tender document motorway police

Upload: ali5muhammad

Post on 08-Apr-2018

225 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/7/2019 Tender Document Motorway Police

    1/24

    Appendix-A to Bid

    SPECIAL STIPULATIONS

    S.

    #

    Description Clause

    Conditionsof Contract

    Explanation

    1. Employer's name and address 1.1(a)(i) General Manager (Punjab-North)National Highway AuthorityShahpur InterchangeThokar Niazbeg,Lahore

    2. Engineer's name and address 1.1(a)(iI) (to be advised_________)

    3. Engineer's Authority to IssueVariation Order

    2.1(b)(xii) The Aggregate effect of such variationorder(s) issued by the Engineer shallnot exceed Rs. 500,000/- for the event.

    4. Subcontracting 4.3 The aggregate amount of the Workssubcontracted shall not exceed 30% of

    the Contract Price.5. Amount of Performance Security 10.1 Ten (10%) of Contract Amount stated in

    the Letter of Acceptance or 30%Insurance Bond.

    6. Validity of Performance Security 10.2 Eighty four (84) days after issuance ofDefect Liability Certificate.

    7. Time for furnishing Programme 14.1 Within 14 days from the date of receiptof Letter of Acceptance.

    8. Cash Flow Estimates 14.3 Within 14 days from the date of receiptof Letter of Acceptance

    9. Time for issue of Engineer'sNotice to Commence

    41.1 With in 14 days of signing of agreementby the Employer.

    10. Time for Commencement 41.1 From the date as notified in the

    Engineer's Notice to Commence11. Time for Completion 43.1

    COC Part-I720 day calculated from thecommencement date, notified inEngineer's Notice to Commence.

    12. Amount of Liquidated Damages 47.1 The rate of the Liquidated Damages(LD) shall be 0.10% of the ContractAmount, stated in Letter of Acceptancefor every day of delay in which whole orpart of the work(s) remainedunfurnished subject to a maximum of10% of the Contract Amount stated inLetter of Acceptance.

    13. Interim Liquidated Damages 47.3 The rate of ILD shall be the 0.05% of

    the Contract Amount in the Letter ofAcceptance for each day of delay.The progress shall be assessed at theinterval of thirty (30) days.

    14. Amount of Bonus 47.4 The rate of Bonus shall be the 0.05% ofthe Contract Amount for each day theWorks are completed before thespecified completion date of the Workssubject to maximum of 5% of theContract Amount stated in Letter of

  • 8/7/2019 Tender Document Motorway Police

    2/24

    S.#

    Description ClauseConditionsof Contract

    Explanation

    Acceptance.

    15. Taking Over Certificate 48.148.2

    Only One Certificate shall be issued.

    16. Defects Liability Period 49.7 365 days calculated fro the date ofcompletion of the Works certified by theEngineer.

    17. Time for Certification of InterimPayment Certificate by theEngineer

    60.2 28 days from receipt of monthlystatement from the Contractor

    18. Minimum amount of InterimPayment Certificate (RunningBills)

    60.2 03% of Contract Price

    19. Retention Money and Limit ofRetention Money

    60.3 Five (05%) of the amount of InterimCertificate but to a maximum of Five(5%) of the Contract Price.

    20. Time of Payment from delivery of

    Engineer's Interim PaymentCertificate to the Engineer

    60.10 15 days

    21. Mobilization Advance 60.12 10% of contract value after meetingcondition mentioned in Clause 60.12 ofCOC Part-II.

  • 8/7/2019 Tender Document Motorway Police

    3/24

    BIDDING DATA

    The information in this section is complementary to, amends or supplements the Provisions in theInstruction to Bidder. Whenever there is conflict, the provisions herein shall take precedence over those inthe Instructions to Bidders.

    Reference toInstructionto Bidder

    Bidding Data

    IB-11.1

    Name of the Project & summary of the WorksConstruction of National Highway and Motorway Police Building at Babu Sabu

    Interchange Lahore

    all in accordance with the drawings, bill of quantities and specifications forming part ofthe Contract

    1.1Name and Address of Employer

    General Manager (Punjab-North)National Highway Authority

    Shahpur InterchangeThokar Niazbeg,Lahore

    IB-77.1

    Bid Language:English

    IB-99.1

    Bid ValidityPeriod of Bid Validity is 120 days after the date of Bid opening

    IB-1010.1

    Bid SecurityAmount of Bid Security is Rs. 1,197,209/-

    10.2 Delete the text and substitute:a) The Bid Security shall be in the form of Pay Order or CDR issued by a

    Scheduled Bank of Pakistan (Acceptable to the Employer)b) The Bid Security (original + copies) should be submitted in a separate sealed

    envelope. Name of work and name of Bidders should be clearly typed on theenvelope.

