You are on page 1of 43

1 Tender No.

2623

LESCO
LAHORE ELECTRIC SUPPLY COMPANY

LOCAL BIDDING DOCUMENTS


TO
TENDER NO. 2623 FOR THE SUPPLY OF

Static Single Phase 2 wire, 240 V, 10(40) Amp, 50Hz, Accuracy


Class 1.0 Energy Meters with GPRS/GSM Modem as per DDS
65:2007, DDS-98:2011 and DDS-110:2011 (Amended to date)
and UDIL compliant
Static TOD 3/Phase 4/Wire Whole Current GSM/GPRS enabled
DLMS/COSEM Compliant AMR Smart Energy Meters as per
WAPDA / NTDC Specification No. DDS-60:2007, DDS-98:2011
and DDS-110:2011 (Amended to date) and UDIL compliant.

Sr. Manager / Chief Engineer (M.M)


LESCO Ltd. 22-A Queens Road, Lahore
2 Tender No.2623

LAHORE ELECTRIC SUPPLY COMPANY


MATERIAL MANAGEMENT DIRECTORATE
22-A Queens Road Lahore Ph. # 99204842, Fax # 99204843

TECHNICAL PROPOSAL FOR TENDER NO. 2623/LESCO

 Due by 10:30 AM on 10.03.2021


 Tender will be opened at 11:00 AM on 10.03.2021 Addl. Manager (M.M)
 Tender shall remain valid for 120-days after opening date.
LESCO Ltd. Lahore

Name of Bidder:-_________________________________________________

Tender Tender Quantity Offered


DESCRIPTION Quantity
No. (Nos.)
by the Bidder

Static Single Phase 2 wire, 240 V, 10(40) Amp,


50Hz, Accuracy Class 1.0 Energy Meters with
GPRS/GSM Modem as per DDS 65:2007, 6,500
DDS-98:2011 and DDS-110:2011 (Amended to
date) and UDIL compliant
2623 Static TOD 3/Phase 4/Wire Whole Current
GSM/GPRS enabled DLMS/COSEM Compliant
AMR Smart Energy Meters as per WAPDA /
3,500
NTDC Specification No. DDS-60:2007,
DDS-98:2011 and DDS-110:2011 (Amended to
date) and UDIL compliant.

Note:- This tender is governed by General Conditions of Contract for purchase by


WAPDA dated 12/8/1984, amended to date PPRA-2004 amended to date
and latest purchase procedure.

Delivery Schedule:-

“50% quantity shall be supplied within 60-days and remaining 50% quantity shall
be delivered from 61st day to 120th day from the date of issuance of purchase order or
from the date of approval of prototype subject to clause-13, 14, 15 & 16 of special
conditions of contract of the bidding documents or from the date of Establishment of L/C (if
applicable). Early supply is acceptable but decision of receipt of early supply of material
shall be made at the time of placing Purchase Order by the competent authority.

Stamp & Signature of bidders


3 Tender No.2623

TABLE OF CONTENTS.

Section Description Page


1. Invitation to Tenderers. 4

2. Instructions to Tenderers. 5

3. Forms of Tender 18

4. Schedules to Tender 21

5. General Conditions of Contract 26

6. Special Conditions of Contract 27

7. Standard Forms: 33
i. Form of Tender Security
ii. Form of Performance Security.

8. List of documents to be submitted alongwith the 39


Tender.
4 Tender No.2623

Section-1

INVITATIONS TO TENDERER
Lahore Electric Supply Company (LESCO) invites sealed bids
from PEPCO/ WAPDA / DISCO’s Pre-qualified/Registered manufacturers and
suppliers; registered with Income Tax and Sales Tax Department, for supply
of following material by adopting single stage two envelop method of
procurement as per PPRA Rule 36(b).

Tender DATE & TIME


Tender
DESCRIPTION Quantity Submission Opening
No. (Nos.) of Bids of Bids
Static Single Phase 2 wire, 240 V, 10(40) Amp, 50Hz,
Accuracy Class 1.0 Energy Meters with GPRS/GSM Modem
as per DDS 65:2007, DDS-98:2011 and DDS-110:2011 6,500
(Amended to date) and UDIL compliant 10.03.2021 10.03.2021
2623 Static TOD 3/Phase 4/Wire Whole Current GSM/GPRS
enabled DLMS/COSEM Compliant AMR Smart Energy At 10:30 AM At 11:00 AM
Meters as per WAPDA / NTDC Specification No. DDS- 3,500
60:2007, DDS-98:2011 and DDS-110:2011 (Amended to
date) and UDIL compliant.

Bidding documents, containing detailed specifications, terms and


conditions, method of procurement, procedure for submission of bids, bid
security, bid validity, opening of bid, evaluation criteria, clarification / rejection
of bids, performance guarantee etc., are available for the interested bidders at
3rd Floor, Room No.312 office of the Sr. Manager / Chief Engineer (Material
Management) LESCO Ltd., 22-A Queens Road, Lahore. Price of bidding
documents is Rs.1,000/- each (non-refundable). Bidding documents can also
be downloaded from website at www.lesco.gov.pk free of cost just for reading
purpose.

The bids, prepared in accordance with the instructions in the


bidding documents, must reach at 3rd Floor, Room No.312 office of the Sr.
Manager / Chief Engineer (Material Management) LESCO Ltd., 22-A Queens
Road, Lahore on or before above mentioned closing dates and timings. Bids
will be opened on the same day at aforesaid dates & timings. This
advertisement is also available on PPRA website at www.ppra.org.pk
5 Tender No.2623

TABLE OF CONTENTS.

INSTRUCTIONS TO TENDERERS.

Clause Description Page


No. No.
IT-1 Scope of Tender and source of Funds. 7
IT-2 Eligible Tenderers. 7
IT-3 Origin 7
IT-4 Cost of Tenders 7
IT-5 Contents of Tender Documents. 7
IT-6 Clarification of Tender Documents. 8
IT-7 Amendment of Tender Documents. 8
IT-8 Language of Tender. 8
IT-9 Form of Tender & Schedules to Tender. 8
IT-10 Documents establishing Tenderer’s Eligibility and 8
Qualification.
IT-11 Validity of Tender. 9
IT-12 Tender Security. 9
IT-13 Format and Signing of Tenders. 10
IT-14 Dead Line for submission of Tenders. 11
IT-15 Late Tenders. 11
IT-16 Modification and withdrawal of Tenders. 11
IT-17 Sealing and Marking of Tenders. 11
IT-18 Tender Opening. 12
IT-19 Clarification of Tenders. 12
IT-20 Preliminary examination and determination of 12
responsiveness of Tenders.
IT-21 Detailed Evaluation. 12
IT-22 Process to be confidential. 13
IT-23 Post Qualification. 13
IT-24 Purchaser’s Right to Vary Quantities. 13
IT-25 Purchaser’s Right to Accept any Tender Or to Reject any or 14
all Tenders.
IT-26 Notification of Award/Letter of Intent. 14
IT-27 Performance Security 14
IT-28 Signing of Contract Agreement/Issuance of Purchase Order. 14
IT-29 WAPDA Bonds. 14
IT-30 Redressal of Grievances of complainant. 15
IT-31 Documents comprising the Tender. 15
IT-32 Tender Prices. 15
IT-33 Currency of Tender. 15
6 Tender No.2623

METHOD OF PROCUREMENT
Single stage two envelope procedure as per PPRA
Clause-36(b) Technical and Financial bids/proposals shall be
adopted.

i) The bid shall comprise a single package containing


two separate envelopes. Each envelop shall contain separately the
financial proposal and the technical proposal;

ii) the envelopes shall be marked as “FINANCIAL


PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion;

iii) Initially, only the envelope marked “TECHNICAL


PROPOSAL” shall be opened;

iv) the envelop marked as “FINANCIAL PROPOSAL”


shall be retained in the custody of the procuring agency without
being opened;

v) the procuring agency shall evaluate the technical


proposal in a manner prescribed in advance, without reference to
the price and reject any proposal which does not conform to the
specified requirements;

vi) during the technical evaluation no amendments in the


technical proposal shall be permitted;

vii) the financial proposals of bids shall be opened publicly


at a time, date and venue announced and communicated to the
bidders in advance;

viii) After the evaluation and approval of the technical


proposal the procuring agency, shall at a time within the bid validity
period, publicly open the financial proposals of the technically
accepted bids only. The financial proposal of bids found technically
non-responsive shall be returned un-opened to the respective
bidders; and the bids/proposals found to be lowest evaluated bid
shall be accepted.
7 Tender No.2623
(A) INSTRUCTIONS TO TENDERS
Clause IT-1 SCOPE OF TENDER AND SOURCE OF FUNDS:
The scope of the tender is as under:
Static Single Phase 2 wire, 240 V, 10(40) Amp, 50Hz, Accuracy Class 1.0 Energy Meters
with GPRS/GSM Modem as per DDS 65:2007, DDS-98:2011 and DDS-110:2011
(Amended to date) and UDIL compliant
Static TOD 3/Phase 4/Wire Whole Current GSM/GPRS enabled DLMS/COSEM Compliant
AMR Smart Energy Meters as per WAPDA/NTDC Specification No. DDS-60:2007, DDS-
98:2011 and DDS-110:2011 (Amended to date) and UDIL compliant.

