PROCUREMENT OF OBMs (40-Hp Long Shaft)

Provincial Disaster Management Authority
Tender Documents
PROCUREMENT OF OBMs
(40-Hp Long Shaft)
Provincial Disaster Management Authority
40/A, Lawrence Road, Lahore
Tel: 042-99204403-4
Fax :- 042-99204405
Sign______________________
Stamp_______________________
Page 1
Provincial Disaster Management Authority
Tender Documents
DISCLAIMER
This Request for Tender Document is provided to the recipient solely for use in preparing and submitting
applications in connection with contract for provision of 40-Hp Long Shaft Out Board Motor Engine for Boat
Fleet. The Request for Tender (RFT) Document is being issued by the PDMA, Punjab solely for use by
prospective bidders in considering the Project.
Neither PDMA, Punjab, nor their employees make any representation (expressed or implied) or warranties as
to the accuracy or completeness of the information contained herein, or in other document made available to a
person in connection with the tender process for the Project and shall have no liability for this RFT Document
or for any other written or oral communication transmitted to the recipient in the course of the recipient’s
evaluation of the Assignment. Neither PDMA Punjab, nor their representatives will be liable to reimburse or
compensate the recipient for any costs nor expenses incurred by the recipient in evaluating or acting upon this
RFT Document or otherwise in connection with the Assignment as contemplated herein.
PDMA, Punjab reserves its right, in its full discretion, to modify the RFT and/or the Project at any time to the
fullest extent permitted by law, and shall not be liable to reimburse or compensate the recipient for any costs
nor expenses incurred by the recipient in such an event.
Sign______________________
Stamp_______________________
Page 2
Provincial Disaster Management Authority
Tender Documents
TENDER DOCUMENT
(Special Instructions)
Provincial Disaster Management Authority
40/A, Lawrence Road, Lahore. Pakistan
Phone: (+ 92) (42) (99204403-4) Fax: (+92) (42) (99204405)
1.1 PPRA Rules to be followed
Punjab Procurement Rules 2014 will be strictly followed. These may be obtained from:
http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx In this document, unless otherwise
mentioned to the contrary, "Rule" means a Rule under the Punjab Procurement Rules 2016.
Origin.
1.
For purposes of "origin" shall be considered to be the place where the Goods are
produced or from which the Services are provided. Goods are produced when,
through manufacturing, processing or substantial and major assembling of
components, a commercially recognized product results that is substantially
different in basic characteristics or in purpose or utility from its components.
Tender Cost.
2
The Bidder shall bear all costs / expenses associated with the preparation and
submission of the Tender (s) and the Purchaser shall in no case be responsible / liable
for those costs / expenses.
Joint Venture.
3.1
Bidders may form a joint venture of two or more Bidders. An Agreement Deed to that
effect, legally executed and signed by all the partners shall be submitted with the
Tender.
3.2
One of the partners shall be authorized to, be in charge, incur liabilities, receive
payments and receive instructions for and on behalf of any or all partners. A power
of attorney to that effect, legally executed, signed by all the partners shall be
submitted with the Tender.
3.3
All the partners shall be jointly and severally liable for the execution of the Contract
in accordance with the terms and conditions of the Contract. The Tender, and in case
of successful Tender, the Contract Deed, to that effect, shall be signed by all the
partners.
Examination of the Tender Document
4.1
The Bidder is expected to examine the Tender Document, including all instructions
and terms and conditions.
Clarification of the Tender Document
5.1
The Bidder may require further information or clarification of the Tender Document,
no later than three working days prior to the deadline for the submission of the Tender,
in writing or by telephone or by visiting the office.
Sign______________________
Stamp_______________________
Page 3
Provincial Disaster Management Authority
Tender Documents
Amendment of the Tender Document
6.1
The Purchaser may, at any time prior to the deadline for submission of the Tender,
at its own initiative or in response to a clarification requested by the prospective
Bidder(s), amend the Tender Document, on any account, for any reason. All
amendment(s) shall be part of the Tender Document and binding on the prospective
Bidder(s).
6.2
The Purchaser shall notify the amendment(s) in writing to the prospective Bidders
who shall acknowledge receipt of the amendment(s) in writing to the Purchaser.
6.3
The Purchaser may, at its exclusive discretion, amend the Tender Document to extend
the deadline for the submission of the Tender, in which case all rights and obligations
of the Purchaser and the Bidders previously subject to the deadline shall thereafter
be subject to the deadline as extended.
Preparation / Submission of Tender
7.1
The Bidder shall submit only one Tender.
7.2
The Tender shall be furnished for whole Tender and not in piecemeal.
7.3
The Tender and all documents relating to the Tender, exchanged between the Bidder
and the Purchaser, shall be in English. Any printed literature furnished by the Bidder
in another language shall be accompanied by an English translation which shall
govern for purposes of interpretation of the Tender.
7.4
The Tender shall be filed in / accompanied by the prescribed Forms, Annexes,
Schedules, Charts, Drawings, Documents, Brochures, Literature, etc. which shall be
typed, completely filled in, stamped and signed by the Bidder or his Authorized
Representative. In case of copies, photocopies may be submitted.
7.5
The Tender shall be in two parts i.e. the technical proposal and the financial proposal.
Each proposal shall be in two sets i.e. the original and the copy. In the event of any
discrepancy between the original and the duplicate, the original shall govern.
7.6
The Bidder shall seal the Original Technical Proposal in an envelope duly marked as
under:
Technical Tender for
Tender No.
[Name of the Purchaser]
[Address of the Purchaser]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
7.7
The Bidder shall seal the Original Financial Proposal in an envelope duly
under:
Financial Tender for
Tender No.
[Name of the Purchaser]
marked as
Sign______________________
Stamp_______________________
Page 4
Provincial Disaster Management Authority
Tender Documents
[Address of the Purchaser]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
7.8
7.9
The Bidder shall again seal the sealed envelopes of Technical Proposal and the
Financial Proposal in an outer envelope, duly marking the envelope as under:
Tender for
Tender No.
Strictly Confidential
Open on [Last Date of submission of the Tender]
[Name of the Purchaser]
[Address of the Purchaser]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
The Tender shall be mailed to reach or dropped in the Tender Box placed at the
Reception of the Purchaser’s office, at following address and time:
PDMA, Punjab Office
40/A Lawrence Road, Lahore
Closing Time: 02:00pm, 27th July, 2017
Opening Time: 02:30pm, 27th July, 2017
Tender Price
8.1
The quoted price shall be:
8.1.1 Best / final / fixed and valid until completion of the Contract i.e. not subject to
negotiation / variation / escalation;
8.1.2 in Pak Rupees;
8.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc.
8.2. If not specifically mentioned in the Tender, it shall be presumed that the quoted price
is as per the above requirements.
8.3
Where no prices are entered against any item(s), the price of that item shall be
deemed to have been distributed among the prices of other items, and no separate
payment shall be made for that item(s).
8.4
In case of locally produced Service, the price shall include all customs duties and
sales and other taxes already paid or payable on the components and raw
materials used in the manufacture or assembly of the item. In case of Contract of
imported Service offered Ex-Warehouse/Off-the-Shelf from within the Purchaser’s
country, import duties and sales and other taxes already paid shall be shown
separately.
Sign______________________
Stamp_______________________
Page 5
Provincial Disaster Management Authority
Tender Documents
Tender Security
A Tender Security will be Rs.750,000 in the shape of Demand Draft / Call Deposit Receipt/
AA rating Bank Guarantee in the name of DIRECTOR GENERAL, PDMA.
