+ All documents
Home > Documents > KARACHI WATER & SEWERAGE BOARD - SPPRA

KARACHI WATER & SEWERAGE BOARD - SPPRA

Date post: 19-Nov-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
28
KARACHI WATER & SEWERAGE BOARD OFFICE OF THE EXECUTIVE ENGINEER (WEW) CLIFTON, DISTRICT SOUTH Boat Basin Pumping Station, Near Grammer School, Clifton, Karachi. Cell # 0300-2636342 NO.EE/SEW/CST/DS/KW&SB/2017/ 31 The Director (C.B), Sindh Public Procurement Regulatory Authority, Karachi. Dated: /3/t , , /o/ 2 SUBJECT:- REQUEST FOR HOISTING OF NOTICE FOR INVITING TENDERS THROUGH WEBSITE FOR THE WORKS OF "REPLACEMENT & PROVIDING / LAYING 12" DIA, 8" DIA RCC SEWERAGE LINES AND CONSTRUCTION OF INTERMEDIATE MANHOLE IN GH,IZRI COLONY AND DIFFERENT AREAS OF CLIFTON, DISTRICT SOUTH" Enclosed please find herewith a pay order for amounting to Rs.2,000/=(Rupees Two Thousand Only) v de Pay Order No. 02839899 Dated: 16-12-2016, Meezan Bank, Super Highway Branch Karachi, in favour of SPPRA for Notice Inviting Tender for uploading / hoisting Authority's on website of SPPRA. The estimates cost Below 1.00 Million. Encl: (1) Pay order. (2) NIT. (3) Bidding document 01 Set. (4) Copy of CRC. (5) Copy of Letter of Procurement Committee-I, KW&SB. (6) Evaluation Criteria. (7) Procurement Plan. EXECUTIVE ENGINEER (SEW) CLIFTON, Dr .STRICT SOUTH K.W.&.S.B. Copy to :- \ 1. The DMD(T/S), KW&SB. 2. The Director (Design) KW&SB / Convener of the Committee. c x .Q 3. Mr. Saif-ul-Haque ADI (Audit) KMC / Member. t 4. Mr. Maqsood Ahmed Sheikh S.E (KMC) / Member. C() (() 5. The Superintending Engineer, District South, KW&SB. 6. The Accounts Officer (Revenue), KW&SB. 7. The Accounts Officer, (South), KW&SB. 8. Office Copy.
Transcript

KARACHI WATER & SEWERAGE BOARD OFFICE OF THE EXECUTIVE ENGINEER (WEW)

CLIFTON, DISTRICT SOUTH Boat Basin Pumping Station, Near Grammer School, Clifton, Karachi.

Cell # 0300-2636342

NO.EE/SEW/CST/DS/KW&SB/2017/ 31

The Director (C.B), Sindh Public Procurement Regulatory Authority, Karachi.

Dated: /3/t, ,/o/ 2

SUBJECT:- REQUEST FOR HOISTING OF NOTICE FOR INVITING TENDERS THROUGH WEBSITE FOR THE WORKS OF "REPLACEMENT & PROVIDING / LAYING 12" DIA, 8" DIA RCC SEWERAGE LINES AND CONSTRUCTION OF INTERMEDIATE MANHOLE IN GH,IZRI COLONY AND DIFFERENT AREAS OF CLIFTON, DISTRICT SOUTH"

Enclosed please find herewith a pay order for amounting to

Rs.2,000/=(Rupees Two Thousand Only) v de Pay Order No.

02839899 Dated: 16-12-2016, Meezan Bank, Super Highway Branch

Karachi, in favour of SPPRA for Notice Inviting Tender for uploading /

hoisting Authority's on website of SPPRA. The estimates cost Below 1.00

Million.

Encl: (1) Pay order. (2) NIT. (3) Bidding document 01 Set. (4) Copy of CRC. (5) Copy of Letter of Procurement Committee-I, KW&SB. (6) Evaluation Criteria. (7) Procurement Plan.

EXECUTIVE ENGINEER (SEW) CLIFTON, Dr.STRICT SOUTH

K.W.&.S.B.

Copy to :-

\ 1. The DMD(T/S), KW&SB. 2. The Director (Design) KW&SB / Convener of the Committee. cx.Q 3. Mr. Saif-ul-Haque ADI (Audit) KMC / Member.

t 4. Mr. Maqsood Ahmed Sheikh S.E (KMC) / Member. C() (() 5. The Superintending Engineer, District South, KW&SB.

6. The Accounts Officer (Revenue), KW&SB. 7. The Accounts Officer, (South), KW&SB. 8. Office Copy.

KARACHI WATER V.L. SEWERAGE BOARD OFFICE OF THE EXECUTIVE ENGINEER (SEW)

CLIFTON, DISTRICT SOUTH Boat Basin Pumping Station, Near Grammer School, Clifton, Karachi.

Cell # 0300-2636342

NOTICE FOR INVITING TENDER THROUGH AUTHIORITY'S WEBSITE OF SPPRA ( On Offer Rate Basis) Estimated Cpst Rs.9,89,352/=

Sealed tenders are invited under SPP Rules-2010 for the work mentioned below :-

1. Name of work :- REPLACEMENT & PROVIDING SEWERAGE LINES AND CONSTRUCTION MANHOLE IN GHIZRI COLONY CLIFTON, DISTRICT SOUTH.

/ LAYING 12" DIA, 8" DIA RCC OF INTERMEDIATE

AND DIFFERENT AREAS OF

2. Eligibility of Contactor: All eligible contractor / bidder Certificate GST Registration. (i) Minimum 02 Nos Works completed

relevant field. (ii) Turn over of Rs.10,00,000/= (iii) Registration with (FBR) for

Sindh Revenue Board (SRB). (iv) Bid Validity 90 days as per

should having NTN / SRB

during last 03 Years of

at least last three years. Income Tax, Registration with

SPP Rules-2010 (Amended).

