shall obtained before proceeding with the work.

2.3 The supplier shall submit to the Purchaser, within 15 days of the issuance of the Notification of Award, for approval of the Engineer, four (4) copies of all drawings, technical literature, data, operation and maintenance instruction books and/or manuals required under the specifications and such other documents or, if he deems necessary, require changes or modifications to be made therein, he shall return two copies to the supplier marked “Approved”, “Approved as Noted” or “Returned for correction”. Each drawing which is noted “Returned for Correction” shall be resubmitted to the Engineer after corrections.

2.4 The supplier shall then prepare and submit to the Engineer six (6) prints and two (2) positive reproducible of the approved drawings. Two prints shall be stamped “APPROVED” by the Engineer and returned to the Supplier for his record.

2.5. On completion of the Contract the Supplier shall deliver to the Engineer six (6) sets of prints and two (2) sets of positive reproducible of all approved drawings, technical literature, data which show the work in the final or “as built” condition. The Supplier shall deliver one (1) set of reproducible of all the drawings to LESCO office. The said

44

Page 45: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

drawing and documents shall be permanents drawings film at least 0.07mm thick or approved equivalent suitable for producing clear prints.

2.6 The Supplier shall allow 15 days for the Engineer’s approval of drawings in his schedule of work and in the time allowed for completion of the Contract. Extra time required for approval of drawings due to deficiencies in design or errors in submitted drawings shall be the responsibility of the Supplier and no extension in time will be allowed on this account. Delays in obtaining approval caused by the Engineer beyond 15 days will entitle the Supplier to an extension of time.

2.7 Approval by the Engineer does not relive the Supplier of his responsibility to do the work in accordance with the Contract.

2.8 The supplier shall be responsible for any discrepancies, errors or omissions in any drawings or other particulars by him whether such drawings or particulars have been approved by the Engineer or not.

2.9 All drawings and documents furnished by the Supplier in accordance with the Contract shall become the property of the Purchaser.

3. LANGUAGE

3.1 All correspondence, literature, drawings, name plates, diagrams, applicable data, equipments details, instructions and maintenance books manuals, spare parts books and descriptive data shall be in the English language.

4. UNITS OF MEASUREMENT

4.1 All dimensions and units given by the Supplier in the Bid with its associated drawings and the Approval Drawings as submitted by Supplier shall be metric system and all reference to wrights, measurements and quantities shall be in metric units.

5. TYPE TESTS

5.1 The supplier shall supply valid type test reports according to WAPDA specification along with the bid for the equipment offered. In case of non-submission of type test reports from the independent designated Labs acceptable to LESCO/WAPDA or if type test reports supplied are not to the full satisfaction of the LESCO/WAPDA Engineer, the equipments will be subjected to all type tests conforming to WAPDA Specification in the presence of LESCO/NTDC representatives at KEMA Laboratories Holland or CESI laboratories Italy or CRIEPI Laboratories Japan or HV&SC Laboratory Rawat/RTL Faisalabad or any other independent Laboratory of international repute to be allowed by Chief Executive Officer LESCO at the cost and arrangement of the bidder including return air ticket from Lahore to place of testing, boarding & lodging in A class accommodation, local transport and daily allowance @ €100 per day each to meet other expenses for the two inspectors etc. without affecting the delivery schedule in accordance with provisions of Clause-16 Section-II of the bidding documents. A notice of one month in writing shall have to be given by you when the material is ready for type testing.

45

Page 46: National Transmission and Dispatch Company PMU SPG Poles.docx · Web viewThe bidder should have sound financial status. In order to determine the same the bidder shall provide it’s

Bidding Document no. 231/PMU

If the prototype sample fails, the material shall be improved and re-offered for type testing. The time taken for improvement in sample and re-submission of drawings will not entitle the manufacturer to claim extension in delivery period on this account. Any changes suggested in the material and drawings during type testing for compliance of specifications and purchase orders shall have to be incorporated without any extra price claim.

5.2 Failure to provide type test certificates with the bid may result in bid rejection. Test results can be asked for by the Purchaser after bid opening as deemed necessary.

6. PACKING & MARKING

6.1 The material shall be properly packed according to international standard with marking clearly indicating Purchase Order No., description of material, lot wise, ultimate consignee LESCO/WAPDA Lahore Pakistan.

7. TECHNICAL SPECIFICATION

7.1 The following technical specifications are appended hereto:

Sr. No. Material Qty.

(Nos.) Specification

1 132 kV Poles SPG 36 P-166 : 83(amended to date)

Note: The updated Specifications will be applicable.

46