Validity of the Offer
9.1
denominated in a currency of the Tender;
9.1.2 Have a minimum validity period of ninety days from the last date for submission of
the Tender or until furnishing of the Performance Security, whichever is later.
9.2
The proceeds of the Tender Security shall be payable to the Purchaser, on the
occurrence of any / all of the following conditions:
9.2.1 If the Bidder withdraws the Tender during the period of the Tender validity specified
by the Bidder on the Tender Form; or
9.2.2 If the Bidder does not accept the corrections of his Total Tender Price; or
9.2.3 If the Bidder, having been notified of the acceptance of the Tender by the Purchaser
during the period of the Tender validity, fails or refuses to furnish the
Performance Security, in accordance with the Tender Document.
9.3
The Tender security shall be returned to the unsuccessful Bidder upon award of the
Contract. The Tender Security shall be returned to the successful Bidder on furnishing
the Performance Security.
Tender Validity
10.1 The Tender shall have a minimum validity period of ninety days from the last date for
submission of the Tender. The Purchaser may solicit the Bidder's consent to an
extension of the validity period of the Tender. The request and the response thereto
shall be made in writing. If the Bidder agrees to extension of validity period of the
Tender, the validity period of the Tender security shall also be suitably extended. The
Bidder may refuse extension of validity period of the Tender, without forfeiting the
Tender security.
Modification / Withdrawal of the Tender
11.1 The Bidder may, by written notice served on the Purchaser, modify or withdraw the
Tender after submission of the Tender, prior to the deadline for submission of the
Tender.
11.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to
the expiration of the period of the Tender validity, shall result in forfeiture of the
Tender Security.
Opening of the Tender
12.1 Tenders shall be opened, at the given place, time and date, in the presence of the
Bidders for which they shall ensure their presence without further invitation, as
detailed below:
Sign______________________
Stamp_______________________
Page 6
Provincial Disaster Management Authority
Tender Documents
PDMA, Punjab Office
40/A Lawrence Road, Lahore
Closing Time: 02:00pm, 27th July, 2017
Opening Time: 02:30pm, 27th July, 2017
12.2
The Bidder's name, modifications, withdrawal, security, attendance of the Bidder
and such other details as the Purchaser may, at its exclusive discretion, consider
appropriate, shall be announced and recorded.
Clarification of the Tender
13.1 The Purchaser shall have the right, at his exclusive discretion, to require, in writing,
further information or clarification of the Tender, from any or all the Bidder(s). No
change in the price or substance of the Tender shall be sought, offered or permitted
except as required to confirm the corrections of arithmetical errors discovered in the
Tender.
Determination of Responsiveness of the Tender
14.1 The Purchaser shall determine the substantial responsiveness of the Tender to the
Tender Document, prior to the Tender evaluation, on the basis of the contents of the
Tender itself without recourse to extrinsic evidence. A substantially responsive
Tender is one which:
14.1.1 Meets the Mandatory Requirement of the Eligibility Criteria of the Tender
14.1.2 meets the eligibility criteria for the Bidder / the Goods / the Services;
14.1.3 meets the delivery period / point for the Goods / the Services;
14.1.4 meets the rate and limit of liquidated damages;
14.1.5 Offers fixed price quotations for the Goods / the Services;
14.1.6 Is accompanied by the required Tender Security;
14.1.7 Is otherwise complete and generally in order;
14.1.8 Conform to all terms and conditions of the Tender Document, without material
deviation or reservation.
14.2 A material deviation or reservation is one which affects the scope, quality or
performance of the Goods or limits the Purchaser's rights or the Bidder's obligations
under the Contract.
14.3 The Tender determined as not substantially responsive shall not subsequently be made
responsive by the Bidder by correction or withdrawal of the material deviation
or
reservation. However, the Purchaser may waive off any minor non- conformity
or
inconsistency or informality or irregularity in the Tender.
14.4 The Tender shall be checked for any arithmetic errors which shall be rectified, as
follows:
14.4.1 If there is a discrepancy between the amount in figures and the amount in words for
the Total Tender Price entered in the Tender Form, the amount which tallies with the
Total Tender Price entered in the Price Schedule, shall govern.
Sign______________________
Stamp_______________________
Page 7
Provincial Disaster Management Authority
Tender Documents
14.4.2 if there is a discrepancy between the unit rate and the total price entered in the
price Schedule, resulting from incorrect multiplication of the unit rate by the quantity,
the unit rate as quoted shall govern and the total price shall be corrected, unless there
is an obvious and gross misplacement of the decimal point in the unit rate, in which
case the total price as quoted shall govern and the unit rate shall be corrected.
14.4.3 If there is a discrepancy in the actual sum of the itemized total prices and the total
tender price quoted in the Price Schedule, the actual sum of the itemized total prices
shall govern.
14.5 The Tender price as determined after arithmetic corrections shall be termed as the
Corrected Total Tender Price which shall be binding upon the Bidder.
14.6 Adjustment shall be based on corrected Tender Prices. The price determined after
making such adjustments shall be termed as Evaluated Total Tender Price.
14.7 The cost of making good any deficiency resulting from any acceptable, quantifiable
variations and deviations from the terms and conditions of the Contract / Technical
Specifications, shall be added to the corrected Tender Price for comparison purposes
only. No credit shall be given for offering delivery period earlier than the specified
period.
14.8 The Bidder shall state the Tender Price for the payment terms outlined in the
Conditions of Contract which will be considered for the evaluation of the Tender. The
Bidder may state alternate payment terms and indicate the reduction in the Tender
price offered for such alternative payment terms. The Purchaser may consider the
alternative payment terms offered by the Bidder.
14.9 The Bidders may offer discounts for items which shall be taken into account in the
evaluation of the Tenders so as to determine the Tender offering the lowest evaluated
cost for the Purchaser in deciding award(s) for whole tender.
Rejection / Acceptance of the Tender
15.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease
the quantity of any or all item(s) without any change in unit prices or other terms and
conditions, accept or reject all tender(s), cancel / annul the Tendering process at any
time prior to award of Contract, without assigning any reason or any obligation
to
inform the Bidder of the grounds for the Purchaser's action, and without thereby
incurring any liability to the Bidder and the decision of the Purchaser shall be final.
15.2 The Tender shall be rejected if it is:
15.2.1 Substantially non-responsive; or
15.2.2 Not qualified on technical proposal; or
15.2.3 Submitted in other than prescribed forms, annexes, schedules, charts, drawings,
documents / by other than specified mode; or
15.2.4 Incomplete, un-sealed, un-signed, printed (hand written), partial, conditional,
alternative, late; or subjected to interlineations / cuttings / corrections / erasures /
overwriting; or;
15.2.5 The Bidder submits more than one Tenders; or
Sign______________________
Stamp_______________________
Page 8
Provincial Disaster Management Authority
Tender Documents
15.2.6 The Bidder refuses to accept the corrected Total Tender Price; or
15.2.7 The Contactor has conflict of interest with the Purchaser; or
15.2.8 The Bidder tries to influence the Tender evaluation / Contract award; or
15.2.9 The Bidder engages in corrupt or fraudulent practices in competing for the Contract
award.
Acceptance Letter
16.1 The Purchaser shall, send the Acceptance Letter to the successful Bidder, prior to the
expiry of the validity period of the Tender, which shall constitute a contract, until
execution of the formal Contract.