3. Address where Tender can be issued / purchased.

Tenders documents can be purchased Accounts Officer (Revenue), KW&SB Head Office, at 15t Floor Behind Civic Centre, Gulshan-e-Iqbal am to 1.00 pm in any working of the tenders or can be Website.

from the Office of the 7inance Department, KW&SB at

Old KBCA Annexy Building, Karachi, between 9.00

day except the date of opening down loaded from SPPRA's

4. Source of Funding. KW&SB's Own Funded 2016-2017.

of current Financial year

5. Method of procurement Single stage single envelope procedure.

6. Bid Security. 2% bid security of the quoted / demand draft or Bank Guarantee Pakistan in favour of KW&SB. accompanied with the Tender shall be treated as invalid / re,

cost / price in shape of pay order from any schedule bank of

Bid Security must be documents otherwise the tenders ected.

7. Tender Fee. Rs.1,000/= Non-Refundable of KW&SB.

in shape of Pay Order in favour

8. Issuance of Bidding Documents.

Documents will be issued / downloaded 03-05-2017, on payment of

_(Non-refundable).

w.e.f. 1st issuance upto above mentioned tender fee

9. Place of submission of bidding / tender documents & Opening.

At the Office of Direct° - Procurement Committee, KvV&SB, Gulshan-e-Iqbal Karachi.

Design, KW&SB / Convener near COD Filter Plant,

10. Receiving of tender / bidding documents.

04-05-2017 at 2.00 pm.

11. Opening of tenders. 04-05-2017, at 2.30 PM (Same Day).

12. Scope of work Improvement of Sewerage System.

(Continued on Next Page)

V . * (Page No.2 )

Note

• The Procuring Agency may reject all or any bids subject o the relevant provision of SPP Rules-2010.

• Conditional electronic and telegraphic proposal will be r jected.

• Government notified blacklisted firm (s) shall not be ent rtained.

• Bid must be filled in figures and in words as well.

• Income tax returned for the last three years must be att ched with bidding documents.

• In case of any unforeseen situation resulting in c osure of office on the date of opening or if Government declares Holid y the tender shall be submitted / opened on the next working day at the same time & venue.

• No tender shall be issued on the date of opening of tender.

KARACHI WATER & SEWERAGE BO RD

TENDER DOCUMENTS

FOR THE WORK OF

REPLACEMENT & PROVIDING / LAYING 12" DIA,

8" DIA RCC SEWERAGE LINES AND

CONSTRUCTION OF INTERMEDIATE MANHOLE IN

GHIZRI COLONY AND DIFFERENT AREAS OF

CLIFTON, DISTRICT SOUTH.

EXECUTIVE ENGINEER (SEW) CLIFTON, DISTRICT OUTH

KARACHI WATER & SEWERAGE BOARD

BIDDING CRITERIA

1. Name of procuring Agency K.W.&.S.B

2. Name of work REPLACEMENT & PR SEWERAGE LINES MANHOLE IN GHIZRI CLIFTON, DISTRICT

VIDING / LAYING 12" DIA, 8" DIA RCC ND CONSTRUCTION OF INTERMEDIATE

COLONY AND DIFFERENT AREAS OF SOUTH.

3. Brief Description of work It is submitte the sewerage branch line is unserviceable an undersize chocked line baldy as the system is nearly many years old and sewerage water is over flowing on the road, due to which there is a lot of difficulty for the people of the area to cross the road. OFFICE OF THE EIECUTIVE District South, KW&SB, Grammer School, Clifton,

ENGINEER (WATER), Clifton, at Boat Basin, Pumping Station Near Karachi.

4. Procuring Agency Address:

Rs.9,89,352/= 5. Estimate Cost.

6. Amount of Bid Security 2% bid security of order / Bank Draft bank of Pakistan in accompanied with tenders shall be treated

the quoted cost / price in shape of pay or Bank Guarantee from any schedule favour of KW&SB. Bid Security must be the Tender documents otherwise the

as invalid / rejected. 7. Period of Bid Validity. 90 days

8. Security Deposit including Bid Security. @ 100/0 of Billed amount

9. Venue, time and date of Bid Opening The tender in sealed the work should be office of the Director Plant, Gulshan-e-lcbbal

cover super scribed with the name of dropped in the Tender Box kept in the

(Design), KW&SB, near COD Filter Karachi LA- c- n at 2.00 pm and

will be opened on same Cqmmittee.

day at 2.30 pm by Tender Opening

10. Deadline for submission of Bid with time.

.A - > - I -) at 2.00 pm

11. Time for completion. 10 days

12. Liquidity damages. Rs.0.50% of the Estimated Cost.

13. Bid issued to firm

14. Deposit Receipt No. and date.

15. Tender Cost. Rs.1,000/=

16. Eligibility of Contractor i) Having Nationa

ii). Three Years relevant iii). Three Years Turn iv). Registration with

Tax No. (Copy may be attached).

work experience. Over Bank statement. SRB.

EXECUTIVE ENGINEER (SEW) CLIFTON, DIST. SOUTH K.W.&.S.B.

AUTHORITY ISSUIGN B DDING DOCUMENTS

KARACHI WATER & SEWERAGE BOARD OFFICE OF THE EXECUTIVE ENGINEER (SEW)

CLIFTON, DISTRICT SOUTH

SUBJECT:- REPLACEMENT & PROVIDING / LAYING 12" DIA, 8" DIA RCC SEWERAGE LINES AND CONSTRUCTION OF INTERMEDIATE MANHOLE IN GHIZRI COLONY AND DIFFERENT AREAS OF CLIFTON, DISTRICT SOUTH.

S.NO. DESCRIPTION QTY. --4ATE

Rupees in Rupees in Figures. Words.

PER UNIT AMOUNT IN

RUPEES ITEM

1. Scarifying the existing road surface 1743 Sft Sft

2.

3.

Dismantling and removing road metalling etc. Excavation for pipe line in trenches & pits and all kind of soil of murum i/c trimming & dressing sides to true alignment and shape & leveling of beds of trenches to correct level and grade cutting, jointing holes & disposable of surplus earth within one chain as directed by Engineer Incharge. Providing fence guards, lights, flags and temporary crossing for non vehicular traffic where ever required lift upto 5' and head upto one chain. (1.52 m) and lead up to one chain (30.5m)

Lift upto 0' to 5' Lift upto 5/ to 8'

1743 Cft

6972 Cft 1743 Cft

0/0 Cft

0/00Cft 0/00Cft

4. Providing / Laying RCC pipes with (Rubber Ring joint and fitting in trench i/c cutting, fitting and jointing with specified pressure.

