22
Tender Document SITE OFFIECE Value Addition City (VAC) RENOVATION Bid Submission Date & Time : 1400 Hours ,29 th December 2014 Bid Opening Date & Time: 1430 Hours, 29 th December 2014 Faisalabad Industrial Estate Development and Management Company (FIEDMC) 1 st Floor , FCCI Complex, East Canal Road , Canal Park, Faisalabad Ph # 041-9230231-34 UAN : 041-111-343-362 www.fiedmc.com.pk

Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Tender Document

SITE OFFIECE –Value Addition City (VAC)

RENOVATION

Bid Submission Date & Time : 1400 Hours ,29th

December 2014

Bid Opening Date & Time: 1430 Hours, 29th

December 2014

Faisalabad Industrial Estate Development and Management Company

(FIEDMC)

1st Floor , FCCI Complex, East Canal Road , Canal Park,

Faisalabad

Ph # 041-9230231-34 UAN : 041-111-343-362

www.fiedmc.com.pk

Page 2: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Important Note: Bidders must ensure that they submit all the required documents indicated in the Bidding/Tender Documents

without fail. Bids received without, undertakings, valid documentary evidence, supporting documents and the

manner for the various requirements mentioned in the Bidding Documents or test certificates are liable to be

rejected at the initial stage itself. The data sheets, valid documentary evidences for the critical components as

detailed hereinafter should be submitted by the Bidder for scrutiny.

Applicability of Punjab Procurement Rules, 2014 This Bidding Process will be governed under Punjab Procurement Rules, 2014, as amended from time to time

and instructions of the Government of the Punjab received during the completion of the project.

1. Invitation to Bid

1.1 PPRA Rules to be followed Punjab Procurement Rules, 2014 will be strictly followed. These may be obtained from PPRA’s

website. http://www.ppra.punjab.gov.pk

In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab

Procurement Rules, 2014.

2. Bidding Details (Instructions to Bidders)

All bids must be accompanied by Bid Security (Earnest Money), as part of Financial bid in favor of

“FIEDMC”. The complete bids as per required under this tender document, must be delivered to the

FIEDMC OFFICE on or before 1400 hrs on 29th

Dec,2014. The bids shall be publicly opened in the

Committee Room of FIEDMC, at 1430 hours on 29th

Dec, 2014 .In case the last date of bid submission falls in

/ within the official holidays, the last date for submission of the bids shall be the next working day

Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the hardware must

be received in writing to the FIEDMC till 25t h

Dec , 2014. Any query received after said date may not be

entertained. All queries shall be responded to within due time. FIEDMC may host a Q&A session, if

required, at FIEDMC premises. All Bidders shall be informed of the date and time in advance.

The bidder shall submit bids which comply with the Bidding Document. Alternative bids shall not be

considered. It will be the responsibility of the Bidder that all factors have been investigated and considered

while submitting the Bid and no claim whatsoever including those of financial adjustments to the

works/supplies awarded under this Bid Process will be entertained by the FIEDMC. Neither any time schedule,

nor financial adjustments arising thereof shall be permitted on account of failure by the Bidder.

The Bidder shall be deemed to have satisfied itself fully before Bid as to the correctness and sufficiency of its

Bids for the supplies/works and price/cost quoted in the Bid to cover all obligations under this Bid Process.

It must be clearly understood that the Terms and Conditions and Specifications are intended to be strictly

enforced. No escalation of cost except arising from increase in quantity by the Bidder on the demand and

approval of the FIEDMC will be permitted.

The Bidder should be fully and completely responsible for all the deliveries and deliverables to the

FIEDMC office.

Bidders are also required to state, in their proposals, the name, title, contact number (landline, mobile), fax

number and e-mail address of the bidder’s authorized representative through whom all communications shall be

Page 3: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

directed until the process has been completed or terminated.

The FIEDMC will not be responsible for any costs or expenses incurred by bidders in connection with the

preparation or delivery of bids.

Failure to supply required items/services within the specified time period will invoke penalty as

specified in this document.

TERMS AND CONDITIONS OF THE TENDER

3 Tender Scope

Following requirements define the scope of work of this tender.

3.1. The Selected Bidder will be responsible for all the works and supplies as mentioned in BOQ.

3.2. Selected Bidder must ensure that the works & supplied equipment is fully operational, new and performs

properly and meet Technical Specification.

4. Tender Eligibility/Qualification Criteria

4.1 Eligible Bidder/Tenderer is a Bidder/Tenderer who:

4.2 Must be registered with Tax Authorities as per prevailing latest tax rules (Only those

companies/firms/individuals which are validly registered with sales tax and income tax departments can

participate.

4.3 has submitted bid for all works/goods/material and bid security against total quoted cost.