Funds for procurement will be made from LESCO’s own resources.

Clause IT-2 ELIGIBLE TENDERERS


Tendering is opened to all local manufacturers, meeting the following requirements:
i) The local manufacturers who can participate in the tender on providing their
Prequalification & Registration under Category M-5 with LESCO/WAPDA/
DISCOs.

ii) The local manufacturer /bidders will also ensure that imported components of
the meter along with its details are from the Principal or from the Vendor
approved by their Principal. The list of approved Vendors will be provided to
Chief Engineer (Standard & Specification) PEPCO as well as Chief Engineer
(QA&I) NTDC.
iii) The Tenderer must have the financial, technical, production & testing capability
necessary to perform the contract.

Clause-IT-3 ORIGIN
3.1 For purpose of this clause “Origin” means the place where the goods are
mined, grown or produced or from where the ancillary services are supplied.
Goods are produced when, through manufacturing, processing or substantial
or major assembling of component a commercially recognized product results
that is substantially different in basic characteristics or in purpose or utility
from its components.
3.2 The origin of Goods and services is distinct from the nationality of the
Tenderers.
Clause IT-4 COST OF TENDERS.
Tenderers shall bear all costs associated with the preparation and submission of its tender
and the purchaser will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the tendering process.

Clause IT-5 CONTENTS OF TENDER DOCUMENTS.


(5.1) Tender documents are those stated below and should be read in conjunction
with any Addenda, if issued by the purchaser in accordance with Clause-7.1.
1. Instructions to Tenderers.
2. Form of tender & schedules to tender.
3. General Conditions of Contract.
4. Special Conditions of Contract.
5. Standard Forms:
i. Form of Tender Security
ii. Form of Performance Security.
(5.2) The tenderers are expected to examine carefully the contents of all the
above documents. Failure to comply with the requirement of tender
submission will be at the Tenderer’s own risk. Tenders which are not
substantially responsive to the tender documents will be rejected.
8 Tender No.2623

Clause IT-6 CLARIFICATION OF TENDER DOCUMENTS.


The prospective Tenderers requiring any clarification (s) in respect of tender documents
may notify the purchaser i.e. Sr. Manager (M.M) LESCO Ltd. Lahore with a copy to Chief
Engineer (S&S) NTDC in writing or by Telex or FAX at the following address:

1. Sr. Manager (Material Management) LESCO Ltd. 22-A Queens Road,


Lahore.
2. Chief Engineer (S&S) NTDC, PIA Tower 1 st Floor Egerton Road, Lahore for
technical clarification only.

Purchaser will examine the request for clarification of the Tender Documents which it
receives not later than 15-days prior to the dead-line for the submission of tenders and if
needed will issue the clarification/amendment of the Tender Documents at least 7-days
before the date of submission of Tenders (without identifying the source of enquiry) to
all prospective tenderers who have purchased the Tender Documents.

Clause IT-7 AMENDMENT OF TENDER DOCUMENTS.


(7.1) At any time prior to the dead line for submission of tenders, the
purchaser may, for any reason whether at his own initiative, or in
response to clarification requested by a prospective tenderer, modify the
tender documents by issuing Addendum.
(7.2) Any Addendum thus issued shall be part of the tender documents
pursuant to sub clause 7.1 hereof, and shall be communicated in writing
to all Purchasers of the tender documents. Prospective tenderers shall
acknowledge receipt of each addendum in writing to the Purchaser i.e
Sr.Manager (M.M) LESCO Ltd. Lahore. The tenderer shall also confirm in
the form of tender that the information contained in such addenda have
been considered in preparing this tender.

Clause IT-8 LANGUAGE OF TENDER

The tender prepared by the tenderer and all correspondences and documents relating to
the tender shall be written in English Language.

Clause IT-9 FORM OF TENDER & SCHEDULES TO TENDER

(9.1) The tenderer shall complete, sign and seal the form of tender and schedule
to tender and shall also enclose other information as required in these tender
documents.

Clause IT-10 DOCUMENTS ESTABLISHING TENDERER’S ELIGIBILITY AND


QUALIFICATION.
(10.1) The documentary evidence of tenderer’s Compan to tender shall be
established to the purchaser’s satisfaction at the time of submission of its
Tender. Documentary evidence of the tenderer that he possesses the entire
requirement submitted at the time of prequalification. The tenderer shall
furnish documentary evidence of qualification on the Form “Evidence of
Tenderer’s Capability”.
(10.2) Tenderer must possess and provide evidence of the following experience:
i. The manufacturer shall have been engaged in manufacturing of
Energy Meters and such meters shall have successfully operated in
the field. Necessary authenticated documents/ evidences, Copies of
Performance Certificate for Contracts shall be submitted with the
Tender, otherwise Tender will be rejected.
ii. The Tenderer has the financial, technical, production & testing
capability necessary to perform the contract.
iii. The local manufacturer is registered with Sales Tax Department and
must provide the certificate with their offer.
9 Tender No.2623

In addition to the documents required in clause 10.1 & 10.2, the Tenderer
shall submit the documents mentioned in the list of documents to be
(10.3) submitted.
Tenders not accompanied with the documents such as acceptable Tender
Security, Test Sample, Test Report, Certificates and those which required to
substantiate the legitimacy of the Tender may result in rejection of Tender.

(10.4) The Tenderer shall clearly mention all information precisely regarding Tender
validity, delivery schedule, terms of payment and the schedule of technical
data. Any incomplete information or the terms “as per tender” or “as per
clause” if mentioned instead of actual data may render the Tender as liable
for rejection.

(10.5) LESCO reserves the right to divide the quantity to be purchased amongst
two/more Tenderers in the ratio depending upon production capacity and
previous performance.

(10.6) The tenderer must submit the documentary evidence of the goods and
services being in conformity to the tendering documents in the form of
literature drawings, data etc.

(10.7) The tenderer must submit one (01) number sample of each meter (as per
specifications / details mentioned in Description of Store at page-2 of the
bid) with the tender failing which the bid shall be declared non responsive.
The Purchaser reserves the right to carry out tests on these samples as part
of evaluation.

Clause IT-11 VALIDITY OF TENDER.

The tender shall remain valid for a period of 120-days after the date of tender
opening.

Clause IT-12 TENDER SECURITY

(12.1) Each tenderer shall furnish, as a part of his tender, a tender security in
the amount equal to 2% of the total tender price.

(12.2) The Tender Security must be furnished in the form of Deposit at Call or a
Bank Guarantee issued by a Scheduled Bank of Pakistan in favour of
purchaser valid for a period of 120-days after tender opening date.

(12.3) Any tender not accompanied by an acceptable tender security shall be


rejected by the purchaser as non responsive.

(12.4) The Tender Security of successful tenderer will be returned when the
tenderer has furnished the required Performance Security.

(12.5) The Tender Security of un-successful tenderer will be returned upon


award of contract to the successful tenderer or at the expiry of validity of
tender security, whichever is earlier.

(12.6) The Tender Security & Performance Security shall be furnished on non
judicial paper of value prescribed by the Government.
10 Tender No.2623

(12.7) The Tender Security may be forfeited:

a) If tenderer withdraws his tender during the period of tender


validity.
b) In case of successful tenderer, if he fails to :-
i) furnish the required Performance Security

ii) sign the Contract Agreement/ Acknowledgment of


the Purchase Order.

Clause IT-13 FORMAT AND SIGNING OF TENDERS.


(13.1) Tenderers are particularly directed that amount entered on the form of
tender for performing the contract shall be strictly in accordance with the
tender documents.
(13.2) The Tenderer shall quote valid for 120-day after tender opening date.
(13.3) Schedule of technical data attached with the Tender Schedule must
accompany the Tender duly filled in, signed and stamped, by the
Tenderers, otherwise the offer will be considered incomplete/ rejected.
(13.4) Schedules to tender are to be properly completed and signed.
(13.5) No alteration is to be made in the form of tender nor in the schedule
thereto except in filling up the blanks as directed. If any alteration be
made or if these instructions be not fully complied with, the tender may be
rejected.
(13.6) Each tenderer shall prepare one original and three copies of the documents
comprising the tender and clearly mark them “ORIGINAL” and “COPY” as
appropriate.
(13.7) In the event of discrepancy between them the Original shall prevail.
(13.8) The Original and all copies of the tender shall be typed or written in
indelible ink and shall be signed by the person or person(s) duly authorized
to sign them. In the case of copies, Photostats are also acceptable. This
shall be indicated by submitting a written Power of Attorney authorizing
the signatory of the tenderer to act for and on behalf of tenderer. All
pages of tender shall be initialed and stamped by the person (s) signing
the tender.
(13.9) Tenderer shall indicate in the space provided in the form of tender, their
full and proper address at which Notices may be legally served to them
and to which all correspondences in connection with their tenders and
contract are to be sent.
(13.10) The technical data duly completed must accompany the tender without
which the offer will be considered incomplete and will be liable to be
rejected.
(13.11) After opening the tender if it is established that the Tenderers have quoted
same price, then LESCO reserves the right to scrap the tender and invite
fresh tender.
(13.12) Technical Literature in English giving out salient features of the above-
mentioned Static Energy Meters as per detail / specifications mentioned in
Description of Store at page-2 of the bidding documents must accompany
the Tender.
(13.13) Tenderer shall retain a copy of tender documents as their file copy.
(13.14) The tender shall contain no alterations, omissions or additions except to
comply with the instructions issued by the Purchaser, or as are necessary
to correct errors made by the tenderers, in which case such corrections
shall be initialed by the person or persons signing the tender.
11 Tender No.2623

Clause IT-14 DEAD LINE FOR SUBMISSION OF TENDERS.

