You are on page 1of 48

OFFICE OF THE DEPUTY DIRECTOR AGRICULTURE

ON FARM WATER MANAGEMENT DISTRICT PISHIN


‫نائب ناظم اصالح اراضی و آبپاشی ضلع پشین‬

AGRICULTURE & COOPERATIVES DEPARTMENT

PUBLIC SECTOR DEVELOPMENT PROGRAM


2021-22 & 2022-23

TENDER DOCUMENT

FOR THE WORK


DRILLING & DEVELOPMENT OF BORE UPTO 1000 FT DEEP WITH
PVC PIPE CASING ALONG WITH SOLAR OPERATED SYSTEM

UNDER THE PROJECT

AGRICULTURE PRODUCTIVITY ENHANCEMENT THROUGH


D/DEVELOPMENT OF SOLAR SYSTEM BORE WITH PVC PIPE IN
DISTRICT PISHIN

SEPTEMBER 2021

1 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SECTION –I

INVITATION

FOR

BID

2 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
GOVERNMENT OF BALOCHISTAN
OFFICE OF THE DEPUTY DIRECTOR AGRICULTURE ON FARM WATER
MANAGEMENT DISTRICT PISHIN
NOTICE INVITING TENDER
Deputy Director Agriculture OFWM Pishin invites sealed tender / bid based on Composite
Schedule of Rates, 2018, Government of Balochistan for eligible bidders for execution of
following works: -
Tender Fee Rs. 2,000/- in shape of Green Challan form deposited in head of account
(C03136) E/Money 2% in shape of Call Deposit and time limit 30-06-2023 for the work

S# Name of Work/s E.Cost (In Rs.)


1 Drilling & Development of Bore upto 1000Feet Deep with PVC Pipe 38,183,007
casing along with Solar Operated System [3Numbers]
TSE No.
Procurements shall be made under BPPRA Rules 2014
Basic Eligibility:
Registration with Pakistan Engineering Council 2021-22 in category C-5 or above with
specialization codes CE01, CE04, CE09 CE10 & EE-11.
Registration with relevant taxation departments & BRA (where applicable).
The bidder must have at least 3 years experience in relevant field.
Turnover of last 3 years showing financial capacity of the firm.
Method of Procurement: Single Stage- Two Envelope Procedure.
Issuance: Tender documents will be issued from the date of NIT published in newspapers till
deadline of bid submission. The bidding documents can be obtained from the office of the
under-signed of any working day or can be downloaded from authority website against above
mentioned TSE No.
Bid Validity Period: 90 days
Deadline of Bid submission: The tender should be submitted on 15-10-2021 till 11:00 Sharp at
the office of the undersigned.
Tender opening: Initially Technical Proposal will be opened on same day at the office of the
under-signed at 12:00. Envelope marked as Financial Proposal shall be retained in the custody
of Procuring Agency.
Address: Deputy Director Agriculture On Farm Water Management District Pishin.
Contact No. 03138506427 Email:immirzahaq@gmail.com
--sd---
Deputy Director Agriculture
On Farm Water Management
Pishin

3 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SECTION -II

INSTRUCTIONS TO BIDDERS

&

BIDDING DATA

4 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
INSTRUCTIONS TO BIDDERS (IB)

Clause Ref: Description Detailed Description


No
A. GENERAL
IB.1
1.1 Scope of Bid AGRICULTURE PRODUCTIVITY ENHANCEMENT
THROUGH D/DEVELOPMENT OF SOLAR SYSTEM
BORE WITH PVC PIPE IN DISTRICT PISHIN
Scope/ Summary of Work
Description of Unit (No) Unit (No) Total E/Cost
Work 2021-22 2022-23 (Rs. )
Drilling & 2 1 38,183,007
Development of Bore
upto 1000Feet Deep
with PVC Pipe
casing along with
Solar Operated
System for Outlet
Pipe 3” Dia and
Dynamic Head upto
1000Rft
1.2 Source of PSDP 2021-22 reflected at S.No. 39
Funds
IB.2
2.1 Eligible i. Contractors/ Bidder having valid registration with Pakistan
Bidders Engineering Council (PEC) 2021-22 in category C-5 or
above with Specialty Codes CE01, CE04, CE09, CE10 &
EE-11.
ii. Registration with relevant Taxation Department i.e. NTN,
GST and must be active tax payer of FBR.
iii. Valid Registration with Balochistan Revenue Authority
(BRA) with validity period (where applicable) for year
2021-22.
iv.The Bidder must have at least 3 years’ experience in
relevant field.
v. Bank Turnover of last 3 years showing financial capacity of
the firm.
vi. Affidavit conforming that the firm have never been
blacklisted by any government department and/ or by any
government owned company / foundation / authority if any

5 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
the firm must provide Litigation history in courts or
arbitration proceedings shall also be provided.
Note: - The Bidder/ Contractor having above mentioned
valid documents can participate in the bidding process.
IB.3
3.1 Cost of The bidder shall bear all costs associated with the preparation
Bidding and submission of its bid and the Procuring Agency will in no
case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
B. BIDDING DOCUMENTS
IB.4
4.1 Contents of In addition to Invitation for Bids, the Bidding Documents are
Bidding those stated below, and should be read in conjunction with any
Documents Addendum issued in accordance with Sub-Clause IB.6.1.
1. Instructions to Bidders & Bidding Data
2. Form of Bid & Schedules to Bid
a) Schedules to Bid comprise the following:
b) Schedule A: Schedule of Prices
c) Schedule B: Specific Works Data
d) Schedule F: Integrity Pact
3. Conditions of Contract & Contract Data
4. Standard Forms:
(i) Form of Bid Security
(ii) Form of Performance Security
(iii)Form of Contract Agreement
(iv) Form of Bank Guarantee for Advance Payment
5. Specifications
6. Drawings, if any
IB.5
5.1 Clarification A prospective bidder (s) if any query about the procurement
of Bidding may contact with the Engineer/Procuring Agency at the
Documents Procuring Agency’s/Engineer’s address indicated in the
Bidding Data.
5.2 The Engineer/Procuring Agency is respond to any request for
clarification which it receives earlier than ten (10) days prior
to the deadline for the submission of Bids. Copies of the

6 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
Engineer/Procuring Agency’s response will be forwarded to
all prospective bidders, at least five (5) days prior to dead line
for submission of Bids.

IB.6
6.1 Amendment Before the deadline for submission of bids the procuring
of Bidding agency may modify the bidding documents by issuing
Documents Corrigendum.
6.2 Any corrigendum issued will be the part of bid documents and
will be communicated to the Contractor who qualified /
participate the bid and will also be uploaded on the website
BPPRA for information of others
6.3 To afford prospective bidders reasonable time in which to take
an addendum into account in preparing their Bids, the
Procuring Agency may extend the deadline for submission of
Bids
C. PREPARATION OF BIDS
IB.7
7.1 Language of All correspondence and documents relating to the Bid,
Bid exchanged between the bidder and the Procuring Agency will
be written in the English language
IB.8
8.1 Documents The bid prepared by the bidder shall comprise the following
Comprising components:
the Bid Covering Letter
a) Form of Bid duly filled, signed and sealed, in
accordance with Sub-Clause IB.14.3.
b) Schedules (A to F) to Bid duly filled and initialled, in
accordance with the instructions contained therein & in
accordance with Sub-Clause IB14.3.
c) Bid Security furnished in accordance with Clause
IB.13.
d) Power of Attorney in accordance with Sub-Clause IB
14.5.
e) Documentary evidence in accordance with Clause
IB.11
7 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
f) Documentary evidence in accordance with Clause
IB.12.