4.4 has not been blacklisted by any of Provincial or Federal Government Department, Agency,

Organization or autonomous body or Private Sector Organization anywhere in Pakistan. (Submission of

undertaking on legal stamp paper is mandatory).

5. Tender Cost

The Tenderer shall bear all costs / expenses associated with the preparation and submission of the

Tender(s) and the FIEDMC shall in no case be responsible / liable for those costs / expenses.

6. Joint Venture / Consortium

Joint venture / Consortium are eligible for this tender.

7. Amendment of the Tender Document

7.1 The FIEDMC 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 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

Bidder(s).

7.2 The FIEDMC shall notify the amendment(s) in writing to the prospective Tenderers as per Punjab Procurement Rules, 2014.

7.3 The FIEDMC may, at its exclusive discretion, amend the Tender Document to extend the

deadline for the submission of the Tender as per Rule of Punjab Procurement Rules, 2014.

8 . Preparation / Submission of Tender

8.1 The Tender shall be in two parts i.e. the technical proposal and the financial proposal.

8.2 Technical Proposal shall comprise the following, without quoting the price:

8.2.1 Undertaking (All terms & conditions and qualifications listed anywhere in this tender

document have been satisfactorily vetted). 8.2.3 Covering letter duly signed and stamped by authorized representative.

8.2.6 Technical Brochures / Literature if any

8.2.7 Details of Warranty.

Page 4: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

8.2.8 Submission of undertaking on legal valid and attested stamp paper that the firm is not blacklisted

by any of Provincial or Federal Government Department, Agency, Organization or autonomous

body or Private Sector Organization anywhere in Pakistan

8.2.9 Valid Registration Certificate for Income Tax & Sales Tax.

8.3 The Financial Proposal shall comprise the following:

8.3.1 Financial Form

8.3.2 Bid Security (Earnest Money)

8.4 This is made obligatory to affix authorized signatures with official seal on all original documents,

copies, certificates, brochures, literature, drawings, letters, forms and all relevant documents as part of

the bids submitted by the tenderer.

9. Tender Price

9.1 The quoted price shall be:

9.1.1 best / final / fixed and valid until completion of all works and delivery i.e. not subject to

variation / escalation;

9.1.2 Amount in Words & Figures and must be in Pak Rupees only;

9.1.3 inclusive of all taxes, duties, levies, insurance, freight, etc.

9.1.4 including all charges up to the delivery point at Site Office VAC.

9.2 Where no prices are entered against any work(s) & item(s), the price of that item shall be deemed be

free of charge, and no separate payment shall be made for that item(s).

10. Bid Security (Earnest Money)

10.1 The Tenderer shall furnish the Bid Security (Earnest Money) as under:

10.1.1 for a sum equivalent to 2% of the Total Tender Price;

10.1.2 denominated in Pak Rupees;

10.1.3 As part of financial bid envelope, failing which will cause rejection of bid.

10.1.4 in the form of Demand Draft / Pay Order , in the name of the FIEDMC;

10.2 The Bid Security shall be forfeited by the FIEDMC, on the occurrence of any / all of the

following conditions:

10.2.1 If the Tenderer does not accept the corrections of his Total Tender Price; or

10.2.2 If the Tenderer, having been notified of the acceptance of the Tender by the FIEDMC during

the period of the Tender validity, fails or refuses to furnish works and Goods in accordance with

the Tender Document/BOQ. 10.3 The Bid security shall be returned to the technically unsuccessful Tenderer with

unopened/sealed financial bid, while the unsuccessful bidders of financial bid will be returned the Bid

Security only without BOQ Form. The Bid Security shall be returned to the successful Tenderer upon

furnishing of the works/goods.

11. Tender Validity

The Tender shall have a minimum validity period of 30 days from the last date for submission of the

Tender.

12. Modification / Withdrawal of the Tender

12.1 The Tenderer may, by written notice served to the FIEDMC, modify or withdraw the Tender after

submission of the Tender, prior to the deadline for submission of the Tender.

12.2 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 Bid Security.

13. Opening of the Tender

13.1 Tenders shall be opened at 29th

Dec,2014 in the presence of the Tenderer(s)/Bidders/Vendors, In case

the last date of bid submission falls in / within the official holidays / weekends of the FIEDMC, the

Page 5: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

last date for submission of the bids shall be the next working day.

13.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such other

details as the FIEDMC may, at its exclusive discretion, consider appropriate, shall be announced and

recorded.

14. Clarification of the Tender

The FIEDMC shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Tenderer(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. Acceptance of any such Correction is sole discretion of the

FIEDMC.

15. Correction of errors / Amendment of Tender

15.1 The Tender price as determined after arithmetic corrections shall be termed as the Corrected

Total Tender Price which shall be binding upon the Tenderer.