12" dia 8" dia

456 Rft 150 Rft

P/Rft P/Rft

5. Full hire charges of the pumping set per day inclusive of wages of driver and assistant fuel or electric energy platform required for placing pump etc at lower depth with suction and delivery pipe for pumping out water found at various depth from trenches i/c the csot of erection and dismantling after completion of the job. Hire Charges of pumping set of upto 10 HP (but not less than 5 HP) pumping out water from 10' deep trenches. 29 Days P/Day

( Page NO.2 )

S.NO. • DESCRIPTION QTY. RATE PER

UNIT AMOUNT IN RUPEES Rupees in

Figures. Rupees in

Words. /

ITEM

6. Providing manhole 4ft dia (inside) without RCC manhole covers 5 ft clear depth, cast in situ with 1:2:4, 9" thick wall 1:4:8 cement concrete in 6 ft dia and 6" inch thick in foundation 1:2:4 C.0 in benching '/2" thick cement plaster and 1:3 cement mortar on all inside wall surface of channel and benching to top i/c making required Nos. of main and branches channels 3/4" dia bars M.S footrest at 12" dia C/C cost of excavation in all kind of soil, backfilling and disposal of excavated stuff etc. complete as per design and instruction of the Engineer Incharge i/c C.I Frame 15 Kg.

30 Nos. Each 7. Add or Deduct for extra / less depth

then 5 ft of 4 ft dia manholes i/c footrest.

42 Ft P/Ft 8. Making connection with the existing

manhole i/c the cost of cutting hole in wall, making them good in C.0 1:2:4 and making required channel etc complete.

18 Nos. Each 9. Refilling the excavated stuff in

trenches 6" thick layer i/c watering ramming to full compaction etc. complete.

5459.68 Cft %OCft 10. Sand Haro or any other source sand

of the same modules of the Fineness (Hill Sand).

2614.5 Cft % Cft 11. Cartage of 100 Cft of all materials

are stone aggregate spawl, coal lime, surkhi etc B.G Rail fastening points and crossing bridge Girders, pipe sheets rail M.S bars etc. Nos 1000 Nos pipes 12" x16"x2" or 150 Cft of timber or 100 Maunds of fuel wood by trucks or any other means owned by the contractors.

5th Mile 5869.82 Cft % Cft

12.

DESCRIPTION

Manufacturing & Supplying 21" dia RCC manhole cover cast in 1:2:4 concrete ratio 3" inch deep at centre, reinforced with 1/2" dia tor steel bars at 4" C/C welded to 3/16" thick 2" wide M.S plate two hook of 3/8" dia tor bars including compacting i/c curing and transportation within 10 miles. From existing manholes : 21" dia

TOTAL

QTY.

30 Nos.

( Page No. 3 )

RATE PER UNIT

ITEM

Each

AMOUNT IN RUPEES

EXECUTIVE ENGINEER (SEW) CLIFTON, DISTRICT SOUTH

I hereby quoted Amounting to Rs. (In words)

Note :- All existing SPPRA Rule will be abide.

Signature & Stamp of the Contractor

Address

c. 'tokeel Ahmed) Oy. t artaging Director (HRO&A)

KW&SB

liA;R.:-.CHI WATER & SEWERAGE BOARD f.SOVACES 0:vE.LOPMENT AttO AOratr,:.TRATiON OEP6Rii.tr.riT

PHONE n0.021 - 11131454 .a2s - 1113%43

no. KVv&SE3.'D.r.1.0::17%.:.• &AI ti 19 Datec: 22.10-2015

OFr.CE ORDER

.7:oct, for compliance of Rule-31.c( SPPR. A Compla:nt

Rewessat - RC) is constituted comprising of the following:

t. Dy. :ctor (Finance). KW:413 Convener

2. Cniel Engir.ec: y'.;rangi), KW&SO Member/Secretary

3. Chief Engineer (C2ntral). KMC Member

4. Director KMC tilenity3

5. Divisional Officer (South). KWLSB Member

This issues en le recommendation of Oy. Managing Director (TS

KW&S8. Oy. managin; Director (Planning). KW&S8 an:: with the approval o

managing Director.

DISTRIFiuTtOr.

1. Dy. managing Direc:or. (TS) KW&S3 2. Dy. Managing Director (Finance) KW&S3/Convener Committee 3. Oy. Managing Director (Planning) KW&SB 4. Chief Engineer. Korangi: KW&SB/rvlember/Secretary Committee. 5. Chief Engineer. Cent:al, KMC/Mernbcr of the Commiu c. 6. Director Administration. KMC/Member of the Committee.

Divisional Accounts Cflicer (South) KWGS0 8. Director (IT) KW&S9 9. Director Personnel, KW4S0 10. Director Administratiw:, KW&SO 11. AD (LFA) KW&SB t2. AO (ESTT) KW&SE 13. Office Copy. 14. Master File.

IA

c.c. to managing Dire KVV.SE!

E ve

: a.KW,';•..S13/CE(Ii'D)i201: i 36

K.A.R.A CHI WATER & SE WERA.G E BOARD OFFICE-OF THE CHIEF ENGINEER (I?D)

1.1loc1.-'_3. 9th Mile Kprsaz, Shohra-c-Faisal, Karachi Telephone te ;245161 •

Dated: /r-03.2013

Nominee Posi ion in 1.0

1 Chief Eqineer.(iPD) • • C?nycner

Member Membei

2 i Chicf-En,gincer (Concerned) 3 Itcprescr tativc of D.C. (T.S.) KMC 4 Represettative of Finance Advisor, KMC 1 Member

3 I Accounts Officer (Concerned) . Member / Secretary

itk/*N^-..

401 'WS:SB

OFFICE ORDER

pursuLnce of Relc-07 Sindh Public Procurement Rules, 2010., instruction of SPPR.A.

..mmunicated vide No.Dir(Enf-I)/SPPRA/1-3/(GEN)/12-13/3001, dated: 116-02-2013 and with

approval. of. Managing Director, KW&SB, Procurement Committee is 4:tereby re-constituted

performing the functions 'prescribed in: Rule-OS of Rules ibid for tie works for which

's,uatic,n report required :0 be hoisted on Sindh Public Procurement Aut ority's Web Site, as

office of the Convener / Chief Engineer' (IPD), shall be headquarter for Procurement nunittee.

lz Concerned office of Chief Engineer shall.maintain the rccord of procurement proceedings as :aired under Rulc-9 of SPPRA 2010.