IB.9
9.1 Sufficiency of Each bidder shall satisfy himself before Bidding as to the
Bid correctness and sufficiency of his Bid and of the rates and
prices entered in the Schedule of Prices, which rates and prices
shall except in so far as it is otherwise expressly provided in
the Contract, cover all his obligations under the Contract and
all matters and things necessary for the proper completion of
the Works.
9.2 The bidder is advised to obtain for himself at his own cost and
responsibility all information that may be necessary for
preparing the bid and entering into a Contract for execution of
the Works.
IB.10
10.1 Bid Prices, The bidder shall fill up the Schedule of Prices (Schedule A to
Currency of Bid) indicating the unit rates and prices of the Works to be
Bid and performed under the Contract. Prices in the Schedule of Prices
Payment shall be entered keeping in view the instructions contained in
the Preamble to Schedule of Prices.
10.2 Unless otherwise stipulated in the Conditions of Contract,
prices quoted by the bidder shall remain fixed during the
bidder’s performance of the Contract and not subject to
variation on any account.
10.3 The unit rates and prices in the Schedule of Prices shall be
quoted by the bidder in the currency as stipulated in Bidding
Data.
IB.11
11.1 Documents Pursuant to Clause IB.8, the bidder shall furnish, as part of its
Establishing bid, documents establishing the bidder’s eligibility to bid and
Bidder’s its qualifications to perform the Contract if its bid is accepted.
11.2 Eligibility and Bidder/Manufacturer must possess and provide evidence of its
Qualifications capability and the experience as stipulated in Bidding Data and
the Qualification Criteria stipulated in the Bidding Documents.

8 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
IB.12
12.1 Documents The documentary evidence of the Works’ conformity to the
Establishing Bidding Documents may be in the form of literature, drawings
Works’ and data and the bidder shall furnish documentation as set out
Conformity in Bidding Data.
12.2 to Bidding The bidder shall note that standards for workmanship, material
Documents and equipment, and references to brand names or catalogue
numbers, if any, designated by the Procuring Agency in the
Technical Provisions are intended to be descriptive only and
not restrictive.
IB.13
13.1 Bid Security Each bidder shall furnish, as part of his bid, at the option of the
bidder, a Bid Security in the amount stipulated in Bidding
Data in Pak. Rupees in the form of Deposit at Call or a Bank
Guarantee issued by a Scheduled Bank in favour of the
Procuring Agency valid for a period up to twenty eight (28)
days beyond the bid validity date.
13.2 Any bid not accompanied by an acceptable Bid Security shall
be rejected by the Procuring Agency as non-responsive.
13.3 The bid securities of unsuccessful bidders will be returned
upon award of contract to the successful bidder or on the
expiry of validity of Bid Security whichever is earlier.
13.4 The Bid Security of the successful bidder will be returned
when the bidder has furnished the required Performance
Security, pursuant to Clause IB.21 and signed the Contract
Agreement, pursuant to Sub-Clauses IB.20.2 & 20.3.
13.5 The Bid Security shall be forfeited:-
a) if a bidder withdraws his bid during the period of bid
validity; or
b) if a bidder does not accept the correction of his Bid
Price, pursuant to Sub-Clause 16.4 (b) hereof; or
c) in the case of a successful bidder, if he fails to:
i. furnish the required Performance Security in
accordance with Clause IB.21, or
ii. sign the Contract Agreement, in accordance with Sub-

9 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
Clauses IB.20.2 & 20.3.

IB.14
14.1 Validity of Bids shall remain valid for the period stipulated in the Bidding
Bids, Format, Data after the date of bid opening.
14.2 Signing and All Schedules to Bid are to be properly completed and signed.
14.3 Submission of No alteration is to be made in the Form of Bid except in filling
Bid up the blanks as directed. If any alteration be made or if these
instructions be not fully complied with, the bid may be
rejected.
14.4 Each bidder shall prepare Original and number of copies
specified in the Bidding Data of the documents comprising the
bid as described in Clause IB.8 and clearly mark them
“ORIGINAL” and “COPY” as appropriate. In the event of
discrepancy between them, the original shall prevail.
14.5 The original and all copies of the bid shall be typed or written
in indelible ink and shall be signed by a person or persons duly
authorized to sign (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 bidder to
act for and on behalf of the bidder. All pages of the bid shall
be initialled and official seal be affixed by the person or
persons signing the bid.
14.6 The Bid shall be delivered in person or sent by registered mail
at the address to Procuring Agency as given in Bidding Data.
D. SUBMISSION OF BID
IB.15
15.1 Deadline for Bids must be received by the Procuring Agency at the
Submission, address/provided in Bidding Data not later than the time and
Modification date stipulated therein.
15.2 &Withdrawal The Bidders may submit bids on the bidding documents issued
by the Procuring Agency or downloaded from the B-PPRA’s
of Bids
website along with tender fee if any by mail or by hand.
15.3 Bids submitted through telegraph, telex, fax or e-mail shall not
be considered.
15.4 Any bid received by the Procuring Agency after the deadline

10 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
for submission prescribed in Bidding Data shall be declared
late, rejected and be returned unopened to such bidder.
15.5 Any bidder may modify or withdraw his bid after bid
submission provided that the modification or written notice of
withdrawal is received by the Procuring Agency prior to the
deadline for submission of bids.
15.6 Withdrawal of a bid during the interval between the deadline
for submission of bids and the expiration of the period of bid
validity specified in the Form of Bid may result in forfeiture of
the Bid Security pursuant to Sub-Clause IB.13.5 (a).
E. BID OPENING AND EVALUATION
IB.16
16.1 Bid Opening, The Procuring Agency shell open the bids publicly in the
Clarification presence of bidder’s representatives who choose to attend, at
and the time, date and location stipulated in the Bidding Data.
16.2 Evaluation The bidder’s name, Bid Prices, any discount, the presence or
absence of Bid Security, and such other details as the
Procuring Agency may consider appropriable, will be
announced by the Procuring Agency at the bid opening. The
Procuring Committee will record the minutes of the bid
opening. Representatives of the bidders who choose to attend
shall sign the attendance sheet. Any Bid Price or discount
which is not read out and recorded at bid opening will not be
taken into account in the evaluation of bid.
16.3 To assist in the examination, evaluation and comparison of
Bids the Engineer/Procuring Agency may, at its discretion, ask
the bidder for a clarification of its Bid. The request for
clarification and the response shall be in writing and no
change in the price or substance of the Bid shall be sought,
offered or permitted.
16.4(a) Prior to the detailed evaluation, pursuant to Sub-Clauses
IB.16.7 to 16.9, the Engineer/Procuring Agency will determine
the substantial responsiveness of each bid to the Bidding
Documents. For purpose of these Clauses, a substantially
responsive bid is one which conforms to all the terms and

