You are on page 1of 12

Reference to

Instruction to
Bidders
Bidding Data
IB-I Name and Address of the Employer:
1.1
Office of the ASSISTANT DIRECTOR LOCAL GOVERNMENT & RURAL
DEVELOPMENT NUSHKI,
E-mail Address: qadir.engr48@gmail.com

Phone No.0825-873415. Cell No. 0346-8361793


1.1 Scope of Bid
The work under this contract comprises of “.” consturuction of prayer Hall at
sanatan Mandir hindu Muhalla District Nushki

er Contract Drawings and Specifications.

I-2 Source of funds: -


The employer is fully funding the project/Scheme

IB-2 Eligibility Criteria: -


Firms/contractors who f u l f i l l all requirements as mentioned in 2.I.a,shall be
eligible for bidding and in case of non-fulfillment of requirements will be declared as non-
responsive bidders.

B-5 (5.2) Clarification of Bidding Documents;


Time limit for clarifications is 5 days prior to the deadline for submission of bid and details are
mention in advertisement.

IB-7 (7.1) Language of Bid:


English,

IB-8 Documents Comprising the Bidis


The bids prepared by the bidder shall comprise the following components.
a) Covering letter
b) Form of Bid dully filled, signed and sealed in accordance with sub-clause
IB.14.3
c) Schedules (A to F) to bid duly filled and initialed, in accordance with the
instructions contained therein & in accordance with sub clause IB.14.3
d) Bid security furnished in accordance with clause IB.13
e) Power of Attorney in accordance with sub Clause IB 14.5
f) Documentary evidence in accordance with clause IB.11
g) Documentary evidence in accordance with Clause IB.12.

IB-10 Bid Prices:


Add the following paragraphs:
a) The Bidder, by the act of submitting a bid, acknowledges that he has inspected the site of
works and determined the general characteristics and conditions, The Employer will not
assume any responsibility for information, interpretations and deductions the bidder may make
from the information furnished by the Employee or agent of the Employer or the Engineer
before, during or after the execution of the Contract, shall effect or modify any of the terms or
obligations contained in the Contract.

b) The attention of the Bidder is drawn to the fact that local regulation requires special formalities
to be complied with in connection with the ordering, purchasing and importing of materials
from outside Pakistan. Bidder will be deemed to have obtained full information about all such
matters and to have allowed in his bid for all delays, additional costs and financing charges
that may arise directly or indirectly there from.

c) Any neglect or failure on the part of the Bidder to obtain reliable information on the spot or
elsewhere upon the foregoing or any other matters affecting the execution and completion of
the works, the rates, total amounts and the Contract shall not relieve the bidder whose bid is
accepted from any risks or liabilities or from the responsibilities of completing and handing
over the works.

d) The rates and prices set down by the bidder against all the items in the BOQ are to be the full
inclusive valve of the finished work described the under and shall be deemed to include all
costs of performing the works including all taxes and duties, profits and costs of accepting the
general risks, liabilities and obligations of every kind set forth or implied in the Contract.
.
IB-10 Currencies of Bid and payment:
The unit rates and prices shall be quoted by the Bidder entirely in Pak Rupees. A bidder expecting
to incur expenditures in others currencies for inputs to the works. Supplied from outside
Employer’s country shall bear all costs and risks for arranging the requirement of such currencies
through his own resources.

IB-13 (13.1) Amount of Bid Security:


The amount of Bid Security shall be 4% of Estimated Cost in Pak Rupees,

13.2 Delete the text and substitute:


The Bid Security shall be in the form of Bank guarantee or Deposit at Call Form of Schedule Bank.
1. The Bid security of technically non-responsive bidder shall be returned within 90 days
of declaration of their bid as non-responsive.
2. Bid security of responsive bidders shall be retained by the procuring Agency till the time the
procurements contract has been signed with the lowest evaluated bidder and deposit of
performance guarantee, if required. Bid security of unsuccessful bidders at this stage shall not
be retained beyond thirty (90) days of award of contract.
3. Bid security shall be forfeited in following circumvents if the bidder: -
a. Withdraws its bid after opening but within the validity period,
b. does not furnish performance guarantee, if applicable,
c. does not sign the contract or,
b. does not accept the correction of the quoted amount following the correction of
arithmetic errors.
The bid Security (Original + copies) should be submitted in a separate sealed envelope. Name of
work and Name of bidder should be clearly typed on the envelope.
IB-14 (14.1) Bid Validity:
Period of Bid validity is 45 days after the date of bid opening.

