0% found this document useful (0 votes)
34 views41 pages

SBD Finalised

Uploaded by

ShamsUlislam
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
34 views41 pages

SBD Finalised

Uploaded by

ShamsUlislam
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 41

STANDARD FORM OF BIDDING DOCUMENTS

FOR

Non-Consultancy Services

MAJOR HEAD: OUT SOURCING OF MANPOWER


SUB HEAD: Hiring of Manpower/ Machinery services for
Solid Waste Management in Regi Model
Town, Peshawar

Under

National Competitive Bidding (NCB)


(In line with KPPRA Guidelines)

May 2024

Deputy Director (W&S)


Directorate of W&S (RMT) PDA
Zone-III Site Office, Regi Model Town
Phone: 091-5846734
INSTRUCTIONS TO BIDDERS

Note: Bidders are advised to read the contents of the Instruction to Bidders
(ITB) carefully for filling the Bidding Documents properly in order to become
responsive.
TABLE OF CONTENT

INSTRUCTIONS TO BIDDERS (ITB) ......................................................................................................................... 5


1. Scope of Bid ............................................................................................................................................ 5
2. Source of Funds ......................................................................................................................................... 5
4. Corruption and Fraud. ................................................................................................................................ 6
5. Eligible Goods and Services. ........................................................................................................................ 6
6. Cost of Bidding. ........................................................................................................................................ 6
7. The Governing Rules. ................................................................................................................................. 6
8. Applicable Bidding Procedure. .................................................................................................................... 6
9. Contents of the Bidding Documents ............................................................................................................ 7
10. Clarification(s) on Bidding/Bid Solicitation Documents. ................................................................................. 7
11. Amendment(s) to the Bidding/Bid Solicitation Documents. ........................................................................... 8
Preparation of Bids ............................................................................................................................................. 8
12. Language of Bids. ....................................................................................................................................... 8
13. Documents comprising the Bids. ................................................................................................................. 8
14. Bid Price. ................................................................................................................................................... 8
15. Bid Currencies. .......................................................................................................................................... 9
16. Samples. ................................................................................................................................................... 9
17. Documentation on Eligibility of Bidders. ...................................................................................................... 9
18. Documentation on Eligibility of Goods. ........................................................................................................ 9
19. Bid Security. .............................................................................................................................................. 9
20. Bid Validity. ............................................................................................................................................. 10
21. Format and Signing of Bids. ...................................................................................................................... 10
Submission of Bids ............................................................................................................................................ 10
22. Sealing and Marking of Bids. ..................................................................................................................... 10
23. Deadline for Submission of Bids ................................................................................................................ 11
24. Late Bids ................................................................................................................................................. 11
25. Withdrawal of Bids .................................................................................................................................. 11
Opening and Evaluation of Bids ......................................................................................................................... 12
28. Opening of Bids by the Procuring Agency. .................................................................................................. 12
29. Clarification of Bids. ................................................................................................................................. 13
30. Preliminary Examination. ......................................................................................................................... 13
31. Evaluation of Bids. ................................................................................................................................... 13
32. Qualification of Bidder ............................................................................................................................. 14
33. Announcement of Evaluation Report ......................................................................................................... 14
34. Rejection of Bids ...................................................................................................................................... 14
35. Re-Bidding .............................................................................................................................................. 15
36. Contacting the Procuring Agency. ............................................................................................................. 15
Award of Contract ............................................................................................................................................ 15
37. Acceptance of Bid and Award Criteria. ....................................................................................................... 15
38. Procuring Agency’s Right to vary quantities at the time of Award. ............................................................... 15
39. Duration& Type of Contract. ..................................................................................................................... 15
40. Notification of Award. .............................................................................................................................. 15
41. Limitation on Negotiations. ...................................................................................................................... 16
42. Signing of Contract. .................................................................................................................................. 16
43. Performance Guarantee. .......................................................................................................................... 17
BD-1 .................................................................................................................................................... 19
I. TECHNICAL EVALUATION CRITERIA ............................................................................... 25
II. FINANCIAL EVALUATION CRITERIA: - ............................................................................. 26
BID COVER SHEET ...................................................................................................................................... 30
BID FORM 1 .......................................................................................................................................... 31
BID FORM 2 .......................................................................................................................................... 32
BID FORM 3(A) – (Where Applicable) ........................................................................................................... 33
BID FORM 3(B).............................................................................................................................................. 34
BID FORM 4 .................................................................................................................................................. 35
BID FORM 5 .................................................................................................................................................. 36
BID FORM 6 .................................................................................................................................................. 37
Terms and Condition ...................................................................................................................................... 38
INSTRUCTIONS TO BIDDERS (ITB)
(Note: These Instructions to Bidders along with Bidding Data will not be
part of the Contract and will cease to have effect once the
contract is signed.)

1. Scope of Bid
1.1 Peshawar Development Authority, Pesha
1.2
1.3 war Khyber Pakhtunkhwa, invites bids for Hiring of Manpower/ Machinery
services for Solid Waste Management in Regi Model Town (RMT),
Peshawar and associated services as specified in the Schedule of
Requiremsents along with Technical Specifications and related services
incidental thereto meet the requirement of RMT, PDA Khyber Pakhtunkhwa
with Bid Reference Number for the procurement activity as mentioned in Bid
Data Sheet (BDS).
1.4 Means of communication for the bidders will be true and original signed
copies of documents and letters to be submitted either in person or through
registered post/courier service with proof of receipt. Phone, fax, telex and
email can be used only for information/inquiry purposes.
2. Source of Funds
2.1 The client as mentioned in the Bid Data Sheet (BDS)
3. Eligible Bidders.
3.1 This Invitation for Bids (IFB) is open to all eligible firms/bidders/service
providers in Pakistan for supply of such services as mentioned in the Bid
Data Sheet (BDS) and more specifically described in the Schedule of
Requirement of the bid solicitation documents.
3.2 Government-owned enterprises in Pakistan may participate only if they are
legally and financially autonomous and authorized to participate in bidding.
3.3 Bidders under a declaration of ineligibility for corrupt and fraudulent practices
issued by any Government (Federal, Provincial or Local) or a public sector
organization are NOT ELIGIBLE.
3.4 A Bidder shall not have a conflict of interest. All bidders found to have conflict
of interest shall be disqualified. Bidders may be considered to have a conflict
of interest with one or more parties in this bidding process, if they:

(a) are or have been associated in the past, with a firm or any of its affiliates
which have been engaged by the Procurement entity to provide consulting
services for the preparation of the design, specifications, and other
documents to be used for the procurement of the goods to be purchased
under these Bid solicitation Documents ; or