11 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
conditions of the Bidding Documents without material
deviations. It will include determining the requirements listed
in Bidding Data.
16.4(b) 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 Bid price entered in Form of Bid and the total
shown in Schedule of Prices-Summary, the amount
stated in the Form of Bid will be corrected by the
Procuring Agency in accordance with the Corrected
Schedule of Prices.
 If the bidder does not accept the corrected amount of
Bid, his Bid will be rejected and his Bid Security
forfeited.
16.5 A Bid determined as substantially non-responsive will be
rejected and will not subsequently be made responsive by the
bidder by correction of the non-conformity.
16.6 Any minor informality or non-conformity or irregularity in a
Bid which does not constitute a material deviation may be
waived by Procuring Agency, provided such waiver does not
prejudice or affect the relative ranking of any other bidders.
16.7 The Engineer/Procuring Agency will evaluate and compare
only the bids previously determined to be substantially
responsive pursuant to Sub-Clauses IB.16.4 to 16.6 as per
requirements given hereunder. Bids will be evaluated for
complete scope of works. The prices will be compared on the
basis of the Evaluated Bid Price pursuant to Sub-Clause 16.8
herein below.
a) Technical Evaluation
It will be examined in detail whether the Works offered by

12 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
the bidder complies with the Technical Provisions of the
Bidding Documents. For this purpose, the bidder’s data
submitted with the bid in Schedule B to Bid will be
compared with technical features/criteria of the Works
detailed in the Technical Provisions. Other technical
information submitted with the bid regarding the Scope of
Work will also be reviewed.
16.8 Evaluated Bid Price
In evaluating the bids, the Engineer/Procuring Agency will
determine for each bid in addition to the Bid Price, the
following factors (adjustments) in the manner and to the extent
indicated below to determine the Evaluated Bid Price:
(i) making any correction for arithmetic errors in
accidence with Sub-Clause 16.4 hereof.
(ii) making an appropriate price adjustment for any other
acceptable variation or deviation.
(iii) making an appropriate price adjustment for Deviations
in terms of Payments (if any and acceptable to the
Procuring Agency).
(iv) discount, if any, offered by the bidders as also read out
and recorded at the time of bid opening.
16.9 Evaluation Methods
Pursuant to Sub-Clause 16.8, Para (ii), and (iii) following
evaluation methods for price adjustments will be followed:
(i) Price Adjustment for Technical Compliance
The cost of making good any deficiency resulting from
technical non compliance will be added to the
Corrected Total Bid Price for comparison purposes
only. The adjustments will be applied taking the
highest price quoted by other bidders being evaluated
in detail in their original Bids for corresponding item.
In case of non availability of price from other bidders,
the price will be estimated by the Engineer/Procuring
Agency.

13 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
(ii) Price Adjustment for Deviation in Terms of Payments
Refer to Bidding Data
IB.17
17.1 Process to be Subject to Sub-Clause IB.16.3 heretofore, no bidder shall
Confidential contact Engineer/Procuring Agency on any matter relating to
its Bid from the time of the Bid opening to the time the bid
evaluation result is announced by the Procuring Agency. The
evaluation result shall be announced at least three (3) days
prior to award of Contract. The announcement to all bidders
will include table(s) comprising read out prices, discounted
prices, price adjustments made, final evaluated prices and
recommendations against all the bids evaluated.
17.2 Any effort by a bidder to influence Engineer/Procuring
Agency in the Bid evaluation, Bid comparison or Contract
Award decisions may result in the rejection of his Bid.
Whereas, any bidder feeling aggrieved may lodge a written
complaint as per BPPPRA Rule after the announcement of the
bid evaluation result, however, mere fact of lodging a
complaint shall not warrant suspension of procurement
process.
F. AWARD OF CONTRACT
IB.18.
18.1 Post The Procuring Agency, at any stage of the bid evaluation,
Qualification having credible reasons for or prima facie evidence of any
defect in supplier’s or contractor’s capacities, may require the
suppliers or contractors to provide information concerning
their professional, technical, financial, legal or managerial
competence whether already pre-qualified or not:
Provided that such qualification shall only be laid down after
recording reasons therefore in writing. They shall form part of
the records of that bid evaluation report.
18.2 The determination will take into account the bidder’s financial
and technical capabilities. It will be based upon an
examination of the documentary evidence of the bidders’
qualifications submitted under Clause IB.11, as well as such

14 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
other information required in the Bidding Documents.
18.3 An affirmative determination shall be a prerequisite for award
of contract to the bidder. A negative determination shall result
in disqualification of the bid.
IB.19
19.1 Award The Procuring Agency may cancel the bidding process at any
Criteria & time prior to award of Contract, without thereby incurring any
Procuring liability to the affected bidders or any obligation to inform the
Agency’s affected bidders of the grounds for the Procuring Agency’s
Right action except that the grounds for cancellation of the bidding
process shall upon request be communicated, to any bidder
who submitted a bid, without justification of the grounds.
Notice of cancellation shall be given promptly to all the
bidders.
19.2 The Procuring Agency will award the Contract to the bidder
whose bid has been determined to be substantially responsive
to the Bidding Documents and who has offered the lowest
evaluated Bid Price, provided that the bidder is determined to
be qualified to satisfactory perform the Contract in accordance
with the provisions of Clause IB.18.
IB.20
20.1 Notification Prior to expiration of the period of bid validity, the Procuring
of Award & Agency will notify the successful bidder in writing (“Letter of
Signing of Acceptance”) that his bid has been accepted.
20.2 Contract Within seven (7) days from the date of furnishing of
Agreement acceptable Performance Security under the Conditions of
Contract, the Procuring Agency will send the successful bidder
the Form of Contract Agreement provided in the Bidding
Documents, incorporating all agreements between the parties.
20.3 The formal Agreement between the Procuring Agency and the
successful bidder shall be executed within seven (7) days of
the receipt of Form of Contract Agreement by the successful
bidder from the Procuring Agency.
20.4 The Procuring Agency within 45 days of the award of contract
shall public on the website of B-PPRA of the bidding process.

15 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
IB.21
21.1 Performance The successful bidder shall furnish to the Procuring Agency a
Security Performance Security in the form and the amount stipulated in
the Conditions of Contract within a period of fourteen (14)
days after the receipt of Letter of Acceptance.
21.2 Failure of the successful bidder to comply with the
requirements of Sub-Clauses IB.20.2 &20.3 or 21.1 or Clause
IB.22 shall constitute sufficient grounds for the annulment of
the award and forfeiture of the Bid Security.
IB.22
Integrity Pact The Bidder shall sign and stamp the Form of Integrity Pact
provided at Schedule-F to Bid in the Bidding Document for all
Government procurement contracts exceeding Rupees ten (10)
million. Failure to provide such Integrity Pact shall make the
bid non-responsive.