14.4 Format and Signing of Bid:Number of copies of Bid to be completed &returned:


1(One) Original +1 (One) copy of all documents forming the Bid.

14.5 Delete the last sentence of this Para from “All pages…….” the bid” and substitute with the
following:
All pages of the bid including appendices, addendum, corrigenda, clarifications, supplementary
information as are issued shall be initialed and stamped by the person or persons signing the bid.
One (01) copy of Power of Attorney must be attached to the Bid submitted to the Employer, if this
Bid is signed/executed by a person other than the president, partner or owner of the Bidder’s
Company.

Delete the text and substitute:


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 persons signing the bid.
Each correction separately signed and stamped. Over-Writing, erasures, use of whitening
fluid, correction tape for making correction s is not permitted. Noncompliance of these
instructions may be construed as sufficient ground to render the bid non-responsive.
14.6 The bidding documents duly filled and attached with copies of supporting documents must be
delivered in sealed envelopes by hand or through registered mail to the address notified in the
Notice Inviting Bid, on or before mentioned date in Notice Inviting Bid.
IB-15 (15.1) Deadline for submission of Bids:
As notified in the Notice Inviting Bid.

IB-16 (16.1) Venue, time, and date of the pre-Bid Meeting


Pre-bid is scheduled will be held on 28-01-2021 The details are given in advertisement.

16.2 The Employer may ask the bidder for a clarification.

IB-17 Process to be confidential


Add the following sub –Para:
Documents submitted by Bidders in connection with the Bid for above named Works will be
treated as confidential and will not be returned
IB-19 Award of Contract
19.2 Add the following sub Para:
The Employer does not bid himself to award the Contract to the lowest or to any Bidder, but will
take into careful consideration the bidders prices and such other factors as are deemed applicable.
IB-21 Performance Security:
21.1 Delete the text and substitute:
If the contract requires the contractor to obtain security for his proper performance of the contract,
he shall obtain and provide to the employer such security within a period of 14 days after the
receipt of the work order in the form and the amount stipulated.

IB-22s Integrity Pact:


Bidders must submit integrity Pact (Schedule F) duly completed, signed and stamped. If a bidder
does not submit Integrity Pact at all or submit it without completing and/or without signing or
amends the text therein, its bid will be declared non responsive.

Method of Procurement Used

Procedure of bidding shall be “Single Stage-two envelope bidding procedure” as per Rule# 41
(3) of the Balochistan Public Procurement Rules 2014.

EVALUTION CRITERIA

Selection of the successful bidder shall be based on following Manner


Basic The Bids shall be evaluated in following manners.
1. Eligibility
i. Firms/contractors (Single Entity) having valid registration with Pakistan
Criteria
Engineering Council (PEC) in relevant category along with relevant coder above
(Round-I)
with relevant only firms/ Contractors with PEC certificates renewed for the
current year (2018) will be considered for bidding.

ii. Registration with Income Tax Department ( Circular of the income tax
Department).
iii. No conditional tender shall be accepted/considered.

After evaluation of the bids they shall be categorized as:

a. Responsive proposal
b. Non responsive proposal
Where responsive Bid means that all the aforesaid six condition are satisfied in the
proposal. Non-responsive proposals shall be rejected:
Those who qualified in Round-I will be evaluated in Technical Evaluation Criteria (Step-II).

Technical (Category A) Total Marks 40


2 Evaluation
Criteria
Audited Balance sheet & income tax return for last three years (
(Round-II) 1. 24
each year 8 marks with sales above Rs.3.00 M per year)

Current Financial standing & Latest Bank certificate showing


2. 16
capability to execute contracts minimum up to Rs.2.00 M. for
the schemes up to 1-10 million, and Rs.3.00 million for the
schemes up to 10 and above.

(Category B) Total Marks 40


List of same contract completed Minimum 3 contracts of above
1.
Rs.5.00 M ( 6 Marks per contract)
18
Performance and productivity of the equipment at least 2 users
2. certificate for satisfactory performance of more than 2 years use 10
( 5 Marks per certificate)
List of Similar jobs in hand ( 4 marks per job above 4.00 M 2
3.
Marks per job for 2.00 M)
12

(Category C) Total Marks 20

1. Presentation on Technical specification of Goods. 20

 Total Marks is 100


 Minimum Qualification marks in each category is 50%

3 Financial
Evaluation
The First Evaluated Lowest bid (being amongst the
Criteria competitors) will be recommend for award of contract
(Round-III)