Performance Security
17.1 The successful Bidder shall furnish Performance Security as under:
17.1.1 within three working days of the receipt of the Acceptance Letter from the Purchaser;
17.1.2 In the form of a Bank Guarantee, issued by a AA rated scheduled bank operating in
Pakistan, as per the format provided in the Tender Document or in another form
acceptable to the Purchaser;
17.1.3 of a sum equivalent to 10% of the contract value;
17.1.4 denominated in a currency of the Contract (PKR);
17.1.5 Have a minimum validity period of ninety days from the date of Award Notification
or until the date of expiry of warranty period, whichever is later;
17.2 The proceeds of the Performance Security shall be payable to the Purchaser, on
occurrence of any / all of the following conditions:
17.2.1 If the Bidder commits a default under the Contract;
17.2.2 If the Bidder fails to fulfill any of the obligations under the Contract;
17.2.3 If the Bidder violates any of the terms and conditions of the Contract.
17.3 The Bidder shall cause the validity period of the performance security to be extended
for such period (s) as the contract performance may be extended. The Performance
shall be returned to the Bidder within thirty working days after the expiry of its
validity.
TERMS & CONDITIONS OF THE CONTRACT
Contract
18.1 The Purchaser shall, after receipt of the Performance Security from the successful
Contractor, send the Contract provided in the Tender Document, to the successful
Contractor. Within three working days of the receipt of such Contract, the Contractor
shall sign and date the Contract and return it to the Purchaser.
Contract Documents and Information
19.1 The Contractor shall not, without the Purchaser's prior written consent, make use of
the Contract, or any provision thereof, or any document(s), specifications, drawing(s),
pattern(s), sample(s) or information furnished by or on behalf of the Purchaser
in
Sign______________________
Stamp_______________________
Page 9
Provincial Disaster Management Authority
Tender Documents
connection therewith, except for purposes of performing the Contract or disclose the
same to any person other than a person employed by the Contractor in the
performance of the Contract. Disclosure to any such employed person shall be made in
confidence and shall extend only as far as may be necessary for purposes of such
performance.
Contract Language
20.1 The Contract and all documents relating to the Contract, exchanged between the
Contractor and the Purchaser, shall be in English. The Contractor shall bear all costs
of translation to English and all risks of the accuracy of such translation.
Standards
21.1 The Goods supplied and the Services provided under this Contract shall conform to
the required Specifications or better in accordance with the latest standards.
Patent Right
22.1 The Contractor shall indemnify and hold the Purchaser harmless against all third party
claims of infringement of patent, trademark or industrial design rights arising from use
of
the Goods / the Service or any part thereof.
Execution Schedule
23.1 The Contractor shall submit an Execution Schedule, giving details of customs
clearance, supply, installation, configuration, deployment, commissioning, testing,
training, etc., as required under the Contract, to the Purchaser, within stipulated period
of the Contract (where applicable).
Packing
24.1 If goods are involved, the Contractor shall provide such packing of the Goods as is
sufficient to prevent their damage or deterioration during storage / transit to their final
destination as indicated in the Contract. Packing case size and weights shall take into
consideration, where appropriate, the remoteness of the final destination and, without
limitation, rough handling, exposure to extreme temperatures, salt and precipitation at
all points in storage / transit. The Contractor
shall arrange and pay for the packing
of the Goods to the place of destination as specified in the Contract, and the cost
thereof shall be included in the Contract Price.
Insurance
25.1 The Contractor shall provide such insurance of the Goods as is sufficient to protect
against their damage or deterioration during storage / transit to their final destination
as indicated in the Contract. The Bidder shall arrange and pay for the insurance of the
Goods to the place of destination as specified in the Contract, and the cost thereof
shall be included in the Contract Price.
Labeling
26.1 The Goods supplied under the Contract, shall be clearly labeled so as to correspond
with the delivered documentation, with proper labeling scheme provided by the
Client.
Delivery
Sign______________________
Stamp_______________________
Page 10
Provincial Disaster Management Authority
Tender Documents
27.1
The Contractor shall indicate his delivery approach clearly specifying the
requirements for packing, shipping and unpacking of deliverable hardware, software
and documentation. The approach shall address shipment of deliverables to the
various designated (installation) sites. The approach shall also specify any special
shipping constraints such as custom requirements, security requirements, access
arrangement or loading dock requirements. The Contractor shall deliver the Goods at
Districts of the Punjab, as specified by the Purchaser at the time of delivery.
27.2 The Service shall remain at the risk and under the physical custody of the Contractor
until the delivery and testing of the Goods is completed.
27.3 The Contractor shall ensure that the Goods shall be delivered complete to enable the
testing and training to proceed without interruption. If it shall appear to the Client that
the Goods have been or are likely to be delayed by reason of incomplete delivery or
for any other reasons, he may require the Bidder at the expense of the Contractor to
dispatch the missing items of the Goods or suitable replacements thereof to the site of
delivery by the fastest available means including air freight.
Spare Parts and Support
28.1 The Contractor shall ensure that the Services provided by the Contractor, under the
Contract are standard and of exact equipment, and incorporate all recent
improvements in design and materials, unless provided otherwise in the Contract.
28.2 The Contractor shall further ensure that the Services provided by the Contractor,
under the Contract shall have no defect, arising from design, materials, installation,
configuration, or from any act or omission of the Contractor that may develop under
normal use of the provided Service.
28.3 The Contractor shall maintain sufficient backup stock of spare parts and tools locally
at sites, for the maintenance of the supplied Goods, during the warranty period.
28.4 The Contractor shall ensure availability of spare parts and technical assistance for all
components for at least Three years, without major changes, after the completion of
final acceptance.
28.5 The Contractor shall give six months advance notice on any discontinued part(s) with
a suggestion for appropriate alternatives.
28.6 The Contractor shall also identify and provide the following:
28.6.1 Items (repairable spares, parts and consumable supplies) that are needed to maintain
design performance, reliability and availability standards prescribed in the Technical
Specifications. The quantity of spare parts and consumable items provided and kept
shall be equal to the requirements for one year of operating stock;
28.6.2 Critical items, whose failure would cause a system failure;
28.6.3 Items of high cost and/or long lead time (over thirty working days);
28.6.4 Items whose design reliability is such that normal stock replenishment would not
justify maintaining a level of the item in stock.
Inspection and Testing
Sign______________________
Stamp_______________________
Page 11
Provincial Disaster Management Authority
Tender Documents
29.1
The Purchaser, itself or through Third Party or both shall inspect and test the Goods
supplied, the Services provided or the works carried out, under the Contract, to verify
their conformity to the Technical Specifications.
29.1.1 The inspections and tests shall be conducted at the premises of the Contractor/its subContractor (s) / at the final destination. Where conducted at the premises of the
Contractor /its sub- Contractor (s), the Contractor / its sub- Contractor (s) shall provide
all reasonable facilities and assistance, including access to drawings, production data
and online verification from official web site of the Manufacture, to the inspectors, at
no charge to the Purchaser.
29.1.2 The Purchaser may reject the Goods, the Services or the Works if they fail to conform
to the Technical Specifications, in any test(s) or inspection(s) and the Contractor shall
either replace the rejected Goods, Services or Works or make all alterations necessary
to meet the Technical Specifications, within three working days, free of cost to the
Purchaser.