(14.1) Tenders must be received 30-minute before tender opening by the


purchaser at the address specified hereto not later than the time and
date mentioned in the Invitation to Tenderers:

“Sr. Manager/C.E (M.M) LESCO Ltd.22-A Queens Road, Lahore”.

(14.2) Tenders submitted through Telex, Telegraph, FAX or Email shall not
be considered.
(14.3) The purchaser may, at his discretion, extend the dead line for
submission of tenders by issuing an Addendum, in which case all
rights and obligations of the purchaser and tenderer previously subject
to the original dead line will thereafter be subject to the dead line as
extended.

Clause IT-15 LATE TENDERS.


(15.1) Any tender received by the purchaser after the date and time of
tender opening will be returned un-opened to such tenderer.

(15.2) Delay in the mail, delay of parcel in transit or delivery of tender to the
wrong office shall not be accepted as the excuse for failure of a tender
at a proper place of delivery of tender. It shall be the tenderer’s
responsibility to determine the matter in which timely delivery of the
tender will be accomplished either in person, by messenger or by mail.

Clause IT-16 MODIFICATION AND WITHDRAWAL OF TENDERS.


(16.1) Any tenderer can modify or withdraw his tender after tender submission
provided that written notice of the modification, substitution or
withdrawal in his tender received by the purchaser prior to the dead line
for submission of the tender.

(16.2) No tender may be modified by a tenderer after dead line for submission
of tender.
(16.3) Withdrawal of a tender during the interval between the dead line for
submission of tender and the expiration of period of tender validity may
result in forfeiture of the tender security.

(16.4) The notice for modification, substitution, or withdrawal of any tender


shall be prepared, sealed, marked and delivered in accordance with the
provision of clause IT-17 with the inner and outer envelopes additionally
marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as
appropriate. A withdrawal notice may also be sent by Telex or FAX but
followed by a signed confirmation copy, post marked not later than the
dead line for submission of tenders.

Clause IT-17 SEALING AND MARKING OF TENDERS.


i) The Tenderer shall submit one (1) original and one copy of the Tender. In
the event of discrepancy between them, the original shall prevail.

ii) The Tenderer shall seal the original and copy of the Tender separately in a
separate envelope, duly marking the envelopes as “Original” or “Copy”. The
envelopes containing the “ORIGINAL” and “COPIES” will be put in one
sealed envelope.
12 Tender No.2623

iii) The inner and outer envelopes shall be:

a) Addressed to the purchaser at the following address:


“Chief Engineer (M.M) LESCO Ltd.
22-A Queens Road, Lahore”.
b) Bear (the Project Name), Tender No., the Advertisement Number,
and the Words “DO NOT OPEN BEFORE _________ on _____2021.
c) In addition to above, the inner envelope shall indicate the name and
address of the Tenderer to enable the Tender to be returned un-
opened in case it is declared “Late.”
iv) If the outer envelope is not sealed and marked as required, the purchaser
will assume no responsibility for the Tender’s misplacement or its premature
opening.

Clause IT-18 TENDER OPENING.


(18.1) A committee comprising of nominated members of the purchaser will open the
tenders, in the presence of tenderers’ representative who choose to attend at
the time, date and location stipulated in the Invitation to the tenders. The
tenderer’s representatives who are present shall sign in a register/form
evidencing their attendance.
(18.2) The tenderer’s name, tender price, any discount in price, tender modification
and withdrawal, the presence or absence of tender security and such other
details, as the purchaser at his discretion may consider appropriate, will be
announced by the purchaser at the tender opening.
(18.3) Any tender price or discount which is not read out and recorded at tender
opening will not be taken in account in the evaluation of tender.
(18.4) Conditional discounts shall not be considered in evaluation.

Clause IT-19 CLARIFICATION OF TENDERS.


The purchaser may, at its discretion, ask the Tenderers for clarification of his tenders.
The request for clarification and response shall be in writing and no change in the price
or substance of the tender shall be sought, offered or permitted.

Clause IT-20 PRILIMINARY EXAMINATION AND DETERMINATION OF


RESPONSIVENESS OF TENDERS.
Prior to detailed evaluation, responsiveness of tenderer to the tender documents shall
be examined.

Clause IT-21 DETAILED EVALUATION


(21.1) FCS unit price/total price shall be considered for evaluated tender price.
Comparison of Tenders shall be on the basis of evaluated tender price.

(21.2) Arithmetical errors will be rectified on the following basis:

If there is a discrepancy between the unit price and total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected. If there is a discrepancy
between the words and figures the amount in words shall prevail.

If there is a discrepancy between the total Tender price entered in Form


of Tender and the total shown in Schedule of Prices. The amount stated
in the Form of Tender will be corrected by the Purchaser/Engineer in
accordance with the Corrected Schedule of Prices.

If the Tenderer does not accept the corrected amount of Tender, his
Tender will be rejected and his Tender Security forfeited.
13 Tender No.2623

(21.3) The following factors will be taken into account in addition to FCS unit
rate prices to arrive at the evaluated prices.
a) Delivery schedule offered.
i) The full quantity shall be supplied as per delivery schedule
mentioned at page-2 above commencing from the date of
establishment of Letter of Credit/prototype approval/ P.O. L.C
documents will be provided by the tenderer within 7-days from the
date of issue of P.O, failing which the delivery schedule shall be
reckoned from the date of P.O. The L/C will be established by
Director Finance of concerned DISCOs within 15-days from the date
of issue of Purchase Order or approval of prototype, where it is
applicable, and delivery must be completed not later than the dates
specified.
ii) Delivery period is the essence of the Contract and delivery must be
completed not later than the dates specified. The terms “Delivery
Date” shall mean the date of 1st day of Inspection or 15th day of
Inspection Call whichever is earlier, shall be reckoned as date of
delivery of Store to Consignee provided the goods accepted for
supply have been delivered within 20-days of issue of Inspection
Certificate subject to the condition that the supplier / manufacturer
offers the material for Inspection at least 15-days prior to the due
date and the offer is not rejected due to being a fake call or material
not conforming to the specification.
iii) Tenders indicating deliveries in advance of the date specified in
Tender Schedule, no credit will be given in tender evaluation.
However, a discredit at the rate of 0.05% of FCS value of purchase
order per day for a maximum period of 3-months will be added to
the corrected total Tender price for deliveries offered late.
iv) Tenders indicating the delivery beyond the specified in Tender
Schedule will be declared non-responsive.
b) Deviation from payment schedule. The monetary effect for the
earlier payments shall be added in accordance with the prevailing Bank
rates on the date of opening of tenders.
c) Other specific criteria:
Any deviations in tender specification shall be liable
for the rejection of tender.
Clause IT-22 PROCESS TO BE CONFIDENTIAL.
No Tenderer shall contact purchaser on any matter relating to his Tender from the time
of Tender Opening until Procuring Agency shall announce the result of bid evaluation in
the form of a report giving justification for acceptance/rejection of bids. Any effort by
a Tenderer to influence purchaser in the Tender Evaluation, Tender Comparison or
Contract Award decision(s), may result in rejection of his Tender.
Clause IT-23 POST QUALIFICATION.
i) In absence of prequalification, the purchaser will determine to its satisfaction
whether the substantially responsive lowest evaluated tenderer is qualified to
satisfactorily perform the contract.
ii) The determination will take into account the Tenderers financial, technical and
production capability. It will be based upon an examination of the documentary
evidence of Tenderers qualifications submitted by the Tenderers with the Tender
as well as such other information as Purchaser/Engineer deems necessary and
appropriate.
iii) An affirmative determination will be pre-requisite for award of contract to the
Tenderer. A negative determination will result in rejection of the Tenderer’s
tender in which event; the Purchaser will proceed to the next lowest evaluated
tender to under take a similar determination of that Tenderer’s capabilities to
perform the contract satisfactorily.

Clause IT-24 PURCHASER’S RIGHT TO VARY QUANTITIES.