Terms and Condition:

i) Bid security of successful, unsuccessful and non-responsive bidders shall be


released as per Rule-29 Baluchistan Public Procurement Rules, 2014.

ii) Debarred and Blacklisted firms are not eligible.

iii) The firm who quote the rate below 10% will submit the security performance
10% after awarding the contract

iv) Conditional, electronic and telegraphic bids/tenders are not to be accepted.

v) All over writing & corrections if any must be initialed by the bidders.

vi) Bid shall be properly signed by contractor with stamp, address and contractor
name.
vii) Contractor Should attach the copies of all relevant documents require for the
eligibility and evaluation.

viii) Schedule of work to quote the rate is enclosed.

ix) The specification and detail can be seen in the office of undersigned.

x) All prevailing rules regarding contract date will be applicable.

Terms and Condition:

i. BPPRA Rules 2014

ii. Pakistan Engineering Council

Currency and Bid Validity:

i. Tenders must be quoted in Pakistan Rupees (PKR)

ii. Validity of the bid would be 45 days from the date of bid opening

Other Information:

i. Name of

Firms/company_____________________________________________

____________________________________________________________

ii. Complete Postal

iii. Address______________________________________________________

__________________________________________________________

iv. Tel

No._________________________________________________________
v. Email address

_________________________________________________________

vi. Fax

No._________________________________________________________

vii. Mobile

No_________________________________________________________

viii. Authorized representative name &

Designation_____________________________________________________

_______________________________________________________________

_______

ix. Income tax

Registration__________________________________________________

x. PEC Registration

______________________________________________________

xi. Certificates/Award (if any please attach)

xii. Company Profile (please attach)

GENERAL TERMS AND CONDITION


1. Bidders shall submit complete detail of their firms, offices, workplaces and staff along
with postal address two/ fax numbers, email and website information

2. The bids should be submitted on the basis of total cost of the work, partial officers shall
be rejected.
3. Any erasing/cutting crossing etc appearing in the offer must be properly signed by the
person signing the bid moreover all pages to the bidding documents must also be properly
singed.

4. An affidavit should be provided by the bidders that their firm has never been blacklisted
by any Government Department.

5. The bidders should specifically indicate their NTN GST no if applicable.

6. In case of approval /acceptance of bid advance acceptance letter will be issued to the
qualified bidder. The bidder will be required to submit 10% performance guarantee
within 3 working days of the issuance of advance acceptance letter failing which the
bidder will be issued final notice giving an extension of 3 days for submission of 4%
performance guarantee. If the bidder does not respond to the final notice to deposit
required performance guarantee, the employer will be deemed too considered that the
bidder is incapable to execute the work and said procurement process will be treated s
null and void. The deposited bid security (up to 4%) will be confiscated in lieu of
expenses incurred n procurement process and said bidder will not be allowed to
participate in future procurement of the ASSISTANT DIRECTOR LGRD Nushki.

7. Blacklisting of Contractors/ Supplier The blacklisting shall be for a specified period


commensurate with the seriousness of the cause. As a general rule the period shall not be
less than three years. The blacklisted firms would be eligible for participation in tenders
at the expiry of the prescribed period unless it is determined by the authority that
blacklisting for an additional period is required in order to protect the Government
interest.

8. Liquidated Damages as per Pakistan Engineering Council (0.10 present of estimated


cost per day and the maximum limit as 10 present

9. No used or refurbished item/ Equipment shall be accepted.

10. Successful Bidder (s) will be responsible for imparting operational training of equipment
free of cost.

11. Submission of Bids:


Sealed Tenders must reach the office of the Assistant Director Local Govt/RD District
Nushki, latest by on or before deadline of submission mentioned in NIT . by The
contractor or by representator having Authority letter on stamp paper duly attested of said
mentioned bid name and TSE No otherwise no any bid will be accepted by procuring
Committee. Through courier or may be personally be dropped in the Tender Box kept in the
said Office in due date ,time and venue.
ASSISTANT DIRECTOR
LOCAL GOVERNMENT & RURAL DEVELOPMENT
DISTRICT NUSHKI

FORM OF BID

Name of Work: construction of prayer Hall at sanatan Mandir hindu Muhalla


District Nushki

To,
TheAssistant Director
Local Government & Rural DevelopmentNushki.
Gentleman;

1. Having examined the Bidding Documents including instruction of Bidders Bidding Data,
Conditions of contract, contract data, Specification, Schedule of Prices and addenda Nos for
the execution of the above named works, we undersigned, being a company doing business
under the name of and.__
_____________________________________________
address_____________________________________________________________________
___________________________________________________________________________
_____
and being duly incorporated under the laws of Pakistan hereby offer to execute and complete
such works and remedy any defects therein conformity with the said documents including
addenda thereto for the total Bid Price of Rs_____________________________.
Rupess_____________________________________________________________) or such
other sum as may b ascertained in accordance with the said documents.