-::iforin criteria for assessment of bids shall be used by all the Procurement C.omntittees, to arc uniformity of assessment of similar items and works. •

This modifies the earlier order bearing No.MD/KW&S13/2011/193/L dated:13-06-2011.

issue with the approval of Managing Director, KW&SB. /

Chief

:.•ny to:

Managing Director, KW&SB. 2. Thc All DN1D's KW&SB.

A1.1 fl Assistant Director (LFA), KW&SB.

5. The P.S to Chairman, KW&SB. 6. The All Accounts Of:iccr, KW&SB.

.,V also to:

!. The Administrator, KMC. 2. The Chief Officer l Municipal Commissioner, KNIC. 3. The Director General (1.S), KMC. .t. The Financial Advise:, KMC. S. The Director (C.B) GOS.

,,,ANWit At txectitiw, Engirt =ar.(SPN)

' Clifton(

6

i(A .RACH1 CNATER & SEWERA.GE- BOARD HUMAN RESOURCEZ. CnyCLOPMEHT & AOKititSTFtATiON CE.PARTmENT

Pt'ON ;i3. 021-9311146 4. 021-53231463

KtlaS9imR01.A/C:vtDr344 Dater:. 30.10.2015

CORRIGENDUM

In pursuance of office ar::er issued vide No.KW&S8jD:..10//HRDE.A.r919 dated

.:.10.2015 regarding of rules-3.1 of SPPR, A complaint rtdressal committee (CRC) is

.nstitutee, requires appropriate correction as under: '

Sr. No.04 May Lle Rea% as : Sr. Director (HR) KMC.

Ir'stead of

Director Admit):::FAion KMC.

(S 'EDSHAKEEL AHMED ) DY. MANAGING DIRECTOR

KW&SB -ihtitIon

• Gy. Managing arector (TS) 1Q.":;.SD. . Oy. Managing Dim-tor (Finance) Klivt.S0 / Convenor Comm!ttcc.

Dy. Managing Director (Planning) KWLSB. The Chief Engineer Xorangi KV:34S8 / Member Secretary Committee. Tne Chief Engineer Central KMC / Member of tho Committee. The Senior Director }IR-1110/4 I Member of the Committee: Tile Divisional AccoLn: Officer (South), KW&SB. The Director (IT), KY.7..58. Ito Director Administration, KVLSEi. The Asta. Director (LFA). KVVe.:Z B. Tho Accounts Officer (Est:). KA'aSEI. Office Copy. master File.

r.ianaging Director. KW,I.SC.

c;IBILITY EVALUATION CRITERIA OF THE ENDR UPTO

1.00 MILLION

'Bid shall be evaluated on the basis of following information are available with a the

1, 13111 411;4111133 111 3,431ilvt1 LOVL31..

2. ow shall Po properly1,e,ned l!lo Contractor WILI1 stamp.

3. Name of firm, postal address, telephone number, Fax number, E-ma I address must be

written.

Rate must be quoted in figures and words as well.

National Tax Number.

Contractor should be registered with Sindh Revenue Board in terms o>f Rule-45;I) of

SPP Rules, 2010 (Amenr"ed-2014).

Relevant exr, wen. c. work of last (03) Three Years.

Turnover at IzAtAio:‘,;1!:ion of last (03 ) years.

t7013::. Security of Bid Cost.

Conditional bid will not be considered.

Bid will be evaluated accordingly to SPPR-2010 (Amended-2014).

Debarred contractors bid cannot be.accept.

ottr=51._

PROCUREMENT PLAN (NON-DEVELOPMENT)

CLIFTON I SADDAR TOWN (SEW), DISTRICT SOUTH KW&SB (F.Y.2016-2017)

Sr. No. Description of Proucrement

Quantity (Where Applicable)

Estimate Units Cost (Where applicable)

Estimate of Total Cost (in

Million)

Funds Allocated (in Million Rs.)

Source of Funds

(ADP/ No . & ADP)

Proposed Procurement

Method

Timing of Procurement 2016-2017 Timing of Procurement 2017-2018

Q-1 Q-2 Q-3 0-4 Q-1 Q-2 Q-3 0-4

1

Replacement & Providing / Laying 17 dia. 8" dia RCC

Sewerage Lines and Construction of

Intermedaite Manhole in Ghizn

Colony and differetn areas of Clifton, District South

17 dia RCC - 6872 Rft

8" dia RCC-1743 Rft

N/A Rs 0 989

Million Rs 9 00 Million

KVV&SBs Own Funded

Single Stage Envelope Method

- 4th

Quarter

Ov6t7=a_ 'l it ATT

ipteh.,rtivt. engi`er Clifton "S;i,-Y.':

fScutri),K;(4:6St3

PROFORMA- PROCURERMENT PLAN- GHIZRI-SEW

Ifeka•,*

PIO

Cte,t=01- A iv f

NOTE SHEET

SUB: REQUEST FOR APPROVAL FOR HOISTING OF TENDERS TLIROUGH AUTHORITY's

WEBSITE OF SPPRA — 2010, FOR THE WORK OF "REPIA -EMENT & PROVIDING

/ LAYING 12" DIA, 8" DIA RCC SEWERAGE LINES AIN D CONSTRUCTION OF

INTERMEDIATE MANHOLE IN GIZRI COLONY ANCL)IFFERENT AREAS OF

CLIFTON, DISTRICT SOUTH

‘:•00 1ce

t • ‘• .z.b104.

*441 KiA. " 'V) 'I n

1

4 rf 7.rt.V.V'117 -0!4

fit 'Standard Buldm7 Document s I it vizie ., T,4Pjf.;,,:. {Percentage:Rate/unit 'price- for: 'unit rates in 'dBill.fo'

refers to adineasurements of,r.•

. :•• tt• ;:

• • .•

, • ,

• , - ,' , . • • •

; • • t

• • •

;;,

Bidding Document for Works up to 2.5 M

glit #4 W Ir. "bete Instructions to Bidders/ Procuring Agencies.