LESCO reserves the right to increase / decrease the quantities upto 15% at the time of
placing award or through repeat order after award / issuance of Purchase Order during
the currency of contract or within 6-months from the date of issue of P.O which ever is
later on the same rate, terms and conditions.
14 Tender No.2623

Clause IT-25 PURCHASER’S RIGHT TO ACCEPT ANY TENDER OR


TO REJECT ONE OR ALL TENDERS.
The purchaser reserves rights to accept or reject any tender and to annul the tender
process and reject all tenders, at any time, prior to award of contract, without thereby
incurring any liability or obligation to inform to Tenderers and the grounds for the
purchaser’s action as per PPRA Rule 33 & 34

Clause IT-26 NOTIFICATION OF AWARD/LETTER OF INTENT


(26.1) Prior to expiration of the period of tender validity prescribed by the
purchaser, the purchaser will notify successful tender in writing (Letter
of Intent) that his tender has been accepted. This letter shall name the
sum which the purchaser will pay to the contractor in consideration of
the execution and completion of the works by the supplier/ contractor.
(26.2) The Letter of Acceptance and its acceptance by the tenderer within
15-days will constitute the formation of the contract between the
purchaser and the supplier / contractor.

Clause IT-27 PERFORMANCE SECURITY.


(27.1) The successful tenderer shall furnish to the purchaser a Performance
Security in the shape of Bank Guarantee/ Bank Draft from a scheduled
Bank of Pakistan on the prescribed form valid for 24-months from the
receipt of last consignment equal to 5% of the total value of contract
with the acceptance of Letter of Intent within 7-days from the date of
issuance of Letter of Intent. In case of further delay due to late
submission of performance bond, Purchase Order may be issued after
deducting the delayed period from the legitimate delivery schedule
mentioned in the LOI or bidding documents
(27.2) Failure of successful tenderer to comply with the requirement of clause-
27.1 shall constitute sufficient grounds for the annulment of award and
forfeiture of the Tender Security.
(27.3) The Performance Security shall be furnished on non judicial paper of
value prescribed by the Government.

Clause IT-28 SIGNING OF CONTRACT AGREEMENT/ ISSUANCE OF PURCHASE


ORDER.
After furnishing of acceptable Performance Security, the purchaser will issue the
Purchase Order /signed Contract Agreement provided in these documents.
Clause IT-29 WAPDA BONDS.
(29.1) The local Tenderers/suppliers shall have the option to submit WAPDA
Bonds as security in lieu of Tender/Guarantee/ Earnest Money or
Performance Bond. An additional clause entitled WAPDA Bonds in lieu of
Securities is attached herewith as ANNEXURE-A.
(29.2) The Bank shall be National Bank of Pakistan, WAPDA House Branch,
Lahore or any scheduled bank of Pakistan.
(29.3) The Contractor will open an Account with that Bank where the “WAPDA
BONDS” would be deposited to enable Bank to collect profit after every
6-months for credit to his account.
(29.4) The Bank charges in this respect shall be borne by the contractor and
debited to his Bank Account by the Bank.
(29.5) The WAPDA BONDS would be deposited with the Bank under covering
memo duly signed by the Officer Incharge of that formation for safe
custody in the Bank.
(29.6) In case of default of the Contractors in fulfillment of obligations as
specified in the Tender/Contract Documents, WAPDA would encash the
WAPDA BONDS by giving a letter to the Bank concerned to this effect,
because WAPDA BOND is bearer one and encashable by the
Person/Authority who is in possession of the relevant bond.
15 Tender No.2623

Clause IT-30 REDRESSAL OF GRIEVANCES OF COMPLAINANT


Any bidder feeling aggrieved by any act of the Procuring Agency after
the announcement of Bid Evaluation Report pursuant to clause-IT-22
may lodge a written complaint concerning his grievances not later than
15 days after the announcement of bid evaluation report.

Clause IT-31 DOCUMENTS COMPRISING THE TENDER


The tender prepared by the tenderer shall comprise the following
components:
a. Covering Letter
b. Form of Tender duly filled, signed and sealed.
c. Schedules (i, ii & iii) to Tender duly filled and signed, in
accordance with the instructions contained therein.
d. Schedule of Prices completed.
e. Tender Security.
f. Power of Attorney.
g. Joint Venture Agreement (if applicable).
h. Documentary evidence that the tenderer is eligible to tender
and is qualified to perform the contract if its tender is accepted.
i. Any other documents prescribed in Particular Conditions of
Contract or Technical Provisions to be submitted with the Tender.

Clause IT-32 TENDER PRICES.


32.1 The tenderer shall fill up the Schedule of Prices attached to these
documents indicating the unit rates and prices of the Works to be
performed under the Contract. Prices on the Schedule of Prices shall be
entered keeping in view the instructions contained in the Schedule of
Prices.
32.2 Unless otherwise stipulated in the Conditions of Contract, prices quoted
by the tenderer shall remain fixed during the tenderer’s performance of
the Contract and not subject to variation on any account. Since only
fixed price contract will be considered, a tender submitted with an
adjustable price quotation will be treated as non responsive and
rejected.
32.3 Any discount offered shall be valid for at least the period of validity of
the tender. A discount valid for lesser period shall be considered null
and void.

Clause IT-33 CURRENCY OF TENDER


33.1 Prices shall be quoted in the following currency:-

“For Goods and Services which the tenderer will supply from within
Pakistan, the prices shall be quoted in the Pak. Rupees”.

33.2 The currency of payment shall be as stated in Particular Conditions of


Contract. However, shall not in any way constitute a contractual or legal
binding on the Employer for the payment in the currencies required by
the Contractor.
16 Tender No.2623
ANNEXURE-”A”
1. In addition to the existing provisions in the various Documents concerning Securities,
the local Contractors shall have the option to make use of WAPDA Bearer Bonds as
Security in lieu of the aforementioned provisions. The local Contractors who desire to
make use of the Bonds as aforesaid, shall be required to deposit their Bonds equal to
the value of Security, in the Bank specified in sub clause (2) hereof, and obtain Bank
Receipts and Letters of Undertaking from the Bank in the form stated in sub clause(3)
hereof, for submission to LESCO/WAPDA formation subject to the following terms and
conditions:

1.1 The Bank Receipts alongwith the Letters of Undertaking for Bid
Guarantee/Tender Security/Earnest Money shall be attached with the Tenders.
The Bank Receipts of the unsuccessful Contractors will be returned after the
acceptance of the Tender of the successful Contractor as soon as possible but
not later than 30-days after the expiration of the Tender validity, alongwith a
written authorization addressed to the Bank issued by LESCO/WAPDA formation
for release of the Bonds to the Contractors. In case of the successful
Contractor, the Bonds will be released only upon signing of the Contract.

1.2 If the successful Contractor also desires to make use of his Bonds in lieu of
Performance Bond / Performance Security/ Security Deposit, he shall be required
to deposit his Bonds in the specified Bank for the amount of the aforementioned
Security and obtain Bank Receipt and the Letter of Undertaking which shall be
submitted to LESCO/WAPDA formation for acceptance in lieu of the Security.
These Bonds will be released with the permission of the competent authority
after the expiry of the period specified in the Contract. For this purpose, the
LESCO/WAPDA formation will return the Bank Receipt alongwith a letter of
authorization in the name of the Bank to release the Bonds to the Contractor.

1.3 The Contractor who desires to avail the use of his Bonds in lieu of Bank
Guarantee shall deposit his Bonds equal to the value of the required guarantee
in the specified Bank and obtain Bank Receipt and the Letter of Undertaking
which shall be submitted to the LESCO/WAPDA formation for acceptance against
Bank Guarantee. These Bonds will be released after the period specified in the
Contractor or the fulfillment of the requirement of the guarantee. For this
purpose, the LESCO/WAPDA formation will return the Bank Receipt along with a
letter of authorization in the name if the Bank to release the Bonds to the
Contractor.

1.4 In case of default of the Contractor in fulfillment of his obligations as specified in


the Tender/Contract/Documents concerning various Securities, the LESCO /
WAPDA formation shall have the right to immediately withdraw/ encash the
Bonds, retain the money due to LESCO/WAPDA and pay to the Contractor any
surplus return on the Bonds which may have occurred up to the date of
withdrawal/ encashment of the Bonds. Such Contractor will, however, have the
option to pay the money due to LESCO/WAPDA in cash, prior to the encashment
of the Bonds and get the Bonds released upon the specific authorization from
the LESCO/WAPDA formation issued in the name of the Bank to release the
Bonds to the Contractor.

2. For the purposes of depositing the Bonds as Securities in lieu of the Tender/Contract
requirements, the LESCO/WAPDA formation and the Bank are specified herein below:

1.1. Name and Address of the LESCO/WAPDA Formation _____________


1.2 Name, Branch and Address of the Bank __________________
17 Tender No.2623

3. The Bank’s Letter of Undertaking issued in the name of LESCO/WAPDA formation


should confirm that the Bonds in the value of Rs.________________ have been
deposited by the Contractor __________________________ (Name of Contractor) as
_____________________________ (Name of Security) against Tender/Contract
No.______________________________ for the ___________________ (Name of
Works) and that the said Bonds shall be released to the Contractor or LESCO/WAPDA
Representative (as the case may be) on upon the written authorization issued by the
LESCO/WAPDA formation.