29.1.3 The Purchaser’s post-delivery right to inspect, test and, where necessary, reject the
Goods shall in no way be limited or waived by reason of pre-delivery inspection,
testing or passing of the Goods.
29.1.4 Nothing contained in any Clause shall, in any way, release the Bidder from any
Warranty or other obligations under the Contract.
Taking-Over Certificate
30.1 The Contractor shall, by written notice served on the Client with a copy to the
Purchaser, apply for a Taking-Over Certificate.
30.2 The Client shall, within twenty one days of receipt of Contractor's application, either
issue the Taking-Over Certificate to the Contractor with a copy to the Purchaser,
stating the date of successful inspection / testing of the Goods or any portion thereof,
for their intended purposes; or reject the application giving the reasons and specifying
the work required to be done by the Contractor to enable the Taking- Over Certificate
to be issued.
30.3 Nothing contained in Clauses 42.1 and 42.2 shall, in any way, release the Contractor
from any Warranty or other obligations under the Contract.
Warranty
31.1 The Contractor shall warrant to the Purchaser that the Goods supplied by the
Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered
in anyway, of the most recent or current model, imported through proper channel, and
incorporate all recent improvements in design and materials, unless provided
otherwise in the Contract.
31.2 The Contractor shall further warrant that the Goods supplied by the Contractor, under
the Contract shall have no defect, arising from design, materials, workmanship or from
any act or omission of the Contractor that may develop under normal use of the
supplied Goods.
Sign______________________
Stamp_______________________
Page 12
Provincial Disaster Management Authority
Tender Documents
The Contractor shall provide Manufacturer’s warranty for minimum two years Shelve
life (hereinafter referred as Warranty Period), after the issue of Taking-over Certificate
in respect of Goods, the Services and the Works, or any portion thereof, as the case
may be, which will include:
31.3.1 Free, on site repair / replacement of defective / damaged parts and labor, within 48
hours of intimation;
31.3.2 On site replacement of defective / damaged Goods, if repair of such Goods involves
a duration exceeding 48 hours.
31.3.3 The Contractor shall clearly mention Terms and Conditions of service agreements
for the Goods supplied after the expiry of initial warranty period. In case of
International Warranties, the local authorized dealers shall mention their service and
warranty setup, details of qualified engineers, etc.
31.3.4 The Warranty Period shall start from the date of installation / configuration /
deployment of the Goods/services on site.
31.3.5 The Client shall, by written notice served on the Contractor with a copy to the
Purchaser, promptly indicate any claim(s) arising under the warranty.
31.3.6 The Contractor shall, within the prescribed time period, after receipt of such notice,
repair or replace the defective / damaged Goods or parts thereof on site, without any
cost to the Purchaser.
31.3.7 The end user licenses, end user warranties and end user contracting support services
shall be in the name of Purchaser, for the Goods supplied, the Services provided and
the Works done, under the Contract.
Ownership of Goods and Replaced Components (where applicable)
32.1 Goods to be supplied to the Purchaser, pursuant to the Contract, shall become the
property of the Purchaser when the Goods are taken over by the Purchaser. Defective
components to be replaced by the Contractor, pursuant to the Contract, shall become
the property of the Contractor as and where it lies.
Defects Liability Expiry Certificate
33.1 The Contractor shall, after expiry of the warranty period, by written notice served on
the Client with a copy to the Purchaser, apply for a Defects Liability Expiry
Certificate.
33.2 The Client shall, within twenty one days of receipt of such notice, either issue the
Defects Liability Expiry Certificate to the Contractor with a copy to the Purchaser,
stating the date of expiry of the Warranty Period for all the Goods supplied and
fulfillment of all obligations by the Contractor, under the Contract; or reject the
application giving the reasons and specifying the work required to be done by the
Bidder to enable the Defects Liability Expiry Certificate to be issued.
31.3
Payment.
Sign______________________
Stamp_______________________
Page 13
Provincial Disaster Management Authority
Tender Documents
34.1
The Contractor shall submit an Application for Payment, in the prescribed form, to
the Purchaser. The Application for Payment shall: be accompanied by such invoices,
receipts or other documentary evidence as the Purchaser may require; state the
amount claimed; and set forth in detail, in the order of the Price Schedule, particulars
of the Services provided and the Works done, up to the date of the Application for
Payment and subsequent to the period covered by the last preceding Certificate of
Payment, if any.
34.1.2 The Purchaser shall issue a Certificate of Payment, in the prescribed form, to the
Contractor, the amount due, within fourteen days of receipt of an Application for
Payment. The Purchaser may withhold a Certificate of Payment on account of
defect(s) / short coming(s) in the Goods /services supplied /non-satisfactory
performance of the Services / the Works. The Purchaser may make any correction or
modification in a Certificate of Payment that properly be made in respect of any
previous certificate.
34.1.3 The Purchaser shall pay the amount within fourteen days of issuance of a Certificate
of Payment. Payment shall not be made in advance. The Purchaser shall make
payment for the Goods/services supplied, the Services provided and the Works done,
to the Bidder, as per Government policy, in the currency of the Tender, through
treasury cheque.
Price
35.1 The Contractor shall not charge prices for the Goods supplied, the Services provided
and for other obligations discharged, under the Contract, varying from the prices
quoted by the Contractor in the Price Schedule.
Contract Amendment
36.1 The Purchaser may, at any time, by written notice served on the Contractor, alter,
amend, omit, increase, decrease or otherwise change the nature, quality, quantity and
scope, of all / any of the Goods /the Services / the Works, in whole or in part. The
Bidder shall, within ten working days of receipt of such notice, submit a cost
estimate and execution schedule of the proposed change (hereinafter referred to as the
Change), to the Purchaser.
36.2 The Contractor shall not execute the Change until and unless the Purchaser has
allowed the said Change, by written order served on the Bidder.
36.3 The Change, mutually agreed upon, shall constitute part of the obligations under this
Contract, and the provisions of the Contract shall apply to the said Change.
36.4 No variation in or modification in the Contract shall be made, except by written
amendment signed by both the Purchaser and the Contractor.
Assignment / Subcontract
37.1 The Contractor shall not assign or sub-contract its obligations under the Contract, in
whole or in part, except with the Purchaser's prior written consent.
37.2 The Contractor shall guarantee that any and all assignees / sub- Contractor of the
Contractor shall, for performance of any part / whole of the work under the contract,
Sign______________________
Stamp_______________________
Page 14
Provincial Disaster Management Authority
Tender Documents
comply fully with the terms and conditions of the Contract applicable to such part /
whole of the work under the contract.
Extensions in time for performance of obligations under the Contract
38.1 If the Contractor encounters conditions impeding timely performance of any of the
obligations, under the Contract, at any time, the Bidder shall, by written notice served
on the Purchaser, promptly indicate the facts of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of such notice, the Purchaser shall
evaluate the situation and may, at its exclusive discretion, without prejudice to any
other remedy it may have, by written order served on the Contractor, extend the
Contractor 's time for performance of its obligations under the Contract.
Liquidated Damages
39.1 If the Contractor fails / delays in performance of any of the obligations, under the
Contract / violates any of the provisions of the Contract / commits breach of any of
the terms and conditions of the Contract the Purchaser may, without prejudice to any
other right of action / remedy it may have, deduct from the Contract Price, as
liquidated damages, a sum of money @0.25% of the Contract Price which is
attributable to such part of the Goods / the Services / the Works as cannot, in
consequence of the failure / delay, be put to the intended use, for every day between
the scheduled delivery date(s), with any extension of time thereof granted by the
Purchaser, and the actual delivery date(s). Provided that the amount so deducted
shall not exceed, in the aggregate, 10% of the Contract Price.