General Rules and Directions for the Guidance of Contractors.

This :,,Ltction of the bidding documents should provide the information necessary for bidelFr.; to prepare responsive bids, in accordance with the requirements c f the Procur ng Agency. It should also give information on bid submission, opening and :valuation, nd on the award of contract.

Matters governing the performance of the Contract or payments under the Contract, or matters affecting' the risks, rights, and obligations of the parties under tl c Contract :re included as Conditions of Contract and Contract Data.

The Instructions to Bidders will not be part of the Contract and will cease to have effi ct once the contract is signed.

1. All work proposed to be executed by contract shall be notified in a ;Corm of Noti :e Inviting Tender (NIT)/Invitation for Bid (IFB) hoisted on website of kuthority and Procuring Agency and also in printed media where ever required as per rules.

NIT must state the description of the work, dates, time and place of issuiR;; submissio opening of bids, completion time, cost of bidding document and bid sec irity either n lump sum or percentage of Estimated Cost/Bid Cost. The interested bid( er must haN e valid NTN also.

2. Content of Bidding Documents must include but not limited to: Conditions c f contract. Contract Data, specifications or its reference, Bill of Quantities containin ; description of items with scheduled/item rates with premium to be fille i in form c f percentage above/ below or on item rates to be quoted, Form of Agreement z nd drawings.

3. Fixed Price Contracts: The Bid prices and rates arc fixed during currency of contract and under no circumstance shall any contractor be entitled to cla im enhanced rates for any item in this contract.

4. The Procuring Agency shall have right of rejecting 'all or any of the t :nders as per provisior.s of SPP Rules 2010.

5. Conditional Offer: Any person who submits a tender shall fill t p the usual printed form stating at what percentage above or below on the rates specifi :d in Bill of Quantities for items of work to be carried out: he is willing to undertake the work and also quote the rates for those items which arc based on market rates. Only one rate of such percentage, on all the Scheduled Rates shall be framed. Tenders, which Impose any alternative in the works specified in the said form of invitation to tender of in the time

www.pprasindh,gov.pk • At—® xecutive Engineer Icr'''h Clifton S:ifi7' -yr n•

Sindh Public Procurement Regulatory Authority

ng Document for Works up to 2.5 M

BIDDING DATA

(This section should be filled in by the Engineer/Procurin Bidding Documents):

Agency )efore i:suance of tile

(a). Name of Procuring Agency

(b). Bricf Description of Works

(c).Procnring Agency's add ress:-

(d). :Estimated Cost: -

(c). Amount of Bid Security:- (Fill in lumf sum amour t

or in °A age of bid amount /cstimatcd cost, but not cx 'ceding 5%

(1).Pericid of Bid Validity (days):- (No more than :ixty da

(g).Sccu rityDcposit:-(includingbidsccurity):-

(in % ate of bid amount /cstimatcd cost equal to 10%)

(h). Percentage, if any, to be deducted from bills :-

(i). Deadline for Submission of Bids along with time

(j). Venue, Time, and Date of Bid Opening: -

M. Time for Completion from written order of commence: -

(0.0 of Estimat, d Cost or Bid cost

per day of delay, but total not exceeding 10%).

(m). Dep sit Receipt No: Date: Amount:(in words an• figures)

(Executive Engineer/Authority issuing idding docun- ent)

ANWARar,1 executive Enninf—

(L).Liquidity damages:-

Sindh Public Procurem;:nt Regulatory Authority I www,npris7 i I k

w, allod for carrying out the work, or which contain any other con, itions, vill be habit to rejection. No printed form of tender shall include a tender for mot than ( ne work, bu: if contractor wish to tender for two or more works, they shall subm t a sep irate tender for each. -

The c,tvelope containing the tendu documents shall refer the na ne and number of • he work.

6. AU works shall be measured by standard instruments accord ng to tl c rules.

7. Bidders shall provide evidence of their eligibility as and ' hen re guested by t Procurfng Agency.

8. Any bid received by the Agency after the deadline or subs fission of bi Is shall be rejected and returned unopened to the bidder.

9.Prior to the detailed evaluation of bids, the Procuring Ag :ncy w ill determine whether the bidder fulfills all codal requirements of eligibility criteriz given in tl:e tender notice such as registration with tax authorities, registrati witl PEC (whe,.e •applicable), turnover statement, experience statement, and .:ny otl er conditic n mentioned in the NIT and bidding document. If the bidder do es not fulfill any of these conditions, it shall not be evaluated further.

10. Bid without bid security of required amount and prescribed ft rm sha I be rejected

11. Bids determined to be substantially responsive shall be chect ed for ny arithmetic errors. Arithmetical errors shall be rectified on the following basis;

(A) In case of schedule rates, the amount of percentage qu fled ab we or below will be checked and added or subtracted from amount o bill of quantities t ) arrive the final bid cost.

(B) In case of item rates, .If there is a discrepancy between the uni rate and the total cost that is obtained by multiplying the unit rate and (uantity the unit rate shall prevail and the total cost will be corrected unless i the o )inion of the Agency there is an obvious misplacement of the decimal point in the unit rate in which ease the total cost as quoted*will govern and the trait rah: corrected. I there is a discrepancy between the total bid amount and tl e sum t f total costs the sum of the total costs shall prevail and the total 1 id amc unt shall be corrected.

(C) Where there is a discrepancy between the amounts in figui -!s and words, the amount in words will govern.

Sindh PubliL Procurement Regulatory Authority www.pprasindli.gov.pk WAR Pt,L1

ANxecue

Engineer tSEAl

'ifton Sadd at Division Cl

ISouth),KNN&SF

. B:dding Docin tient (or Works up to 2.5 M • \S

sidding DoCinnent fol• Works up to 2.5 M

. /

AC) In the event of any of the above courses being adopted by Engineer/Procuring Agency, the contractor shall have:-

(1) no claim to compensation for arr"Ity loss sus ained by him b having purchased or procured any in' tcrials, or. entt

— 4igagdrdetirs; or Made any advances on a ount of, or witl (.xceutioli of the work or (he performance o the contract,

(iii 'howLiv4r,rilc coeitraeter claim for the w rk done at site dl 'The executive engfriO4-.in Writing rcgardin the performance and lias'nof been pind.