16 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
BIDDING DATA

Clause Description Detailed Description


Ref: No
IB.1
1.1 Name of Deputy Director Agriculture On Farm Water
Procuring Management District Pishin
Agency

Brief AGRICULTURE PRODUCTIVITY ENHANCEMENT


Description THROUGH D/DEVELOPMENT OF SOLAR SYSTEM
of Works BORE WITH PVC PIPE IN DISTRICT PISHIN
Scope/ Summary of Work
Description of Unit (No) Unit (No) Total E/Cost
Work 2021-22 2022-23 (Rs. )
Drilling & 2 1 38,183,007
Development of Bore
upto 1000Feet Deep
with PVC Pipe
casing along with
Solar Operated
System for Outlet
Pipe 3” Dia and
Dynamic Head upto
1000Rft
Source of PSDP 2021-22 reflected at S.No. 39
Funding
IB.5
5.1(a) Procuring Office of the Deputy Director Agriculture On Farm Water
Agency Management District Pishin
Address
Phone 03138506427
(b) Engineer’s The project will be executed in the district under the
Address supervision of Deputy Director Agriculture OFWM Pishin
with his technical supporting staff.
IB.10
10.3 Bid Prices, The Bid shall be quoted entirely in Pak. Rupees. The payment
Currency of shall be made in Pak. Rupees.
Bid and
Payment

17 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
IB.11
11.2 Documents  Contractors/ Bidder having valid registration with
Establishing Pakistan Engineering Council (PEC) 2021-22 in
Bidder’s category C-5 or above with Specialty Codes CE01,
Eligibility and CE04, CE09,CE10 & EE-11.
Qualifications  Registration with relevant Taxation Department i.e.
NTN, GST and must be active tax payer of FBR.
 Valid Registration with Balochistan Revenue Authority
(BRA) with validity period (where applicable) for year
2021-22.
 The Bidder must have at least 3 years experience in
relevant field.
 Bank Turnover of last 3 years showing financial
capacity of the firm.
 Affidavit conforming that the firm have never been
blacklisted by any government department and/ or by
any government owned company / foundation /
authority if any the firm must provide Litigation
history in courts or arbitration proceedings shall also
be provided.
IB.12
12.1 A detailed a. Attested Copies of original documents defining the
description of constitution or legal status, place of registration, copy of
the Works by enlistment, and license fee for the previous assessment
the bidder year, place of business, and written power of attorney of the
signatory for bid to submit the bidder.
b. Annual turnover during last three years expressed as total
volume of Engineering of relevant work performed.
c. Audit Report of last three years.
d. Experience in works of similar nature and volume of each
of the last 3 years and details of works in hand and
contractual commitments along with the list of clients with
their full address, who may be contacted for further
information on these Contracts.
e. Qualification and experience of key site management for

18 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
the Contract.
f. Information regarding any current litigation in which the
Contractor / Bidder is involved with detail of parties
concerned and disputed amount along with details of any
ongoing arbitration cases.
g. Details of works abandoned/terminated with reasons
thereof.
h. Authority to seek reference from the bidders from their
Bankers.
i. Income Tax and General Sales Tax certificates for the
current year.
j. The detail of staff working under the firm with NIC No and
Salary received by the staff.
k. Any other information as per NIT.

IB.13
13.1 Amount of Bid The amount of Bid Security shall be 2% of Estimated Cost.
Security
IB.14
14.1 Period of Bid Bid shall remain valid and open for acceptance for a period of
Validity Ninety (90) days calendar days after the latest dead line for
submission of bid.
14.4 Number of One original plus one copy
Copies of the
Bid to be
submitted
14.6 Bid Office of the Deputy Director Agriculture On Farm Water
Submission Management District Pishin
Address
IB.15
15.1 Deadline for Time: 11.00 Hours
Submission Date: 15-10-2021
of Bids
IB.16
16.1 Place of Bid Venue: Office of the Deputy Director Agriculture On Farm
Opening Water Management District Pishin
Time: 12:00 Hours
Date 15-10-2021

19 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
METHOD OF PROCUREMENT

Single Stage Two Envelope Procedure


 Single Stage, two envelope bidding procedure Technical and Financial proposals,Envelope
shall be marked as “Financial Proposal and “Technical Proposal” in bold and legible
letters to avoid confusion.
 Initially only the envelope marked “Technical Proposal” shall be opened.
 Envelope marked as Financial Proposal shall be retained in the custody of the procuring
Agency without being opened.
QUALIFICATION CRITERIA
General
Evaluation will be based on the bidders/ Contractor’s general and particular experience and
financial position. The Employer reserves the right to waive minor deviations if these do not
materially affect the capability of bidder to perform the contract. Sub-contractor’s experience
and r e s o u r c e s shall n o t b e t a k e n into account i n determining t h e bidder’s
c o m p l i a n c e w i t h the qualifying criteria. However, for Joint Venture, experience &
resources of all firms will be considered collectively. The Employer reserves the right to
verify or seek clarification/substantiation of the information furnished by the b i d d e r . The
Employer may reject any bidder for any misrepresentation knowingly made by any bidder in,
or pursuant to, their application or for any statement furnished in connection there with, and
intended to be relied upon by the Employer, which is incorrect in any respect.
Preliminary Examination
All bids submitted shall be checked for the following items:
 Has the Letter of Application o n l e t t e r h e a d been signed?
 Has Earnest Money @ 2% of bidding cost in shape of Call Deposit/ Bank Guarantee
been prepared?
 Has Litigation history on Judicial Stamp Paper been provided?
 Has bidding documents fee in form of Green Challan been provided?
Unnecessary Document may cause of rejection.
Initial Scrutiny
All the technical bid shall be subjected to initial scrutiny using the following criteria:
 Valid Registration with Pakistan Engineering Council in Category C-5 and above with
specialization codes CE01,CE04, CE09,CE10 & EE-11
 BRA and NTN Registration.
 Any other information as per NIT.

20 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
DETAILED EVALUATION CRITERIA
MARKS DISTRIBUTION OF TECHNICAL EVALUATION OF THE CONTRACTOR /
BIDDER [PASSING MARKS 60%] Note: the percentage i.e. 60% is necessary as per
below mentioned relevance steps (1 to 4).
1. Relevant Experience - Total Marks: 45
No Marks will be given for works less than specified limits.
1.a. Past Experience (Last three years)
Sub Total Marks: 39
13 marks will be given for each successful completion of the similar nature of project of value
not less than 38.183 million. Work orders and successful completion certificates are required to
be submitted.
1.b. Work in Hand (Ongoing) (Last three years)
Sub Total Marks: 6
02 marks will be given for each on-going project/scheme of similar nature of value not less than
38.183 million. Work orders and satisfactory performance certificates are required to be
submitted.
2. Technical Staff- Total Marks: 15
6 marks will be given for each professional B. Sc Civil Engineer.
5 marks will be given for each professional B. Sc Agriculture or any other discipline.
3 marks will be given for each qualified diploma engineer (DAE) in civil technology.
1 marks will be given for each qualified diploma engineer (DAE) in any technology.
(Information regarding education qualification i.e. Degree, Certificates and salary
information provided to them by the bidder may be incorporation).
3. Financial Capability (Last Three Years)-
Total Marks: 30
30 marks will be given for turnover of 38.183 million or above.
25 marks will be given for turnover between 35.00 million and 38.183 million.
20 marks given for turnover between 30.00 million and 35.00 million.
No mark will be given for turnover less than 30.00 million.
Machinery & Equipment Capability
Total Marks: 10
S# Equipment Type & Characteristics Required Quantity Points
1 Dumper/ Dump Trucks 1 1
2 Tractor 2 2

