You are on page 1of 18

LOCAL BIDDING DOCUMENTS

TENDER NO.2564/DIST.
FOR
THE SUPPLY OF

RUBBER INSULATING GLOVES


(GAUNTLET TYPE)
as per PEPCO Specification No.
DDS-53:2008 (amended to date)

Chief Engineer (Material Management)


LESCO Ltd. 22-A Queens Road, Lahore

1
INVITATION FOR BIDS

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).

DATE & TIME


Tender Tender
DESCRIPTION UNIT Submission Opening of
# Qty
of Bids Bids
21.09.2020 21.09.2020
2564 Rubber Insulating Gloves PR 10,000
At 10:30 A.M At 11:00 A.M

Bidding documents, containing detailed 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
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. Un-registered firms by WAPDA/PEPCO/DISCOs can also
participate by depositing 4% amount of the quoted price in shape of earnest money
(valid for 120-days) along-with their tender bid.

The bids, prepared in accordance with the instructions in the bidding


documents, must reach at 3rd Floor, Room No.312 office of the 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

2
LAHORE ELECTRIC SUPPLY COMPANY
MATERIAL MANAGEMENT DIRECTORATE
22-A Queens Road Lahore Ph. # 9204842, PABX: 9204820-30
(Ext. 300) Fax: 9204843

TECHNICAL PROPOSAL - TENDER NO. 2564/LESCO


Due by 10:30 AM on 21.09.2020
Tender will be opened at 11:00 AM on 21.09.2020 Dy. Manager (MM)
Tender shall remain valid for 120 days after opening date. LESCO Ltd, Lahore

Name of Bidder ________________________________________________

Quantity Quantity
Sr.
Description of Stores Unit required Offered
No
(Pairs.) (Pairs.)

Rubber Insulating Gloves - Size-10


1 (GAUNTLET TYPE) strictly as per PEPCO Pair 10,000
Specification No. DDS-53:2008 (amended to date)

 Each bidder shall submit technical bid consisting of following:-


i) Sample of one pair of Gloves for Visual Inspection purpose.
ii) Technical Data
iii) Copy of complete Test reports carried out at RTL Faisalabad or from
any other Lab of International repute like KEMA Holland, CRIEPI Lab
Japan, CESI Lab Italy, according to standard specification of PEPCO No.
DDS-53:2008 (amended to date) if available.
NOTE:
 This tender is governed by General Conditions of Contract for
purchase by WAPDA dated 12.8.1984 (amended to date) and latest
purchase procedure PPRA-2004 amended to date.
 No information regarding price / bid security shall be attached
with the technical bid.

DELIVERY PERIOD:

“100% quantity shall be supplied within 120-days from the date of


issue of Purchase Order”.

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 60th 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 60-days of issue of Inspection Certificate
subject to the condition that the supplier / manufacturer offers the material for
Inspection at least 60-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.

SIGNATURE OF BIDDER
ADDRESS WITH OFFICE STAMP

3
LAHORE ELECTRIC SUPPLY COMPANY
MATERIAL MANAGEMENT DIRECTORATE
22-A Queens Road Lahore
Ph. # 99204842, PABX: 99204820-30 (Ext. 300) Fax: 99204843

FINANCIAL PROPOSAL - TENDER NO. 2564/LESCO

Tender shall remain valid for 120 days after opening date.
Addl. Manager (MM)
LESCO Ltd, Lahore

Name of Bidder ________________________________________________

Rate per unit


Quantity
Sr. W/O 17% GST
Description of Stores Unit required
No on FCS basis at
R/Store Shalamar

Rubber Insulating Gloves Size-10


1 (GAUNTLET TYPE) strictly as per PEPCO Pair 10,000
Specification No. DDS-53:2008 (amended to date)

DELIVERY PERIOD:

“100% quantity shall be supplied within 120-days from the date of issue of
Purchase Order”.

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 60th
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 60-days of issue
of Inspection Certificate subject to the condition that the supplier / manufacturer offers the
material for Inspection at least 60-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.

NOTE:-

1. This tender is governed by General Conditions of Contract for purchase by


WAPDA dated 12.8.1984 (amended to date) and latest purchase procedure
PPRA-2004 amended to date.
2. Bid security shall be enclosed with the financial bid envelope.