Piskuring Agency/Engineer may invite fresh bids or remaining woi

the Executive

reason of his red into any a 'view to the

at ily certified by of svoll!work

Clause 4: Possession of the site and. claims for compe sation for delay. The Engineer shall give posSession of all parts of theSite to the contr, ctor. If possessio: of site is not given by the date stated in the contiAct 'data, no compe satiod shall be al !owed for any delay caused in starting of the work on account of any a uisitiOn of land, • vater standing in borrow pits/ compartments or in according sanction estimates. In su.:h case, either .date of commencement will be changed or period o completion is tc be extended accordingly.

• Clause -5: Extension of Intended Completion Date. c Procuring Agen :y either at its own initiatives before the date of completion or on des re of the ,contractc r may extend • the intended completion date, if an event (which hinders the execution of cc ntract) occurs or a variation order is issued which makes it iinpossi le to complete the work by the intended completion date for such period as he may think necessary of proper. The decision of the Executive Engineer in this matter sha ► be final; where t me has been extended under this or any other clause of this agreeme t, the date for corn pletion of the work shall be the date fixed by the order giving the ex t nsion or by the ag negate of all such orders, made under this agreement. When time has been extended as aforesaid, it shall c ntinue to be the c sence of the contract and all clauses of the contract shall continue to be operative during the extended period.

Clause -6: Specifications. The coptragtor shall execute the whole and eve y part of the work in the most substantial and \/ork-man-like manner and both as rega •ds materials and all other matters in strict accordance with the specifications lodged in the offite• of the Executive Engineer and initialed by the parties, the said specification IN ing a part of the contract. The contractor shall also confirm exactly, idly and faithfully tc the designs, drawing, and instructions in writing relating to the work signed by the Engine •er-in-charge and lodge in his office and to which the contractor shall be entitled to have a :cess at such office or on the site of work for the purpose of inspection during office h )urs and the contractor shall, if he so requires, be entitled at his owl expense to make o cause to be Made copies of the specifications, and of all such designs, drawings, and in itructions as aforesaid.

SO

Is

Sindh Publi-: Procurement Regulatory Authority 1 wwwwrasindli.gov,pk .0eit:Eit->-1111111111

.--ANWATR ALT Executive Enginr:r:r TFr'".

ClltIon Sadff 7

Bidding bocurnent for Works up to 2.5 M

Conditions of Contract

Clause — I:Commencement & Completion Dates of work. The contra ;tor shall not enter nilon or commence any portion or .work except with the written authority and instrucLons or thcAlingio*rrioNiwzgelor rtt i;n subordinwe-in-charge of the work. Failing

I such at.- fcil4kaim to ask ler measurements of or payment for worL. • -•

The co,L;.ractorshall proceed with the works with due expedition and with rat delay and compleu,; the,Nvork4 in.)the.tivig allowed for carrying out the work as entere( in the tench r shall be itrietly obscryed taNillTi contracux and shall reckoned from the date• on which the order to commence work iniyep 4: oho contractor. And further to ensure :s:iod progrels

' during the execution, of Ale; wpJc contractor shall be hound, in all in w iich the time allowed .for completion, ol:J any,,,wodiieueeds one month, to achieve pry tress on th prorate hasis., • 0;1

Clause -- 2:Liquidated Damages. The contractor shall pay liquidated (1,-, mages to th:. Agency at the rate per day.statedin the bidding data for each day that the co iipletion dat is later than - the Intended completion, date;: the amount of liquidated elamac paid by the contractor to the Agency shall not exceed 10 per cent of the contract price. Agency mai. deduct liquidated damages from payments due to the coiltractor. Payment of liquidate I damages does not affect the contractor's liabilities.

Clause 3: Termination of the Contract.

(A) Procuring Agency/Executive Engineer may terminate the contract it either of th following conditions exits:-

(i) contractor causes abreach of any clause of the Contract; . . (ii) the progress of any particular portion of the work is unsat sfactory and

notice of 10 days has expired; (iii) in the case of abandonment of the work owing to the serious iF ness or deatli

of the contractor or any other cause. (iv) contractor can also request for termination of contract if a pays lent certified

by the Engineer is not paid. to the contractor within 60 days of the date of the submission of the bill;

(B) The Executive Engineer/Procuring Agency has power to adopt any of thy: following courses as may deem fit:-

to forfeit the security deposit available except conditions me ntioncd at /, (iii) and (iv) above;

(ii) to finalize the work by measuring the work •_lone by the contras tor.

664=a-7111111 ANWAR ALI

.Pecutive Engineer (SEIM

Clifton Saddar 1South),KW V!-

Sindh Pubic Procurement Regulator:: Authority wwwjmitasindli.gclulk

A t , executive Enciinr:r!riS1.71

int: Document for Works up to 2.5 M

,vork, and at the same rates, as are specified in the ender fi r the m in work. The contractor has no right to claim for compensati IA by re; son of alterations m• curtailment of the work.

(C) In case the nature of the work in the variatiop do the Bill of Quantities, the quotation by the contra rates for the relevant items of work, and if the En the rate quoted is within the rate worked out by li then only he shall allow him that rate alter approv

s not col responc with items in tor is to )C in th: form of Ili w ineer-in- :barge i ; satisfied tl ,at n det; fled rat • analysis, a id

1 from I* her aut iority.

(D) :le time for the completion of the work shall be c tended it the pre portion that the ditional work hear to the original contact work.

(E) ,n case of quantities of work executed result the more 'than 15%, and then Engineer can adj

excess the cost of contract beyond 15%

(10 cpcat Order: Any cumulative variation, bey ;mount, shall be subject of another contract to iepiirable from the original contract.

Clame-10: Quality Control.

tial Conti ict Pric to be xceec ed st the rat, s for t lose quantities tier appr ival of Superintend ng

nd the 1 >V0 of initial coin! act c tendcre I out if the works are

(A) Identifying Defects: If at any time before the contractor/during defect liability period menti charge or his subordinate-in7charge of the w uncover and test any part of the works which to use of unsound materials or unskillful wor carry out a test at his own cost irrespective of

security dc posit is refunded to the ned in LA( data, t;le Engineer -in-rk may in itruct the contracto • to e. consider: may h ive a defect due rnanship a: id the contractor has to ork already approv :d or paid.