15.2 No credit shall be given for offering delivery period earlier than the specified period.

16. TECHNICAL EVALUATION CRITERIA

ELIGIBILITY MARKS: A technically eligible bidder, based on conditions listed in this document The Bidders who have duly complied with the Eligibility against all works will be eligible for further

processing.

TECHNICAL EVALUATION CRITERIA

Category Description Points

Legal

(Mandatory)

Valid Income Tax Registration Mandatory

Valid General Sales Tax Registration (Status = Active

with FBR)

Mandatory

Submission of undertaking on legal valid and attested

stamp paper that the firm is not blacklisted by any of

Provincial or Federal Government Department, Agency,

Organization or autonomous body or Private Sector

Organization anywhere in Pakistan.

Mandatory

In full compliance of the Execution Schedule and

Delivery Period mentioned in tender document

(Undertaking of same on legal stamp paper is must)

Mandatory

17. FINANCIAL PROPOSAL EVALUATION

17.1 Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

mentioned above. The technically Eligible/Successful Bidder(s)/Tenderer(s) or their authorized

representatives shall be allowed to take part in the Financial Proposal(s) opening.

17.2 Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014. The Price

evaluation will include all duties, taxes and expenses etc. In case of any exemption of duties and taxes

made by the Government in favor of the FIEDMC, the contractor shall be bound to adjust the same in the

Financial Proposal.

Page 6: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

17.2.1 In cases of discrepancy between the cost/price quoted in Words and in Figures, the lower of the

two will be considered.

17.3 The FIEDMC will not be responsible for any erroneous calculation of tax rates or any subsequent changes

in rates or structure of applicable taxes. All differences arising out as above shall be fully borne by the

Successful Bidder.

18 Rejection / Acceptance of the Bid

18.1 The FIEDMC shall have the right, at his exclusive discretion, to increase / decrease the quantity of any

or all work(s) and item(s) without any change in unit prices or other terms and conditions, at the time

of order placement. The FIEDMC may cancel/reject all bids or proposals at any time prior to the

acceptance of a bid or proposal. The FIEDMC shall upon request communicate to any bidder, the

grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. The

FIEDMC shall incur no liability, solely, by virtue of its invoking Punjab Procurement Rules, 2014

towards the bidders. However, bidders shall be promptly informed about the rejection of the bids, if any

(As per Punjab Procurement Rules, 2014).

19. Acceptance Letter

As per Punjab Procurement Rules 2014, the FIEDMC shall issue the Acceptance Letter/Purchase order

to the successful Tenderer, at least after 07 days of announcement of bid evaluation reports and prior

to the expiry of the original validity period or extended validity period of the Tender.

20. Delivery/Duration

The delivery time of the work is 45 days commenced from the date of signing contract.

21. Inspection and Testing

21.1 The FIEDMC shall inspect and test the Goods supplied, Works carried out, under the

Contract/PO/Supply Order, to verify their conformity to the Technical Specifications/BOQ.

21.3 The FIEDMC may reject the Goods, the Services or the Works if they fail to conform to the Technical Specifications/BOQ, 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 FIEDMC.

21.5 Nothing contained in this document shall, in any way, release the Contractor from any Warranty or

other obligations under the Contract.

22. Warranty

22.1 The Contractor shall warrant to the FIEDMC that the Goods supplied by the Contractor, under the

Contract are, brand new and non- refurbished.

22.2 The Contractor shall provide Manufacturer’s Local warranty (hereinafter referred as Warranty

Period) for all items in respect of Goods, the Services and the Works, or any portion thereof, as the case

may be, which will include:

22.2.1 Free, on site repair / replacement of defective / damaged parts and labor, within 24 hours of

intimation;

22.3 The Warranty Period shall start from the date of completion of works on site.

23. Payment

23.1 The Contractor shall provide all necessary supporting documents along with invoice.

23.2 The Contractor shall submit request for Payment, to the FIEDMC. The Application for Payment

shall: be accompanied by such invoices, receipts etc.

23.4 The FIEDMC shall pay the amount verified within fifteen days (15). Payment shall not be made in

advance and against partial delivers. The FIEDMC shall make payment for the work carried out,

as per Government policy, in Pak Rupees, through cheque.

23.5 All payments shall be subject to any and all taxes, duties and levies applicable under the laws of

Pakistan.

Page 7: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

24. Forfeiture of Earnest Money/Performance Guarantee

24.1 The Earnest Money shall be considered as Performance Security of Successful bibber and shall be

forfeited by the FIEDMC,

24.1.1 If the Contractor fails / delays in performance of any of the obligations, under this Tender

Document violates any of the provisions / commits breach of any of the terms and conditions of

this tender document/BOQ/Contract, the FIEDMC may, without prejudice to any other right of action /

remedy it may have, forfeit Performance Security of the Contractor.