21 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
3 Vibrator 1 1
4 Total Station 1 1
5 Water Bouzer 1 1
6 Excavator 2 2
7 Mixer Machine 2 2
Maximum Points 10
The bidders hall own, or have assured access to (through rental, lease, purchase agreement or
other means),the above key equipment (limited to only major items of equipment) in full
working order, and must demonstrate that, based on known commitments, these will be
available for deployment on the proposed contractor works. Bids conforming to the required
technical qualification/ marking shall stand Responsive, hence will qualify for Financial Bid
opening.
Return of Non-Responsive Proposals.
After preparation of the results of Technical Proposal as per mentioned above requirement by
the procuring agency the Non-Responsive bidders shall NOT be accepted for any further
evaluation: -
Following decisions will be taken at the moment: -
Their financial proposals shall be returned without being opened.
Their Bid security shall be released upon their written request.
Technical Evaluation Report shall be prepared duly signed by all the members of the
Procurement Committee, giving REASONS for;
1. Acceptance of the Eligible & Responsive Bid/s and;
2. Rejection of the Ineligible &/OR Non-Responsive Bid/s
FINANCIAL EVALUATION CRITERIA
The financial proposals of technically responsive bids shall be evaluated on the basis of
‘LEAST COST SELETION “
Note: -
1. If bid of one of more bidders will be same the technical marking of responsive bidders would
consider i.e. [same QUOTED BID highest secured marks in technical proposal will be declared
successful bidder and will be recommended for award of contract.
2. The lower limit should not be less than 10% of Engineers Estimate notified by the P&D
Department vide its Notification No. P&D. ROCT(1)129/2013/3624, dated 15th September,
2013 otherwise Bank Performance Guarantee would necessary be sought by the successful
bidder during finalization of contract agreement.

22 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
AWARD OF CONTRACT
1. AWARD CRITERIA
The Deputy Director OFWM Pishin will award the Contract to the successful bidder
after approval of competent authority whose bid has been determined to be substantially
responsive and has been determined as the most advantageous bid to DDA OFWM,
provided further that the bidder is determined to be qualified to satisfactorily perform the
contract.
1. Agricultural Department’s RIGHT TO VARY QUANTITIES
DDA OFWM reserves the right at the time of award of Contract to increase or decrease
by up to 12% the quantity of Goods and Services specified in the Schedule of Prices
without any change in the unit price or other terms and conditions.
2. The Department’s reserved the RIGHT TO ACCEPT OR REJECT ANY OR
ALL BIDS
Signing of bid / Term and Conditions
a. All specifications Conditional offer will not be considered further in the process
of bid evaluation.
b. The Contractor / Bidder shall ensure that all personnel employed for the
execution of the works under the contract are adequately, qualified , skilled and
suited in health and temperament for the condition and environment in which
work is to be undertaken, All relevant personal should be able to converse
fluently and discuss technical matters in English
c. The bidder shall appoint one competent representative / Engineer, whose name(s)
shall have previously been communicated in writing to Agriculture OFWM by
the contractor to superintend the carrying out of the works on the site.
d. The bidder shall make his own arrangement and shall be responsible for the
engagement of all personal and labour local or otherwise and for their legal status
as per rules Government of Pakistan.
e. The Contractor / Bidder shall execute the works according to the specifications
(detail in specifications and drawing, manual).
f. The Contractor / Bidder or Firm CEO signed the agreement (only successful
Bidder) with the department of Agriculture OFWM as well as water user
organization (WUAs) / Farmer Organization or Farmers if required.
g. The Contractor / Bidder warranty that all goods supplied under the contract shall

23 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
have no defect arising from design , materials or workmanship or from any act or
omission of the contactor, that may be develop under normal use of the supplied
goods.
h. The any loss / damages of contactors of any part of workman’s compensation,
vehicle, tools, machinery equipment’s, social insurance etc responsibility of the
contactor.
i. The Contractor / Bidder shall not disclose to any third party or make public the
contents of any technical and commercial matters.
j. The Contractor / Bidder shall not consign or sublet part or whole of the work to
any other firm or contactors. Moreover the firm/ contactor whom the work is
awarded will not appoint any other individual / contactor to act as attorney on his
behalf in contractual or legal matters.
k. The Department of Agriculture (OFWM) Government of Balochistan will
appoint / depute and inform the contactor of such appointment of an Engineer,
the authorized Engineer / Inspection committee shall have the authority to reject
any supplies or lots of supplies, which are found to be defective material/ work
otherwise not in conformity with the requirement of the contact.
l. No extension time allowed until notify by Government of Balochistan,
Agriculture Department.
m. If the monthly Progress of any site falls below the required progress rate as
specified in the Implementation Schedule and in accordance with the
specifications agreed upon between the parties hereto, penalty equivalent to 10%
of the cost of monthly unfinished work will be imposed on the contactor.
n. The Department of Agriculture (OFWM) Government of Balochistan may be
terminate the contract by giving written notice to the contactor without
compensation to the contactor, if the contactor become bankrupt, provided any
fake documents at the time of tender/ bidding.
o. The Payments to the contactor shall be made on the work done basis through the
running account bill as per in Measurement Book.
p. All disputes and difference arising out of or in connection with the contact and its
performance which cannot amicably be settled between the parties shall within
15 days from the date that either party informs the other in writing that such
difference dispute or question exists be referred at the first stage to the Director
Agriculture OFWM Balochistan Quetta. If the dispute / difference prevail even

24 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
after resorting to the office of the Director General Agriculture OFWM
Balochistan Quetta then the matter will be brought to the office of Secretary
Government of Balochistan, Agriculture &Cooperatives Department Quetta&
other competent authorities whose decision will be final and shall not be
challengeable in any court of law.

25 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SECTION -III

CONDITIONS OF
CONTRACT

&
CONTRACT
DATA

26 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
GENERAL CONDITIONS OF CONTRACT
1. DEFINITIONS

In this Contract, the following terms shall be interpreted as indicated:


(a) "The Contract" means the agreement entered into between the Purchaser and the Firm, as
recorded in the Contract Agreement Form signed by the parties, including all
attachments and schedules thereto and all documents incorporated by reference therein;
(b) "The Contract Price" means the price payable to the firm under the Contract for the full
and proper performance of its contractual obligations;
(c) "The Goods" means all of the equipment, machinery, and/or other materials, which the
Firm is required to supply to the Purchaser under the Contract;
(d) "Services” means ancillary to supply of Goods, such as designing, detailing, shop
assembling, manufacturing, testing, transportation, insurance and other obligations of the
Firm covered under the Contract;
(e) "The Purchaser" means the Organization purchasing the Goods under this Contract
(h) "Sub-Firm" means a person or persons, firm or company having a contract with the
Contractor for part of the supply including the supply of materials, equipment or
apparatus thereof;
(i) "Work" means that which is intended to be done by the Firm in accordance with the
Contract.
2. QUALITY CONTROL, TESTING AND INSPECTION
2.1 The Agriculture Department shall have the rights to inspect the site to confirm their conformity
of the Contract.
2.2 Should any inspected sites/work fail to conform as per given Specifications, the Agriculture
Department may reject these either replace the rejected sites or make all alterations necessary to
meet Specification’s requirements free of cost to the Agriculture Department.
2.3 Two copies of all the inspections reports and certificates including those for quality control shall
be supplied to the Department. All such reports and certificates, as have been witnessed shall be
countersigned by the Engineer Incharge accordingly.
3. LIQUIDATED DAMAGES
1.1 The penalty should be imposed upon the contractors if the Firm failed to complete /carried out
the scope of works within the time period(s) specified in the Contract.
1.2 The liquidated damages shall be applicable as per BPPRA Rules 2014.
4. TERMINATION FOR DEFAULT
The Deputy Director Agriculture OFWM Pishin may, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the Firm, terminate the Contract in whole
or in part.