(B) Correction of Defects: The contractor sha be bound forthw. th to rectif:, or remove and reconstruct the work so specified in whole or in part, as the case nay require. The contractor shall correct the °titled def:ct wit. iin the Defects Correction Period mentioned in notice.

(C) Uncorrected Defects:

(1) In the case of any such failure, ti contractor at least 14 days notice o correct a defect. He may rectify or remove and replace the materials or be at the risk and expense in all respc

Engineer-i 1-charg shall give the his intentiot to use a third par y to

remove, and re-exec ute the WO1 k or rticles compl lined o as the case may is of the con ractor.

Sind': Public Proeurcineni Regulatory Authority I www.pprasi dh.gov.pl,

A.T0\c\at k(-11 VecntiveEngirqter

csrlf,

'Clittonsadtiai i-

„Adding Document for Wori ., up to 2.5 M

Clause— 7: Payments, •

(A) Interim/Running Bill. A bill shall be submitted by the contractor as the progress of the work may justify for all work executed and not inc previous bill at least once in a month and the Engineer-in-charge s cause to be taken the requisite measurements for the purpose of havi

/ verified and the claim, as for as admissible, adjusted, if possible befog of ten dayS from the presentation of the bill, at any time depute a su measure up the said work in the presence of the contractor or his auth( whose countersignature to the measurement list will be sufficient to the Engineer-in-charge may prepare a bill from such list which shall bi the contractor in all respects.

-equently as uded in any tall take or ig the same

the expiry )ordinate to rized agent, .varrant and binding on

Ii

The Engineer /Procuring Agency shall pass/certify the amount to be paid to the contractor. which he considers due and payable in respect thereof subject to deduction ofsecurity deposit, advance payment if any made to him an taxes.

All such intermediate payment shall be regarded as payments by wad of advance against the final payment only and not as payments for work actual y done and completed, and shall not preclude the.. Engineer-in-charge from recc veries from final bill and rectification of defects and unsatisfactory items of works pointed out to him during defect liability period.

(B) The Final 13111. A bill shall be submitted by the contractor within one t ionth of the th.c fixed for the completion of the work otherwise Engineer in-charge's certificate of the measurements and of the total arnaust puyablc for the works shall b.: final and binding on all parties.

Clause — 8: Reduced Rates. In cases where the items of work are not accepted as so completed, the Engineer-in-charge may make payment on account of such it :ms at such reduced rates as he may consider reasonable in the preparation of final or on running account bills with reasons recorded in writing.

Clause — 9: Issuance of Variation and Repeat Orders.

(A) Agency may issue a Variation Order for procurement of works, physi :al services from the original contractor to cover any increase or decrease in quantities, including the introduction of new work items that arc cither due t< change of plans, design or alignment to suit actual field conditions, within the g( neral scope and physical boundaries of the contract.

(B) Contractor shall not perform.a variation until the Procuring Agency ha. authorized the variation in writing subject to the limit not exceeding the contrac cost by of 15% on the same conditions in all respects on which he agreed to do them in the

Sindh Public Procurement Regulatory Authority I www.pprasindh.gov.ph

Sindh Public Procurement Regulatory Authority 1,vww. Insindh

AR At.1 xecutiveEnginnot- Clifton S.•••••71-H• • '

1, 7

`1:

idding Document for Works up to 2.5 M

Clause-14: Measures for prevention of fire and safety measures. fl he contractor shall n )t set lire to any standing jungle, trees, bush-wo d or grass will- out a written permit from the Executive Engineer. When such permit s given, and al:a in all cast s when ti:stroying, cutting or uprooting trees, bush-wood, g s, etc by fire, .he contractor shall trice necessary measures to prevent such fire sprea•mg to or other ise damagirg surrounding property. The contractor is responsible for he safety of al' its activiti( s including protection of the environment on and off the sit . Compensation of all damai e done in!entionally or unintentionally on or off the site by he contractor's I ibour shall t e paid by him.

Clause-15:Sub-cont meting. The contractor shall not sub ntract the whole of the work except where otherwise provided by the contract. The c ntractor shall not subcontra any par of the works without the prior consent of the En inter. Any sucl consent shy, ll not reln:ve the contractor from any liability or obligation nder the contra( t and he sh: II be resFonsible for the acts, defaults and neglects of my subcontractcr, his agent ;, servants or workmen as if these acts, defaults or neglects ,ere those of the :ontractor, his agents' servants or workmen. The provisions of this contract shall pply to su( h subcontractor or his employees as if he or it were employ es of the contract )r.

Clause — 16: Disputes. All disputes arising in Connectio with the.presen. contract, al .d which cannot be amicably settled between the piities„ the decision of. the Superi: :ending lingincer of the circle/officer/one grad higher to. awarding autliori y shall ti final, conclusive and binding on all parties to the contract upor all questions relatin,,i to the meaning of the specifications, desist Is drawings, an( instructions, hereinIT More mentioned and as to the quality of workm ► nship, or materia s used on the work c - as to any other qucistions, claim, right, matter, cr thing whatsocv:r in any wiiy arising out of, or relating to the contract design, dra iings, specificatie ns, estimates, instruc ions, orders or these conditions or otherwise concerning the works, or the execution, of failure to execute the same, whether are ing, during the p 'ogress of the work, c r after the completion or abandonment thereof.

Clause —17: Site Clearance. On completion of thL • work, the contra ctor shall be furnish :d with a certificate by the Executive Engineer (I ereinafter called ti- Engineer charge o: such completion, but neither such certificate hall be given nor ;hall the wo be considered to be complete until the contractor sh ill have removed all tempora y structures and materials brought at site either for use o for operation facilities including cleaningdebris and dirt at the site. If the contractor fail to comply with th: requiremer is of this clause then Engineer-in-charge, may at the exp Ise of the contract. )r remove arid dispose of the same as he thinks fit and shall deduc the amount of a 1 expenses ;o incurred from the contractor's retention money. The ontractor shall haN c no claim in respect of any surplus materials as aforesaid except fo any sum actqally icalized by tle sale thereof.