2. We understand that all schedules attached hereto form part of this bid.

3. As security for due performance of the undertakings and obligation of this Bid. We submit
herewith a Bid security in the amount of ___________________________ drawn in your
favor or made payable to you and valip; d for a period of twenty-eight (28) days beyond the
period of validity of bid.

4. We undertake, if our bid is accepted, to commence the works and to deliver and complete
the works comprised in the contract within the times stated in contract data.

5. We agree to abide by this bid for the period of 45 days form the dated fixed for receiving the
same and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

6. Unless and until a formal Agreement is prepared and executed this bid together with your
written acceptance thereof, shall constitute a binding contract between us.

7. We under take if our bid is accepted, to execute the performance security referred to in
conditions of contract for the due performance of the contract.

8. We understand that you are not bound to accepted the lowest or any bid you may receive.
9. We do hereby declare that the bid is made without any collusion comparison of figure or
arrangement with any other person or person making a bid for the works.

Dated this_______day of_______________


Signature
In the capacity of _____________________________duly authorized to sig bid for and on
behalf of _________________________________________________
(Name of Bidder in Block Capitals
Address________________________________________________________ Seal

PERCENTAGE RATE (TENDER FORM)


Date of Issue -28/01/-2021
Date of opening-28/01/ 2021
Name of Scheme :- consturuction of prayer Hall at sanatan Mandir hindu Muhalla
District Nushki
Name of Contractor

I/ we hereby tender for the execution of the Government of Baluchistan (here-in-after referred to
as Government) of the work specified in the underwritten memorandum within the time specified

N
in such memorandum at /percent above/below the rate entered in the schedule of rates. 2018
composite/Highway schedule amended up to state and in accordance in all respect with the
specification, design, drawing and instructions in drawings and instruction in writing referred to

O
in Rules (i) here and in clause (ii) of the Annexed conditions and with such materials as are
provided for by and in all other respect in accordance with such conditions so far applicable.

T Issued to the Contractor by the Head


Clerk.

A (i) Building, Road & (Civil Work): .........................@. . % (Above/Below)


(ii) Earth Work---------------------------------------@--------------------------%
(Above/Below)

P (iii)Base / Sub Base Work: .................................@. % (Above/Below)


(iv)All Bituminous Items in Road Work: ................... @. . % (Above/Below)
(v)Steel Reinforcement & GI Wires Trusses, GI Pipes & Sheets@. % (Above/Below)

P
L
(Signature of contractor)
MEMORANDUM

I
A) General description:

A) Estimated cost (approximate). Rs. 10-00 Million.


B) Earnest Money. Rs. 4% of Capital Cost

C C) Percentage if any to be deducted from bill


D) Time allowed for the work from date of
Rs. 10% as S/Deposit

A
Written or to commence. should
this tender by accepted/We hereby agree to abide and by fulfill all the terms and provision of the
said conditions of contract annexed here to, so for applicable, or in default thereof to forfeit and

B pay to the Government or it is successor in office the sum of money mentioned in the said
conditions the sum of Rs. (Rupees

L
E
_____)
Is hereby forwarded in the shape of deposit at call: No._____ _ dated._________/2021,
as earnest money the full value of which is to be absolutely forfeited to the said Government or
his successor in office without prejudice to any other rights or remedies of the said Government
or his memorandum, or the full value of which shall be retained by Government on account of
the security deposit specified in clause (I) of the said condition of contractor.

Dated the day of /2021.

1. witness:_____ _______ 2.Witness:___ _ ______

Address:____________________________________________________________________

Occupation.

The above tender is hereby accepted by me on behalf of Government.


Dated the day of /2021

1. We also hereby confirm that the store will be supplied as per tender specifications and as
per schedule period specified in the contract and in case of failure the purchaser reserves
the rights to forfeit our security including blacklisting the firm.

2.
Name of Bidder: ______________________________________________________
Signature of Bidder: ______________________________________________________
Designation: ______________________________________________________
Seal: _______________________________________________________
Witness:

a. Name: ____________________________________ Signature. _______________


b.
c. Full Address: _______________________________________________________

CNIC #. ____________________________________________________

You might also like