    IB-1212.2 (a)

    Employers address for the purpose of Bid submission:

    General Manager (Punjab-North)National Highway AuthorityShahpur InterchangeThokar Niazbeg,Lahore

    IB-1313.1

    Deadline for submission of Bids:

    As notified in the time and date for submission at or before 1130 hrs before 5 Apr 2008(or otherwise as notified in the letter of Invitation for Bids)

    IB-21

    21.1

    Performance Security:

    Delete the text and substitute:

    If the Contract requires the Contractor to obtain security for his proper performance, heshall obtain and provide to the Employer such security within fourteen (14) days afterthe receipt of the Letter of Acceptance in the form and amount stipulated below

  • 8/7/2019 Tender Document Motorway Police

    4/24

    21.3 Add the following sub-para 32.3The Performance security shall be of an amount not less than 10% of the ContractAmount stated in the Letter of Acceptance. Such Security shall be in the form of either(a) irrevocable & acceptable bank guarantee from any scheduled Bank of Pakistanacceptable to the Employer or (b) irrevocable & acceptable bank guarantee from abank located outside Pakistan duly counter-guaranteed by a Scheduled Bank of

    Pakistan or (c) Bond from an Insurance Company acceptable to the Employer, 20% ofcontract amount in favour of Employer valid for a period till 28 days after issue ofdefect liability certificate.

  • 8/7/2019 Tender Document Motorway Police

    5/24

    INSTRUCTION TO BIDDERS

    (Note: These Instructions to Bidders alongwith Bidding Data will not be part of the Contract and willcease to have effect once the Contract is signed)

    A. GENERAL

    IB-1 Scope of Bid

    1.1 The Employer as defined in the Bidding Data hereinafter called "the Employer" wishes toreceive bids for the construction and completion of the Works as described in theseBidding Documents, and summarized in the Bidding Data hereinafter referred to as the"Works".

    1.2 The successful bidder will be expected to complete the Works within the time specified inAppendix-A to Bid.

    IB.2 Eligible Bidders

    2.1 This invitation for Bids is open to all bidders meeting the following requirements:

    a. Duly licensed by the Pakistan Engineering Council (PEC) in the category relevantto the value of the Works and the license should be valid at the time ofsubmission of Bid.

    b. Duly pre-qualified / enlisted with the Employer.

    IB.3 Cost of Bidding

    3.1 The bidders shall bear all costs associated with the preparation and submissionof their respective bids and the Employer will in no case be responsible or liablefor those costs, regardless of the conduct or outcome of the bidding process.

    IB.4 Site Visit

    4.1 The Bidder or his authorized representatives shall visit and inspect the Site ofWorks including the areas and surroundings to be used for the Contractor'sCamp, on his own responsibility and at his own expense, and obtain all theinformation from his own sources which may be necessary for the purpose ofpreparing the Bid. The Employer may assist but will not take any responsibility forthe supply or correctness of the information.

    4.2 The Bidder shall, before submitting his Bid, satisfy himself in all respectsincluding the following:

    a) The existing facilities in the vicinity of the Site of Work, the hydrologicaland climatologically conditions, the form and nature of the Site of Work.

    b) The quantities and nature of the work and materials necessary forcompletion of the Works.

    c) The means of access to the Site of Work and exit from the Site.d) The available accommodation on land for the Contractor's Camp within

    or outside the Site of Work.e) All necessary information as to risks, contingencies and other

    circumstances, which may influence or affect the Bid.f) The type and nature of soil existing in area of work.g) The existing condition at the Site.

  • 8/7/2019 Tender Document Motorway Police

    6/24

    4.3 Each Bidder shall also enquire and satisfy himself as to the source, the quantityof supply, the sufficiency of and the means of obtaining and transporting all plant,material, labour, fuel, water, electricity, and other matters or things required for orin connection with the Works.

    4.4 In preparing the Bid, Bidder shall also consider his obligation to adequately storeall materials and maintain existing facilities and all Temporary Works during theperiod of their usage.

    4..5 The Bidder must make local inquiries as to the physical conditions prevailing atthe Site and obtain his own information on all matters and things that may in anyway influence him in making a Bid and fixing the rates in the Bill of Quantities. Hemust also satisfy himself as to the risks, obligations and responsibilities to beundertaken in accordance to the Contract to be entered into by him should hisBid be accepted.

    4.6 The Bidder shall make his own investigations, enquiries and assessments, on allmatters, of all conditions of existing constructions at the Site and its vicinity, to hissatisfaction before submitting his Bid.

    B. BIDDING DOCUMENTS

    IB.5 Documents Comprising the Bid

    5.1 The Bidding Documents, in addition to invitation for bids, are those stated belowand should be read in conjunction with any Addenda issued in accordance withClause IB-6.Volume: I

    y Invitation for Bids.

    y Instruction to Bidders.

    y Bidding Data.

    y Form of Bid.

    y Conditions of contract, Part-I, General Conditions.

    y Conditions of Contract, Part-II Particular Conditions of Contract.y Supplementary Conditions of Contract:

    y Appendices to Bid.

    y Forms of Performance Security, Contract Agreement, Mobilization AdvanceGuarantee (Bank Guarantee)

    Volume: II

    y Specifications.

    Volume: III

    y Bid Drawings.

    5.2 The bidders are expected to examine carefully the contents of all the above

    documents. Failure to comply with the requirements of bid submission will be atthe Bidder's own risk. Bids which are not substantially responsive to therequirements of the Bidding Document will be rejected.