27 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
5. FORCE MAJEURE
5.1 The Firm shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if, and to the extent that, it’s delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure.
5.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the firms and
not involving the firm’s fault or negligence. Such events may include, but are not restricted to,
acts of The Deputy Director Agriculture OFWM Pishin either in its sovereign or contractual
capacity, wars or evolutions fires, floods, epidemics, restrictions and freight embargoes.
5.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Engineer in writing of
such condition and the cause thereof. Unless otherwise directed by the Engineer in writing, the
Firm shall continue to perform its obligations under the Contract as far as is reasonably practical,
and shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
6. TERMINATION FOR CONVENIENCE
The Deputy Director Agriculture OFWM Pishin by written notice sent to the Firm, terminate the
Contract, in whole or in part, at any time for its convenience. The notice of termination shall
specify that termination is for Deputy Director Agriculture OFWM Pishin convenience the extent
to which performance of Work under the Contract is terminated, and the date upon which such
termination becomes effective.
7. APPLICABLE LAW
The Contract shall be interpreted in accordance with the Laws of Pakistan.
8. TAXES AND DUTIES
All taxes and duties levied for works, goods/ services shall be to the account of the firm
including income tax and stamp papers duty of the total cost of contract.
9. RISK AND RESPONSIBILITIES
i) Firm care of the works
The firm shall take full responsibility for the care of the works from the commencement
Date until the date of the Completion (Issuance of completion certificate by the
Incharge/Engineer). If any loss or damage happens to the works during the above period, the firm
shall rectify such loss or damage so that the works conform to the contract.
Unless loss or damage happens as a result of any of the risks, the firm shall identify the
Incharge/Engineer or his agents against the claims loss, damage and expense arising out of the
works

28 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract are deemed to be additional clauses or shall
supplement the "General Conditions of Contract". Whenever there is a conflict, the provisions herein
shall prevail over those in the "General Conditions of Contract".
1. QUALITY CONTROL, TESTING & INSPECTION
1.1 Inspection: Inspection of works will be carried out by the Inspection Committee nominated by
the department.
1.2 Acceptance of Materials: The responsibilities of Firm to meet all of the requirements of the
Specifications and shall not prevent subsequent rejection if such material or equipment is later
found to be defective or not conforming to the Specifications.
Delivery: -Different sites at Pishin.
Consignee: - Deputy Director Agriculture OFWM Pishin.
3. Terms of Payment
3.1 The inspection of works will be carried out by the inspection committee and bill will be
submitted to the Deputy Director Agriculture OFWM Pishin for payment through District
Accounts Officer Pishin.
3.2 Targets of the project can be decreased subject to availability of funds.
3.3 Liquidated Damages shall be deducted from the Firm as per BPPRA Rule, 2014.

29 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SECTION IV

STANDARD FORMS

Note:
(Standard Forms provided in this document for securities are to be issued by a bank. In case the bidder chooses to
issue a bond for accompanying his bid or performance of contract or receipt of advance, the relevant format shall
be tailored accordingly without changing the spirit of the Forms of securities).

30 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF BID SECURITY
(Bank Guarantee)

Guarantee No._____________________
Executed on _____________________
(Letter by the Guarantor to the Procuring Agency)

Name of Guarantor (Scheduled Bank in Balochistan) with


address:____________________________________________________________
Name of Principal (Bidder) with
address:____________________________________________________________
___________________________________________________________________
Penal Sum of Security (express in words and
figures):____________________________________________________________
___________________________________________________________________
Bid Reference No.___________________________ Date of Bid _________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the
request of the said Principal, we the Guarantor above-named are held and firmly bound unto the
__________________________________, (hereinafter called The “Procuring Agency”) 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 Bid numbered and dated as above for
________________________________________ (Particulars of Bid) to the said Procuring
Agency ; and

WHEREAS, the Procuring Agency has required as a condition for considering the said Bid that
the Principal furnishes a Bid Security in the above said sum to the Procuring Agency,
conditioned as under:
(1) that the Bid Security shall remain valid for a period of twenty eight (28) days beyond the
period of validity of the bid;
(2) that in the event of;
(a) the Principal withdraws his Bid during the period of validity of Bid, or
(b) the Principal does not accept the correction of his Bid Price, pursuant to Sub-
Clause 16.4 (b) of Instructions to Bidders, or failure of the successful
bidder to
(i) furnish the required Performance Security, in accordance with Sub-Clause
IB-21.1 of Instructions to Bidders, or
(ii) sign the proposed Contract Agreement, in accordance with Sub-Clauses
IB-20.2 & 20.3 of Instructions to Bidders,
the entire sum be paid immediately to the said Procuring Agency for delayed completion
and not as penalty for the successful bidder's failure to perform.
NOW THEREFORE, if the successful bidder shall, within the period specified therefore, on the
prescribed form presented to him for signature enter into a formal Contract Agreement with the
said Procuring Agency in accordance with his Bid as accepted and furnish within fourteen
(14)days of receipt of Letter of Acceptance, a Performance Security with good and sufficient
surety , as may be required, upon the form prescribed by the said Procuring Agency for the
31 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
faithful performance and proper fulfilment of the said Contract or in the event of non-withdrawal
of the said Bid within the time specified then this obligation shall be void and of no effect, but
otherwise to remain in full force and effect.
PROVIDED THAT the Guarantor shall forthwith pay to the Procuring Agency the said sum
stated above upon first written demand of the Procuring Agency without cavil or argument and
without requiring the Procuring Agency to prove or to show grounds or reasons for such
demand, notice of which shall be sent by the Procuring Agency by registered post duly
addressed to the Guarantor at its address given above.
PROVIDED ALSO THAT the Procuring Agency shall be the sole and final judge for deciding
whether the Principal has duly performed his obligations 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 Procuring Agency forthwith and without any reference to the
Principal or any other person.