(b) submit more than one bid in this bidding process, except for alternative
offers permitted under ITB Clause 14.6 of these Standard Bidding
documents. or
(c) are or have been dis-qualified in any of tendering process due to being
found involved in conflicting relations and duly being established.
3.5 Bidders shall provide such evidence of their continued s satisfactory to the
Procurement Entity (P.E), as the P.E shall reasonably request.
4. Corruption and Fraud.
4.1 The Government of Khyber Pakhtunkhwa defines Corrupt and Fraudulent
Practices as “the offering, giving, receiving, or soliciting of anything of value to
influence the action of a public official or the supplier or contractor in the procurement
process or in contract execution to the detriment of the Procuring agencies; or
misrepresentation of facts in order to influence a procurement process or the
execution of a contract, collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial, non-competitive levels and
to deprive the Procuring agencies of the benefits of free and open competition and
any request for, or solicitation of anything of value by any public official in the course
of the exercise of his duty”
4.2 Indulgence in corruption and fraudulent practices is liable to result in rejection
of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for
a stated or indefinite period of time.
5. Eligible Goods and Services.
5.1 All goods and related services to be supplied under the contract shall conform
to the policies of the Government of Khyber Pakhtunkhwa in vogue. All
expenditures made under the contract shall be limited to such goods and
services. For purposes of this clause, (a) the term “Goods” includes any
goods that are the subject of this Invitation for Bids and (b) the term “Services”
includes related ancillary services that are required for the this IFB.
6. Cost of Bidding.
6.1 The Bidding Documents will be available from the date of publishing of the IFB
and will be available up to the period as mentioned in the Bid Data Sheet.
The Bidder shall bear all costs associated with the preparation and
submission of its bid, and the Procuring Agency shall in no case be
responsible or liable for those costs, regardless of the conduct or outcome of
the bidding process.
The Bidding Procedure
7. The Governing Rules.
7.1 The Bidding procedure shall be governed by the Khyber Pakhtunkhwa Public
Procurement of Goods, Works and Services KPPRA Rules, 2014.
8. Applicable Bidding Procedure.
8.1 The bidding procedure is governed by Rule 14 (2) b “Single-Stage Two-
envelop tendering” Khyber Pakhtunkhwa Public Procurement of Goods,
Works and Services (KPPRA Rules, 2014.) Bidders are advised also to refer
to the Bid Data Sheet (BDS) to confirm the Bidding procedure applicable in
the present bidding process.
8.2 The bidding procedure prescribed in the Bid Data Sheet above is explained
below:
Two Envelope Procedure

i. The bid shall comprise a single package containing two separate


envelopes. Each envelope shall contain separately the financial proposal
and the technical proposal;
ii. the envelopes shall be marked as “FINANCIAL PROPOSAL” and
“TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;
iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be
opened; technical proposal is to determine the technical strength and
consideration of the eligibility of the firm for the bidding process, which is to
be carried out before the opening of the financial bids.
iv. the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the
custody of Procuring Agency without being opened;
v. the Procuring Agency shall evaluate the technical proposal, without
reference to the price and reject any proposal which do not conform to the
specified requirements;
vi. during the technical evaluation no amendments in the technical proposal
shall be permitted;
vii. the financial proposals of bids shall be opened publicly at a time, date and
venue to be announced and communicated to the Bidders in advance;
viii. After the evaluation and approval of the technical proposal the Procuring
Agency shall at a time within the bid validity period, publicly open the
financial proposals of the technically accepted bids only. The financial
proposal of bids found technically non-responsive shall be returned un-
opened to the respective Bidders; and

The bid found to be the lowest evaluated bid shall be accepted.

The Bidding Documents


9. Contents of the Bidding Documents
9.1 The goods required, applicable bidding procedures, and Contract terms are
prescribed in the Bidding Documents. In addition to the Invitation for Bids, the
Bid solicitation Documents include:
a) Instructions to Bidders (ITB)
b) Bid Data Sheet (BDS)
c) Evaluation Criteria
d) List of Required Goods (BOQ)
e) Terms and Conditions
f) Technical Specifications & Ancillary Services

9.2 The “Invitation for Bids (IFB)” is not a formal part of the Bid solicitation
Documents and is included as a reference only. In case of discrepancies
between the Invitation for Bid and the Bid solicitation Documents listed in 9.1
above, the Bidding Documents shall take precedence.
9.3 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or to submit a bid not substantially
responsive to the Bidding Documents in all respect shall be at the Bidder’s risk
and may result in the rejection of its bid.
10. Clarification(s) on Bidding/Bid Solicitation Documents.
10.1 A prospective Bidder requiring any clarification(s) on the Bid solicitation
Documents may notify the Procuring Agency in writing at the time of pre-bid
meeting on date mentioned in Notice Inviting Tender. The Procuring Agency
shall respond in writing to any request for clarification(s) of the bid solicitation
documents, which it receives not later than Five (05) days prior to the deadline
for the submission of bids prescribed in the Invitation for Bids. Written copies
of the Procuring Agency’s response (including an explanation of the query but
without identifying the source of inquiry) shall be sent to all prospective Bidders
that have received the Bid solicitation Documents.
11. Amendment(s) to the Bidding/Bid Solicitation Documents.
11.1 At any time prior to the deadline for submission of bids, the Procuring Agency,
for any reason, whether at its own initiative or in response to a clarification(s)
requested by a prospective Bidder, whether in a Pre-Bid Meeting to be held on
a date specified in the Bid Data Sheet (BDS) may modify the Bid solicitation
Documents by amendment(s).
11.2 All prospective Bidders that have received the Bid solicitation Documents shall
be notified of the amendment(s) in writing through Post, e-mail or fax, and shall
be binding on them.
11.3 In order to allow prospective Bidders reasonable time for taking the
amendment(s) into account in preparing their bids, the Procuring Agency, at its
discretion, may extend the deadline for the submission of bids.