    IB.6 Amendment of Bidding Documents

    6.1 At any time prior to the deadline for submission of bids, the Employer may, forany reason, whether at his own initiative or in response to a clarification

  • 8/7/2019 Tender Document Motorway Police

    7/24

    requested by a prospective bidder, modify the Bidding Documents by issuingaddendum.

    C. PREPARATION OF BIDS

    IB.7 Language of Bid

    7.1 The bid and all correspondence and documents related to the bid exchanged by a bidderand the Employer shall be in the bid language stipulated in the Bidding Data andParticular Conditions of Contract. Supporting documents and printed literature furnishedby the bidders may be in any other language provided the same are accompanied by anaccurate translation of the relevant parts in the bid language, in which case, for purposesof evaluation of the bid, the translation in bid language shall prevail.

    IB.8 Bid Prices

    8.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole ofthe Works as described in Sub-Clause 1.1 hereof, based on the unit rates and / or pricessubmitted by the bidder.

    8.2 The bidders shall fill in rates and prices for all items of the Works described in the Bill ofQuantities. Items against which no rate or price is entered by a bidder will not be paid forthe Employer when executed and shall be deemed covered by rates and prices for otheritems in the Bill of Quantities.

    8.3 All duties, taxes and other levies payable by the Contractor under the Contract, or for anyother cause, as on the date 28 days prior to the deadline for submission of bids shall beincluded in the rates and prices and the total Bid Price submitted by a bidder. Additional /reduced duties, taxes and levies due to subsequent additions or changes in legislationshall be reimbursed / deducted as per Sub-Clause 70.2 of the General Conditions ofContract Part-I.

    8.4 The rate and prices quoted by the bidders are subject to adjustment during theperformance of the Contract in accordance with the provisions of Clause 70 of theConditions of Contract. The bidders shall furnish the prescribed information for the price

    adjustment formulae in Appendix-C to Bid, and shall submit with their bids such othersupporting information as required under the said Clause.

    8.5 The Bidder, by the act of submitting a Bid, acknowledges that he has inspected the Siteof Works and determined the general characteristics and conditions. The Employer willnot assume any responsibility for information, interpretations and deductions the Biddermay make from the information furnished by the Employer or the Engineer. No verbalagreement or conversation with any officer, employee or agent of the Employer or theEngineer either before, during or after the execution of the Contract, shall effect or modifyany of the terms or obligations contained in the Contract.

    8.6 The attention of the Bidder is drawn to the fact that local regulations require specialformalities to be complied with in connection with the ordering, purchasing and importingof materials from outside Pakistan. Bidder will be deemed to have obtained full

    information about all such matters and to have allowed in his Bid for all delays, additionalcosts and financing charges that may arise directly or indirectly there from.

    8.7 Any neglect or failure on the part of the Bidder to obtain reliable information on the spotor elsewhere upon the foregoing or any other maters affecting the executing andcompletion of the Works, the rates, total amounts and the Contract shall not relieve theBidder whose Bid is accepted from any risks or liabilities or from the responsibility ofcompleting and handing over the Works.

  • 8/7/2019 Tender Document Motorway Police

    8/24

    8.8 The rates and prices set down by the Bidder against all the items in the Bill of Quantitiesare to be the full inclusive value of the finished work described there under and shall bedeemed to include all costs of performing the Works including all taxes and duties, profitsand costs of accepting the general risk, liabilities and obligations of every kind set forth orimplied in the Contract.

    IB-9 Bid Validity

    9.1 Bids shall remain valid for the period stipulated in the Bidding Data after the Date of Bidopening specified in Clause IB-15.

    IB-10 Bid Security

    10.1 Each bidder shall furnish, as part of his bid, a Bid Security in the amount stipulated in theBidding data in Pak Rupees.

    10.2 The Bid Security shall be at the option of the bidder, in the form of Deposit at Call or PayOrder or Bank Draft in favour of the Employer.

    10.3 Any bid not accompanied by an acceptable Bid security shall be rejected by the Employeras non-responsive.

    10.4 The bid securities of unsuccessful bidders will be returned as promptly as possible.

    10.5 The Bid security of the successful bidder will be returned when the bidder has furnishedthe required Performance Security and signed the Contract Agreement.

    11.6 The Bid Security may be forfeited:

    (a) if the bidder withdraws his bid.

    (b) if the bidder does not accept the correction of his Bid Price hereof, or

    (c) In the case of successful bidder, if he fails within the specified time limit to:

    (i) furnish the required Performance Security; or

    (ii) sign the Contract Agreement.

    IB-11 Format and Signing of Bid

    11.1 Bidders are particularly directed that the amount entered on the Form of Bid shall be forperforming the Contract strictly in accordance with the Bidding Documents.

    11.2 All appendices to Bid are to be properly completed and signed.

    11.3 No alteration is to be made in the Form of Bid nor in the Appendices thereto except infilling up the blanks as directed. If any such alterations be made or if these instructions benot fully complied with, the bid may be rejected.