24.3 Failure to carried out the work and supply of required items within the specified time period (“

Delivery Period”) , Performance Security amount will be forfeited and the company will not be

allowed to participate in future tenders as well.

25. Taxes and Duties

The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed make

inquiries on income tax / sales tax to the concerned authorities of Income Tax and Sales Tax

Department, Government of Pakistan.

Page 8: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

ANNEXURE-A

Financial Form

1. Patch & Paint Works

2. Electrical Works

3. Furniture and Fixture

4. Security Solution ( CCTV) Cameras

Price Schedule/ Financial Cost Sheet

Item

#

Item Description

No of Units/

QTY

Total Rate (Incl. all

Taxes) Rs.

1 Patch & Paint Works 01 Job

2 Electrical Works 01 Job

3 Furniture & Fixture 01 Job

4 Security Solution (CCTV) 01 Job

Total Bid Price Rs:

Total Cost (in words) Rs. _______________________________________________

1. Amount of Earnest Money Rs:__________ , DD/Pay Order #_________, Bank Name:_________

Date Signature of authorized person

Name:

(Company Seal)

Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection of the financial bid.

Page 9: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

BILL OF QUNTITIES (BOQ) PREAMBLE

1. The item mentioned in the bill of Quantities consist of furnishing all plants, labor, equipment’s ,

machinery ,appliance, materials fitting, fixture and fabrication, erection, installation required for

completing the items/work and the shall be done in accordance with bill of quantities,

specifications drawings complete in all respect

2. The specification section which as a whole or part (depending upon engineers’ discretion) of

these specification is to be followed during execution of item of work in accordance with

applicable drawing.

3. Complete description of items of work in bill of quantities, general direction, conditions and

limitations of work, applicable method, means to be adopt, type and quality of material use of

tool, plant and machinery are not necessarily mentioned in the description Column of Bill of

quantities. Theses shall be referred to in accordance with specification and drawing.

4. The quantities contained in the Bill of Quantities are approximate estimated quantities and

liable to be changed (increases/decreases) or omitted when the work will be actually executed.

The engineer is authorized to delete any item of work or vary quantities of any item of Bill of

Quantities.

5. No claim for payments will be admissible on account of anticipated profit or variation in

overhead expenditures for the work not actually performed nor will any adjustment in the

unite rate set forth in the Bill of Quantities be made because of any increases or any decreases

in the quantities indicated therein.

6. The prices and rates quoted in the Bill of Quantities are full inclusive value of the works

described under specified items including all cost and expenses which may be required in and

for the construction of the work described together with all risks, liabilities and obligations set

forth and implied in all the documents referred to on which the tender is based.

7. Unless otherwise stated in the text of the Bill of Quantities, the quantities have to be measured

and paid in accordance with measurement and payments of work clauses given in the relevant

specification or in accordance with implied meaning of the specification. Any special method of

measurement based as stated in text of Engineer Estimate is limited to the concerned items

only.

8. The tenderer should not make any additions of alternations in the tender document. Tenders

with additions of alterations shall be liable for rejection.

9. Any item mention in bill of quantities or specification but not shown on the drawings or shown

on the drawings but not mentioned in the Bill of quantities or specification shall be like effect as

it has been shown and mentioned in these documents.

Page 10: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Patch & Paint works Sr Works Description Qty Unit

1 Removing/cleaning & Patch Work

1. Removing white or colour wash by scrapping/cleaning and preparing the surface smooth and straightening including necessary repairs to Scratches with cement sand mortar. complete in all aspects

3400 SqFt

2. Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses . placing of 6mm steel rebar’s, making trenches/jharries of 6 inches wide , refilling of trenches/jharries with concrete , including cutting the patch in proper shape ,placing of raking out joints and preparing and plastering that surface of the walls with cement sand mortar ,complete in all aspects. 1:3(1 cement: 3 fine sand), Concrete ratio (1:2:4)

200 sqft

3. dismantling of all doors 08 No’s

4. Filling of trenches/jharries for PVC Condit with cement & Sand mortar 1:3 ( 1 Cement : 3 Fine Sand)

30 meter

5. 6” wide and 2’ deep ,Cutting of Road ,placing armored copper conductor in PVC Conduit, refilling with concrete ratio 1:2:4.

40 ft

2 Paint work 1. Providing and applying at any height three (03) coats of distemper paint with matt finished of an approved color & shade of ICI/Burger using approved rollers application on plastered surface of walls and ceiling, including rubbing and filling and preparation of surface with one coats of primer (ICI) Alkali resisting coat or primer sealer in case of berger robbialac paints etc ,complete in all aspects as per manufacturer printed instruction and specified and directed by the Engineer.