Preparation of Bids
12. Language of Bids.
12.1 All correspondences, communications, associated with preparation of Bids,
clarifications, amendments, and submissions shall be written in English.
Supporting documents and printed literature furnished by the Bidder may be in
another language provided they are accompanied by an accurate translation of
the relevant passages in English, in which case, for purposes of interpretation
of the Bid, the said translation shall take precedence.
13. Documents comprising the Bids.
13.1 The Bid shall comprise the Bid Forms of this Bidding Document and all those
ancillary documentation that are prescribed for the eligibility of the bidders and
goods and ancillary services that are found necessary and highlighted in the
Bid Forms.
13.2 The Bidder shall complete the Bid Forms and an appropriate Price Schedule
furnished in the bidding documents, indicating the goods to be supplied, a brief
description of the goods, their general and specific characteristics as specified
in the Bid Data Sheet (BDS), ancillary services that the bidder is willing or
required to provide along with the proposed price.
14. Bid Price.
14.1 The Bidder shall indicate on the appropriate form prescribed in this Bidding
Document the unit prices and total bid price of the goods/services, it proposes
to supply under the Contract.
14.2 Form prescribed for quoting of prices is to be filled in very carefully and typed.
Any alteration/ correction must be initialed. Every page is to be signed and
stamped at the bottom. Serial number of the quoted item may be marked with
red/yellow marker.
14.3 The Bidder should quote the prices of goods according to the technical
specifications as provided in this document. The technical specifications of
goods, different from the required specifications, shall straightway be rejected.
14.4 The Bidder is required to offer a competitive price which must include all the
taxes, duties, prescribed price and any other price as mentioned in the Bid
Data Sheet (BDS)where applicable. If there is no mention of taxes, the offered/
quoted price shall be considered as inclusive of all prevailing taxes/ duties, etc.
14.5 The benefit of exemption from or reduction in the taxes and duties shall be
passed on to the Procuring Agency.
14.6 Prices offered should be for the entire quantity of an item demanded in the
Schedule of Requirement; partial quantity offers shall straightaway be rejected.
Conditional or alternate offer shall also be considered as non-responsive Bid.
14.7 While making a price quote, trend/ inflation in the rate of goods and services in
the market should be kept in mind. No request for increase in price due to
market fluctuation in the cost of goods and services shall be entertained.
15. Bid Currencies.
15.1 Prices shall be quoted in the currency as mentioned in the Bid Data Sheet.
16. Samples.
16.1 The Bidder shall provide samples(if required) of quoted goods and as such
their associated services along with the bid at his own cost and in a quantity
prescribed by the Procuring Agency in these bid solicitation Documents.
However, the procuring entity shall determine the time and date for provision of
such samples, if any& where required by it, will be called later at the time of
technical evaluation of bids.
17. Documentation on Eligibility of Bidders.
17.1 Bidder shall furnish, as part of its bid, the Bid Form provided in the Bid
Solicitation Documents as specified in the Bid Data Sheet (BDS), establishing
the Bidder’s eligibility to bid and its qualifications to perform the Contract if its
bid is accepted.
17.2 Technical Bid Proforma provided in the Bid solicitation Documents for the
preparation of Technical Bids by the bidder to be submitted with quotations as
specified in Bid data Sheet (BDS).
17.3 The documentary evidence of the Bidder’s eligibility to bid shall establish to the
Procuring Agency’s satisfaction that the Bidder, at the time of submission of its
bid, is an eligible bidder as defined under ITB Clause 3 of these Standard
Bidding documents above.
18. Documentation on Eligibility of Goods.
18.1 The Bidder shall furnish, as part of its bid, the Bid Form provided as in the
Standard Bidding Documents as specified in the Bid Data Sheet (BDS),
documents establishing the eligibility and conformity to the bidding documents
of all goods, which the Bidder proposes to supply under the Contract.
19. Bid Security.
19.1 The Bidder shall furnish, as part of its bid, a Bid Security to the extent of a
percentage of the total bid value as mentioned in the Bid Data Sheet (BDS).
Unsuccessful bidder’s bid security shall be discharged or returned soon after
announcement of the successful bids& subsequent submission of performance
guarantee by the successful bidder.
19.2 The successful Bidder’s bid security shall be discharged upon signing of
contract and furnishing the performance security/guarantee.
19.3 The bid Security may be forfeited:
a) if a Bidder withdraws its bid during the period of bid validity; or
b) in the case of a successful Bidder, if the Bidder fails to sign the Contract or
fails to provide a Performance Security/Guarantee for the duration of the
contract.
20. Bid Validity.
20.1 Bids shall remain valid for the period identified in the Bid Data Sheet (BDS)
after the date of opening of technical bid prescribed by the Procuring Agency. A
bid valid for a period shorter than the one prescribed in the Bid Data Sheet
(BDS) shall be rejected by the Procuring Agency as non-responsive.
20.2 The Procuring Agency shall ordinarily be under an obligation to process and
evaluate the bid within the stipulated bid validity period. However under
exceptional circumstances and for reason to be recorded in writing, if an
extension is considered necessary, all those who have submitted their bids shall
be asked to extend their respective bid validity period. Such extension shall be
for not more than the period equal to the period of the original bid validity.
20.3 Bidders who,-
(a) agree to the Procuring Agency’s request for extension of bid validity
period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to
withdraw their bids without forfeiture of their bid securities.
21. Format and Signing of Bids.
21.1 The Bidder shall prepare and submit its bid and provide original documents, as
appropriate. Copies of any documents must be signed and stamped by the
bidder.
21.2 The Bid shall be accompanied by the original receipt for payment made for the
purchase of the bidding document.
21.3 The original bid shall be typed or written in indelible ink and shall be signed by
the Bidder or a person or persons duly authorized to bind the Bidder to the
Contract. The person or persons signing the bid shall initial all pages of the bid
form.
21.4 Any interlineations, erasures, or overwriting shall be valid only if they are
initialed by the person or persons signing the bid.
21.5 Any tempering, illegitimate inclusion or exclusion in any part of the Bid
solicitation Documents shall lead to disqualification of the bidder.

Submission of Bids
22. Sealing and Marking of Bids.
22.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder
shall seal both the proposals/bids in separate envelopes. The said two
envelopes shall then be sealed in an outer envelope.
22.2 The inner and outer envelopes shall:
(a) Be addressed to the Procuring Agency at the address given in the Invitation
for Bids; and
(b) Bid Reference No. Indicated in the Bid Data Sheet, and a statement: “DO
NOT
OPEN BEFORE,” the time and the date specified in the Bid Data Sheet
(BDS) for opening of Bids.
22.3 The inner envelopes shall also indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared as “non-
responsive” or “late”.
22.4 If the outer as well as inner envelope is not sealed and marked as required by
the ITB Clauses 22.1 to 22.3 above the Procuring Agency shall assume no
responsibility for the bid’s misplacement or premature opening.
23. Deadline for Submission of Bids
23.1 Bids must be submitted by the Bidder and received by the Procuring Agency at
the address on the time and date specified in the Bid Data Sheet (BDS) or NIT.
Bids received later than the time and date specified in the Bid Data Sheet
will stand summarily rejected.
23.2 The Procuring Agency may, in its discretion, extend the prescribed deadline for
the submission of bids by amending the bidding documents in accordance with
ITB Clause 11 above, in which case all rights and obligations of the Procuring
Agency and Bidders previously subject to the deadline shall thereafter be
subject to the deadline as extended.
24. Late Bids
24.1 Any bid received by the Procuring Agency after the deadline for submission of
bids prescribed by the Procuring Agency pursuant to ITB Clause 23 shall be
rejected and returned unopened to the Bidder.
25. Withdrawal of Bids
25.1 The Bidder may withdraw its bid after the bid’s submission and prior to the
deadline prescribed for opening of the bids.
25.2 No bid may be withdrawn in the period between deadline for submission of bids
and the expiration of the period of bid validity specified in Bid Data Sheet.
Withdrawal of a bid during this period may result in forfeiture of the Bid Security
submitted by the Bidder, pursuant to the ITB Clause 19 above.

26. Bid Provisions


26.1 The manpower should be well trained for such like activities. The
Contractor/Firm shall be responsible to provide proper uniform/Personal
protective equipment/tools and equipment to the hired staff duly approved by
the Client. The client will be requiring the manpower mentioned in the BOQ,
which may vary according to demand as mentioned in the BOQ, which can be
extended according to the nature of work.
26.3 On special events/occasions/public holidays, the contractor will provide
manpower if required, for which, the client will pay no extra charges.
26.4 The supplier will arrange minimum two supervisory staff, on the suppliers cost,
for supervising field activities and for liaison with PDA.
26.5 The Contractor/Firm must ensure the arrangement of manpower (skilled and
unskilled) at the designated place(s) as and where demanded by the
Directorate of W&S, RMT, PDA or PDA.
26.6 In case of any fine/penalty imposed by the law enforcing authorities, the PDA
will not bear any responsibility for payment of penalties/fines. This will be the
wholly solely responsibility of the Contractor/Firm.
26.7 The Client shall not be responsible for any human loss/injury due to accident or
any natural cause to Contractor personal. The Client shall not be made party to
any legal act/proceedings/compensations occurring due to these
aforementioned reasons.
26.8 The Contractor/Firm shall be responsible for maintaining the log books of Client
vehicles duly endorsed by Client representatives.
26.10 The Contractor/Firm will ensure working of manpower for not less than 08
hours per day.

27. Applicable Min. Wage Act


The quoted labor rate for manpower should in accordance to Khyber Pakhtunkhwa
Payment of Wage Act 2013 revised from time to time. The labors are required for the
activities of solid waste management and wastewater management, Sweeping of
roads/streets etc. from open plots, roads, drains, streets, cleaning of debris, cleaning of
manholes & sewer lines, sweeping of RMT offices or any other relevant activities desired
by Directorate of W&S, RMT, PDA. The labor rate should also include all applicable
taxes and all personal protective equipment as desired by labors on site. The labors are
required to be available at the site of work by the supplier.