    11.4 Each bidder shall prepare by filling out the forms completely and without alterations one(1) original and number of copies, specified in the Bidding Data, of the documentscomprising the bid as described in Clause IB-5 and clearly mark them "ORIGINAL" and"COPY" as appropriate. In the event of discrepancy between them, the original shallprevail.

    11.5 The original and all copies of the bid shall be typed or written in indelible ink (in the caseof copies, Photostats are also acceptable) and shall be signed by a person or personsduly authorized to sign on behalf of the bidder. All pages of the Bid including appendices,

  • 8/7/2019 Tender Document Motorway Police

    9/24

    addendum, corrigendum's clarifications, supplementary information as are issued shallbe initialed and stamped by the person or persons signing the Bid.

    11.6 The Bid shall contain no alterations, omissions or additions, except to comply withinstructions issued by the Employer, or as are necessary to correct errors made by theBidder, in which case the person or persons signing the Bid shall initial such corrections.Each correction shall be separately signed and stamped. Over-writing, erasures, use of

    whitening fluid, correction tape for making corrections is not permitted. Non-complianceof these instructions may be construed as sufficient ground to render the Bid non-responsive.

    11.7 Bidders shall indicate in the space provided in the Form of Bid their full and properaddresses at which notices may be legally served on them and to which allcorrespondence in connection with their bids and the Contract is to be sent. Bids shall beprepared and submitted on the form of "the Bid" provided. All blank spaces must be filledin and completed form must be without interlineations or alteration of the original wording.Bids with incomplete and/or unsigned Form of Bid may be rejected/considered NonResponsive. The Bidder shall stamp and sign each page of Bid Documents for thepurpose of identification and acknowledgement of acceptance thereof.

    11.8 Bidders should retain a copy of the Bidding Documents as their file copy.

    D. SUBMISSION OF BIDS

    IB.-12 Sealing and Marking of Bids

    12.1 Each bidder shall submit his bid as under:

    (a) ORIGINAL and each copy of the Bid shall be separately sealed and put inseparate envelopes and marked as such.

    (b) The envelopes containing the ORIGINAL and copies will be put in one sealedenvelope and addressed / identified as given in Sub-Clause 11.2 hereof.

    12.2 The inner and outer envelopes shall:

    (a) be addressed to the Employer at the address provided in the Bidding Data;

    (b) bear the name and identification number of the Contract as defined in the BiddingData; and

    provide a warning not to open before the time and ate for bid opening, asspecified in the Bidding Data.

    12.3 In addition to the identification required in Sub-Clause 192. hereof, the inner envelopeshall indicate the name and address of the bidder to enable the bid to be returnedunopened in case it is declared "late" pursuant to Clause IB-14.

    12.4 If the outer envelope is not sealed and marked as above, the Employer will assume noresponsibility for the misplacement or premature opening of the Bid.

    IB-13 Deadline for Submission of Bids

    13.1 (a) Bids must be received by the Employer at the address specified no later than thetime and date stipulated in the Bidding Data..

    (b) Bids with charges payable will not be accepted, nor will arrangements beundertaken to collect the bids from any delivery point other than that specified

  • 8/7/2019 Tender Document Motorway Police

    10/24

    above. Bidders shall bear all expenses incurred in the preparation and delivery ofbids. No claims will be entertained for refund of such expenses.

    (c) Where delivery of a bid is by mail and the bidder wishes to receive anacknowledgement of receipt of such bid, he shall make a request for suchacknowledgement in a separate letter attached to but not included in the sealedbid package.

    (d) Upon request, acknowledgment of receipt of bids will be provided to thosemaking delivery in person or by messenger.

    13.2 The Employer may, at his discretion, extend the deadline for submission of bids byissuing an amendment in accordance with Clause IB-6 in which case all rights andobligations of the Employer and the bidders previously subject to the original deadline willthereafter be subject to the deadline as extended.

    IB-14 Late bid

    14.1 (a) Any bid received by the Employer after the deadline for submission of bidsprescribed in Clause IB-12 will be returned unopened to such bidder.

    (b) Delays in the mail, delays of person in transit, or delivery of a bid to the wrongoffice shall not be accepted as an excuse for failure to deliver a bid at the properplace and time. It shall be the bidder's responsibility to determine the manner inwhich timely delivery of his bid will be accomplished either in person, bymessenger or by mail.

    E. BID OPENING AND EVALUATION

    IB-15 Bid Opening

    15.1 The Employer will open the bids, in the presence of bidders representatives who chooseto attend, at the time, date and location stipulated in the Bidding Data. The bidders

    representatives who are present shall sign a register evidencing their attendance.

    IB-16 Clarification of Bids

    16.1 To assist in the examination, evaluation and comparison of bids, the Employer may, athis discretion, ask any bidder for clarification of his bid, including breakdowns of unitrates. The request for clarification and the response shall be in writing but no change inthe price or substance of the bid shall be sought, offered or permitted except as requiredto confirm the correction of arithmetic errors discovered by the Employer in the evaluationof the bids in accordance with Clause IB-17.

    IB.17 Examination of Bids and Determination of Responsiveness

    17.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid (i)meets the eligibility criteria; (ii) has been properly signed; (iii) is accompanied by therequired Bid Security; and (iv) is substantially responsive to the requirements of theBidding Documents (v) Continue to meet the minimum criteria set out for eligibility.