SIGNATURE OF BIDDER
ADDRESS WITH OFFICE STAMP

4
BIDDING/EVALUATION PROCEDURES
 Method of Procurement: Single stage two envelope procedure as per PPRA
Clause-36(b) technical and financial bids shall be adopted.
 Each bidder shall submit technical bid consisting of following:

i) Sample of one pair of Gloves for visual inspection purpose.


ii) Technical Data
iii) Copy of complete Tests reports carried out at RTL Faisalabad or from any other
Lab of International repute like KEMA Holland, CRIEPI Lab Japan, CESI Lab
Italy, according to standard specification of PEPCO No. DDS-53:2008 (amended
to date).

If the bidder does not provide any one of the above then the offer will be rejected.

 During evaluation the following procedure 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
ix) the bids found to be lowest evaluated bid shall be accepted.

SPECIAL CONDITIONS:

1. In case of any specific occurrence the shares will be distributed on the basis of
previous performance in supplies against DISCOs Purchase Orders, manufacturing
capacity / capability etc.
2. Conditional Bids / Rates will not be entertained / accepted.
3. Bid submission / Tender opening date & timings shall be observed strictly.
4. 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.
5. Cartel / pool rates are strictly prohibited. The firms found involved in collusive practice
shall be dealt under PPRA Rules / PEPCO instructions.
6. 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.
7. As per directions of FBR dated. 3.9.2015 conveyed vide C.E (Operation) PEPCO vide
letter No. 1918-28 dated. 17.09.2015, only registered suppliers who are on Active
Taxpayers List (ATL) of FBR, are eligible to supply goods / services to LESCO.

5
GENERAL CONDITIONS:
1. Only one FCS rate should be quoted for supply of Stores at Regional Store Shalamar,
Lahore without involving any foreign exchange element. The rate shall be quoted for full
quantity of the item and the bidders are not allowed to quote for partial quantity.
2. The quoted FCS prices, exclusive of applicable percentage of sales tax shall be firm and
final and not subject to escalation for any reason what so ever. The conditional prices
shall not be accepted.
3. The prices include the present duties and taxes, however, 0.5% inspection fee will only
be charged if pre-shipment inspection is carried out at abroad by the office of C.E (QA&I
NTDC. In case, the present duties and taxes are increased or new taxes/duties are
imposed on finished goods by the Govt. during the currency of the Contract, the same
will be paid extra on production of documentary evidence. In case of decrease in
duties/taxes by Govt., the price will be decreased accordingly.
4. Bid Bond / Security: In order to be considered, the tender must be accompanied by bid
security equal to 2% (for registered suppliers/manufacturers) and 4% (for un-registered
suppliers / manufacturers) of the total amount quoted by a bidder valid for 120-days after
the date of tender opening in the form of Bank Draft or Pay Order drawn on a schedule Bank
of Pakistan or in lieu thereof a Bank / Bid Guarantee issued by a Schedule Bank of Pakistan
on the specified Proforma. The same should be attached with financial proposal. In case, the
tenderer withdraws his tender / offer during the period of tender validity or successful
tenderer fails to furnish the required Performance Security or sign the Contract Agreement/
Acknowledgment of the Purchase Order, the amount of Bid Bond / Tender Security will be
forfeited in favour of LESCO. The Bid Security from any Insurance Company will not be
acceptable in any case and Bid will be liable for rejection.
5. Performance Bond / Security: Successful bidder will have to submit a Performance
Security in the shape of Bank Draft / Bank Guarantee from a Scheduled Bank of Pakistan on
the prescribed form valid for 12-months from the receipt of last consignment, equal to 5%
(for registered suppliers / manufacturers) and 10% (for un-registered suppliers /
manufacturers) of the total value of contract within 7-days from the date of issue of LOI. 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. Bank Guarantee shall be
furnished on non-judicial stamp paper of value as prescribed by the Government. The
Performance security shall be furnished with the acceptance of Letter of Intent and before
the formal issuance of the Purchase Order. WAPDA Bonds, as security in lieu of tender/bid
guarantee/earnest money or performance bond as per procedure in vogue, are also
acceptable.
6. The material shall be strictly according to PEPCO / WAPDA Specifications (amended-to-date).
For items necessitating prototype approval;
a) If you do not possess the prototype approval for the offered material within last three (3)
years, you shall have to obtain the prototype approval from the office of C.E. (S&S)
NTDC before start of mass production. Drawings and prototype samples for prototype
testing shall be submitted within 30-days from the date of issue of purchase order to
Chief Engineer (S&S) NTDC. The Chief Engineer (S&S) NTDC will accord approval of
offered prototype within 30-days from the date of receipt of prototype sample. All
expenses including testing charges, Traveling, Boarding / Loading & Daily Allowance etc,
of two Engineers shall be borne by the manufacturer. The testing will be carried out at
manufacturer’s premises/HV&SC Lab Rawat/RTL Faisalabad or any other Lab of
International repute like KEMA Holland, CRIEPI Lab Japan, CESI Lab Italy to be
approved by Chief Engineer (S&S) NTDC.
b) If the prototype sample fails, the material shall be improved and re-offered for prototype
testing to Chief Engineer (S&S) NTDC. The time taken for improvement in sample and
re-submission of drawings will not entitle the manufacturer to claim extension in delivery
period on this account.
c) Any changes suggested in the material and drawings during prototype testing for
compliance of specifications and purchase orders shall have to be incorporated without
any extra price claim.