Opening and Evaluation of Bids


28. Opening of Bids by the Procuring Agency.
28.1 All bids received, shall be opened by the Procuring Agency publicly in the
presence of the Bidders or their representatives on the date, time and venue
prescribed in the Bid Data Sheet.
28.2 The opening of Bids shall be subject to the Bidding Procedure prescribed in the
Bid Data Sheet and elaborated in ITB Clause 8 above.
28.3 All Bidders in attendance shall sign an attendance sheet.
28.4 The P.E shall open one Bid at a time and read out aloud its contents which
may include name of the Bidder, category tendered for, any discounts, any bid
modifications or withdrawal, the presence or absence of requisite bid security,
unit as well as total bid price and such other details as the P.E, at its discretion,
may consider appropriate if not in conflict with the Khyber Pakhtunkhwa Public
Procurement of Goods, Works and Services Rules, 2014 specifically Rule 37.
28.5 The Procuring Agency shall have the minutes of the Bid opening (technical and
when applicable financial) recorded.
28.6 No bid shall be rejected at technical proposal/bid opening, except for late bids,
which shall be returned unopened to the Bidder
28.7 The financial bids found having without Bid Security shall also be returned
unannounced to the Bidders. However, prior to return to the Bidder, the
Chairman of the Procurement Committee shall record a statement giving
reasons for return of such bid(s).
29. Clarification of Bids.
29.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask
the Bidder for a clarification of its bid. The request for clarification and the
response shall be in writing, and no change in the prices or substance of the
bid shall be sought, offered, or permitted.
30. Preliminary Examination.
30.1 The Procuring Agency shall examine the bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been
properly signed, and whether the bids are generally in order.
30.2 In the financial bids the arithmetical errors shall be rectified on the following
basis.
a) If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected.
b) If the Bidder does not accept the correction of the errors, its bid shall be
rejected, and its Bid Security may be forfeited.
c) If there is a discrepancy between words and figures, the amount in words
shall prevail.
30.3 The Procuring Agency may waive any minor informality, nonconformity, or
irregularity in a bid which does not constitute a material deviation, provided
such waiver does not prejudice or affect the relative ranking of any Bidder.
30.4 Prior to the detailed evaluation, the Procuring Agency shall determine the
substantial responsiveness of each bid to the bid solicitation documents. For
purposes of this clause, a substantially responsive bid is one, which conforms
to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions,
such as those concerning Applicable Laws, Taxes, strep code fee & Duties and
internationally recognized best practices shall be deemed to be a material
deviation for technical proposals and Bid Security for financial proposals. The
Procuring Agency’s determination of a bid’s responsiveness is to be based on
the contents of the bid itself without recourse to extrinsic evidence.
30.5 If a bid is not substantially responsive, it shall be rejected by the Procuring
Agency and may not subsequently be made responsive by the Bidder by
correction of the nonconformity.
31. Evaluation of Bids.
31.1 The Procuring Agency shall evaluate and compare the bids, which have been
determined to be substantially responsive in accordance with ITB Clause 28
above.
31.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other
terms and conditions set forth in these Bid solicitaion Documents (BSDs). Merit
Point Average Evaluation Methodology shall be used to identify the Most
Economically Advantageous Bidder.
31.3 For the purposes of comparison of bids quoted in different currencies, the price
shall be converted into Pak Rupees. The rate of exchange shall be the selling
rate, prevailing on the date of opening of bids specified in the bidding
documents, as notified by the State Bank of Pakistan/ National Bank of
Pakistan on that day.
31.4 A bid once opened in accordance with the prescribed procedure shall be
subject to only those rules, regulations and policies that are in force at the time
of issue of notice for invitation of bids.
32. Qualification of Bidder
32.1 The Procuring Agency, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Bidder’s
capacities, may require the Bidder to provide information concerning their
professional, technical, financial, legal or managerial competence whether
already pre-qualified or not.
32.2 Such qualification shall only be laid down after recording reasons thereof in
writing. They shall form part of the records of that procurement proceeding.
32.3 The Procuring Agency shall determine to its satisfaction whether a Bidder,
technically and financially qualified and even having the lowest evaluated
responsive bid is qualified to perform the Contract satisfactorily.
32.4 The determination can take into account the Bidder’s financial, technical, and
production capabilities. It shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted by the Bidder,
as well as such other information as the Procuring Agency deems necessary
and appropriate. Further, during the process of technical evaluation of Bidder,
the Procuring Agency may inspect the manufacturing plant/ production
capacity/ warehousing system/ practices by a team of experts for assessment,
if it deems necessary & may also verify the submitted documents related to
experience from the relevant department/sections.
32.5 An affirmative determination shall be a prerequisite for award of the Contract to
the Bidder. A negative determination shall result in rejection of the Bidder’s
bid, in which event the Procuring Agency shall proceed to the next lowest
evaluated bid to make a similar determination of that Bidder’s capabilities to
perform satisfactorily.
32.6 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the
information submitted by him concerning his qualification, as Bidder was false
and materially inaccurate or incomplete.
33. Announcement of Evaluation Report
33.1 The Procuring Agency may announce the results of the bid evaluation in form
of a report through its website or display on office notice board, giving
justification for acceptance or rejection of bids at least ten days prior to the
award of procurement Contract.
34. Rejection of Bids
34.1 The Procuring Agency may reject all bids at any time prior to the acceptance
of a bid. The Procuring Agency shall upon request communicate to any Bidder
who submitted a bid, the grounds for its rejection of any or all bids, but is not
required to justify those grounds.
34.2 The Procuring Agency incurs no liability, solely by virtue of its invoking ITB
Clause 31.1 above towards Bidders who have submitted bids.
34.3 Notice of the rejection of any or all bids shall be given promptly to the
concerned Bidders that submitted bids.
35. Re-Bidding
35.1 If the procurement entity has rejected all bids under Rule 47, it may call for a
re-bidding. Khyber Pakhtunkhwa Public Procurement of goods, works &
services rules 2014 (Rule-48).
35.2 The Procuring Agency before invitation for re-bidding shall assess the reasons
for rejection and may revise specifications, evaluation criteria or any other
condition for Bidders, as it may deem necessary.
36. Contacting the Procuring Agency.
36.1 Subject to ITB Clause 27 above, no Bidder shall contact the Procuring Agency
on any matter relating to its bid, from the time of the bid opening to the time of
announcement of Evaluation Repot. If a Bidder wishes to bring additional
information to the notice of the Procuring Agency, it should do so in writing.
36.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid
evaluation, bid comparison, or Contract award may result in the rejection of
the Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation
is strictly prohibited. Any infringement shall lead to disqualification.

Award of Contract
37. Acceptance of Bid and Award Criteria.
The Bidder whose bid is found to be most closely conforming to the Evaluation
Criteria of these BSDs and having the lowest evaluated responsive bid i.e. Section 2
(c) (ii) of KPPRA Act 2012, if not in conflict with any other law, rules, regulations or
policy of the Government of Khyber Pakhtunkhwa in vogue, shall be awarded the
Contract, within the original or extended period of bid validity.

38. Procuring Agency’s Right to vary quantities at the time of Award.


The Procuring Agency reserves the right at the time of award of Contract to increase
or decrease, the quantity of goods/ services originally specified in the Schedule of
Requirements without any change in unit price or other terms and conditions.

39. Duration& Type of Contract.


39.1 The Duration of the contract as duly mentioned in Bid Data Sheet BDS is one
year (12 months). The Bidders are required to quote best economical rates in
the best public interest and the Procuring Agency shall ensure it under principle
of Economy as enunciated in section 03 of KPPRA Act 2012.