    17.2 If the Bid of the successful bidder is seriously unbalanced in relation to the Employer'sestimate of the cost of work to be performed under the Contract, the Employer mayrequire the bidder to produce detailed price analyses for any or all items of the Bill ofQuantities to demonstrate the internal consistency of those prices with the construction

  • 8/7/2019 Tender Document Motorway Police

    11/24

    methods and schedule proposed. After evaluation of the price analyses, the Employermay take action under Sub-Clause 16.3 or may require that the amount of thePerformance Security set forth in Clause IB-21 be increased at the expense of thesuccessful bidder to a level sufficient to protect the Employer against financial loss in theevent of default of the successful bidder under the Contract.

    17.3 A bid with highly inflated or unworkable rates of any BOQ items may be considered non-

    conforming and rejected. The Employer may also disqualify such Bidders fromparticipating in the subsequent Bids who submits such unbalanced and/or unworkablerates of major items of work.

    F. AWARD OF CONTRACT

    IB.18 Award

    18.1 Subject to Clauses IB 19 and IB-23, the Employer will award the Contract to the bidderwhose bid has been determined to be substantially responsive to the Bidding Documentsand who has offered the lowest evaluated Bid Price, provided that such bidder has beendetermined to be eligible in accordance with the provision of Clause IB-2 and qualitypursuant to Sub-Clause IB 17.2.

    18.2 The Employer having credible reasons for, or prima facie evidence, of any defect inBidders capacities, will determine to its satisfaction that the substantially responsive,lowest evaluated Bidder, whether already pre-qualified or not, is qualified to satisfactorilyperform the Contract in accordance with the applicable Qualification Criteria including thefollowing:

    (a) The Bidder should have successfully completed at least one similar project in thelast five years either independently or as a lead partner; and

    (b) The Bidder should have successfully completed in the last five years any specificproject as evaluated during prequalification.

    18.3 The Employer does not bind himself to award the Contract to the lowest or to any Bidder,but will take into careful consideration the Bidders prices and such other factors as are

    deemed applicable.

    IB.19 Employer's Right to accept any Bid and to Reject any or all Bids

    19.1 Notwithstanding Clause IB-17, the Employer reserves the right to accept or reject anyBid, and to annual the bidding process and reject all bids, at any time prior to award ofContract, without thereby incurring any liability to the affected bidders or any obligationexcept that the grounds for rejection of all bids shall upon request be communicated toany bidder who submitted a bid, without justification of grounds. Rejection fl all bids shallbe notified to all bidders promptly.

    IB.20 Notification of Award

    20.1 Prior to expiration of the period of bid validity prescribed by the Employer, the Employerwill notify the successful bidder in writing ("Letter of Acceptance") that his Bid has beenaccepted. This letter shall name the sum which the Employer will pay the Contractor inconsideration of the execution and completion of the Works by the Contractor asprescribed by the Contract (hereinafter and in the conditions of Contract called the"Contract amount").

  • 8/7/2019 Tender Document Motorway Police

    12/24

    20.2 No Negotiation with the bidder having evaluated as lowest responsive or any other biddershall be permitted, however, Employer may have clarification meetings to get clarify anyitem in the bid evaluation report.

    20.3 The notification of award and its acceptance by the bidder will constitute the formation ofthe Contract, binding the Employer and the bidder till signing of the formal ContractAgreement.

    20.4 Upon furnishing by the successful bidder of a Performance Security, the Employer willpromptly notify the other bidders that their Bids have been unsuccessful and return theirbid securities.

    IB.21 Performance Security

    21.1 The successful bidder shall furnish to the Employer a Performance Security in the formand the amount stipulated in the Bidding Data and the Conditions of Contract within aperiod of 14 days after the receipt of Letter of Acceptance.

    21.2 Failure of the successful bidder to comply with the requirements of Sub-Clause 20.1 orClauses IB-21 or IB-23 shall constitute sufficient grounds for the annulment of the award

    and forfeiture of the Bid Security.

    IB.22 Signing of Contract Agreement

    22.1 Within 14 days from the date of furnishing of acceptable Performance Security under theConditions of Contract, the Employer will send the successful bidder the ContractAgreement in the form provided in the Bidding Documents, incorporating all agreementsbetween the parties.

    22.2 The formal Agreement between the Employer and the successful bidder shall beexecuted within 14 days of the receipt of the Contract agreement by the successfulbidder from the Employer.

    IB.23 General Performance of the Bidders

    The Employer reserves the right to obtain information regarding performance of thebidders on their previously awarded contracts/works. The Employer may in case ofconsistent poor performance of any Bidder as reported by the employers of thepreviously awarded contracts, interalia, reject his bid and/or refer the case to the PakistanEngineering Council. Upon such reference, PEC in accordance with its rules, proceduresand relevant laws of the land take such action as may be deemed appropriate under thecircumstances of the case including black listing of such Bidder and debarring him fromparticipation in future bidding for similar works.