4. The following words used in sub-clauses (1), (2) and (3) shall have the meanings
hereby assigned to them:

1.1 “Security” means Bid Guarantee or Tender Security or Earnest Money or Bank
Guarantee or Performance Bond or Performance Security or Security Deposit.
1.2 “Documents” mean Bid Documents or Tender Documents or Purchase Orders.
1.3 “Contractors” mean Bidders or Tenderers or Contractors or Suppliers.

1.4 “Bonds” mean WAPDA Bearer Bonds.


1.5 “Tender” means Bid or Tender or Quotation or Offer.
1.6 “Contract” means Contract Agreement or Purchase Order.
18 Tender No.2623

Section-3

FORM OF TENDER
19 Tender No.2623
FORM OF TENDER
(LETTER OF OFFER)

Tender Reference No.___________


__________________________
__________________________
(Name of Works)
To

________________________
________________________
________________________
Gentlemen,

1. Having examined the Tender Documents including Instructions to Tenderers, Conditions of


Contract, Specifications, Drawings, Schedule of Prices and Addenda Nos.________________
for the execution of the above named Works, we, the undersigned, being a company doing
business under the name of and
address___________________________________________________
_____________________________________________________________ and being duly
incorporated under the laws of __________________________ hereby offer to execute and
complete such Works and remedy any defects therein in conformity with the said Documents
including Addenda thereto for the Total Tender Price comprising ______________
( _________________________ ________________________________________).

2. We understand that all the Schedules attached hereto form part of this Tender.
3. As security for due performance of the undertakings and obligations of this Tender, we submit
herewith a Tender Security in the amount of _____________ drawn in your favor or made
payable to you and valid for a period up to _____________.
4. We undertake, if our Tender is accepted, to commence the Works and to deliver and complete
the whole of the Works comprised in the Contract within the time(s) stated in the Tender
Documents.
5. We agree to abide by this Tender for the period of ______days from the date 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 Tender, together with your
written acceptance thereof, shall constitute a binding contract between us.
7. We undertake, if our Tender is accepted to execute the Performance Security for the due
performance of the Contract.
8. We understand that you are not bound to accept the lowest or any Tender you may receive.
9. We do hereby declare that the Tender is made without any collusion, comparison of figures or
arrangement with any other person or persons making a Tender for the Works.

Dated this ___________________________ day of___________________20_____

Signature________________________ in the capacity of ___________________ duly

authorized to sign tenders for and on behalf of ________________________________


(Name of Tenderer in Block Capitals)
Address:
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________

Witness:
_____________________________________________________________________
_____________________________________________________________________
Address: _____________________________________________________________
_____________________________________________________________________
Occupation: ___________________________________________________________
20 Tender No.2623

Section-4

SCHEDULES
TO
TENDER
21 Tender No.2623

SCHEDULES TO TENDER
TABLE OF CONTENTS
Sr. Description Page No.
No.

i) Schedule of Tender Price. 22


ii) Schedule of Technical Deviation. 23
iii) Schedule of Deviation from Contractual 24
Conditions.
22 Tender No.2623

FINANCIAL PROPOSAL FOR TENDER NO. 2623/LESCO

(i) Schedule of Tender Price.

FCS Unit Rate


Item Qty.
Description of Store Without 17% GST
# (Nos) in Pak Rs.
Static Single Phase 2 wire, 240 V, 10(40) Amp, 50Hz,
Accuracy Class 1.0 Energy Meters with GPRS/GSM Modem
1
as per DDS 65:2007, DDS-98:2011 and DDS-110:2011 6,500
(Amended to date) and UDIL compliant
Static TOD 3/Phase 4/Wire Whole Current GSM/GPRS
enabled DLMS/COSEM Compliant AMR Smart Energy
2 Meters as per WAPDA / NTDC Specification No. DDS- 3,500
60:2007, DDS-98:2011 and DDS-110:2011 (Amended to
date) and UDIL compliant.

1-(B) TECHNICAL CONDITIONS:


i. The battery shall be solidly welded, brazed or soldered and placed within the meter body, so that it
may not be easily approached.
ii. The meter shall be properly shielded against the effects of strong magnetic field of 0.7 tesla.
iii. You will be responsible for, provision of functionality of software in the meter, Security of software
programming and re-programming in the field and will provide necessary backup, warranty and training
to LESCO staff.
iv. Provision of facility for retrieval of data / downloading of data in case of damage of meter P.T circuit of
LCD / Display wash. In case of damage of meter the security of EEPROM must be ensured and data
should be readable from EEPROM.
v. Read only software should be provided to all M&T Offices of LESCO.
vi. High Voltage Surge Protector and ultra violet stability should be improved.
vii. Preferably, Data log like billing, event log, temper information should be available for at-least last
60-days.
viii. The manufacturer is required to print necessary bar code to be provided by LESCO on two
suitable places of the meter i.e on front or any other side of body and on cartridge /
packing box.
Note:-
i. Only one FCS rate should be quoted for supply of Stores at Regional Store Shalamar,
Lahore. The rate shall be quoted for full quantity and the bidders shall not be
allowed to quote partial quantity in the tender.
ii. The quoted FCS price in Pak Rupees shall be firm and final and not subject to escalation for any
reason what-so-ever. The Tenderer shall be entirely responsible for all duties and Taxes and other
such levies on finished goods/ components and raw material of the Contracted goods until delivery
to the consignee(s). The Sales Tax be quoted separately.
iii. This tender will be evaluated in the light of categorization policy formulated by WAPDA Authority
and if any pre-qualified firm has not yet been categorized by WAPDA, it will be considered in
category-1.
iv. In case of any specific occurrence the shares will be distributed / allocated on the basis of previous
performance in supplies against DISCOs Purchase Orders, manufacturing capacity / capability etc.
v. Conditional Bids / Rates will not be entertained / accepted.
vi. Bid submission / Tender opening date & timings shall be observed strictly.
vii. You have to submit the requisite Certificate dully filled in, regarding the Declaration of Fees,
Commission & Brokerage etc paid by you about Goods, Services & Works.
viii. Cartel / pool rates are strictly prohibited. The firms found involved in collusive practice shall be dealt
under PPRA Rules / PEPCO instructions.
ix. In case of holiday announced by the Govt. of Pakistan, strike in LESCO or any other reasons what
so ever due to which this office remains closed on the above scheduled tender opening date, the
tender will be opened on next working day at same time and place / venue.
x. In case of new entrant, the tenderer should submit the copy of educational / regular purchase order
issued by any DISCOs along-with its completion and performance of supplied material in the light of
specification / instructions / guidelines issued by Chief Engineer (S&S) NTDC Lahore letter No.3187-
97 dated. 20.10.2015, otherwise your firm will be considered for educational order / non
responsive.
23 Tender No.2623

Stamp & Signature of bidders


24 Tender No.2623

(ii) Schedule of Technical Deviations

DEVIATIONS
FROM
TECHNICAL PROVISIONS

It is presumed that the tenderer shall not take any deviation. However, if he intends to
take deviations to the specified terms, those must be listed in the space provided below:

Sr. No. Clause No./Section No. Deviations/Clarifications

Note:- Attach additional sheets, if necessary.


25 Tender No.2623

(iii) Schedule of Deviation from Contractual Conditions.

DEVIATIONS
FROM
CONTRACTUAL CONDITIONS

It is presumed that the tenderer shall not take any deviation. However, if he intends to
take deviations to the specified Contractual/Commercial Conditions, those must be listed
in the space provided below:-

Sr.No. Clause No./Section No. Deviations/Clarifications

Note:- Attach additional sheets, if necessary.


26 Tender No.2623

Section-5

GENERAL CONDITIONS
OF CONTRACT
27 Tender No.2623

Section-6

SPECIAL CONDITIONS
OF CONTRACT
28 Tender No.2623

TABLE OF CONTENTS

Sr Description Page
No. No.
1. Special Conditions of Contract. 28

i) Definitions: 28
ii) Payment 29
iii) Inspection 30
iv) Warranty 30
v) Liquidated Damages 30
vi) Resolution of Dispute 31
29 Tender No.2623

SPECIAL CONDITIONS OF CONTRACT

NOTE: THESE SPECIAL CONIDITIONS SHALL PREVAIL WHEREEVER CONTRADICTION


ARE EXISTING WITH GENERAL CONDITIONS OF CONTRACT.

1. Definitions:-

The text of sub clause-1(i) of General Conditions of Contract is substituted by the following:

(a) “Contract” means the agreement between the Purchaser and the Supplier/Contractor for the
execution of works incorporating the conditions, specifications, purchaser drawings,
supplier/contractor drawing, priced and completed schedules, tender, Letter of Intent and
such further documents as may be expressly incorporated by Letter of Intent.
(b) “Contract Agreement” means the documents recording the terms of the Contract/ Purchase
Order between the Purchaser and the Supplier/Contractor.
(c) “Contract Price” means the sum stated in the Letter of Intent as payable to the
Supplier/Contractor for the execution of the works.
2. (a) In the text of clause-4 “Submission of Tenders” of General Conditions of Contract, wherever
the words “DGM (I.C) Dist WAPDA” exists, be replaced by “Sr.Manager (M.M) LESCO Ltd.
Lahore”.