40. Notification of Award.


40.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall
notify to the successful Bidder in writing that its bid has been accepted Rule 46
in conformity with provision of section 31 of the act in these rules.
40.2 The notification of award shall constitute the formation of the Contract between
the Procuring Agency and the successful Bidder.
40.3 The enforcement of the Contract shall be governed by Rule 50 of the Khyber
Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014
41. Limitation on Negotiations.
41.1 Negotiations, that may be undertaken in finalization of the Contract shall not
relate to the price or substance of bid specified by the Bidder, but only to minor
technical, contractual or logistical details.
41.2 Negotiations may relate to the following areas; (the list is being provided as
guidance only and under no circumstances be treated as exhaustive and final):
 Minor alterations to technical details, such as the scope of work, services,
the specification or drawings;
 Minor amendments to the Special Conditions of Contract;
 Finalization of payment schedule and ancillary details;
 Mobilization arrangements;
 Agreements on final delivery or completion schedules to accommodate any
changes required by the Procuring Agency;
 The proposed methodology or staffing;
 Inputs required from the Procuring Agency;
 Clarifying details that were not apparent or could not be finalized at the time
of bidding;
 The Bidder’s tax liability in Pakistan, if the Bidder is a foreign company.
41.3 Negotiations shall not be used to:
 Substantially change the technical quality or details of the requirement,
including the tasks or responsibilities of the Bidder or the performance of
the goods;
 Substantially alter the terms and conditions of Contract;
 Reduce unit rates or reimbursable costs;
 Substantially alter anything which formed a crucial or deciding factor in the
evaluation of the bids or proposals.
 Alter the submitted financial bid.

42. Signing of Contract.


i. After the completion of the Contract Negotiations the PDA shall send
the Bidder the Contract Agreement Form and complete contract
document (including GCC, SCC, Term of Conditions etc.),
incorporating all agreements between the Parties.
ii. Within ONE week of receipt of the Contract Agreement Form &
Complete contract agreement documents, the successful Bidder and
the P.E shall sign the Contract in accordance with the legal
requirements in vogue.
iii. Unless the procurement contract has already entered into force, a
Firm/Company feeling aggrieved by scope of work accepting a bid may
file an application for review.
iv. If the successful Bidder, after completion of all codal formalities shows
an inability to sign the Contract then its Bid Security shall stand
forfeited and the firm may be blacklisted and de-barred from future
participation, whether temporarily or permanently. In such situation the
Procuring Entity may award the contract to the next lowest evaluated
Bidder or call for new bids.
v. The Contract shall become effective upon affixation of signature of the
PDA and the selected Bidder on the Contract document, and shall be
governed for the period specified in the Bid Data Sheet (BDS) and by
the terms and conditions mutually agreed in the contract.

43. Performance Guarantee.


i. On the date of signing of Contract, the successful Bidder shall / may be
asked to furnish a Performance Guarantee for a percentage amount
(up to 10% of the total price of the quoted items) Rule 21 of Khyber
Pakhtunkhwa Public Procurement of goods, works & services rules
2014 as specified in the Bid Data Sheet (BDS), on the Form and in the
mannered prescribed by the Procuring Agency (Annexed in these BS
Documents).
ii. Failure to provide a Performance Guarantee by the Bidder is a
sufficient ground for annulment of the award and forfeiture of Bid
Security. In such event the Procuring Agency may award the contract
to the next lowest evaluated bidder or call for new bid.
BIDDING
DATA
BD-1
NOTES ON BIDDING DATA

This Section is intended to assist the Procuring Entity in providing the specific
information in relation to corresponding clauses in Instructions to Bidders (IB)
and should be prepared to suit each individual contract.

The Procuring Entity should provide in the Bidding Data information and
requirements specific to the circumstances of the Procuring Entity, the
processing of the Bid, the applicable rules regarding Bid Price and currency,
and the Bid evaluation criteria that will apply to the Bids. In preparing this
section, the following aspects should be checked:

(a) Information that specifies and complements the provisions of section,


Instruction to Bidders must be incorporated.
(b) Amendments and/or supplements, if any, to the provisions of Instructions
to Bidders, necessitated by the circumstances of each individual contract,
can be introduced only in this section since Instructions to Bidders will
remain unchanged.
Bid Data Sheet

ITB Ref Description Detail


ITB Clause 2.1 Name of Client & source of funds
Peshawar Development Authority, (PDA)

ITB Clause 3.1 Name of Services MAJOR HEAD:


OUT SOURCING OF MANPOWER
SUB HEAD: Hiring of Manpower/ Machinery
services for Solid Waste Management in Regi
Model Town, Peshawar
ITB Clause 6.1 Commencement date of provision of As per NIT
Bidding Document
ITB Clause 6.1 Closing date of Bid As per NIT
ITB Clause 8.1 Bidding procedure Single Stage Two Envelop Procedure
ITB Clause 8.2 Method of determining Best evaluated Technical and Financial evaluation as per
lowest financial Bid the KPPRA rules
ITB Clause 10.1 Clarification(s) on Bidding Documents As per NIT

ITB Clause 11 Pre-Bid meeting date, time and venue As per NIT

ITB Clause 12 Language of bid English


ITB Clause 13.2 Specific Description of Goods in the Quotations shall be submitted as per
Bidding Documents specification mentioned in the SBD.

ITB Clause 14.4 Bid Price Bid Price shall be inclusive of all duties and
taxes.
ITB Clause 15 Currency of Bid PKR
ITB Clause 17.1 Name of the Bid Form Bid Form 3(A)& 3(B)
ITB Clause 18.1 Name of the Bid Form Bid Cover Sheet&
Bid Form 2 (Affidavit)
ITB Clause 19 Amount of Bid Security / Earnest The Bidder shall furnish, as part of its bid, a
Money Bid Security/Earnest Money equivalent to
2% of the bid price in the name of DG PDA
Peshawar
ITB Clause 20 Bid validity period 90 days
ITB Clause 23 Last date and time for the receipt of As per NIT
bidding document
ITB Clause 28 Date, time and venue of opening of As per NIT
technical bids
ITB Clause 37 Award Criteria Section 2 (c)(ii) of KPPRA Act 2012
ITB Clause 39 Duration & Type of Contract One Year (12 Months)
ITB Clause 43 Performance Guaranty / Performance The Performance Security may be up to
Security 10% of the total contract price.
FORM OF BID
AND
APPENDICES TO BID
FB-1
FORM OF BID

Bid Reference No.


(Name of Contract/Works)
To:

Gentleman,

1. Having examined the Bidding Documents including Instructions to Bidders,


Bidding Data, Conditions of Contract. Specifications, Drawings and Bill of
Quantities and Addenda Nos. for the execution of the
above-named Works, we, the undersigned, offer to execute and complete such
Works and remedy any defects therein in conformity with the Conditions of
Contract. Specifications, Drawings, Bill of Quantities and Addenda for the sum
of Rs. (Rupees
) or such other s

2. We understand that all the Appendices attached hereto form part of this Bid.

3. As security for due performance of the undertakings and obligations of this Bid,
we submit herewith a Bid Security in the amount of Rupees
(Rs. ) drawn in your favour or made payable to you and valid for
a period of days beginning from the date Bids are opened.

4. We undertake, if our Bid is accepted, to commence the Works and to complete


the whole of the Works comprised in the Contract within the time stated in
Appendix-A to Bid.

5. We agree to abide by this Bid for the period of days from the date fixed
for receiving the same and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.

6. Unless and until a formal Agreement is prepared and executed, this Bid,
together with your written acceptance thereof, shall constitute a binding
contract between us.

7. We do hereby declare that the Bid is made without any collusion,


comparison of figures or arrangement with any other bidder for the
Works.
FB-2

8. We understand that you are not bound to accept the lowest or any Bid
you may receive.

Dated this day of 20 Signature:

in the capacity of duly authorized to sign Bids for and on behalf of

(Name of Bidder in Block


Capitals) (Seal)

Address:

Witness:

Signature: Name:
Address.