    IB.24 Integrity Pact

    The Bidder shall sign and stamp the integrity Pact provided at Schedule-L to Bid in theBidding Documents for all Federal Government procurement contract exceeding Rupeesten million. Failure to provide such Integrity Pact shall make the bidder non-responsive.

  • 8/7/2019 Tender Document Motorway Police

    13/24

    IB.25 Sufficiency of Bid

    Each Bidder shall be deemed to have satisfied himself fully, before submitting the Bid, asto all aspects of the Works, correctness and sufficiency of his Bid and of rates and pricesstated in the Bills of Quantities, which a rates and prices shall, except in so far as it isotherwise expressly provided in the Contract, cover all his obligations under the Contract

    and all maters and things necessary for the proper completion of Works.

    Objections, excuses or claims made by the Bidder after submission of his Bid to theEmployer shall not be entertained.

    IB.26 Substitution of Codes & Standards

    Codes and Standards other than those referred to in the Specification may be acceptedprovided the Engineer is satisfied that the proposed Codes and Standards are equivalentor better than those specified. If any of these alternative Codes and Standards areproposed to be used, it must be clearly stated in the Form of the Bid. The general intentof the Specifications must be maintained. The decision of the Engineer as to whetheralternative Codes and Standards fulfill the requirements of prescribed Standard and

    Codes, at all times, shall be final.

    IB.27 Sub-Contractors

    Any Sub-Contractor is subject to the acceptance of the Employer/Engineer and the Sub-Contract shall be subject to the same Conditions of Contract as the main Contract. A list,as set forth in Appendix "I" showing the name and address and credentials of eachproposed Sub-Contractor, the type of work to be sub-let and the reason for sub-lettingshall be submitted with the Bid. Overall responsibility of all works, whether parts of itsubcontracted or not, shall rest with the Bidder.

    IB.28 Taxes & Duties

    The Bidder shall obtain all information as to Pakistan Income Tax, Sales Tax, SalariesTax, Professional Tax, Company Tax, Municipal Octoris, Levies and any other taxesimposed by the local bodies, export and import duties, import surcharge, Iqra surcharge,etc and necessary permits and confirm the requirements thereof at his own responsibilityand include all such cost in his Bided price. The quoted rate shall also include the cost ofaccepting the general risks/liabilities and obligations set forth or implied in the Contract.

    IB.29 Insurance

    The Bidder shall estimate the amounts required to provide all the insurances under the

    Contract from approved insurers as specified in the Conditions of Contract Part II B, andthe Bid Price shall be deemed to include all such amounts.

    The successful Bidder shall insure the work together with materials, plant, equipment,property and person in accordance with Conditions of Contract Part I, Part II and ensurethat it has become effective prior to commencement of work on Site.

  • 8/7/2019 Tender Document Motorway Police

    14/24

    INVITATION FOR BIDS

    Date:______________Bid Reference No. ________________

    1. The National Highway Authority invites sealed Bids from pre-qualified Bidders for furnishing thenecessary labor, materials, equipment and services for the Construction of Motorway PoliceHead Office Building At Babu Sabu Interchange, Lahore.

    2. A complete set of Bidding Documents and drawings may be purchased from the office of theDirector (Maint) Punjab-North at Shahpur Interchange, Thokar Niazbeg, Lahore by any pre-qualified bidder on submission of written application alongwith a non-refundable fee ofRs. 20,000/- (Rupees twenty thousand only) on 3

    rdApril 2008 during the office hours.

    3. All the bids must be accompanied by a Bid security equal to Rs. 1,197,209.00 as laid down.

    4. Bids will be received in the office of Director (Maint) Punjab-North National Highway Authority,Lahore until 11:00 hours on 5

    thApril 2008 and will be opened at 11:30 hours on the same day in

    the presence of that Bidder's representative who choose to attend the opening of Bids at thesame office.

    5. National Highway Authority reserves the right to reject any or all the bids without assigning anyreasons(s) thereof.

    General Manager (Punjab-North)National Highway Authority,Shahpur InterchangeThokar NiazbegLahoreTel: 042-9260245

  • 8/7/2019 Tender Document Motorway Police

    15/24

    GENERAL INSTRUCTION

    1. All wood work tobe properly seasoned and of 'A' quality.

    2. M.D.F. board to be of Lasani (Super) or approved equivalent.

    3. Steel reinforcement and cement (Grey & White) to be used as approved.

    4. Formica to be of Balochistan Laminates or approved equivalent.

    5. All polish on wood work to be imported stain as approved in Matt / SatinFinish with required of coats of ICI or approved equivalent polyurethaneas per manufacturer's specification and instruction.

    6. All wooden frame work to be solignum treated (English make) prices to beincluded in respective items of BOQ.

    7. All materials specified like wood, MDF board, M.S. & Stainless Steel, PVC& S.S Skirting, Glazing, etc, mentioned in nomenclatures / drawings tobe used in maximum possible sizes to avoid too many joints, etc.

    8. All hardware's like, hinges, locks, catchers, handles, etc, to be used ofbest quality as per hardware schedule and instruction of the Architect.