6
7. The word WAPDA E.D. for marking if specified in the specification shall be replaced with the
word “THE LAHORE ELECTRIC SUPPLY COMPANY” or LESCO, with PO No. & year of
manufacturing together with other essential markings.
8. Evaluation / Comparison will be carried out on item-wise FCS unit price basis. Bid will be
considered non-responsive if the bidders previous five years performance against
WAPDA/DISCOs/ local / international contracts are not satisfactory.
9. The foreign manufacturer must have at least five year’s manufacturing experience of similar
gloves and have satisfactory field performance.
10. Warranty:
Warranty and Packing of the offered material shall govern as per above mentioned standard
specification.
11. Evaluation Criteria:
Technical and Commercial Evaluation / Comparison of tender bids will be carried out on item
/ lot-wise FCS unit price basis. Bid will be considered non-responsive if the bidder’s previous
five year performance against WAPDA/DISCOs/ local / international contracts is not
satisfactory. The material shall be supplied as per legitimate delivery schedule strictly
according to WAPDA Standard specifications (amended-to-date).Any deviations in tender
specification shall be liable for the rejection of tender. Arithmetical errors will be rectified on
the following basis:-

i. 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.
ii. 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.
iii. If the Tenderer does not accept the corrected amount of Tender, his Tender will be
rejected and his Tender Security forfeited.
iv. Tenders indicating the delivery beyond date specified in Tender Schedule will be
declared non-responsive.
v. The bidder must be registered with Income Tax and Sales Tax Department.
11.1. Bid may be rejected forthwith if:-
i- The bidder submits substantially incomplete bid or only the copies of the bid are
submitted without original bid.
ii- The bid is submitted on other than the prescribed from or is incomplete or conditional.
iii- The bid is illegible in any material, part or contains alternations, additions, deletions,
erasers or other irregularities.
iv- Not accompanied with a bid guarantee or with insufficient or unacceptable bid guarantee.
v- Submitted by a bidder who has previously failed to perform properly works of similar
nature
vi- Bid is in some way connected with bids submitted under names different from his own.
vii- The offer is not accompanied with schedule of technical data and schedule of deviation (if
any) duly filled in and signed (in duplicate).
viii- In case of non acceptance of sample submitted by the bidder due to poor quality /
substandard in accordance with DDS-53:2008 (amended to date) the bid will be liable for
rejection / non responsive. To ensure the best quality of the product, the sample may be
sent to RTL Faisalabad or Rawat Lab for necessary testing as per DDS-53:2008 and all
testing charges shall be born by the bidder.