Occupation
(Notice Inviting E-Bidding)

Peshawar Development Authority invites sealed bids from eligible firms/companies on


the basis of “Single stage Two envelope system” under Rule 14 (2) (b) of KPPRA Rules
2014 for the following work;
S.No Name of Work Bidding Date & time of Date & time of Time Limit
documents submission (In Opening
Fee the Office of
Deputy
Director
(W&S), RMT
Major Head:
OUT SOURCING OF
MANPOWER
09/07/2024 09/07/2024 As per Work
1 Sub Head: 4000/-
10:30 AM 12:15 PM Order
Hiring of Manpower/ Machinery
services for Solid Waste
Management in Regi Model
Town, Peshawar

1. 2% (Two percent) Bid Security/Earnest Money must be accompanied in shape of Call


Deposit in the name of Director General, Peshawar Development Authority Peshawar
from scheduled Bank
2. An affidavit is required to be provided with the Technical bid that 2% Bid Security without
mentioning amount is attached with the Financial Bid.
3. The Bid Soliciting document can be obtained from W&S office, Regi Model Town by
interested bidders on the submission of a written application and payment of non-
refundable tender document fee of Rs. 4,000/- till one day before the closing date.
4. The envelopes of Technical and Financial proposals/Bids will be placed in single sealed
envelope clearly mentioned name of work on envelope and addressed & sent to the
undersigned through Registered Courier Service on or before the closing date. The bids
received by hand and or late shall not be entertained.
5. The Firms/companies must have active income tax registration and active General Sales Tax
Registration with FBR and must be registered with Khyber Pakhtunkhwa Revenue
Authority/Relevant Provincial Sales Tax Authorities.
6. A pre-bid meeting will be held with the interested bidders on 25/06/2024 at 11:30 AM in
the conference room of Zone-3 Office, Regi Model Town.
7. All federal and provincial duties / stamp duty / taxes including sales tax will be recoverable
as per directives of the government issued from time to time.
8. The submission of Bids by the firms/companies implies that they are fully conversant with
the nature of work, scope of work and terms conditions laid down in the tender/Bid
documents.
9. Any disfiguring / over writing, manipulation in the tender / BOQ shall be liable to rejection.
Incomplete / conditional bids shall not be acceptable.
10. The undersigned reserves the right to reject any or all bids as per provisions contained in
Rule 47 of KPPRA Procurement Rules 2014.
Deputy Director (W&S)
Directorate of W&S (RMT) PDA
Zone-III Site Office, Regi Model Town
Phone: 091-5846734
Evaluation Criteria
i. Technical Evaluation Criteria
The Bidders who have duly complied with the Eligibility/Qualification and Evaluation Criteria will be
eligible for further processing. The Bids which do not conform to the Technical Specifications or Bid
terms &conditions or the Bids from the Bidders without adequate capabilities for supply and
maintenance / warranty services will be rejected.
The Eligible/Technically Qualified Bidders will be considered for further evaluation.
Marks
S.No Description
Assigned
1 Mandatory Requirement
Certificate of Company/Firm Registration/Incorporation under the laws of
1.1 Pakistan
Mandatory

1.2 Valid Income Tax Registration _


Valid General Sales Tax Registration:
1.3 Status = At Active Tax Payer List(ATL) with FBR
_

1.4 Registration with EOBI and Social Security -


Valid Registration with Khyber Pakhtunkhwa Revenue Authority/Relevant
1.5 Provincial Sales Tax Authorities
_
Submission of undertaking that the firm is not blacklisted by any of Provincial
1.6 or Federal Government Department, Agency, Organization or autonomous _
body or Private Sector Organization anywhere in Pakistan.
2 Experience and Other Capabilities
Fully functional Offices/ Infrastructure Presence. (Inspections shall be made
during evaluation stage)
2.1 i. Peshawar: 10 marks
10
ii. Other location: 5 marks
Proven/sound track record in provision of Manpower services/machinary
(Proven from the issued satisfactory completion certificate (Along with copies
of completion certificate or work orders from the relevant procurement entity)
2.2 showing number of years. 10
i. Up to 5 years = 05marks
ii. Up to 07 years = 07marks
iii. More than 07 years = 10marks
Experience Certificates (Completion/Maintenance Certificate) of similar nature
of work with Government Departments/Entity for the past maximum of 03
2.3 years
30
 10 marks per certificate with a maximum of 30 marks
Value of similar assignments (Minimum Rs. 20 Million each).
2.4  10 marks per assignment maximum 30 marks. 30
Average working capitals for the last 02 years
(Obtained From the auditor’s report of last 02 years).
2.5 i. Up to 30 million = 3 10
ii. Up to 50 million = 6
iii. Above 50 million = 10
Manpower provided for similar like assignments during the last 02 years. Work
2.6 orders / Contract Agreement must be provided. Two marks per 10 persons will 10
be awarded.
TOTAL SCORE 100

Note: Minimum overall Passing Marks: 50%


ii. Financial Evaluation Criteria: -
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 indicated by the Procuring Agency accordingly. The
Technically Eligible/Successful Bidder(s)/ Tenderer(s) or their authorized representatives
shall be allowed to take part in the Financial Proposal(s) opening.

1. Financial Proposal evaluation will be conducted under the Khyber Pakhtunkhwa


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
Purchaser, the contractor shall be bound to adjust the same in the Financial Proposal.

2. In cases of discrepancy between the cost/price quoted in Words and in Figures, the lower
of the two will be considered. In evaluation of the price of an imported item, the price will be
determined and considered inclusive of the customs and other import duties etc.

3. In evaluation of the price of articles/goods/services, which are subject to excise duty, sales
tax, income tax or any other tax or duty levied by the Government, the price will be
determined and considered inclusive of such duties and taxes.

4. The Purchaser 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.
Appendix-A to Bid
BILL OF QUANTITIES
A.

1. The Bill of Quantities shall be read in conjunction with the Conditions of


Contract, Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional and
are given to provide a common basis for bidding. The basis of payment will be
the actual quantities of work executed and measured by the Contractor and
verified by concerned staff.

3. The rates and prices entered in the priced Bill of Quantities shall, except insofar
as it is otherwise provided under the Contract include all costs of the
Contractor’s plant, labor, supervision, materials, execution, insurance, profit,
taxes and duties, together with all general risks, liabilities and obligations set
out or implied in the Contract. Furthermore, all duties, taxes, and other levies
payable by the Contractor under the Contract.

4. A rate or price shall be entered against each item in the priced Bill of Quantities,
whether quantities are stated or not. Unit rates must be offered in two decimal
places for an item. In case the bidder quotes rates for an item in more than two
decimal places, the same shall be considered upto two significant decimal
places for evaluation purposes. The cost of items against which the Contractor
will have failed to enter a rate or price shall be deemed to be covered by other
rates and prices entered in the Bill of Quantities.

5. The whole cost of complying with the provisions of the Contract shall be
included in the items provided in the priced Bill of Quantities, and where no
items are provided, the cost shall be deemed to be distributed among the rates
and prices entered for the related items of the Works.

6. General directions and descriptions of work and materials are not


necessarily repeated nor summarized in the Bill of Quantities. References to the
relevant sections of the Bidding Documents shall be made before entering
prices against each item in the priced Bill of Quantities.

7. Provisional sums included and so designated in the Bill of Quantities shall be


expended in whole or in part at the direction and discretion of the Engineer in
accordance with Sub-Clause 58.2 of Part I, General Conditions of Contract.
8. The Contractor will supply tools and equipments as per quantity mentioned in
bidding documents.

9. W&S, RMT will present the sample of uniform and other PPEs, tools, and the
successful contractors will be bound to provide the uniform, PPEs and tools etc
according to the W&S, RMT sample during the contract period. Moreover, the
contractor shall be responsible to provide neat and clean uniforms in good
condition during the Contract period.