NNW Mt la VAectitive Englileer tSE1P‘

Clitton Saddat Div;-(S o uthl iN

Sindh Public Procurement Regulatory Authority 1 ‘vww.pprasindh.gov.pk

1-1j l hello to the future

www.ptcl.com iidir Doc Inv 1 10607158351000

M (MOIR Issue te: 14-03-2017

' FLOOR.KIOPRIN141610/12Eit'r'.gineer considers th- t rectificati i( fect12i127601116 ....

SHTAR ROAD essential and it may be accepted or maleriffaii Wititian2kiliS KARACHI, NOT IN ID FILE KARACHI discretion to accept the same a such reducl=

ispas sy &-usuiuti

PTCL STN: 0701851701346 PTCL NTN: 0801599-6

II • '• Or dB MI MY II sal

1)21-32760416

Due Dat

Irk tiff DueZ.DM Rs. 4,340.00 Clause —11: 000 44MAIJ2742 010 SPEED BIRD-2

(A) ,Inspection of Operations. The Engineer and his subordinates, s mll at all reasonable times have access to the site for supervision and inspectio 1 of works under or in course of execution in pursuance of the contract and the contractor shall afford every facility for and every assistance in obtaining the ri;ht to such

(B) Dates for Inspection and Testing. The Engineer shall give the contractor reasonable notice of the intention of the Engineer-in-charge or his suf.: )rdinate to. visa: the work shall have been given to the contractor, then he either himself be pm-. ent to receive orders and instructions, or have a responsible 'gent duly accedited in writing present for that puipose, orders given to the contr. :,tor's duly authorized agent shall be considered to have the same force an effect as if they had bech given to the contractor himself.

Clause — Examination of work before covering up.'

(A) No !)art of the works shall be covered up or put out of view/beyonc the reach witilout giving notice of not less than five days to the Engineer whenev( r any such par of the works or foundations is or are ready or about to be ready for ex:-.:nination and the Engineer shall, without delay, unless he c( nsiders it unr 2cessary and advises the contractor accordingly, attend for the purpose of exa fining and measuring such part of the works or of exami ling such fou.-.dations;

(B) If z.hy work is covered up or placed beyond the reach of measure= it without such notice having been given, the same shall be uncovered at the c )ntractor's expense, and in default thereof no payment or allowance shall be mad.: for such work, or for the materials with which the same was executed.

Clause — 13: Risks. The contractor shall be responsible for all risks of loss of )r damage to physical property or facilities or related services at the premises and of pers( ,nal injury and death which arise during and in consequence of its performance of the ( ontract. if any damage is caused while the work is in progress orbecome apparent w thin three months of the grant of the certificate of completion, final or otherwise, the contractor shall make good the same at his own expense, or in default the Engineer ma) cause the same to be made good by other workmen, and deduct the expenses from relent on money lying with ,he Engineer.

Sindh Public Procurement Regulatory Authority %V VNV di ov

/dding Document for Works up to 2.5 M

BILL OF QUANTITIES

(A) Description and rate of Items based on Composite Schedule of Rat, s.

I te. !I No Quantities

' Description of item to be executed at

site Rate

Unit' Amount in

Rupees

I 2 3 4 5 6

Amount TOTAL (a)

-- above/below on the rates Of CSR. Amount to be dded/deducted on Di • basis Of premium q °Rd. TAL (b)

Total (A) = a-1-1) in words Si: figures:

Contract- r Executive E Yiecr/Proc'urinM;ency

tt.

Adcing Document for Works up to 2.5 M

Clause -18: Financial Assistance /Advance Payment.

(A) Mobilization advance is not allowed.

(B) Secured Advance against materials brought at site.

(i) Secured Advance may be permitted only against imperishabl: materials/quantities anticipated to be consumed/utilized on the work within a period of three months from the date of issue of secured advance and definitely not for full quantities of materials for the entire v ork/contract. The sum payable for such materials on site shall not exceet 75% of th market price of materials;

(ii) Recovery of. Secured Advance paid to the contractor and 3r the abov provisions shall be affected from the monthly paymen s on acttu 1 consumption basis, but not later than period more than three nonths (even if unutilized).

Clause --19: Recovery as arrears of Land Revenue. Any sum due to the Goverruner t by the c,:mtractor shall be liable for recovery as arrears of Land Revenue.

Clause —20: Refund of Security Deposit/Retention Money. On cow letion of th whole c I the works (a work should be considered as complete for the purpse of refun of security deposit to a contractor from the last date on which its final Inca: uremen,ts ar checked by a comrtent authority, if such check is necessary otherwise fron the last dat of recording the final measurements), the defects notice period has also p tssed and th z, Engineer has certified that all defects notified to the contractor before th: end of this period have been corrected, the security deposit lodged by a contractor (in cash cr recovered in installments from his bills) shall be refunded to him after the e:piry of three months from the date on which the work is completed.

—‘4AuN Divisional Accoutaa )

t.Saddar unit o id.stt. South • K.W.&.S.B.

Contractor

geet=r0

Executive gene, e utive Engineer liftop Slridar Division.

\ISouth),KW&S8

Sindh Public Procurement Regulatory Authority I www.pprasindhauji

1

• ••••••••••=••••••••••••

• 1. (A) Cost based 011 Composite Schedule of Rates.

ding Document for Works up to 2.5 M

Summary of Bill of Quantiti s.

.Cost.of Bid Amot nt

.

- 2. (13) Cost based on Non/Offered Schedule of Rates. -v. •

TOTAL COST OF BID (C) = Total (A) + Total (B)

Contractor ' Executime, ngineer/Procurin g Agency

-ME Sindh Public Procurcmcpt R‘lulatory Authority I www.pprasin'

/ding Document for Works up to 2.5 M

• t.k,

II

6

(B) Description and rate of Items based on Market (Offered Nies)

Rate teniNo Quantities Description of item to be executed at

site Aniouni in

Rupec s

Unit

Total (13) in words .K figures:

ti

Contractor

Executive Engiworiyi-ccpri,igilAgel cy: executive Enaincer (SEW)

Clifton Saddar Division, ''faouttl)..KW8413

Sindh Public Pro,;:urctnent Rerulatory Authority I ‘vww.pprasindh.gov.pis


Recommended