Blacklisting
40.1 If the Contractor fails / delays in performance of any of the obligations, under the
Contract / violates any of the provisions of the Contract / commits breach of any of
the terms and conditions of the Contract the Purchaser may, at any time, without
prejudice to any other right of action / remedy it may have, blacklist the Contractor,
either indefinitely or for a stated period, for future tenders.
40.2 If the Contractor is found to have engaged in corrupt or fraudulent practices in
competing for the award of contract or during the execution of the contract, the
Purchaser may, at any time, without prejudice to any other right of action / remedy
it may have, blacklisted the Contractor, either indefinitely or for a stated period, for
future tenders.
Forfeiture of Performance Security
41.1 If the Contractor fails / delays in performance of any of the obligations, under the
Contract / violates any of the provisions of the Contract / commits breach of any of the
terms and conditions of the Contract the Purchaser may, without prejudice to any other
right of action / remedy it may have, forfeit Performance Security of the Contractor.
Termination for Default
42.1 If the Contractor fails / delays in performance of any of the obligations, under the
Contract / violates any of the provisions of the Contract / commits breach of any of the
terms and conditions of the Contract the Purchaser may, at any time, without prejudice
Sign______________________
Stamp_______________________
Page 15
Provincial Disaster Management Authority
42.2
Tender Documents
to any other right of action / remedy it may have, by written notice served on the
Bidder, the nature of the default(s) and terminate the Contract, in whole or in part,
without any compensation to the Contractor. Provided that the termination of the
Contract shall be resorted to only if the Contractor does not cure
its failure / delay,
within fifteen working days (or such longer period as the Client may allow in writing),
after receipt of such notice.
If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser
may procure, upon such terms and conditions and in such manner as it deems
appropriate, Goods / Services / Works, similar to those undelivered, and the Bidder
shall be liable to the Purchaser for any excess costs for such similar Goods
/Services/Works from Pakistan. However, the Bidder shall continue performance of
the Contract to the extent not terminated.
Termination for Insolvency
43.1 If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any
time, without prejudice to any other right of action / remedy it may have, by written
notice served on the Contractor, indicate the nature of the insolvency and terminate
the Contract, in whole or in part, without any compensation to the Contractor.
Termination for Convenience
44.1 The Purchaser may, at any time, by written notice served on the Contractor, terminate
the Contract, in whole or in part, for its convenience, without any compensation to
the Contractor.
44.2 The Goods and the Services which are complete or to be completed by the Contractor,
within thirty working days after the receipt of such notice, shall be accepted by the
Purchaser. For the remaining Goods, the Purchaser may elect:
44.2.1 To have any portion thereof completed and delivered; and/or
44.2.2 to cancel the remainder and pay to the Contractor an agreed amount for partially
completed Goods, Services, Works and materials / parts previously procured by the
Contractor for the purpose of the Contract, together with a reasonable allowance for
overhead & profit.
Force Majeure
45.1 The Contractor shall not be liable for liquidated damages, forfeiture of its
Performance Security, blacklisting for future tenders, termination for default, if and
to the extent his failure / delay in performance /discharge of obligations under the
Contract is the result of an event of Force Majeure.
45.2 If a Force Majeure situation arises, the Contractor shall, by written notice served on
the Purchaser, indicate such condition and the cause thereof. Unless otherwise
directed by the Purchaser in writing, the Contractor shall continue to perform 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.
Dispute Resolution
Sign______________________
Stamp_______________________
Page 16
Provincial Disaster Management Authority
Tender Documents
46.1
The Purchaser and the Contractor shall make every effort to amicably resolve, by
direct informal negotiation, any disagreement or dispute arising between them under
or in- connection with the Contract.
46.2 If, after thirty working days, from the commencement of such informal negotiations,
the Purchaser and the Contractor have been unable to amicably resolve a Contract
dispute, either party may, require that the dispute be referred for resolution by
arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more
arbitrators selected in accordance with said Law. The place for arbitration shall be
Lahore, Pakistan. The award shall be final and binding on the parties.
Statues and Regulations
47.1 The Contract shall be governed by and interpreted in accordance with the laws of
Pakistan.
47.2 The Contractor shall, in all matters arising in the performance of the Contract,
conform, in all respects, with the provisions of all Central, Provincial and Local
Laws, Statutes, Regulations and By-Laws in force in Pakistan, and shall give all
notices and pay all fees required to be given or paid and shall keep the Purchaser
indemnified against all penalties and liability of any kind for breach of any of the
same.
47.3 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any
dispute or difference of any kind arising out of or in connection with the Contract.
Taxes and Duties
48.1 The Contractor shall be entirely responsible for all taxes, duties and other such levies
imposed outside and within Pakistan. Taxes and duties shall be deducted as per Law.
The Contractor may make inquires on income tax / sales tax to the concerned
authorities of Income Tax and Sales Tax Department, Government of Pakistan.
The Client
49.1 The Client shall only carry out such duties and exercise such authority as specified
in the Contract. The Client shall have no authority to relieve the Contractor of any of
his obligations under the Contract, except as expressly stated in the Contract.
49.2 The Contractor shall proceed with the decisions, instructions or approvals given by
the Client in accordance with these Conditions.
Authorized Representative
50.1 The Purchaser or the Contractor may, at their exclusive discretion, appoint their
Authorized Representative and may, from time to time, delegate any / all of the duties
/ authority, vested in them, to their authorized Representative(s), including but not
limited to, signing on their behalf to legally bind them, and may, at any time, revoke
such delegation.
50.2 The Authorized Representative shall only carry out such duties and exercise such
authority as may be delegated to him, by the Purchaser or the Contractor.
50.3 Any such delegation or revocation shall be in writing and shall not take effect until
notified to the other parties to the Contract.
Sign______________________
Stamp_______________________
Page 17
Provincial Disaster Management Authority
Tender Documents
50.4
Any decision, instruction or approval given by the Authorized Representative, in
accordance with such delegation, shall have the same effect as though it had been
given by the Principal.
50.5 Notwithstanding any Clause, any failure of the Authorized Representative to
disapprove any Goods or Services or Works shall not prejudice the right of the Client
(as specified in this Tender) to disapprove such Goods or Services or Works and to
give instructions for the rectification thereof.
50.6 If the Contractor questions any decision or instruction of the Authorized
Representative of the Purchaser / the Client, the Bidder may refer the matter to the
Purchaser who shall confirm, reverse or vary such decision or instruction.
Documentation
51
The Contractor shall furnish the user documentation, the operation manuals, and
service manuals for each appropriate unit of the supplied Goods and other information
pertaining to the performance of the Goods, in hard copy format, in soft copy format
and in the form of on-line help, as the case may, before the Goods are
taken over
by the Purchaser.
Waiver
52
Failure of either party to insist upon strict performance of the obligations of the other
party, under the Contract, shall in no way be deemed or construed to affect in any way
the right of that party to require such performance.
Sample
53
Firm shall provide its quoted sample of 40HP Long Shaft Out Board Motor as per
Departmental Standardized specifications for test & Trials.
Schedule
Sr.
No.