12. INSPECTION:-
Either pre-shipment Inspection of the material will be carried out at manufacturer’s works by the
02 Nos representatives authorized by LESCO OR one from LESCO and other by the office of
Chief Engineer (QA&I) NTDC as required by the purchaser / competent authority. A prior notice
of two month in writing shall have to be given to Chief Engineer (M.M) LESCO by you when the
store against the order is ready for inspection. All reasonable facilities as provided in the
specifications or followed by the Industry or Trade in General shall have to be afforded to the
inspecting Officers by you at your expense for carrying out Inspection. All expenses including
testing charges, Traveling, Boarding / Lodging & Daily Allowance as per Wapda rules, of the two
officers / inspectors shall be borne by the firm / manufacturer.

7
13. PAYMENT CLAUSE:

100% payment (against T&P head) will be made directly by Chief Financial Officer
LESCO Limited Lahore or through confirmed & irrevocable inland letter of credit at
sight from nationalized bank of Pakistan. All charges relating to L/C opening and
negotiation together with subsequent amendments shall be borne by the contractor.
The payment / negotiation of L/C will be made on presentation of following
documents:-
a) Invoice of the supplied material in triplicate duly approved by Chief Engineer (M.M) LESCO
and pre-audited by the Chief Financial Officer LESCO.
b) Delivery Challan duly acknowledged by the consignee.
c) GRN issued by Regional Store Manager Shalamar LESCO Ltd. Lahore.
d) Warranty Certificate.
e) Inspection Certificate issued by authorized representative of Chief Engineer, Material
Inspection NTDC / LESCO inspection team.
f) Confirmation letter of acceptance of performance Security by the Chief Engineer (MM)
g) Copy of General Sales Tax / Excise Duty Invoice.
h) 1/5th of GST amount will be deducted at the time of making payment as per FBR rules.
i) The manufacturer / supplier in its invoices shall also give an undertaking, in case of omission
of any deduct-able amount; LESCO’s claim at any later stage (through pre-audit / post audit)
shall be acceptable to them.
j) 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 CFO office to release payment
thereof accordingly.
k) 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.
PARTIAL DELIVERIES AND PARTIAL PAYMENTS ARE ALLOWED.
13( A) The payment of Sales Tax shall be made on production of Sales Tax return cum
payment Challan. In case of manufacturers who pay lump sum sales tax, they
shall also submit an affidavit on non-judicial paper that the Challan includes
the amount of Rs. _______ of Sales tax for supply of the mentioned items.
14. In case of receipt of payment through L.C, the delivery period shall be commenced from
the date of 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 Chief Financial Officer LESCO within 07 days otherwise the
commencement of delivery period shall be reckoned from the date of issue of this
purchase order.
15. LESCO reserves the right to increase / decrease the quantities upto 15% at the time of
placing award or through repeat order after award / issue of Purchase Order during the
currency of contract or within 6-months from the date of issue of P.O which ever is later.
16. LESCO 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.
17. Tenders submitted through FAX or E.Mail shall not be considered.
18. After opening the tender if it is established that the bidders have quoted a Single price
then LESCO reserves the right either to scrap the tender and invite fresh tender or to
take any decision as deemed fit for LESCO as per PPRA Rule 33 & 34.
19. Over and above normal inspection, the office of Chief Engineer (QA&I) Lahore will carry
out all type tests including the routine tests once during the currency of P.O. at RTL
Faisalabad / HVSC Rawat or any other independent laboratory approved by the
department. The testing charges of the offered material, if any, shall be borne by the
bidder