10. The Contractor will provide rains coat, gumboots, gloves, spades, brooms and
PPEs etc. to the No. of Staff/workers mentioned in the BOQ during the entire
period of the contract. However, the number of workers can increase or decrease
as per requirement.

13. All the uniforms, handcarts, tools, rain coats, gumboots, waders, gloves, etc.
will be counted and checked by the W&S, RMT Peshawar concerned
management staff and will be later on distributed to the field staff by the
contractor after inspection and verification of the W&S, RMT Peshawar
management staff.
14. The contractor will provide Numbers of HTV/ LTV drivers as per the quantity
mentioned in bidding documents, however, the Number can be increased or
decreased as per field requirement.
BILL OF QUANTITY
Total Amount
Quantity. Unit Rate
S.No Description Unit No. (Rs.) Remarks
[A] [B]
[A] x [B]
1 Sanitation staff i.e. Sweepers,
Supervisors, Drain cleaner (Katacoolies)
for working in Regi Model Town as per Day 24 7776
instruction of Engineer in charge (or as
per requirements)
2 LTV driver (per month) for working in
Regi Model Town as per instruction of Day 2 648
Engineer in charge
3 Uniform for sanitary workers (sweepers, Appendix A-1
No. 20 40
supervisors) & drivers
4 Uniform for drain cleaners (katta coolies) No. 6 12 Appendix A-2

5 Tools for sanitation work (when and Appendix A-3


Lump
where required as per instructions of 1 1
Sum
engineer In charge)
6 Hand carts for sanitation work (when and Appendix A-4
where required as per instructions of No. 10 10
engineer In charge)
Hiring of Excavator with accessories
including fuel, pay of operator and other
mechanical staff, mobilization,
demobilization and idle time for
loading/unloading of solid wastes,
7 Hour - 200
excavation, desilting of drains,
soft/hardened debris, waste concrete
pieces etc. (When & where required as
per instructions/directions of higher
officers/authority/Engineer in charge)

8 Hire charges of Tractor with trolley Day - 90

Total (Rs.)

A) FINAL TOTAL PRICE: --------------------------------------------------


B) DISCOUNT1: --------------------------------------------------
C) FINAL QOUTED PRICE: --------------------------------------------------
(C=A-B)

Signature: -------------------------------------------------
Designation: ------------------------------------------------
Date: ------------------------------------------------

Official Stamp: ------------------------------------------

1If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price that
should be mentioned here.
BID COVER SHEET

Bid Ref. No. ------------------------ Date----------------------------

Name of the Supplier/Firm Contractor: -------------------------------------------------------------------


-------------------------------------------------------------------------------------------------------------------
Address:-----------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------
E-mail:__________________________
Phone: __________________________
Facsimile: ________________________

Bid Security.
Bid Security attached with Financial Bid YES NO

Bid for:
All Items mentioned in the Schedule of Requirements.
Selected Items from the Schedule of Requirements2.
List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please
type the Serial No3. and the name of the Items selected for Bidding. Use additional
Sheets if Required)

S. No. Name of the Item

Signed:
Dated:
Official Stamp:
Attachment4:  Original receipt for the purchase of the bidding documents.

2 In case a bidder is bidding for only some of the items mentioned in the list Technical Specifications, he is advised to
take note of ITB Clauses 7 & 15.6
3 The Serial No. of the item as mentioned in the Technical Specifications.
4
The Attachment must be made with the Bid Cover Sheet.
30

BID FORM 1
Letter of Intention
Bid Ref No.
Date of the Opening of Bids

Name of the Contract : (Add name)

To: [Name and address of Procuring Agency]

Dear Sir/Madam,

Having examined the bidding documents, including Addenda Nos. [insert numbers&
Date of individual Addendum], the receipt of which is hereby acknowledged, we, the
undersigned, offer to supply and deliver the Goods under the above-named Contract in
full conformity with the said bidding documents and at the rates/unit prices described in
the price schedule or such other sums as may be determined in accordance with the
terms and conditions of the Contract. The above amounts are in accordance with the
Price Schedules attached herewith and are made part of this bid.
We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery
schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the
form, in the amounts, and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet
and it shall remain binding upon us and may be accepted by you at any time before the
expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together
with your written acceptance of the bid and your notification of award, shall constitute a
binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
Pakistan.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of
the bidding documents.

Dated this [insert: number]day of [insert: month], [insert: year].


Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

31
BID FORM 2
AFFIDAVIT

I/We, the undersigned solemnly state that:

1) We have read the contents of the Bidding Document and have fully understood it.

2) The Bid being submitted by the undersigned complies with the requirements
enunciated in the bidding documents.

3) The Goods that we propose to supply under this contract are eligible goods within
the meaning of Clause 18 of the ITB.

4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the
ITB of the Standard Bidding Documents.

5) The undersigned are solvent and competent to undertake the subject contract
under the Laws of Pakistan.

6) The undersigned have not paid nor have agreed to pay, any Commissions or
Gratuities to any official or agent related to this bid or award or contract.

7) The undersigned are not blacklisted or facing debarment from any Government, or
its organization or project.

8) The undersigned has no dispute anywhere in the province regarding supplies.

We affirm that the contents of this affidavit are correct to the best of our knowledge and
belief and if found otherwise at any stage, shall be responsible for the liable damages (if
any) and may lead to the immediate termination of the contract.

Signed

Note: The affidavit must be on judicial stamp paper by the Executive of the Firm &
attested by Oath Commissioner.

32
BID FORM 3(A) – (Where Applicable)

Name of the Firm


Bid Reference No:

Date of opening of Bid.

Documentary Evidence: Eligibility of the Bidders and Goods


Required Documentation Checklist5 Relevant Page Supporting Documents7
(To Be Filled by the Procuring (To be initialed Number6 in the Bid (To be filled by the Bidder with
Agency) by the Bidder (To be filled by the name of the documents that
against each Bidder) are submitted to meet the
document) requirement)
Column:1 Column:2 Column:3 Column:4
Valid Manufacturing
License
Valid Registration(s) of
quoted items
Valid Sale License8
Valid Import License
(where applicable)
Letter of Manufacturer's
authorization
Partnership Deed (where
applicable)
NTN Certificate
GST Certificate
Letter of Intention
Affidavit
One year experience
evidence
Child Labor Free
Certificate9
Original Receipt of
purchase of Bidding
Documents

5 Bidders should only initial against those requirements that they are attaching with the form 3(a). In case they do not
have any document to attach the corresponding cell in column 2 should be left blank.
6
Bidders are required to mention the exact page number of relevant document placed in the Bid.
7Bidders are advised to attach all Supporting documents with this form in the order of the requirement as mentioned in

column 1.
8
In case of Sole Agent
9
Bidders are required to furnish a certificate to the effect that their firm is free from child labor and having standard child
labor free policy
33
BID FORM 3(B)

MANUFACTURER’S AUTHORISATION10 (Where Applicable)

To: [Name &Address of the Procuring Agency]

WHEREAS [name of the Manufacturer] who are established, reputable & Pre-Qualified
Manufacturers of [name and/or description of the goods] having factories at [address of
factory] do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and
subsequently negotiate and sign the Contract with you against the Invitation for Bids (IFB)
No. [Reference of the Invitation to Bid] for the goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General
Conditions of Contract for the goods offered for supply by the above firm against this
Invitation for Bids.

Signature: --------------------------------------.