1
2
3
4
5
6
7
Event
Date
Receipt of Tender Documents
27.07.2017
Opening of Technical Bids
27.07.2017
Test & Trial of Samples
29.07.2017
Technical Evaluation Report with Test & Trial 31.07.2017
Reports)
Opening of Financial Bids of Shortlisted Firms
01.08.2017
Award of Work order
03.08.2017
Delivery Period
25-Days
Time
2.00 PM
2.30 PM
11.00AM
3.00 PM
3.00PM
Specifications of OBM
CE & EN Certified
Sign______________________
Stamp_______________________
Page 18
Provincial Disaster Management Authority
Tender Documents
SPECIFICATIONS
Engine (HP) Long Shaft
40Hp
Sign______________________
Stamp_______________________
Page 19
Provincial Disaster Management Authority
Tender Documents
EVALUATION CRITERIA
Sr. No.
1.
PARTICULARS
PARTICIPATION RESTRICTION
i.
ii.
iii.
iv.
v.
2.
No Prospective Bidder may technically qualify if it owns more than five percent (5%) of the
share (directly or indirectly, in terms of voting rights and/or rights to dividends) of another
Prospective Bidder or is a member of another bidding company / firm.
No Prospective Bidder may technically qualify if it has any representative on the Board of
Directors of another Prospective Bidder.
No Prospective Bidder may technically qualify if any of PDMA’s advisors or external
consultants holds any shares or has any representatives in the Board of Directors of the
Prospective Bidder or is a member of another bidding company / firm.
No Prospective Bidder may qualify if it has affiliation (first kin only) with any employee of
PDMA, Punjab.
In Joint venture the experience and resources of sub-contractor(s) shall NOT be considered
for Technical qualification. However Limited Companies and Partnership firms would be
considered as single entity.
INELIGIBILITY OF A PROSPECTIVE BIDDER
i.
If the Prospective Bidder has been barred / blacklisted from participating in any project by
any federal, provincial or local government or any government instrumentality in Pakistan,
whereas the bar subsists as on the request for Request for Tender advertisement publication
date in newspaper, such entity shall not be eligible to participate in bidding and contract
process, either individually or as a member of another bidding company. Any concealment at
any later stage would automatically lead to cancellation of Bid and cartage contract with
appropriate ancillary damages as determined by PDMA, Punjab.
ii.
A Prospective Bidder in the 3 (three) years preceding the Request for Tender date in
newspaper should not have:
a. Failed to perform any contract, as evidenced by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Prospective Bidder as the case may be; or
b. has been expelled from any project or contract by any public entity or authority; or
c. had any contract terminated by any government or government instrumentality for breach by
such Prospective Bidder.
d. should not have defaulted on any account on any previous or current contract with PDMA,
Punjab
iii.
Such entity shall not be eligible to participate in bidding and contract process, either
individually or as a member of another bidding company. Any concealment at any later stage
would automatically lead to cancellation of bidding process and cartage contract with
appropriate ancillary damages as determined by PDMA, Punjab.
iv.
Any concealment or later discovery of any default, concealment or misrepresentation by any
means at any later stage would automatically lead to cancellation of bid and Transportation
Contract with appropriate ancillary damages as determined by PDMA, Punjab.
3.
ELIGIBILITY REQUIREMENTS (MANDATORY DOCUMENTS)
i.
ii.
iii.
Sample Deposit Receipt
3S facilities with detail of inventories & Import documents
OEM Certificate
Sign______________________
Stamp_______________________
Page 20
Provincial Disaster Management Authority
iv.
v.
vi.
vii.
viii.
ix.
x.
Tender Documents
Authorized Dealership Certificate
Copy of attested CNIC & 2 Passport Size Colour Photographs in case of Sole Proprietor
Copy of attested CNIC & Passport Size Colour Photographs of Power of Attorney holder of
applicant to represent the applicant
Registration Certificate /Certificate of Incorporation from concerned Authority
NTN (Company, Firm, AOP Or Individual as applicable).
PRA Registration Certificate.
Original Bank Statement for last three year duly stamped with bank original covering letter duly
stamped and signed
xi.
Affidavit of Non-Black listing / non-penalty on violation of PPRA Rules Or Procuring Agency’s
Terms & Conditions. (Certificate to this effect on Rs.100/= non-judicial stamp paper to be
provided).
xii.
DD/CDR of worth Rs.2,000/- on account of documentation and processing fee in the name of
Director General, PDMA
Rs.750,000 as Bid Security in the shape of CDR/DD in the name of Director General, PDMA,
Punjab.
In addition to above the following documents be submitted to whom it is relevant:
In case of Joint Company or Pvt. limited the List of directors, Form A, Form 29, Memorandum and
Articles of Association.
Partnership documents in case of Partnership firm
Audited statements of accounts for the last 03 years of limited companies
Any other relevant information with documents in addition to above the bidder may wish to submit
xiii.
xiv.
4.
1.
QUALIFICATION CRITERIA
Qualification Criteria
Technical Proposal will be based on applicant’s meeting the following qualification criteria
regarding their financial soundness, firm’s experience and quality of its personnel and other
relevant information as demonstrated by the applicant’s response in the Forms attached to the
Letter of Application.
SubCategory
Category
Weightage / Marks
A
Financial Soundness
40
B
Experience Record
60
Total:
100
Marks shall only be given if the Forms are filled by the applicant as per instructions given in this
Document. No compromise shall be made on an overall minimum of 75% marks required to qualify
in the aforesaid qualification criteria.
Criteria, sub-criteria and marking system for the evaluation of applicants shall be as under:
2.1
SUB-CATEGORY A: FINANCIAL SOUNDNESS
For Financial Soundness, Attested Income Tax Returns for last three financial years shall be
submitted. No marks shall be given if declared Income Tax Returns for last three
Sign______________________
Stamp_______________________
Page 21
Provincial Disaster Management Authority
Tender Documents
financial years are not attached. Marks shall be awarded on the basis of the following
criteria:
Sr.
No.
i)
Category
The financial capability of the
applicant/bidder
would
be
evaluated by Annual Average
Turnover as per declared Tax
Returns for the last 03 Financial
Years ending 30.06.2016 as per
duly filled Annexure-B
Criteria for Marks
Marks
Assigned
40
A=Annual Average Turnover:
 Full Marks will be given if “A” is
Rs.20.00 Million per Annum or
above
 For “A” less than Rs.20.00 Million
per Annum, Marks will be (A/20)*40
 No marks will be given if “A” is less
than Rs.10.00 million
No marks shall be allotted if declared
Income Tax Statements for last three
years are not attached along with
Annexure-B
Sub-Category A Total
2.2.
40
SUB-CATEGORY B: EXPERIENCE RECORD
Credit Marks shall be awarded under this category using the following criteria:
Sr.
No.
i)
Category
Firm/Company/bidder should have
completed minimum value of
Rs.20.00 million’s *Similar Nature
Project(s) per annum during the last
Three (3) years.
Marks
Assigned
Criteria for Marks
40
 Full Marks will be given if “A” is
Rs.20.00 Million per Annum or
above
 For “A” less than Rs.20.00 Million
per Annum, Marks will be (A/20)*40
 No marks will be given if “A” is
less than Rs.10.00 million
*Similar Nature Project (s)
includes Provision of OBMs to
Public/renowned
NGS/INGOs/
SECP Registered Private Sector
Entities.