8
20. SUBMISSION OF BID: The complete offer in Duplicate (Original & one copy) should
be filled as under:-
i) The original Bid and other enclosed documents shall be typed or written in indelible
ink and shall be signed by the Bidder or a person or persons duly authorized to bind
the bidder to the Contract. The letter of authorization shall be indicated by written
power-of-attorney accompanying the Bid. All pages of the bid, except for un-
amended printed literature, shall be initialed by the person or persons signing the
Bid.
ii) The Bid shall contain no interlineations, erasures or over-writing except as necessary
to correct errors made by the Bidder, in which case such corrections shall be initialed
by the person or persons signing the Bid.
iii) The bidder shall clearly mention all information precisely regarding bid validity,
delivery schedule, terms of payment and the schedule of technical data / Literature.
Any incomplete information as required shall render the offer for rejection.
iv) The tender prepared by the tenderer and all correspondences and documents
relating to the tender shall be written in English Language.
v) No tender may be modified by a tenderer after dead line for submission of tender.
21. SEALING & MARKING OF BIDS:
i. The bidder shall seal the original and copy of the bid in an inner envelope, duly
marking the envelope as “Original” or “Copy”. The inner envelope shall then be
enclosed in an outer envelope. In the event of discrepancy between them the
Original shall prevail.
ii. The inner and outer envelopes shall be:
a) addressed to the purchaser at the following address.
b) Chief Engineer Material Management LESCO Limited, 22-A Queens Road,
Lahore, Tender No.(tender No.)__ and the words “DO NOT OPEN BEFORE
_(Opening time)_ ON _(Opening date)_” shall be written on them.
c) In addition to above, the inner envelope shall indicate the name and address of
the Bidder to enable the bid to be returned unopened in case it is declared
“Late.”
iii. If the outer envelope is not sealed and marked, the purchaser will assume no
responsibility for the bid’s misplacement or its premature opening.
22. LATE BID:
Bidder will himself be responsible for ensuring that his bid is submitted in accordance
with the instructions stated herein. Any bid not submitted by the deadline prescribed
for submission of Bids will not be considered even if it becomes late as a result of
circumstances beyond the Bidder’s control. Any tender received by the purchaser
after the date and time of tender opening will be returned un-opened to such
tenderer.
23. CLARIFICATIONS / AMENDMENT OF BID SCHEDULE:
i- At any time prior to the deadline for submission of Bids, the purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the Bidding Documents by amendment.
ii- The prospective Tenderers requiring any clarification (s) in respect of tender
documents may notify the purchaser i.e Chief Engineer (M.M) LESCO Ltd. Lahore
with a copy to Chief Engineer (S&S) PEPCO / WAPDA in writing or by Telex or FAX
at the mailing address of said offices. Purchaser will examine the request for
clarification of the Tender Documents which it receives not later than 7-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.
iii- The amendment will be notified in writing or by telex or cable to all prospective
Bidders who have received the Bid schedule / Bidding documents and will be binding
on them.
iv- In order to afford prospective bidders reasonable time in which to take the
amendment into account in preparing their Bids, the purchaser may at its discretion
extend the deadline for the submission of Bids.

9
24. FORCE MAJEURE:
The right of LESCO to terminate the Contract, or to claim penalty or liquidated
damages shall be subject to the following circumstances, provided as a result of all or
any of these events there has been delay in the Performance of the Contract by the
Manufacturer or Supplier, or the Contract has become incapable of being performed:-
i.Act of God;
ii.Act of State, War or any Act of the Enemy;
iii.Lock outs, Riots or Civil Commotion;
iv. Injuction granted by a Court of Competent jurisdiction not resulting from any
fault of the Manufacturer or Suppliers;
v. Restriction imposed by the Government on the Import of any material relating
to the manufacture of goods.
vi. Diversion of supplies by the Carrier without any fault or knowledge of the
manufacturer or supplier.
Provided further that the Manufacturer or supplier has given notice to LESCO within
14-days of the happening of any such event.

25. RESPONSIBILITY FOR EXECUTING THE CONTRACT:

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

26. FAILURE AND TERMINATION:

A) If you fail to deliver the stores or any consignment thereof within the specified
delivery period, the purchaser shall be entitled at his option either:
I) To recover from you liquidated damages levied at the rate of two percent (2%)
per month or a fraction, thereof subject to a maximum of ten percent (10%) of the
contract price, except;
a) Where un-delivered stores hold up the use of other Stores, liquidated
damages shall be levied on the total value of the Contract.
b) The recovery of liquidated damages mentioned above can be effected from
any payment due to you from any unit of LESCO/DISCOs/GENCOs/NTDC/
WAPDA, or
II) to purchase from elsewhere without notice to you at your risk and cost, the
stores not delivered, without cancelling the contract in respect of the
consignment not yet due for delivery.
III) to cancel the contract at your risk and cost;
In the event of action being taken under (ii) or (iii) above, you shall be liable for any
loss which the purchaser may suffer on the account; but you shall not be entitled to
any gain on repurchase made against the supply order.