2. Providing and applying at any height three (03) coats of Weathersheild paint of matt finished of an approved color & shade of ICI/Burger using approved rollers application on plastered surface of outer walls, roof, Pillar’s and RCC Grill ,with matt finished, including rubbing and filling and preparation of surface with one coats of primer (ICI) Alkali resisting coat or primer sealer in case of berger robbialac paints etc ,complete in all aspects as per manufacturer printed instruction and specified and directed by the Engineer.

3. Providing and applying at any height three (03) coats of Exterior varnish of an approved color & shade of ICI/Burger using approved rollers application on outer bricks walls,as directed by the Engineer.

4. Painting the new wooden doors and iron grill of windows with synthetic enamel paint of approved brand and manufacture of required colour and shade

1320 1500 550 216

Sqft Sqft Sqft sqft

Page 11: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Electrical Works

Sr Works Description Qty Unit

1

Wiring

1. All wiring shall be carried out with PVC insulated Copper wires of 1.5mm sq ,2.5 mm sq, 4 mm sq single and 16 mm sq 4 core of 250/440 & 600/1000 volts grade. Circuit wiring shall be

a. Copper wire 1.5 mm (sq) from switch board to each light, fan, exhaust fan.

b. Copper wire 2.5 mm (sq) from DB to Switch Boards, Sockets.

c. Copper wire 4 mm (sq) from DB to AC, Heater, Grass cutting, flood light Sockets.

d. 16 mm (sq) 4 Core From Metter to DB’s

01 job

1.1 Internal Wiring

1. Each circuit shall have a separate neutral wire. Neutral looping shall be carried out from point to point or in light/fan switch boards .For point wiring red colour wire shall be used for phase and black colour wire for neutral. Care shall be taken in pulling the wires so that no damage occurs to the insulation of the wire. Before the wires are drawn into the conduit, the conduits shall be thoroughly cleaned of moisture, dust and dirt.

No of Point for lights

No of Points for fans

No of Points for CCTV Cameras

No of switch boards with complete fitting (8 buttons +2 x 2 Pin Sockets+ 1 x dimmer)

No of switch boards (4 button + 2 x 2 Pin Sockets+ dimmer)

Universal Switch Board 15 Amp

wall outlet with 3 Pin Socket and single button of 15 Amp for AC/Heater

24 03 04 04 02 08 05

Points Points Points No’s No’s No’s No’s

1.2 External Wiring

Supply, installation, wiring, fixing, laying ,connection, jointing, testing and commissioning of 4 Core(7 , 64) core, PVC Insulated, PVC Sheathed, Copper conductor 600/1000 volts grade cables,

a. From electric meter to DB’s

01

Job.

2 Cables Supply, installation, wiring, fixing, laying ,connection, jointing,

testing and commissioning of single core & 4 Core, PVC Insulated,

PVC Sheathed, Copper conductor 250/440 Volts or 600/1000 volts

grade cables, in pre-laid PVC Pipes G.I Conduits/G.I Pipe/RCC

Pipes/Trenches/ on cable clamps etc, it includes the rate of cable

and complete in all aspects approved by engineer: Make Pak

Cable/Fast/Pioneer.

a. Single Core Cables Single core ,PVC Insulated, Copper Conductor,250/440 & 600/1000 Volts Grade Cables.

1. 1.5mm (sq) (3/0.29 mm) S/C PVC/250/440V( 4 x Red, 2x Black)

2. 2.5mm (Sq) (7/0.29 mm) S/C PVC/250/440V (R,R,BL,BL)

3. 4 mm (sq) (7/0.44 mm) S/C PVC/250/440V (Red,Black)

600 400 200

Meter Meter Meter

Page 12: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

b. Multi-Core Power Cables 4 core PVC Insulated ,PVC sheathed armored copper conductor.

1. 16 mm (sq) SQ 4/C CU/PVC/PVC SWA 600/1000V

18

Meter

3 Distribution Board (DB)

Supply ,installation, connection of wires/cables, testing and commissioning of 500 volts,50 Hz, 3-Phase and neutral distribution board (DB) concealed type ,wall mounted to be installed on main gate of site office ,made of M.S Sheet 16 SWG with hinged door, handle, catcher , earthling bar ,neutral strip, internal wiring from MCCBs terminating on cable terminal blocks, one coat of antirust and anti-corrosive paint with further two coats of enameled paint of approved color, all necessary material equipped with digital square shaped Voltmeter scaled with 0-500 volts and Ammeter 0-100 Amp complete in all aspects .DB shall be equipped with the following components :

Power DB (3-Phase) a. Size 18”x18”x9”,Water Proof , wall mounted b. 100 Amp 3 Pole & Neutral Changeover rotary Switch,3-

Phase, 3 positions with center off . c. Incoming Circuit Breaker

1. 100A TP&N MCCB Rc=10kA d. Outgoing Circuit breakers

1. 9-10A SP MCB 6kA 2. 16A SP MCB 10 KA 3. 6A SP MCB

2 Power DB (3-Phase) a. Size 12”x18”x6” b. Incoming Circuit Breaker : 63 amps, 4 pole 30ma, ELCB. c. Outgoing Circuit breakers:

16A SP MCB 10 KA 6A SP MCB

d. Panel Lights e. Volt Meters

Make of Circuit breakers: Schneider, Terasaki Japan, ABB Germany Or Equivalent. Labels shall be anodized aluminum with white engraving on black background shall be provided for each incoming and outgoing Cable/wire of DB.