(Annexure-C & D shall be filled)
Sub-Category B Total
For In-hand project(s), Work
order/Letter
of
Award/Agreement of respective
project is mandatory indicating
Cost of Project. No marks shall
be awarded if Work order/Letter
of Award/Agreement indicating
cost of respective project (s) is
not
attached
along
with
Annexure-C & D.
40
Sign______________________
Stamp_______________________
Page 22
Provincial Disaster Management Authority
2.2.1
Sr.
No.
i)
Tender Documents
SUB-CATEGORY B-1: EXPERIENCE RECORD
Category
In hand minimum value of Rs.20.00
million’s
*Similar
Nature
Project(s).
Marks
Assigned
Criteria for Marks
20
 Full Marks will be given if “A” has
Project (s) worth Rs.20.00 Million or
above in hand
 For “A” less than Rs.20.00 Million,
Marks will be (A/20)*20
 No marks will be given if “A” is
less than Rs.10.00 million
*Similar Nature Project (s)
includes Provision of OBMs to
Public/renowned
NGS/INGOs/
SECP Registered Private Sector
Entities.

(Annexure-E & F shall be filled)
Sub-Category B-1Total
20
Total Marks of sub-Category B
60
For In hand project(s),Work
order
/
letter
of
Agreement/Agreement
of
respective project is mandatory
indicating Cost of Project. No
marks shall be awarded if Work
order
/
letter
of
Agreement/Agreement indicating
cost of respective project (s) is
not
attached
along
with
Annexure-E & F.
Sign______________________
Stamp_______________________
Page 23
Provincial Disaster Management Authority
Tender Documents
Annexure-A
GENERAL
Sr. No.
Particulars
1
Name of Firm
2
Head Office Address
3
Telephone
4
Fax
5
Type of Organization
6
Place of Incorporation / Registration
Year of Incorporation / Registration
7
PTA Registration Category:
Validity:
PTA Registration No.
8
NTN:
9
PRA:
10
Name, Designation and Mobile Number of Firm’s Representative:
Sign______________________
Stamp_______________________
Page 24
Provincial Disaster Management Authority
Tender Documents
Annexure-B
Financial Soundness
Name of Firm:
Applicant applying for short listing is required to provide financial information to
demonstrate that they meet the requirement of Evaluation Criteria. If necessary, use separate
sheet(s) to provide complete information. A copy of declared Income Tax Returns of the
past three (3) financial years must be attached.
Banker
Name of Banker
Address of Banker
Cash/Bank Credit Line Limit
(Attach declared Income Tax Returns of the past three (3) financial years)
Telephone
Contact Name & Title
Fax
Telex
Summarize documented information in Pak Rupees for the previous three years:
Financials (PKR) FY 2013-14
Millions
Annual Turnover as
per declared Income
Tax Return
Income
Tax
Deducted
FY 2014-15
FY 2015-16
Sign______________________
Stamp_______________________
Page 25
Provincial Disaster Management Authority
Tender Documents
Annexure-C
Summary of Similar Nature Project (s) Completed in Last Three Years
Name of Firm:
If necessary, use separate sheet(s) to provide complete information.
Name of Project
Year
Completion
of Location
Value in
(Millions
PKR
*Each project provided in this form requires a corresponding Annexure-D and adequate
documentary evidence in order to be eligible for consideration.
Sign______________________
Stamp_______________________
Page 26
Provincial Disaster Management Authority
Tender Documents
Annexure-D
Details of Similar Nature Projects Completed/ongoing from Last Three (03) Years
Name of Firm
A separate form with adequate documentary evidence (Completion Certificate/Work Order/
indicating Cost of Project) shall be provided for each project mentioned in Form Annexure-C.
1.
Name of Contract
Location
2.
Name of Employer
3.
Employer Address
....................................................................................................................
4.
Nature of Works and special features of the contract
....................................................................................................................
....................................................................................................................
5.
Contract Role (Tick One)
(a) Sole Contractor
6.
(b) Sub- Contractor
Value of the total contract (in specified currencies) at completion, or at date of
award for current contract
PKR………….
USD……………
7.
Date of Award
8.
Date of Completion
9.
Contract Duration (Years and Months)
Years
10.
(c) Member in a JV
Months
Amount of Income Tax deducted______________
*Attach Income Tax Return for the project
Sign______________________
Stamp_______________________
Page 27
Provincial Disaster Management Authority
Tender Documents
Annexure-E
Summary of Similar Nature Project (s) Completed in hand
Name of Firm:
If necessary, use separate sheet(s) to provide complete information.
Name of Project
Year
Completion
of Location
Value in
(Millions
PKR
*Each project provided in this form requires a corresponding Annexure-F and adequate
documentary evidence in order to be eligible for consideration.
Sign______________________
Stamp_______________________
Page 28
Provincial Disaster Management Authority
Tender Documents
Annexure-F
Details of Similar Nature Projects In Hand
Name of Firm
A separate form with adequate documentary evidence (Letter of Acceptance / Work
Order/Agreement indicating Cost of Project) shall be provided for each project in Form
Annexure-E.
1.
Name of Contract
Location
2.
Name of Employer
3.
Employer Address
....................................................................................................................
4.
Nature of Works and special features of the contract
....................................................................................................................
....................................................................................................................
5.
Contract Role (Tick One)
(a) Sole Contractor
6.
(b) Sub- Contractor
(c) Member in a JV
Value of the total contract (in specified currencies) at completion, or at date of
award for current contract
PKR………….
USD……………
7.
Date of Award
8.
Date of Completion
9.
Contract Duration (Years and Months)
Years
Months
Sign______________________
Stamp_______________________
Page 29
Provincial Disaster Management Authority
Tender Documents
ANNEXURE-G
POWER OF ATTORNEY
(On a Stamp Paper of appropriate value DULY REGISTERED)
Know all, by these presents, we ____________ (name and address of the registered office) do hereby
constitute,
appoint
and
authorize
Mr./Ms.
R/o_________________________________________having
_____________________
CNIC_______________who
is
presently employed with us and holding the position of __________________ as our attorney, to do
in our name and on our behalf, all such acts, deeds and things necessary in connection with or
incidental to our proposal for provision of 40-Hp OBM (LONG SHAFT) and including signing and
submission of all documents and providing information/ responses to PDMA, PUNJAB, representing
us in all matters before Government of Pakistan, and generally dealing with PDMA, PUNJAB in all
matters in connection with our request for prequalification
Signed: ___________________
CNIC:____________________
Date: ____________________
Name:_________________________________
Address:_______________________________
Place:__________________________________
STAMP OF COMPANY
The mode of execution of the Power of Attorney should be in accordance with the procedure, laid down by the
applicable law and the charter documents of the executants (s) and when it is so required the same should be
under common seal affixed in accordance with the required procedure.
Also, where required, the executants(s) should submit for verification the extract of the charter documents
and documents such as a resolution / power of attorney in favor of the Person executing this Power of
Attorney for the delegation of power hereunder on behalf of the applicant.
Sign______________________
Stamp_______________________
Page 30
Provincial Disaster Management Authority
Tender Documents
ANNEXURE-H
Litigation History for the last Five (05) Years
Name:
Description of
Contract
Year
Name
Disputed
of
amount
Client,
(Current value in
Cause of
PKR or US$
litigation and
equivalent)
matter in
dispute
Award FOR
or
AGAINST
Applicant
Remarks by
Applicant
Attach Affidavit on non-judicial stamp paper that non-performance of a
contract did not occur within the last ten years based on information on all
settled disputes or litigation.