B) If during the course of execution of contract, you are black-listed by


DISCOs/GENCOs/NTDC/WAPDA/LESCO, or any other Electric Supply Company,
the purchaser may proceed with all or any of the actions detailed below:-
i) to allow the contract to run its course till completed in accordance with the terms
and conditions of Contract;
ii) to stop further supplies with or without financial repercussions;
iii) to cancel the contract with or without reservation or rights.

NOTE:-
While determining liquidated damages the purchaser shall not consider any of the
following circumstances, a cause under “FORCE MAJEURE” and shall not allow any
relaxation in the liquidated damages on the account:-
i) Delay on the part of the Contractor in the arrangement of raw materials.
ii) Defect or failure occurring to any machinery or equipment installed at the
contractor works during the currency of the Contract.

10
27. FORFEITURE OF SECURITY BOND / GUARANTEE(PERFORMANCE BOND)
The contracting officer will have the right to forfeit the security Bond/Guarantee
(performance bond).
A) If the Contractor:-
i) fails to supply the goods within the time specified;
ii) commits any breach of contract;
iii) fails to account for the Import License issued on account of the purchaser;
iv) fails to account for the raw material secured by the contractor against any
License or permit issued on account of the Contracting officer;
v) fails to return drawings, design or any material belonging to the Contracting
officer which was to be returned in good condition to the Contracting Officer after
the successful termination of the contract.
B) for other reasons specified in the Purchase Order by the contracting officer for
forfeiting the Security deposit. If the forfeiture of the security deposit does not
compensate the contracting officer for losses suffered due to non-delivery or breach
of contract for any other reasons, the Contracting Officer will have a right to forfeit
other security deposits or to recover the same from any other security deposit made
in favour of any other unit of DISCOs/GENCOs/NTDC/WAPDA/LESCO, or from any
money due to the Contractor from any unit of WAPDA/LESCO/ DISCOs/ GENCOs
/NTDC.
28. DOCUMENTS / SAMPLES / CERTIFICATES TO BE SUBMITTED
ALONGWITH THE BID:
i) Certificate that General Conditions of Contract for purchases by WAPDA dated
12/08/1984 amended up to date and latest purchase procedure are acceptable to
the bidder and are hereby agreed to by the bidder.
ii) Bid Security of an amount not less than 2% for registered and 4% for
unregistered firms of the total value of tender issued by a Scheduled Bank of
Pakistan only. Attached with financial proposal.
iii) Certificate that the material offered is in accordance with the WAPDA / Tender
Specifications amended to date.
iv) List of any deviations or reservations from the Bid/Specification.
v) Copy of letter of Prequalification for the material quoted in tender with
WAPDA/DISCO.
vi) Copy of Letter of Current Renewal of Registration with WAPDA/DISCO.
vii) Technical data as required in the WAPDA / PEPCO specification and Literature
in English giving out salient feature of the quoted items.
viii) Copy of last Prototype approval from Chief Engineer (S&S) NTDC / PEPCO
(if applicable).
ix) Deposit receipt of tender fee in original.
x) Samples of the all the quoted items should be submitted with the bid otherwise
the bid shall be liable for rejection.
xi) Make, Model and Country of origin of all the quoted items should also be clearly
mentioned in the bid.
xii) Copy of complete Test reports carried out at RTL Faisalabad according to
standard specification of PEPCO No. DDS-53:2008 (amended to date)
if available.
xiii) Authorization letter of the foreign principal / manufacturer for local agents.
xiv) Declaration of fees, commission and brokerage etc. payable by the suppliers of
goods, services and works in contracts worth Rs 10 Million or more.

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 alongwith financial proposal must
be attached with technical proposal.

SIGNATURE OF BIDDER
ADDRESS WITH OFFICE STAMP
11
To Whom It May Concern:

i. It is certificate that General Conditions of Contract for purchases


by PEPCO / WAPDA dated 12/08/1984 amended up to date
and latest purchase procedure PPRA-2004 (amended to date)
are acceptable / agreed.

ii. Certificate that the material offered is in accordance with the


latest WAPDA/ PEPCO / Tender Specifications (amended to
date).