    9. All aluminium section to be of Pakistan Cable or approved equivalent.

    10. All Glass to be imported of China origin or approved equivalent.

    11. All paint Matt Enamel, Primer, Anti Corrosive, etc to be of ICI or Berger.

    12. All M.S. work to be treated with minimum 2 coats of Anti Corrosive paint.

    13. All material specified must be approved by Architect before installation.

  • 8/7/2019 Tender Document Motorway Police

    16/24

    LIST OF APPROVED MANUFACTURERS/BRAND

    S. NO DESCRIPTION COMPANY

    1. Crushed Stone Aggregate Margalla

    2. Reinforcement Steel AFCO, Mughal, Amrelli, Fazal

    3. Sand Lawrancepur

    4. Ceramic Tiles Master, Imported Chinese

    5. Plastic/Vinyl Emulsion/Enamel (Matt orGloss), Polish

    ICI Dulux

    6. G. I. Pipes IIL, Jamal

    7. G.I. Pipes (Special) Chinese (Imported)

    8. Gate Valves & Sluice Valves Anwar or Chinese (Imported)

    9. Pigment, Grout Stile Tiles

    10. Hardware Stays & Handles (Brass) Mosa, Pistol

    11. Glass Ghani Glass, Chinese (Imported)

    12. Stainless Steel Sink Atlas, Super Asia

    13. Cost Iron (Spun) Pipe Fitting & FixturesCost Iron Pipe Fitting & Fixtures

    Alpine, CME, Teepu (Soil & Waste)BKM, C.I Engineering (Rain Water &Vent)

    14. PPR & UPVC Pipes & Fittings DADEX BETA, AGM

    15. RCC Pipes Shalimar, Akram

    16. Geyser Singer, Cannon, Delite

    17. Sanitary Fixtures Porta

    18. Flushing Tank Porta

    19. Sanitary Fittings Sonex

    20. Anti Termite Water proofing agents andconcrete admixtures

    Termidor, Biflex, Dursbin Dynabond, Vandex, Feb

  • 8/7/2019 Tender Document Motorway Police

    17/24

    LIST OF APPROVED MANUFACTURERS/BRAND

    21. Light Fixtures Phillips Electrical Company,

    Thermec Engineering Co

    22. Distribution Boards IES, Switch Gear, S.A. Electric Co,NR Industries

    23. Cables and Wires Pakistan Cables LtdPioneer Cables LtdNewage CablesAGE Cables

    24. PVC Conduit & Accessories Shavyl, Galco, Beta Pipes

    25. Steel Conduit & Accessories Hilal IndustriesInternatinal Industries

    26. Switches, Sockets etc Clipsal

    27. Back Boxes, Pull Boxes etc Clipsal

    28. Telephone Cables/Dish Antenna Cables Siemens, GermanyPakistan Cables LimitedPioneer Cables

    29. Telephone Junction Boxes IES SwitchgearS.A. Electric, N.R. Industries

    30. Fans Younus, Royal & PAK Fans

    31. MCCB MCb's TeraSaki, Fuji, Marlin Gerlin (M&G),Mitsubishi, Clipsal

    32. Aluminum Section Pakistan Cables, Alcop, Lucky

  • 8/7/2019 Tender Document Motorway Police

    18/24

    Mobilization Advance

    a. Provision is made within the Contract for the Contractor to obtain aMobilization Advance. The Advance shall be limited to ten (10) percent of

    the sum of the Accepted Contract Amount stated in Letter of Acceptanceless any Provisional Sums and will cover mobilization, demobilization andany costs incurred therein.

    The Mobilization Advance (If required) may be paid in full after thefollowing conditions have been fulfilled:

    (i) That the Contract Agreement has been signed by the parties;

    (ii) That the contractor has satisfied the conditions setout under Clause41.2 Part-II, to be certified by the Engineer.

    (iii) The Engineer has given his consent to the programme submittedby the Contractor pursuant to Clause 14.1 of the Conditions ofContract.

    (iv) That the Contractor guarantees the full amount of the advancepayment by an irrevocable without recourse bank guarantee.

    The bank guarantee must be issued by a scheduled bank in Pakistan acceptableto the Employer and must be encashable in Pakistan in the same currencies asthe advance payment was made. The bank guarantee shall remain valid and inforce until the Mobilization Advance is recovered in full.

    b. At any time, the bank guarantee shall be valid for an amount not less thanthe amount of the original Mobilization Advance les any partial repaymentof that Advance which may have been effected. The Contractor shallinform the guaranteeing bank, by letter counter signed by the Employer, ofthe required amount of the guarantee form time to time. Reduction of theamount shall not be made without such authorizing letter.

    c. Normally, recovery of the Mobilization Advance will be made from eachInterim Payment Certificate (IPC) as a percentage of the value of theWorks executed during the respective period of the IPC. Deduction shall

    be made after the deduction of Retention Money. The rate of deductionshall be 15% until the full recovery has been effected.

    d. Notwithstanding any thing contained herein, the whole of the MobilizationAdvance shall be recovered not later than two months prior to thecompletion date of the Works as per the "Time for Completion", which, forthe purpose of this Clause, may include Engineer's provisionalassessment considering the provisions of Clause 44, of the Conditions of

  • 8/7/2019 Tender Document Motorway Police

    19/24

    the Contract which shall be subject to Employer's approval, to allowrecovery of the advance in accordance with the said assessment.

    e. IN the event that the amount of monies certified and due to the Contractorunder the contract any time is less than the total of due repayments ofMobilization Advance, the balance of the due repayments shall be paid tothe Employer by the Contractor within seven days of demand by theEmployer. If the balance is not so paid, the Employer shall be empoweredto call in sufficient of the Mobilization Advance bank guarantee to coverthe said balance.

    f. The Employer shall be empowered to call in the guarantee in whole or inpart(s) if the Contractor defaults in the repayments(s) for any reason(s).