02 01 01 01 04 01 01 06 04 03 03

Job’s No’s No’s No’s No No No No No’s No’s No’s

4 Light Fittings & Fixtures

Supply, installation, wiring, fixing, laying ,connection, jointing, testing and commissioning of Light holders/chokes, Switch Boards, Sockets with complete fixing accessories

a. No of switch boards with complete fitting (8 buttons +2 x 2 Pin Sockets+ 1 x dimmer)

b. No of switch boards (4 button + 2 x 2 Pin Sockets+ dimmer)

c. Universal Switch Board 15 Amp d. wall outlet with 3 Pin Socket and single button of 16

Amp for AC/Heater e. No of E-27 lamp holders

04 02 08 05 24

No’s No’s No’s No’s No’s

5 Cable Conduits

Supply, installation, wiring, fixing, laying ,connection, jointing, testing and commissioning of cable conduits/PVC pipes for wiring recessed in wall as required as per site conditions, including inspection boxes, pull boxes , steel pull wire, hooks, tees, bends, cutting trenches/jharries , etc complete in all aspects. I includes

Page 13: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

rate for the pipes also. i) 1” dia PVC Conduit ii) 90 degree PVC Conduit Bends iii) 3” dia PVC Conduit

30 24 40

Meter No’s ft

Furniture & Fixtures

Sr Works Description Qty Unit

1 Furniture 1. Executive chair: Supply of Revolving Executive chair, Model Classic, Seat and Back Shell made of 15mm plywood covered with A-Grade Foam. Upholstered in Leatherit & fabric with revolving mechanism And Nylon Hydraulic base.

2. Single sofa seats: standard size for office use

01 03

No

2 Fixtures/Wood Works

1. Providing & Fixing of kitchen cabinets having size 24”*54”*18” of each cabinet , consisting of laminated sheets in teak grain & color almirah 18” depth with shelves, shutters brass fitting , cabinet handles including boxing and back (one side ply 6mm ), deodar wood lipping ¼” on all edges, locking arrangement, termite proofing and seasoning, polishing of wood works complete in all aspects.

2. Providing and fixing of laminated sheets wooden

Racks/almirah having ,size 36”x72”x18” , consisting of 3 shelves, brass fitting, cabinet handles, including boxing and back (one side ply), deodar wood lipping ¼” on all edges, locking arrangement, termite proofing and seasoning, polishing of wood works complete in all aspects.

3. Providing & Fixing of wooden doors having size of 7 x 3 feet and thickness of 1.5”, includes front and back with Ash wood ply of 3mm placed on wooden frame of Chaina Kail 3”x1.5”. , Elegant 7"ft high flush door with wooden frame, solid hardwood lipping all four edges and decorative laminated sheet both the sides. High quality handles, locks, termite proofing and seasoning, polishing of wood works complete in all aspects.

4. Providing & Fixing of wooden iron net /jali doors having size of 7 x 3 feet , includes wooden frame of 7x3 ft of Chaina Kail 3”x1.5” iron net/jail of 4 sqft , solid hardwood lipping all four edges . High quality handles, locks including all accessories termite proofing and seasoning, polishing of wood works complete in all aspects.

36 01 05 03

Sqft Job No’s No’s

Page 14: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Security Solution (CCTV) Camera

Sr Works Description Qty Unit

1 Security Solution with CCTV Cameras

CLOSED CIRCUIT TELEVISION (CCTV) General: All items of CCTV System “Description” unless specifically indicated otherwise, shall be deemed to be read in terms of supply storing, fixing, making assembling, installing, applying fixing, testing commissioning, clearing etc. of the same inclusive of but not limited to all materials, labor tools, plants equipment’s, appliances etc. Providing, installing commissioning and testing of CCTV System as per standard, one year parts warranty, with all accessories complete in all respect in accordance with the specifications manufacturer’s instructions and as approved by the Employer. Brands: Samsung, Philips, Sony, Panasonic GE, CP Plus or equivalent . 1. Outdoor CCTV Bullet Cameras:

Image Sensor :1/2.9" 1Megapixel HQIS Pro

Minimum Illumination: [email protected](0Lux IR LED on)

Shutter Speed: 1/50s~1/100,000s

Lens: 6mm fixed lens

Video Streaming :720P@25 fps

ICR :Auto(ICR)/B&W/Color

IR :IR Range of 20 M, Smart IR

Operating Temperature :-30°C~+60°C/ Less than 95%RH (no condensation)

Power Consumption :Max 3.5W

Weatherproof Standard: IP66.