(b) Para E(a) of clause-4 of General Conditions of Contract is deleted and substituted as under:-

An acceptable Tender Security for an amount equal to 2% of the total tender price to be
valid for a period of 120-days after the date of tendering opening must be furnished
alongwith the tender in the form of Deposit at Call or a Bank Guarantee by a Scheduled
Bank of Pakistan in favour of Purchaser, prepared as per Format of Tender Security
provided in the Tender Documents.
3. In the text of Clause-6C (ix) of General Conditions of Contract, replace “ 200 days from the date of
opening” by “150-days after the date of Tender Opening”.
4. In the text of clause-7(A) of General Conditions of Contract replace “200 days from the date of
opening” by “ 120 days after the date of tender opening” wherever exists.

5. Technical requirements

a) Whole current three phase, 4 wire 3 element, 3x 230/400 V, 10/100 Amp, 50 Hz, Accuracy Class
1.0 (kWh) and Accuracy Class 2.0 (kVARh), programmable multi tariff TOU AMR energy meters
equipped with 3G modem DLMS/COSEM compliant should comply with relevant NTDC Design &
Standard DDS-60:2007, DDS-98:2011, DDS-110:2011 (all amended to date)
b) The offered AMR energy meters data (through vendor’s MDC driver software) should be compliant
to latest version of Universal Data Integration Layer (UDIL), developed by PITC for multivendor
compliance and supplier will have to obtain certificate of operation ability from PITC. Latest
version of UDIL is available at http://www.pitc.com.pk/index.php/tenders-procurement
c) The supplied AMR meters will expose data and services as per specifications laid down in UDIL
only. The meter will be created in respective vendor’s driver software to expose data services in
compliance with UDIL document.
d) The bidders are encouraged to offer AMR meters which are interoperable with LESCO’s existing
MDC installed at IT Center LESCO . The existing MDC meets all tender requirement of RFP No.
01/AMR/LESCO opened on 25-05-2015. In case of existing MDC, it will be the responsibility of
successful bidder to upgrade MDC Hardware & Software (If applicable) free of cost.
30 Tender No.2623
e) Following activities are pre requisite for installation of AMR meters:
i. SIMs allocation to meters (M2M SIMs will be provided by LESCO)
ii. Meter configuration.
iii. Meter creation on Existing LESCO AMR Application.
iv. Meter installation by LESCO.
v. Live communication testing.
vi. Data validation.
vii. All input data will be provided by LESCO.
viii. Snapshots along with latitude & longitude before and after installation.
ix. Addition of complete details of connection like Meter Serial No.. Grid Code & name,
Feeder Code & Name, Name & address of the consumer, Sanctioned Load etc.
Note: The successful bidder is required to reconfigure meters during production for primary
and secondary IPs that will be provided by LESCO along with non-keeping alive configuration
where upon energizing the meter if schedule is missed, the meter immediately connects to
the driver software and provide instantaneous data as per UDIL specifications. The
successful bidder will also provide PC application for meter configuration and mapping along
with training to LESCO AMI cell and M&T Staff for meter configuration and testing prior to its
installation in the field.

f) The LOI will be issued to the lowest evaluated bidder and the successful bidder will have to:

a. Obtain operationability certificate from PITC within 30 days (extendable if both


parties agreed) then the performance guarantee will be obtained and PO will be
issued. For the purpose of issuance of operationability certificate by PITC, the
successful bidder will install 5 No. offered meters at a location specified by LESCO.
All required parameter as per latest version of UDIL checklist will be performed on
installed meters.
b. Demonstrate interoperability of offered 100Nos. AMR meters with LESCO’s existing
MDC within 30 days (extendable if both parties agree) in the presence of LESCO’s
representative then the performance guarantee will be obtained and PO will be
issued. This condition is only applicable if successful bidder will offer AMR meters
which will communicate with LESCO’s existing MDC.

g) If successful bidder complies with clause f (b) as well than LESCO will decide utilization of
existing MDC at the time of issuance of LOI.

h) The offered AMR meter should be equipped with minimum one battery along with supper
capacitor: the battery shall be of lithium thionyl chloride having minimum cumulative
capacity of 2000 MAH. A Super capacitor will be required for RTC to maintain date & time.

i) The bidder will be responsible for provision of functionality of software in the meter, security
of software programming and re-programming in the field and will provide necessary backup
warranty and training (officers, officials) as recommended by LESCO as per clause-14 & 15 of
NTDC specification DDS60-2007.
31 Tender No.2623

j) Bidders will also be required to provide the facility for data retrieval downloading of data in
case of damage of meter LCD/display was or any other critical issue. In case of damage of
meter, the security of EEPROM must be ensured and data should be readable from EEPROM.

k) The bidder will provide Read Only Software in CD DVD along with essential accessories to all
M&T officers of LESCO.

L) The bidder will quote the prices including all taxes and duties and excluding 17% GST on
FCS basis. The offered price shall not be escalated for any reason what so ever.

m) The inspection charges 0.5% shall be borne by the bidder and the same will be deposited to
the accounts of Chief Engineer (QA&I) NTDC PEPCO, Lahore.
n) AMR METER INSTALLATION BY LESCO.

i. Offered AMR meter will be installed as per standardization of design instructions.


ii. The frame and PVC cables will be provided by LESCO.
iii. Photographs shall be taken of each connection prior to and on completion of work.
The photograph number shall be noted on staking sheet and the electronic file of
photographs shall be submitted to Manager Operations weekly with relevant data of
meter installation including GPS coordinates.

O) DELIVERY SCHEDULE.
The delivery period will be according to BOQ at page No.2 above.

P) CONSIGNEE:
The energy meters shall be delivered to LESCO designated stores i.e. Regional Store
Shalamar Lahore.

6. Clause-8(B) of General Conditions of Contract is deleted and substituted as under:


“Delivery”
1st day of Inspection or 15th day of Inspection Call whichever is earlier, shall be reckoned as
date of delivery of stores to LESCO consignee provided the goods accepted for supply have
been delivered within 20-days of issue of Inspection Certificate subject to the condition that
the supplier/ manufacturer offers the material for Inspection at least 15-days prior to the due
date and the offer is not rejected due to being a fake call or material not conforming to the
specification.