Signature of bidders
ADDRESS WITH OFFICE STAMP

12
Annexure-A
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract Number: Dated:


Contract Value:
Contract Title:

Name of Supplier hereby declares that it has not obtained or induced the
procurement of any contract, right, interest, privilege or other obligation or benefit
from Government of Pakistan or any administrative subdivision or agency thereof of
any other entity owned or controlled by it (GoP) through any corrupt business
practice.

Without limiting the generality of the forgoing Name of Supplier represents and
warrants that it has fully declared the brokerage, commission, fees etc. paid or
payable to anyone and not given or agreed to give and shall not give or agree to give
to anyone within or outside Pakistan either directly or indirectly through any natural
or juridical person, including its affiliate, agent, associate broker, consultant, director,
promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe
finder’s fee or kickback, whether described as consultants fee or otherwise, with the
object of obtaining or inducing the procurement of a contract, right, interest, privilege
or other obligation or benefit in whatsoever form from GoP, except that which has
been expressly declared pursuant hereto.

Name of Supplier certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the
transaction with GoP and has not taken any action or will not take any action to
circumvent the above declaration, representation or warranty.

Name of Supplier accepts full responsibility and strict liability for making any
false declaration, not making full disclosure, misrepresenting facts or taking any
action likely to defeat the purpose of this declaration, representation and warranty. It
agrees that any contract, right, interest, privilege or other obligation or benefit
obtained or procured as aforesaid shall, without prejudice to any other right and
remedies available to GoP under any law contract or other instrument be voidable at
the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard


Name of Supplier agrees to indemnify GoP for any loss or damage incurred by it on
account of its corrupt business practices and further pay compensation to GoP in an
amount equivalent to ten time the sum of any commission, gratification, bribe,
finder’s fee or kickback given by Name of Supplier as aforesaid for the purpose of
obtaining or inducing the procurement of any contract, right , interest, privilege or
other obligation or benefit in whatsoever form from GoP.

[Buyer] [Seller Supplier]

13
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 date.
(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.
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.

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)

14
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):
_______________________________________________________
L.O.I/Contract No.__________________________ Dated __________
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.

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)

15
PROFORMA SHOWING PERFORMANCE OF THE FIRM IN
LESCO/DISCOS DURING LAST TWO FISCAL / CALENDAR YEARS

Name of Firm:

Material
Name PO Qty. Supplied
Description of Qty. Delivery Date of Qty.
of No. & on Supplied REMARKS
Material Schedule Supply Balance IN
DISCO Date to date Delay
Order 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

16
Sub: APPROVAL OF BID DOCUMENTS AGAINST TENDER # 2564/LESCO
DATED 21.09.2020 FOR SUPPLY OF RUBBER INSULATING GLOVES

Draft Bid Schedule of the subject tender as detailed below has been prepared
and is submitted for perusal:-

Quantity
Lot
Description of Stores Unit required
No

Rubber Insulating Gloves (GAUNTLET TYPE) Size-10,


1 strictly as per PEPCO Specification No. DDS-53:2008 Pair 10,000
(amended to date)

Delivery Period:-

100% quantity shall be supplied within 120-days”. The delivery period


shall commence from the date of issue of purchase order or date of
Establishment of L/C.

It is worth to mention here that single stage two envelope procedure as per
PPRA clause-36 (b) technical and financial bids has been adopted in this
tender. Therefore, it is requested to kindly approve the same so that formal
tender documents may be issued to the bidders accordingly.

Submitted for approval please.

Dy. Manager (M.M)

Chief Engineer (MM)

17
Pre-shipment Inspection of the material will be carried out at manufacturer’s works by Two
(02 Nos) authorized representatives of CEO LESCO OR one from LESCO and one from Chief
Engineer (QA&I) NTDC. A prior notice of two month in writing shall have to be given to Sr. Manager
(MM) LESCO by you when the store against the order is ready for inspection. All reasonable facilities
as provided in the specifications or followed by the Industry or Trade in General shall have to be
afforded to the inspecting Officers by you at your expense for carrying out Inspection. All expenses
including testing charges, Traveling, Boarding / Lodging & Daily Allowance as per Wapda rules, of the
two officers / inspectors shall be borne by the firm / manufacturer.

18

You might also like