Designation: --------------------------------------

Official Stamp: -----------------------------------

10
This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent
and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid
34
BID FORM 4
Firm’s Past Performance11
Name of the Firm:

Bid Reference No:

Date of opening of Bid:

Assessment Period: (As per Evaluation Criteria)

Name of the Purchase Description Value of Date of Purchaser’s12


Purchaser/Institution Order No. Of Order Order Completion Certificate

11
Bidders may use additional Sheets if required.
12
All certificates are to be attached with this form.
35
BID FORM 5
Price Schedule
(To be provided to the Procuring Entity)
User Note: This form is to be filled by the Bidder and shall submit with Financial
Proposal to….

Name of the Firm:

Bid.Ref.No:

Date of opening of Bid


S. Name of the Item Unit Price No. of Total Discounts Final Total
No. (inclusive all Units Price (if any) Price (Inclusive
applicable of all taxes)
taxes)
1 2 3 4 5 6 7
3*4 5-6
1
2
TOTAL

A) FINAL TOTAL PRICE: --------------------------------------------------

B) DISCOUNT13:--------------------------------------------------

C) FINAL QOUTED PRICE: --------------------------------------------------


(C=A-B)

Signature: -------------------------------------------------

Designation: ------------------------------------------------
Date: ------------------------------------------------

Official Stamp: ------------------------------------------

13If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price that
should be mentioned here.
36
BID FORM 6
Performance Guarantee

To: [Name & Address of the Procuring Agency]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in


pursuance of Contract No. [number] dated [date] to supply [description of goods]
(hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a scheduled bank for the sum of up to 10% of
the total Contract amount as a Security for compliance with the Supplier’s
performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf
of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and
we undertake to pay you, upon your first written demand declaring the Supplier to be
in default under the Contract and without cavil or argument, any sum or sums within
the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 200_.

Signature and Seal of the Guarantors/ Bank

Address
Date

37
Terms and Condition

1. The Contractor shall provide suitable and physically fit manpower along with CNIC
numbers for solid waste and wastewater management according to client services
requirements i.e., sweeping of roads and offices, drain cleaning, sewer & manhole
cleaning, driving, or any work assigned by Directorate of W&S, Regi Model Town, PDA
for 8 Hours/day. The Contractor will be responsible to provide a proper
uniform/personal protective equipment/tool, and hand carts to the hired staff duly
approved by the client. In case of manpower without CNIC, tattered/missing
uniforms, shoes, and tools the contractor will be fined @ Rs. 100 per hired
staff/day or up to 10% of the contract value.
2. The client can increase/ or decrease the number of staff/workers as per the
requirement of the services and conditions that arise thereto, which will be timely
communicated to the contractor for increasing/or decreasing the number of
staff/workers.
3. The Contractor/Firm must ensure the arrangement of manpower at the designated
site/or places as and whereas per client site or services requirements. The client
will acquire the manpower as mentioned in the BOQ, which may vary according to
the demand/requirements of the client for the period of 12 months mentioned in
the BOQ.
4. The client supervisory staff will evaluate the performance of the contractor
employee. In case of poor performance, the contractor will immediately replace
the poor performer employee (i.e., unwilling, misbehavior, undesired behavior,
etc.) and will register it with the client.
5. The contractor/Firm will arrange at least two supervisory staff among the
manpower at its cost for liaison with the client.
6. The client shall deduct/withhold all applicable taxes, duties, etc. on the
administrative/management/service cost of the service provider from the
Contractor’s bill as per the Government’s (Provincial/Federal) prescribed rates
applicable thereto.
7. The Contractor shall provide services according to the terms and conditions of the
Client’s services provisions, in case of poor-quality services, the client has the

38
right to impose a penalty of 0.5% at minimum or maximum up to 10% of the
contract value or such smaller amount as may desired by the Deputy Director
(W&S, RMT).
8. The Client, without prejudice to any other remedy for breach of contract, by written
notice (30 days prior) of defaults to the Contractor, may terminate this contract in
whole or in part thereof:
i. If the Contractor fails to supply hiring of the desired manpower
(Services)
ii. If the Contractor fails to perform any other obligation under this contract
iii. If the Contractor, in the judgment of the procuring agency has
engaged in corrupt or fraudulent practices in executing this
contract
9. The client, by written Notice (30 days prior) sent to the Contractor, may terminate
the contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for the Client’s convenience, the extent
to which performance of the Contractor under the contract is terminated, and the
date upon which such termination becomes effective.
10. Employee Social Security and Old Age Benefit contributions on a salary of all
labor will be processed, paid, or reimbursed as per the Government applicable
rate thereto.
11. The contactor/firm shall ensure the manpower on public/gazette holidays, i.e., Eid-
ul-Fitr, Eid-ul-Adha, Muharram, special events, or any other emergency (in
working hours or off timing), etc., the Contractor shall provide the required
quantity of manpower as per BOQ rate and no extra charges will be paid, and
gazette holidays will be adjusted in any of the succeeding working days.
12. The terms of the contract shall be 12 months for its sustainability, commencing
from the date of work order or as per direction of the Client. The Client reserves
the right to reduce the period of sustainability from 12 months to any period. This
contract may be extendable on same terms and conditions with the mutual
consent of both parties.
13. The Client shall not be responsible for any human loss/injury due to accident,

39
theft, or any natural cause or third party. The client shall not be a party to any
legal act / or proceedings.
14. The Contractor shall be fully responsible for employee competent and well-trained
drivers (hired after test in presence of the Manager (Fleet)/or Fleet Officer), and a
labor force with all the necessary tools and equipment required (as per the client’s
approved criteria) for the performance of the services under this contract.
15. The drivers must have a valid driving license and must be well versed with the
prevailing traffic rules and regulations. In case of any fine/penalty imposed by the
law enforcement authorities or in case of an accident, the client will not bear any
responsibility in the case. The payment of fines/or penalties/ or any expenses will
be the responsibility of the contractor/Firm.
16. The Contractor’s drivers for client vehicles shall be educated and well trained to
maintain the logbooks, and maintenance records, abide by the traffic rules and
take care of the vehicles. They will check lubricants, coolants, etc. on daily basis
and will keep the vehicles clean and avoid overspending.
17. In case of leave/any emergency, the contractor/firm will provide an alternate
worker, if the contractor/firm fails to arrange an alternate worker penalty
amounting to Rs. 3,000/day/person shall be imposed.
18. The contractor will submit their monthly invoice separately by its nature i.e., salary
component/amounts with a list of employees with their respective paid amounts
through a banking channel or any other online mode of payment to the
contractor’s hired workers. The services/or management cost of the contactor will
be processed separately subject to deduction of all applicable taxes thereto.
19. The contractor shall submit the invoice on monthly basis along with all supporting
documents including attendance, ESSI, and EOBI registrations/payment slip duly
verified by the in charge/Supervisor/Sub Engineer. The garbage
inspector/Sanitation supervisor/ Sub Engineer shall submit the verified daily
attendance on the 1st of every month to the office of Assistant Director (W&S) and
the Assistant Director will forward it to through proper channel to the Directorate of
Finance, PDA for payment to contractor after fulfilment of all codal formalities.
20. The client will process the payment of 1ST month unconditionally as duly verified

40
by Directorate of W&S, RMT, PDA. After that proper supporting documents of
monthly salary/ or reimbursements including prior unconditional months through
bank channels or any other online mode of payment other than cash. In case of
no supporting documents provided or unverified bank payments or cash
payments, deductions will be made accordingly.
21. The Contractor shall process and ensure the salaries to their workers that are
provided to the client as per GOPK Wage Payment Act 2013.
22. The bill will be reimbursed upon provision of actual receipts of the payments made
to EOBI, ESSI, and Salaries through banking channels.
23. Any other additions/deletions or amendments in the contract shall be made with
the mutual consent of both parties.
24. All the terms and conditions provided in the bidding documents and NIT shall be
binding on the Contractor.

41

You might also like