7. Paras of clause-18(F) (H) and (I) of General Conditions of Contract are deleted.

8. Add at the end of clause-19 of General Conditions of Contract as under:


“However, the Purchaser assumes no responsibility for the arrangement/payment of
Foreign Exchange.”
9. Text of clause-23 “Payment” of General Conditions of Contract is deleted and substituted as clause-11
of Special Conditions of Contract.
10 In case of receipt of payment through L.C, the delivery period shall be commenced from the date of
(a) establishment of L/C. On receipt of the P.O. the bidder shall submit copy of the P.O. accepted on each
page and other information/documents for establishment of letter of credit directly to Finance Director
LESCO within 07 days otherwise the commencement of delivery period shall be reckoned from the
date of issue of this purchase order.
32 Tender No.2623
10 The priority of Contract Documents shall be as follows:
(b). a) Contract Agreement (if completed)/ Purchase Order issued.
b) Letter of Intent
c) Special Conditions of Contract.
d) General Conditions of Contract.
e) Tender.
f) Specification.
g) Drawing.
h) Schedule of prices.
Any other documents forming part of the Contract except any subsequent amendment in the Contract
Agreement / Purchase Order.
11. The tenderer should provide valid proof for ISO certification of the manufacturer.
12. PAYMENT
(a) All the payments due under this Purchase Order will be made through confirmed & irrevocable Letter
of Credit for Contract Price i.e. Rs.______ to be established by Chief Financial Officer LESCO according
to their share allocation through any Scheduled Bank of Pakistan in your’s favour. The amount of
material excluding Sales Tax i.e. Rs.___________ in the Letter of Credit shall be available for
negotiation and encashment on the production of documents mentioned as under:-
i. Bill in triplicate for 100% claim, approved by the Sr. Manager Material Management LESCO and
pre-audited by office of Finance Director LESCO.
ii. Delivery Challan and GRN duly stamped and signed by the consignee.
iii. Warranty Certificate.
iv. Confirmation of Sr. Manager (MM) LESCO about acceptance of Performance Bond in case of the
first claim only.
v. Inspection Certificate issued by C.E (QA&I) NTDC or his authorized representative.
vi. 1/5th of GST amount will be deducted at the time of making payment as per FBR rules.
vii. Professional Tax Paid Certificate by the firm.
viii. The manufacturer in its invoices shall also give an undertaking that in case of omission of any
deduct-able amount, LESCO’s claim at any later stage (through / pre-audit or post audit) shall
be acceptable to you.
ix. While raising invoice for the material supplied, the firm shall vividly mention the account
number as well as the name of the bank and branch enabling Finance Director office to release
payment thereof accordingly.
x. As per directions of FBR dated. 3.9.2015 conveyed vide C.E (Operation) PEPCO vide letter No.
1918-28 dated. 17.09.2015, the payment to the registered persons may be linked with the
active taxpayer status of the suppliers as per FBR database. If any registered supplier is not in
ATL his payment should be stopped till he files his mandatory returns and appears on ATL of
FBR.
(b) The amount of Sales Tax i.e. Rs.______________ in the Letter of Credit shall be available for
negotiation and en-cashable on production of following documents “DULY PRE-AUDITED” by the
office of Director Finance of concerned DISCOs but Finance Directorate will take maximum 7-days for
pre-audit:-
i) Sales Tax Return-cum-Payment challan for the month of delivery of
material.
ii) Copy of GRN duly stamped and signed by respective consignees.
iii) Sales Tax invoice as per GRN above (Item-ii)
iv) In case the manufacturers who pay lump sum Sales Tax, they shall also
submit an affidavit on on-judicial paper that “the Challan includes the
amount of Rs.__________of Sales Tax for supply of the quantity of Meter
to LESCO against P.O. No.___ dated ___. ___
PARTIAL DELIVERIES AND PART PAYMENT ARE ALLOWED.
NOTE: All charges relating to L/C opening and negotiation shall be borne by the Supplier.
13. The material shall be supplied strictly according to WAPDA Specification No.DD-S-60:2007 (amended-to-date).
14. If the Contractor/Supplier does not possess the prototype approval of the meter for last three years then he
shall have to obtain the same from the office of Chief Engineer (S&S) NTDC / WAPDA before start of mass
production.
15. After signing of the contract, the successful tenderer/manufacturers shall have to get the prototype
approval from Chief Engineer (S&S) NTDC as per WAPDA Specification before the start of mass
production. The supplier shall have to submit at least 3 Nos complete samples for prototype testing to
Chief Engineer (S&S) NTDC within 30-days from issue of Purchase Order. Further delay shall be on
account of supplier and WAPDA reserve the rights to deduct the Liquidated Damages according to
relevant clause of the Purchase Order. Chief Engineer (S&S) NTDC will approve prototype sample within
30-days after its submission.
33 Tender No.2623
16. In case of failure of first prototype sample, the supplier may submit second sample within 10-days and
get prototype approval within 20 days after its submission. In case of failure of second sample in
prototype testing, the purchase order will stand cancelled with forfeiture/encashment of Performance
Bond in favour of LESCO and LESCO reserves the right to place purchase order on second lowest bidder.
Any further delay shall be on the account of supplier and LESCO reserves the right to deduct the
Liquidated Damages according to relevant clause of the Purchase Order.
17. The supplier/manufacturer shall have to carry out specified type tests & sample tests at manufacturer’s
premises as described in WAPDA Specification No.DD-S-60:07 (amended to-date) in the presence of
LESCO/ PEPCO / WAPDA Engineer(s) before mass production.
18. The manufacturer will have to develop/establish in house testing facilities for all the type tests as per
WAPDA Specification DD-S-60:07. These facilities should be approved by the Chief Engineer (S&S)
NTDC.
19. Joint Type Test shall be carried in accordance with Clause No.12.1 of PEPCO / Wapda
Specification DDS-60:2007 (amendment No.4, dated. 15.10.2009)
20. The meters supplied by the manufacturer should have the embossing/ printing/ punching/engraving of
P.O. No., Date and Name of the Manufacturer at suitable location on meter frame, name plate and
Polycarbonate housing. Further the word “Warranty upto _________” shall also be embossed /
printed / Stamped with bold black colour on the name plate of the meter.
Note: Mention last date of expiry of warranty as per 24-month warranty period.
21. Any changes suggested by the Chief Engineer (S&S) NTDC. during prototype testing for compliance of
Specification and Purchase Order shall have to be incorporated without any extra price claim.
22. The testing charges of the material, if any, shall be borne by the tenderer.
23. All the meters shall be locally manufactured at your Works or approved facilities in Pakistan under your
quality control. Representative of Chief Engineer (QA&I) NTDC / WAPDA, Chief Engineer (S&S) NTDC &
Chief Engineer (P&D) PEPCO / WAPDA shall verify the local manufacturing of parts/components at your
Works or facilities elsewhere in Pakistan and assembly of complete meter at your works during Stage
Inspection of mass production once in every two months duration.

24. The tenderer shall provide free of charge all such assistance, instruments, machines, labour & material
as are normally required for carrying out such tests.
25. The tenderer shall submit the delivery schedule with offer.
26. The Contractor/Supplier have to submit the requisite Certificate (attached as Annexure-B), duly filled in,
regarding the Declaration of Fees, Commission & Brokerage etc paid by you about Goods, Services &
Works.

27. INSPECTION:
Inspection of offered material will be carried out at the manufacturer’s premises by the C.E (QA&I)
NTDC and LESCO team or his / their authorized representatives if required by the purchaser /
competent authority. All expenses of Inspector(s) / Engineer(s) will be born by the Tenderer.
Boarding/Lodging, Daily Allowance etc. shall have to be Borne by the Tenderers/Supplier. The
manufacturer shall allow to Inspector(s) the use of his laboratory material, instruments & labor free of
cost as per provision of the specification /usual trade practice. The manufacturer/Supplier will have to
deposit Inspection Fee @ 0.5% of the cost of material on order while offering material for inspection in
the Account of Chief Engineer (QA&I) NTDC.

28. WARRANTY:
You will furnish a Warranty Certificate, certifying that the goods supplied conform exactly to the
specifications laid down in the Contract and are brand new and that in the event of the material being
found defective or not conforming to the Specifications/Particulars governing supply at the time of
delivery and for a period of 24-months from the date of completion of supply, you will be held
responsible for all losses and that the unacceptable goods and reported defective meters in the field
under warranty shall be substituted with the acceptable goods at your expense and cost

29. LIQUIDATED DAMAGES:


Late delivery of stores, the Liquidated Damages levied @ 2% per month or a fraction thereof subject
to a maximum of 10% of the Contract value.
34 Tender No.2623

30. RESOLUTION OF DISPUTE.


30.1 Engineer’s Decision (C.E Design Distt.)
If a dispute of any kind whatsoever arises between the Purchaser and the Manufacturer/ Supplier in
connection with the Works, the matter in dispute shall, in the first place, be referred in writing to the
Engineer, with a copy to the other party. Such reference shall state that it is made pursuant to this
Clause. No later than the twenty-eight (28) days after the day on which he received such reference,
the Engineer shall give notice of his decision to the Purchaser and the Contractor.

30.2 Unless the Contract has already been repudiated or terminated, the Contractor shall, in every case,
continue to proceed with the Work with all due diligence, and the Contractor and the Purchaser shall
give effect forthwith to every such decision of the Engineer unless and until the same shall be revised,
as hereinafter provided in an arbitral award.

30.3 Notice of Dissatisfaction.


If a Party is dissatisfied with the decision of the Engineer or if no decision is given within the time set
out in Sub-Clause 29.2 here-above, the Party may give notice of dissatisfaction referring to this Sub-
Clause within 14 days of receipt of the decision or the expiry of the time for the decision. If no notice
of dissatisfaction is given within the specified time, the decision shall be final and binding on the
Parties. If notice of dissatisfaction is given within the specified time, the decision shall be binding on
the Parties who shall give effect to it without delay unless and until the decision of the Engineer is
revised by an arbitrator.

30.4 Arbitration
A dispute which has been the subject of a notice of dissatisfaction shall be finally settled as per
provisions of Arbitration Act 1940 (Act No. X of 1940) and Rules made thereunder and any statutory
modifications thereto. Any hearing shall be held at Lahore Pakistan.
31. The In-house laboratory equipment for local manufacturer must hold certification of calibration from
its original manufacturer with date of calibration and expiry or from any independent testing and
calibration agency.
32. The manufacturer/supplier shall provide valid proof of his ISO Certification of the manufacturer.
35 Tender No.2623

Section-7

STANDARD FORMS
36 Tender No.2623

TABLE OF CONTENTS

Sr Description Page No.


No.

1. Form of Tender Security 34-35


2. Form of Performance Security 36-37
37 Tender No.2623

FORM OF TENDER SECURITY


(Bank Guarantee)

Guarantee No.______________

Executed on________________

Expiry Date________________

Letter by the Guarantor to the Purchaser.

Name of Guarantor (Bank) with address:___________________________

Name of Principal (Tenderer ) with address: ________________________

Penal Sum of Security (express in words and figures): ____________________________________________

Tender Reference No.__________ Date of Tender__________.

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Tender and at the request of the
said Principal, we the Guarantor above-named are held and firmly bound unto the
_______________________________________ (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 Principal has submitted the accompanying
Tender numbered dated as above for _________________ __ __________________________(Particulars of
Tender) to the said Purchaser; and

WHEREAS, the Purchaser has required as a condition for considering said Tender that the Principal furnish a
Tender Security in the above said sum to the Purchaser, conditioned as under:

(1) that the Tender Security shall remain valid for a period of ______days after tender opening.