IN WITNESS WHEREOF, the above bounded 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)

32 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF PERFORMANCE SECURITY
(Bank Guarantee)

Guarantee No._____________________
Executed on _____________________
(Letter by the Guarantor to the Procuring Agency)

Name of Guarantor (Scheduled Bank in Balochistan) with


address:_________________________________
Name of Principal (Contractor) with
address:____________________________________________________________
___________________________________________________________________
Penal Sum of Security (express in words and
figures)_____________________________________________________________
___________________________________________________________________
Letter of Acceptance No.________________________________Dated __________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the
request of the said Principal we, the Guarantor above named, are held and firmly bound unto the
__________________________________________________ (hereinafter called the Procuring
Agency ) in the penal sum of the amount stated above, for the payment of which sum well and
truly to be made to the said Procuring Agency , 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 Procuring Agency’s above said Letter of Acceptance for ________
__________________________________ (Name of Contract) for the ___________
_______________________________ (Name of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the
undertakings, covenants, terms and conditions of the said Documents during the original terms
of the said Documents and any extensions thereof that may be granted by the Procuring Agency
, with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and
truly perform and fulfil all the undertakings, covenants terms and conditions of the Contract and
of any
and all modifications of the said Documents that may hereafter be made, notice of which
modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise
to remain in full force and virtue till all requirements of Clause 9, Remedying Defects, of
Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition of
any liability attaching to us under this Guarantee that the claim for payment in writing shall be
received by us within the validity period of this Guarantee, failing which we shall be discharged
of our liability, if any, under this Guarantee.
We, ____________________________________ (the Guarantor), waiving all objections and
defences under the Contract, do hereby irrevocably and independently guarantee to pay to the
Procuring Agency without delay upon the Procuring Agency 's first written demand without
cavil or arguments and without requiring the Procuring Agency to prove or to show grounds or
reasons for such demand any sum or sums up to the amount stated above, against the Procuring
Agency 's written declaration that the Principal has refused or failed to perform the obligations
33 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
under the Contract, for which payment will be effected by the Guarantor to Procuring Agency ’s
designated Bank & Account Number.
PROVIDED ALSO THAT the Procuring Agency shall be the sole and final judge for deciding
whether the Principal (Contractor) has duly performed his obligations under the Contract or has
defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum or
sums up to the amount stated above upon first written demand from the Procuring Agency
forthwith and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed this Instrument under its
seal on the date indicated above, the name and corporate seal of the Guarantor being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority of
its governing body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ 1. Signature _______________

_______________________ 2. Name __________________


Corporate Secretary (Seal)
3. Title ___________________

2. _______________________

_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)

34 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day
of ________ 200_____between_________________________(hereinafter called the “Procuring
Agency ”) of the one part and ______________ (hereinafter called the “Contractor”) of the other
part.
WHEREAS the Procuring Agency is desirous that certain Works, viz _______________ should
be executed by the Contractor and has accepted a Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein.
NOW this Agreement witnessed as follows:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents after incorporating addenda, if any except those parts relating
to Instructions to Bidders, shall be deemed to form and be read and construed as part of this
Agreement, viz:
(a) The Letter of Acceptance;
(b) The completed Form of Bid along with Schedules to Bid;
(c) Conditions of Contract & Contract Data;
(d) The priced Schedule of Prices;
(e) The Specifications; and
(f) The Drawings
3. In consideration of the payments to be made by the Procuring Agency to the Contractor
as hereinafter mentioned, the Contractor hereby covenants with the Procuring Agency to execute
and complete the Works and remedy defects therein in conformity and in all respects within the
provisions of the Contract.
4. The Procuring Agency hereby covenants to pay the Contractor, in consideration of the
execution and completion of the Works as per provisions of the Contract, the Contract Price or
such other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.
IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be
executed on the day, month and year first before written in accordance with their respective
laws.

Signature of the Contactor Signature of the Procuring Agency


______________________ _____________________
(Seal) (Seal)

Signed, Sealed and Delivered in the presence of:

Witness: Witness:

________________________ _________________________________

(Name, Title and Address) (Name, Title and Address)

35 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT

Guarantee No.________________
Executed on________________
(Letter by the Guarantor to the Procuring Agency)

WHEREAS the _________________________________________________ (hereinafter called


the Procuring Agency) has entered into a Contract for _____________________________
________________________________________________________________________
_______________________________________________ (Particulars of Contract), with
___________________________________________________________________
________________________________ (hereinafter called the Contractor).

AND WHEREAS the Procuring Agency has agreed to advance to the Contractor, at the
Contractor’s request, an amount of Rs._____________________Rupees
________________________) which amount shall be advanced to the Contractor as per
provisions of the Contract.
AND WHEREAS the Procuring Agency has asked the Contractor to furnish Guarantee to secure
the advance payment for the performance of his obligations under the said Contract.
AND WHEREAS ____________________________________________ (Scheduled Bank)
(hereinafter called the Guarantor) at the request of the Contractor and in consideration of the
Procuring Agency agreeing to make the above advance to the Contractor, has agreed to furnish
the said Guarantee.
NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the advance
for the purpose of above mentioned Contract and if he fails, and commits default in fulfillment
of any of his obligations for which the advance payment is made, the Guarantor shall be liable to
the Procuring Agency for payment not exceeding the aforementioned amount.
Notice in writing of any default, of which the Procuring Agency shall be the sole and final
judge, as aforesaid, on the part of the Contractor, shall be given by the Procuring Agency to the
Guarantor, and on such first written demand payment shall be made by the Guarantor of all sums
then due under this Guarantee without any reference to the Contractor and without any
objection.
This Guarantee shall come into force as soon as the advance payment has been credited to the
account of the Contractor.

36 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
This Guarantee shall expire not later than _________________________________
by which date we must have received any claims by registered letter, telegram, telex or telefax.

It is understood that you will return this Guarantee to us on expiry or after settlement of the total
amount to be claimed hereunder.

______________________
Guarantor (Scheduled Bank)

Witness:
1. _______________________ 1. Signature _______________

_______________________ 2. Name __________________


Corporate Secretary (Seal)
3. Title ___________________

2. _______________________

_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)

37 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF BID AND SCHEDULE TO
PRICES WITH THE TITLE PAGE SECTION
NO. V IS THE PART OF BIDDING
DOCUMENTS HOWEVER, IT WILL
SEPARATELY BE ISSUED TO
PARTICIPATED BIDDERS

38 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SECTION -V

FORM OF BID

&

SCHEDULES TO BID

39 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
40 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
OFFICE OF THE DEPUTY DIRECTOR AGRICULTURE
ON FARM WATER MANAGEMENT DISTRICT PISHIN
‫نائب ناظم اصالح اراضی و آبپاشی ضلع پشین‬

AGRICULTURE & COOPERATIVES DEPARTMENT

PUBLIC SECTOR DEVELOPMENT PROGRAM


2021-22 & 2022-23

FORM OF BID /SCHEDULE OF PRICES

FOR THE WORK


DRILLING & DEVELOPMENT OF BORE UPTO 1000 FT DEEP WITH
PVC PIPE CASING ALONG WITH SOLAR OPERATED SYSTEM

UNDER THE PROJECT

AGRICULTURE PRODUCTIVITY ENHANCEMENT THROUGH


D/DEVELOPMENT OF SOLAR SYSTEM BORE WITH PVC PIPE IN
DISTRICT PISHIN

SEPTEMBER 2021

41 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
FORM OF BID
(LETTER OF OFFER)
Bid Reference No:. .