Sign______________________
Stamp_______________________
Page 31
Provincial Disaster Management Authority
Tender Documents
ANNEXURE-I
AFFIDAVIT FOR CORRECTNESS OF INFORMATION
(To be printed on PKR 100 Stamp Paper)
Name of Firm:
I, the undersigned, do hereby certify that all the statements made in this Tender Document and
in the supporting documents are true, correct and valid to the best of my knowledge and belief
and may be verified by employer if the Employer, at any time, deems it necessary.
The undersigned hereby authorize and request the bank, person, firm or corporation to furnish
any additional information requested by Provincial Disaster Management Authority,
Punjab (PDMA) deemed necessary to verify this statement regarding my (our) competence
and general reputation.
The undersigned understands and agrees that further qualifying information may be requested
and agrees to furnish any such information at the request of PDMA.
PDMA, Punjab undertakes to treat all information provided as confidential.
Signed by an authorized Officer of the
firm
Title of Officer
Name of Firm
Date
Sign______________________
Stamp_______________________
Page 32
Provincial Disaster Management Authority
Tender Documents
ANNEXURE-J
FINANCIAL PROPOSAL SUBMISSION FORM
To: Procurement Officer, Provincial Disaster Management Authority, Government of the Punjab, Lahore.
Dear Sirs: We, the undersigned, offer to provide 40-Hp OBM (LONG SHAFT) in accordance with your Request
for Tender and our Technical Proposal. Our Financial Proposal is as follows
Sr. No.
Rate per 40Hp
OBM in PKR
IN FIGURE
Item
1
Rate per 40Hp OBM PKR
IN WORDS
A: Quoted rate for provision of One
40Hp OBM
This amount is inclusive of all the applicable taxes in Pakistan. We understand you are not bound to accept any
Proposal you receive. Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
BID EVALUATION CRITERIA
i.
ii.
iii.
The lowest evaluated responsive bid for provision of 40-Hp Out Board Motor (Long Shaft), as
per Standardized Specifications.
A= Quoted / Bided rate per OBM 40Hp
P= A x Offered Stock
Note: The Quantity is for reference purpose and bid evaluation / performance guarantee.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Sign______________________
Stamp_______________________
Page 33
Provincial Disaster Management Authority
Tender Documents
ANNEXURE-K
AFFIDAVIT FOR NOT HAVING BEEN BLACKLISTED/BARRED/DEFAULTED)
ON JUDICIAL STAMP PAPER DULY NOTORIZED)
1.
The candidate firm/company/proprietor hereby declares that it has not been ever barred / blacklisted
from participating in any project by any federal, provincial or local government or any government
instrumentality in Pakistan.
2.
The candidate firm/company/proprietor further declares that since the 5 (five) years preceding the
Request for Tender date in newspaper it has NOT:
i.
Failed to perform any contract, as evidenced by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Prospective Bidder as the case may be; or
ii.
has been expelled from any project or contract by any public entity or authority; or
iii.
had any contract terminated by any government or government instrumentality for breach by such
Prospective Bidder.
iv.
defaulted on any account on any previous or current contract with PDMA, Punjab
3.
That any concealment or later discovery of any default, concealment or misrepresentation by any means
at any later stage would automatically lead to cancellation of bid with appropriate ancillary damages as
determined by PDMA, Punjab.
Signed: ___________________
Name:_________________________________
CNIC:____________________
Address:_______________________________
Date:
Place:__________________________________
____________________
Sign______________________
Stamp_______________________
Page 34
Provincial Disaster Management Authority
Tender Documents
Annexure-L
INTEGRITY PACT /DISCLOSURE CLAUSE
(ON JUDICIAL STAMP PAPER DULY NOTORIZED)
The candidate firm/company / proprietor hereby declares its intention not to obtain the procurement of
any Contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or
any administrative sub-division or agency thereof or any other entity owned or controlled by it (GOP)
through any corrupt business practice.
Without limiting the generality of the forgoing the candidate firm has 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 affiliation, agent, associate, broker, consultant, director,
promoter, shareholder sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or
kickback whether described as consultation fee or otherwise, with the object of obtaining or including
the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Government of Pakistan, except that which has been expressly declared pursuant hereto.
The Seller / Supplier / Contractor certifies that it has made and will make full disclosure of all
agreements an arrangements with all persons in respect of or related to the transaction with
Government of Pakistan and has not taken any action or will not take any action to circumvent the
above declaration, representation or warranty.
The candidate firm 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 through any of the aforesaid corrupt business practices shall
with prejudice to any other right and remedies available to Government of Pakistan under any law,
contract or other instrument, be void-able at the option of Government of Pakistan.
Notwithstanding any rights and remedies exercised by Government of Pakistan in this regard, the
Seller / Supplier / Contractor agrees to indemnify Government of Pakistan for any loss or damage
incurred by it on account of its corrupt business practices and further pay compensation to Government
of Pakistan in any amount equivalent to twenty time the sum of any commission, gratification, brief,
finder’s fee or kickback given by the Seller / Supplier / Contractor as aforesaid for the purpose of
obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or
benefit in whatsoever from Government of Pakistan.
Signed: ___________________
Name:_________________________________
CNIC:____________________
Address:_______________________________
Date: ____________________
Place:_________________________________
Sign______________________
Stamp_______________________
Page 35
Provincial Disaster Management Authority
Tender Documents
Annexure-M
CHECKLIST (Tick Relevant Column)
CHECK LIST
Sample Deposit Receipt
Yes
No
3S facilities with detail of inventories & Import documents
Yes
No
OEM Certificate
Yes
No
Authorized Dealership Certificate.
Yes
No
Copy of attested CNIC & 2 Passport Size Colour Photographs in case of Sole Proprietor
Yes
No
Copy of attested CNIC & Passport Size Colour Photographs of Power of Attorney
holder of applicant to represent the applicant
Yes
No
Registration Certificate /Certificate of Incorporation from concerned Authority
Yes
No
NTN (Company, Firm, AOP Or Individual as applicable).
Yes
No
PRA Registration Certificate
Yes
No
Attested copies of Declared Income Tax Returns for last three Financial Years end on
30.6.2016
Yes
No
Original Bank Statement for last three year duly stamped with bank original covering
letter duly stamped and signed
Yes
No
Attested copies of Relevant experience
Yes
No
Affidavit of Non-Black listing / non-penalty on violation of PPRA Rules Or Procuring
Agency’s Terms & Conditions. (Certificate to this effect on Rs.100/= non-judicial stamp
paper to be provided).
Yes
No
DD/CDR of worth Rs.2,000/- on account of documentation and processing fee in the
name of Director General, PDMA
Yes
No
Rs.,000/- as Bid Security in the shape of CDR/DD in the name of Director General,
PDMA, Punjab.
Yes
No
In addition to above the following documents be submitted to whom it is relevant:
In case of Joint Company or Pvt. limited the List of directors, Form A, Form 29,
Memorandum and Articles of Association.
Partnership documents in case of Partnership firm
Audited statements of accounts for the last 03 years of limited companies
Any other relevant information with documents in addition to above the bidder may
wish to submit
Yes
No
Signed: ___________________
CNIC:____________________
Date: ____________________
Name:_________________________________
Address:_______________________________
Place:__________________________________
Sign______________________
Stamp_______________________
Page 36