(2) that in the event of;

a) the Tenderer withdraws his Tender during the period of validity of Tender, or
b) the Tenderer does not accept the correction of his Tender Price.
c) failure of the successful tender to

i. furnish the required Performance Security.


ii. sign the proposed Contract Agreement/ Acceptance of P.O.
iii.
then the entire sum be paid immediately to the said Purchaser as Liquidated Damages and not as
penalty for the successful tenderer’s failure to perform.

PROVIDED THAT the Guarantor shall forthwith pay to the Purchaser the said sum stated above upon first
written demand of the Purchaser without cavil or argument and without requiring the Purchaser to prove
or to show grounds or reasons for such demand notice of which shall be sent by the Purchaser by
registered post duly addressed to the Guarantor at its address given above.

PROVIDED ALSO THAT the Purchaser shall be the sole and final judge for deciding whether the Principal
has duly performed his obligation to sign the Contract Agreement and to furnish the requisite Performance
Security within the time stated above, or has defaulted in fulfilling said requirements and the Guarantor
shall pay without objection the sum stated above upon first written demand from the Purchaser forthwith
and without any reference to the Principal or any other person.
38 Tender No.2623

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

______________________
(Guarantor (Bank)
Witness: 1. Signature__________________
1. ______________________ 2. Name. ____________________

______________________ 3. Title. ___________________


(Corporate Secretary (Seal)
2. ______________________ ____________________________
_______________________ ____________________________
(Name, Title & Address) (Corporate Guarantor
(Seal) (Seal)
39 Tender No.2623

FORM OF PERFORMANCE SECURITY


(Bank Guarantee)

Guarantee No.______________
Executed on________________
Expiry Date________________

Letter by the Guarantor to the Purchaser.

Name of Guarantor (Bank) with address:___________________________


____________________________________________________________
Name of Principal (Tenderer ) with address: ________________________
____________________________________________________________
Penal Sum of Security (express in words and figures): _________________
____________________________________________________________
Contract No.____________________ Date __________
Letter of Acceptance No._____________________ Dated__________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Tender Documents and
above said Letter of Acceptance (hereinafter called the Documents) and at the request of the said
Principal, we the Guarantor above-named are held and firmly bound unto the
_______________________________________ (hereinafter called the “Purchaser”) in the 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.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has accepted the Purchaser’s
above said Letter of Acceptance for _____________________ ________________________ (name of
Contract) for the _________________ ____________________________(Name of Project)

NOW WHEREAS, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings,
covenants, terms and conditions of the said Documents during the original terms of the Said Documents
and any extensions thereof that may be granted by the Purchaser, with or without notice to the
Guarantor, which notice is, hereby, waived and shall also well and truly perform and fulfill all the
undertakings, covenants terms and conditions of the Contract and of any and all modifications of said
Documents that may hereafter be made, notice of which modifications to the Guarantor being hereby
waived, then, this obligation to be null and void; otherwise to remain in full force and effect
till________________(Date).

Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any
liability attaching to us under this Guarantee that the claim for payment in writing shall be received by us
within the validity period of this Guarantee, failing which we shall be discharged of our liability, if any,
under this Guarantee.

We, _____________________________________(the Guarantor), waiving all objections and defenses


under the Contract, do hereby irrevocably and independently guarantee to pay to the Purchaser without
delay upon the Purchaser’s first written demand without cavil or arguments and without requiring the
Purchaser to prove or to show grounds or reasons for such demand any sum or sums up to the amount
stated above, against the Purchaser’s written declaration that the Principal has refused or failed to
perform the obligations under the Contract which payment will be effected by the Guarantor to
Purchaser’s designated Bank & Account Number i.e ______________________

PROVIDED ALSO THAT the Purchaser shall be the sole and final judge for deciding whether the Principal
(Contractor) has duly performed his obligation under the Contract or has defaulted in fulfilling said
obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated above
upon first written demand from the Purchaser forthwith and without any reference to the Principal or any
other person.
40 Tender No.2623

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

______________________
(Guarantor (Bank)

Witness: 1. Signature__________________

1. ______________________ 2. Name. ____________________

______________________ 3. Title. ___________________


(Corporate Secretary (Seal)

2. ______________________ ____________________________

_______________________ ____________________________
(Name, Title & Address) (Corporate Guarantor (Seal)
(Seal)
41 Tender No.2623

PROFORMA SHOWING PERFORMANCE OF THE FIRM IN


LESCO/DISCOs/ WAPDA /NTDC IN LAST 2-YEARS
Name of Firm:
PO Material
Name Qty. Qty. Date
No. Description Delivery Qty. Supplied
of
& of Material
on
Schedule
Supplied of
Balance In Remarks
DISCO Order to date Supply Delay
Date time

It is also certified that:


i) Our firm is not in litigation with any formation of WAPDA / DISCOs.
ii) In case of any information found incorrect from the above, LESCO reserve the right to cancel
our tender or prequalification and registration without assigning any reason what so ever and all
consequences at our cost.

Stamp with Signature


42 Tender No.2623

LIST OF DOCUMENTS TO BE SUBMITTED


Document
Sr.
Description attached
No
Tick “Yes /No”
Tender Security of an amount not less than 2% of the total tender
1.
price with Financial bid / proposal.
Technical Literature of 3-Phase AMR Meter (Static) as per detail /
2. Specifications mentioned in Description of Stores at page-2 of the
bidding documents.
3. Deposit Receipt of Tender Fee in original.
Schedule of Technical Data duly filled-in, signed and stamped in
4.
quadruplicate by the manufacturer.
5. Schedule of Deviation.
6. Schedule of qualification of tenderer.
The manufacturers can participate in the tender on providing their
7. current Prequalification/Registration with LESCO/WAPDA/ DISCOs
under Category M-5.
8. Certificate of registration with Sales Tax Department.
One No. sample of each 3-Phase AMR Meter as per detail /
9. Specifications mentioned in Description of Stores at page-2 of the
bidding documents.
10. Copy of ISO Certification.
You have to submit the requisite Certificate (Annex-A) dully filled in,
11. regarding the Declaration of Fees, Commission & Brokerage etc paid
by you about Goods, Services & Works.
Copy of valid Prototype approval from Chief Engineer (Design &
12.
Standard) PEPCO / WAPDA, if applicable.
Satisfactory field performance of the firm against educational /
13. regular P.O (s) during last 2-years (or as mentioned above) on the
proforma attached.
Necessary undertaking that the name of your firm exists on active
14.
tax payer list of FBR.
Certificate that General Conditions of Contract for purchases by
PEPCO / WAPDA dated 12/08/1984 amended up to date and latest
15.
purchase procedure PPRA-2004 (amended to date) are acceptable to
the bidder and are hereby agreed to by the bidder

Note: Bid Bond must be attached with Financial Proposal under separate sealed
envelope whereas all other relevant / technical documents / information
should be attached with the Technical Proposal. However, certificate for
submission of Bid Bond along-with financial proposal must be attached
with technical proposal.

SIGNATURE OF TENDERER
ADDRESS WITH OFFICE STAMP
43 Tender No.2623

Sub: APPROVAL OF BID DOCUMENTS AGAINST TENDER NO. 2623 /


LESCO DATED 10.03.2021 FOR SUPPLY OF 3/PHASE STATIC
ENERGY AMR METERS

Draft Bid Schedule of the subject tender of the subject cited tender for
procurement of detailed below 3-Pahse AMR Energy Meters has been prepared
and is submitted for perusal.

Tender DATE & TIME


Tender
DESCRIPTION Quantity Submission Opening
No. (Nos.) of Bids of Bids
Static Single Phase 2 wire, 240 V, 10(40) Amp, 50Hz,
Accuracy Class 1.0 Energy Meters with GPRS/GSM Modem
as per DDS 65:2007, DDS-98:2011 and DDS-110:2011 6,500
(Amended to date) and UDIL compliant 10.03.2021 10.03.2021
2623 Static TOD 3/Phase 4/Wire Whole Current GSM/GPRS
enabled DLMS/COSEM Compliant AMR Smart Energy At 10:30 AM At 11:00 AM
Meters as per WAPDA / NTDC Specification No. DDS- 3,500
60:2007, DDS-98:2011 and DDS-110:2011 (Amended to
date) and UDIL compliant.

Delivery Schedule
“50% quantity shall be supplied within 60-days and remaining 50% quantity
shall be delivered from 61st day to 120th day from the date of issuance of
purchase order or from the date of approval of prototype subject to clause-13, 14, 15
& 16 of special conditions of contract of the bidding documents or from the date of
Establishment of L/C (if applicable). Early supply is acceptable but decision of receipt
of early supply of material shall be made at the time of placing Purchase Order by the
competent authority.

Method of Procurement: Single stage two envelope procedure as per PPRA


Clause-36(b) shall be adopted for open competitive bidding. Each bid shall
comprise one single envelope containing financial proposal and technical
proposal (if any).

It is requested to kindly approve the same so that formal tender documents


may be issued to the bidders accordingly.

Addl. Dy. Manager (MM)


Sr. Manager / C.E (M.M)

You might also like