Works with all CCTV DVRs

High speed, long distance real-time transmission 2. DVR 4 Channel

H.264 Video Compression

4 Channel Video Input

1 Channel Audio Input

4CIF/CIF/QCIF Real time recording & playback

DDNS support for remote surveillance

3. HDD 01TB SATA

HDD SATA 7200 RPM (Enterprise Class SATA ) SEAGATE 1TB SURVEILLANCE HARD DRIVE 7200 RPM 64 MB CACHE

01 04 01 01

Job NO’s No No

Instructions Areas to be covered by CCTV cameras Front gates (Entry / Exist points).

Basic video management system functionality needed to view recorded video, perform forward and rewind function

Page 15: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

etc.

Video data to be stored for 7 days on the primary storage (NAS / Disk based storage)

Cameras to be fixed type.

For outdoor cameras, in open areas prone to heat, dust,

rainfall, the specification are slightly different and also the

casing is of better specification.

Integrated solution with cameras, storage and video

management software with 01 years warranty.

Instructions: All items of works under title “description” unless specially indicted otherwise ,shall be

deemed to be read in term of supply ,storing ,protecting ,making ,assembling ,installing ,applying , laying

,fixing ,testing ,commissioning ,clearing etc. including all materials, labor, tools, plants equipment,

appliance etc as required for the completion and maintenance works as per, specifications or as directed

by the Engineer in charge.

Page 16: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

Contract Title: Site Office VAC – Renovation

between

FIEDMC

and

[name of Contractor]

Dated:

Page 17: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

I. Agreement

This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month], [year], between

[full legal name of the Purchaser/Client] (the “Purchaser/Client”),

on the one part,

and

[full legal name of Contractor], on the other part severally liable to the Purchaser/Client for all

of the Contractor’s obligations under this Contract and is deemed to be included in any reference to the

term “Contractor.”

RECITALS WHEREAS,

a. The Government through the Purchaser/Client intends to spend a part of its budget

/ funds for making eligible payments under this contract. Payments made under this

contract will be subject, in all respects, to the terms and conditions of the Contract

in lieu of the consulting services as described in the contract.

b. The Purchaser/Client has requested the Contractor to work as described in Tender

Document; and

c. The Contractor, having represented to the Purchaser/Client that it has the required

professional skills, and personnel and technical resources, has agreed to provide such

services on the terms and conditions set forth in this Contract.

NOW THEREFORE, the Parties to this Contract agree as follows:

1. The Contractor hereby covenants with the Purchaser/Client to supply the Goods and

provide the Services and to remedy defects / damage therein, at the time and in the manner, in

conformity in all respects with the provisions of the Contract, in consideration of the payments

to be made by the Purchaser/Client to the Contractor.

2. The Purchaser/Client hereby covenants with the Contractor to pay the Contractor, the Contract

Price or such other sum as may become payable, at the times and in the manner, in conformity in

all respects with the provisions of the Contract, in consideration of work done by

contractor.

3. The following shall be deemed to form and be read and construct as part of this Contract:

a. The Tender Document

b. BOQ

c. Bidder’s Proposal

d. Terms and Conditions of the Contract

Page 18: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the

laws of Pakistan as of the day, month and year first indicated above.

For [full legal name of the Purchaser/Client]: For [full legal name of the Contractor]:

Signature Signature

Name Name

Witnessed By: Witnessed By

WITNESSES

Signature

CNIC #

Name

Designation

Address

Signature

CNIC #

Name

Designation

Address __________________

Page 19: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

II General Conditions of Contract

1. Contract Documents and Information The Contractor shall not, without the Purchaser/Client'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/Client in

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.

2. Contract Language

The Contract and all documents relating to the Contract, exchanged between the Contractor and

the Purchaser/Client, shall be in English. The Contractor shall bear all costs of translation to

English and all risks of the accuracy of such translation.

3. Standards

The Goods supplied and the Services provided under this Contract shall conform to the

authoritative latest industry standards.

4. Commercial Availability

The Goods supplied under this Contract shall be commercially available at the time of signing of

the contract. Commercial availability means that such Goods shall have been sold, installed and

operationalized in more than two installations initiated under two separate contracts by

manufacturer globally.

5. Execution Schedule

The Contractor shall execute whole work including supply, installation, configuration,

deployment, commissioning, testing, training, etc., as required under the Contract, to the Client,

within 45 days of the signing of the Contract.

6. Packing 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 withstand, 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.

7. Labeling

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. All networking

Page 20: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

equipment, cables, connectors, ports, boxes shall be clearly labeled.