  • 8/7/2019 Tender Document Motorway Police

    20/24

    Appendix-E to Bid

    PROPOSED CONSTRUCTION SCHEDULE

    Pursuant to Clause 43 "Time for Completion" of the Conditions of Contract Part-I, theWork shall be completed on or before the date stated in Appendix-A to the Bid. Thebidder shall provide as Appendix-D to his Bid a Construction Schedule in bar chart formidentifying the critical path and showing the sequence of work items and the period oftime during which he proposes to complete each work item alongwith a resourcehistogram in such a manner that his proposal for completion of the whole of the workand parts of the work may meet Employer's completion targets noted below. The aboveconstruction schedule should separately reflect detailed mobilization activities, likeestablishing site office, camps, installation of plants, mobilization of equipments,preliminary survey etc (Attach Sheets as required).

    1. Date of Commencement

    Within fourteen (14) days after the receipt of Engineer's Order to Commence.

    2. Time for Completion of whole of the Works

    620 Calendar days from the "Commencement Date"

    3. Completion of Engineer's/Contractor's Camps

    a. Provision of Engineers and Within Sixty (60) calendar days afterContractor's Camp Facilities availability of land to the Contractor.

  • 8/7/2019 Tender Document Motorway Police

    21/24

    General Conditions of Contract

    The Employer:

    General Manager (Punjab-North)National Highway AuthorityShahpur InterchangeThokar Niazbeg,Lahore

    The Contract:

    Motorway Police Head Office BuildingAt Babu Sabu Interchange,

    Lahore

    CONDITIONS OF CONTRACT

    GENERAL CONDITIONS

    The Conditions of Contract, Part I: General Conditions shall be those formingPart I of the "Conditions of Contract for Works of Civil Engineering Construction" forthedition 1987, reprinted in 1992 with further amendments, prepared by the FederationInternationale des Ingenieurs-Conseils (FIDIC). These Conditions are subject to the

    variations and additions set out in Part II hereof entitled "Conditions of ParticularApplication."

  • 8/7/2019 Tender Document Motorway Police

    22/24

    (g) The Appendices to Bid (B to L);(h) Specification(i) The Drawings;(j) Bill of Quantities;(k) any other document forming Part of the Contract;

    The Contractor is required to associate qualified and experienced technical experts todeal with technical problems during construction and shall give prompt notice to theEngineer of any error, omission, fault or other defects in design or specifications of thework. The final responsibility of practicality and technical adequacy of construction restswith the Contractor.

    a) The Employer:

    General Manager (Punjab-North)National Highway AuthorityShahpur InterchangeThokar Niazbeg,Lahore

    1. Ordinary Portland Cement Fauji Cement Pakistan, Islamabad

    2. Structural Steel Pakistan Steel Mills, Karachi

    3. Reinforcing Steel Grade-40 Grade-60 M/s Fazal Steel, Islamabad

    4. Asphalt Cement in bulk Pen Grade

    80/100 Attock Refinery (Pvt) Limited,60/70 Rawalpindi

    5. MC-70/RC-250 Attock Refinery (Pvt) Ltd, Rawalpindi

    6. Labour (Unskilled) Monthly Statistical Bulletin, FederalBureau of Statistics GOP for LahoreCity

  • 8/7/2019 Tender Document Motorway Police

    23/24

    (a) The Contract Agreement;

    (b) The Letter of Acceptance;

    (c) The Form of Bid;

    (d) Special Stipulations (Appendix-A to Bid);(e) The Particular Conditions of Contract Part II;

    (f) The General Conditions Part I;(g) Supplementary Conditions of Contract Part III;

    (h) Bill of Quantities;

    (i) The Appendices to Bid (B to L);

    (j) The Drawings:

    (k) The Specifications.(l) ___________________________ (any other)

    General Manager (Punjab-North)National Highway Authority,Shahpur Interchange, Thokar NiazbegLahore. Tel: 042-9260245

  • 8/7/2019 Tender Document Motorway Police

    24/24

    certificate to that effect shall be issued by the Employer to theContractor.

    Notwithstanding such deduction of income tax at source, theContractor shall be liable to pay the balance income tax, supper tax

    and other taxes on income or his profits arising out of theContractor and his employees on their remunerations etc, inaccordance with the prevailing income tax laws of Pakistan.

    SSC-28 Approved Insurance Companies

    As per approved list of National Highway Authority.