Name of Work:__________________________________________________________
To:

Gentlemen,
1. Having examined the Bidding Documents including Instructions to Bidders, Bidding
Data, Conditions of Contract, Contract Data, Specifications, Drawings, if any, 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 Pakistan 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 Bid Price of
Rs________________(Rupees_________________________) or such other sum as may
be ascertained in accordance with the said Documents.
2. We understand that all the Schedules attached hereto form part of this Bid.
3. As security for due performance of the undertakings and obligations of this Bid, we
submit herewith a Bid Security in the amount of ____________
________________________ drawn in your 42avour or made payable to you and valid
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 time(s) stated in Contract Data.
5. We agree to abide by this Bid 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 Bid, together with
your written acceptance thereof, shall constitute a binding contract between us.
7. We undertake, 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 accept the lowest or any bid you may receive.
9. We do hereby declare that the Bid is made without any collusion, comparison of figures
or arrangement with any other person or persons making a bid for the Works.

42 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
Dated this_______________day of _____________, 20

Signature ________________
in the capacity of ____________duly authorized to sign bid for and on behalf of
______________________
(Name of Bidder in Block Capitals)
(Seal)
Address _____________________________________________________________________
Witness:
(Signature)______________________________
Name:_______________________________________________________________
Address: _____________________________________________________________

43 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
SCHEDULE OF PRICES – SUMMARY OF BID PRICES
(To be filled by the bidder)

AGRICULTURE PRODUCTIVITY ENHANCEMENT THROUGH D/DEVELOPMENT


OF SOLAR SYSTEM BORE WITH PVC PIPE IN DISTRICT PISHIN

Bill # DESCRIPTION OF Total Unit Unit Price Total


WORK (No) (No) Amount (Rs.)
A B AxB
1 Drilling & Development of 3
Bore upto 1000Feet Deep
with PVC Pipe casing
along with Solar Operated
System for Outlet Pipe 3”
Dia and Dynamic Head
upto 1000Rft
TOTAL BID PRICE=

Rupees in Words
(Rs.____________________________________________________________________________

________________________________________________________________________________

_____________________________________________________________________________)

Bidder/ Company Stamp

44 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
BILL OF QUANTITIES
AGRICULTURE PRODUCTIVITY ENHANCEMENT THROUGH D/DEVELOPMENT
OF SOLAR SYSTEM BORE WITH PVC PIPE IN DISTRICT PISHIN
PSPD NO. 39[Z2021.1379]
BILL NO. 1
DRILLING & DEVELOPMENT OF BORE UPTO 1000FEET DEEP WITH PVC PIPE
CASING ALONG WITH SOLAR OPERATED SYSTEM FOR OUTLET PIPE 3” DIA
AND DYNAMIC HEAD UPTO 1000RFT
S# Description BCSR Unit Qty: Unit Rate Total
S.I.No Quoted
/NSR Rate
1 Electric Resistivity test for NSR Job 01.00
explore sub-soil strata and
water yield.

2 Digging of Pits NSR Job 01.00

3 Drilling of boring/pilling in 27-7/a(ii) Rft 250.00


all types of soil except
shingle, gravel and
rock.From ground level
upto 250 ft. (75 m) below
ground level 20" to 30"
(500 mm to 750 mm) inner
dia.

4 Drilling of boring/pilling in 27-7/b(ii) Rft 750.00


all types of soil except
shingle, gravel and
rock.From ground level
upto 250 ft. (75 m) below
ground level 15" to 18"
(375 mm to 450 mm) inner
dia.Exceeding 250 ft (75
m.) depth below ground
level 20" to 30" (500 mm to
750 mm) inner dia.

5 Providing and Installing 27-19(a-vii) Rft 780.00


uPVC blind pipe of
approved make registered
with PSQCA in tubewell
bore hole and/or laying,
cutting, jointing, testing
and disinfecting uPVC pipe
lines in trenches.Class B.
12" (300 mm) inner dia.

45 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
6 Providing and installing 27-16/(a-vii) Rft 220.00
uPVC strainer in tubewell
bore hole including sockets
and solvent registered with
PSQCA of the nominal
inner diameter.Class B. 12"
(300 mm) inner dia.

7 Providing and installing 27- No 05.00


uPVC bail or end plug of of 36/(a+vii)
approved make registered
with PSQCA.Class B.12"
(300 mm) inner dia.

8 Furnishing sample of water 27-10-1 Set 07.00


from bore hole.

9 Shrouding with graded pea 27-21 Cft 686.65


gravel 3/8" to 1/8" (10 mm
to 3mm) around tubewell
bore hole.

10 Providing and fixing at Site 31-29(k) Job 01.00


of Solar Submersible
Pumpset including Motor
of KSB, Alarko, Grandfos
or approved equivalent
(similar specifications),
complete in all respects
including all taxes.
PumpSet, 40HP

11 Supply, Install, connect, 31-1[b] Watt 30,600.00


test and commission of
SOLAR INVERTER
(Chinese) & accessories.

12 Supply, Install, connect, 31-1[a] Watt 30,600.00


test and commission of
SOLAR PANEL (Chinese)
& accessories.

13 Supply, Install, connect, 31-1[d-ii] Watt 30,600.00


test and commission of
SOLAR MOUNTING
STRUCTURE (Chinese) &
accessories.

46 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
14 Supply, Install, connect, 31-3[f+g) Rft 1,000.00
test and commission of
CABLES & accessories.
DC Cable - Stranded and
flexible insulated copper
DC wires and cables must
be used for all outdoor and
indoor installations. voltage
drop must not exceed 1%
on DC side of the power
inverter and 1.5% on AC
side of the power inverter.
The wiring that leads into
the pole, protected in a
PVC Spiral / Flexible
conduit. - External cables
adapted to outdoor
exposure as per IEC
\60811.- The outer
insulation: sunlight (UV)-
resistant and weather proof.
Cable for Panel
Interconnection (2core
6mm2)
Cable for Solar Water 31-3[f+g) Rft 1,000.00
Pump DC (4core 6mm2)

15 Providing and fixing road 21-84-1 No 01.00


sign boards such as caution
etc as approved by the
Engineer with reflective
paints, having superfacial
area of 1.125 sq.m
including cost of post etc

Total Unit Price for Bill No. 1

Bidder/ Company Stamp

47 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22
AGRICULTURE PRODUCTIVITY ENHANCEMENT THROUGH D/DEVELOPMENT
OF SOLAR SYSTEM BORE WITH PVC PIPE IN DISTRICT PISHIN
PSPD NO. 39[Z2021.1379]

DECLARATION BY THE BIDDER

I solemnly undertake that:

a. Having read, understood & made myself aware of all the Terms & conditions mentioned
in this Bidding Document & the Rules, Regulations & Policies of the Government of
Balochistan, governing the procurement & financial matters, AGREE, ACCEPT &
UNDETAKE TO ABIDE BY THE SAME.

Dated : - _____/______/20___ Bidder/ Company Stamp

48 |Office of the Deputy Director Agriculture OFWM District Pishin Bidding Documents PSDP 39 Year 2021-22

You might also like