8. Site Preparation

8.1 The Contractor shall be responsible to survey the site, prepare the site, and determine

power and other factor in consideration of work as mentioned in contract/BOQ.

9. Safety

9.1 The Contractor shall be responsible for the embedding of safety features in the inherent design

of the equipment, for elimination of identified hazards, including but not limited to high voltage,

electromagnetic radiation, sharp points and edges, etc., and reduction of associated risk to

personnel and equipment.

9.2 The Contractor shall be responsible for the addition of bilingual warnings and caution notices,

where hazards cannot be eliminated or risks cannot be reduced.

9.3 The Contractor shall be responsible for the protection of the power sources, controls, and critical

components of the redundant systems and subsystems by shielding or physical separation when

possible.

10. Inspection and Testing 10.1 The Client 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.

10.2 The inspections and tests shall be conducted at the premises of the Contractor / its

subcontractor(s) / or at the final destination. Where conducted at the premises of the Contractor

/ its subcontractor(s), the Contractor / its subcontractor(s) shall provide all-reasonable facilities

and assistance to the Purchaser/Client.

10.3 The Purchaser/Client 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/Client.

10.4 The Purchaser/Client’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.

10.5 Nothing contained in any clauses of this document, in any way, release the Contractor from any

Warranty or other obligations under the Contract.

11. Taking-Over Certificate 11.1 The Contractor shall, by written notice served on the Client with a copy to the Purchaser/Client,

apply for a Taking-Over Certificate.

12. Warranty 12.1 The Contractor shall warrant to the Purchaser/Client that the Goods/Services/works

supplied by the Contractor, under the Contract are genuine, brand new, non- refurbished, un-

altered in any way, of the most recent or current model.

12.2 The Contractor shall further warrant that the Goods/Services 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/Services.

12.3 The Contractor shall provide Manufacturer’s warranty (if applicable) for minimum one year

(hereinafter referred as Warranty Period), in respect of Goods, the Services and the Works, or

Page 21: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

any portion thereof, as the case may be, which will include: Free, on site repair / replacement of

defective / damaged parts and labor.

13. Payment

13.1 The Contractor shall submit an Application for Payment, in the prescribed form, to the Client.

The Application for Payment shall: be accompanied by such invoices, receipts or other

documentary evidence as the Client may require.

14. Forfeiture of Performance Security

The earnest money of contractor shall be considered as performance security and shall be retained for

the time period of two weeks after the issuance date of completion certificate furnished by client to

contractor and shall be forfeited:

If the Contractor fails / delays in performance of any of the obligations, under the Contract /

Tender Documents /BOQ ,violates any of the provisions of the Contract /Tender

Documents/BOQ, commits breach of any of the terms and conditions of the Contract or Tender

Documents, the Purchaser/Client may, without prejudice to any other right of action / remedy it

may have, forfeit Performance Security of the Contractor.

Failure to supply required items/services within the specified time period will invoke penalty as

specified in this document. In addition to that, Performance Security amount will be forfeited

and the company will not be allowed to participate in future tenders as well.

15. Force Majeure 15.1 Force majeure shall mean any event, act or other circumstances not being an event, act or

circumstance under the control of the Purchaser/Client or of the contractor. Non-availability of

materials/supplies or of import license or of export permit shall not constitute Force majeure. If

by reasons of Force Majeure supplies cannot be delivered by the due delivery date then the

delivery date may be extended appropriately by the Purchaser/Client keeping in view all the

circumstances and requirements of the Purchaser/Client.

15.2 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.

15.3 If a Force Majeure situation arises, the Contractor shall, by written notice served on the

Purchaser/Client with a copy to the Client, indicate such condition and the cause thereof. Unless

otherwise directed by the Purchaser/Client 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.

16. Dispute Resolution 16.1 The Purchaser/Client 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.

16.2 If, after thirty working days, from the commencement of such informal negotiations, the

Purchaser/Client 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

Page 22: Tender Document - Punjabeproc.punjab.gov.pk/BiddingDocuments/29187_tender doc.pdf · The complete bids as per required under this tender document, must be delivered to the FIEDMC

binding on the parties.

17. Taxes and Duties The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed

make inquiries on income tax / sales tax to the concerned authorities of Income Tax and Sales

Tax Department, Government of Pakistan.

18. Contract Cost The Contractor shall bear all costs / expenses associated with the preparation of the Contract and

the Purchaser/Client shall in no case be responsible / liable for those costs / expenses.

19. Documentation 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 or in soft copy format

IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the

laws of Pakistan as of the day, month and year first indicated above.

For [full legal name of the Purchaser/Client]: For [full legal name of the Contractor]:

Signature Signature

Name Name

Witnessed By: Witnessed By:

WITNESSES

Signature CNIC # Name

Designation Address