Bidding Document no. 213/PMU

LAHORE ELECTRIC SUPPLY COMPANY

(LESCO)

BIDDING DOCUMENT NO.213/PMU LESCO

FOR SUPPLY OF POWER CABLES

UNDER LESCO OWN RESOURCES

DEVELOPMENT LESCO

OCTOBER 2016

TABLE OF CONTENTS

SECTION

/

SUBJECT

I

/ INVITATION FOR BIDS
II / TENDER CONDITIONS
III / INSTRUCTIONS TO BIDDERS
IV / BID SCHEDULE FORMS
V / STANDARD FORMS
VI / TECHNICAL SPECIFICATIONS

SECTION-I

INVITATION FOR BIDS


SECTION – I

INVITATION FOR BIDS

  1. LESCO invites sealed bids from the manufacturers/suppliers from Pakistan or any other country except those which are subjected to boycott in accordance with the laws of Islamic republic of Pakistan for the procurement of Power Cables conforming to WAPDA specifications (amended to date) as per the following quantity, financed under LESCO’s Local fundsFCS basis Delivery to Consignee’s Stores LESCO Ware House Chichokimallian District Sheikhupura.

Tender
No. / Material / Qty.
(Km) / Lot.
No / Bid documents submission date & time / Bid Opening
Date & Time
213/PMU / Power Cable 1000 mcm S/c cable / 50 / I / 30.11.2016
At 12.00 PM / 30.11.2016
At 12.30 PM
Power cable 500 mcm S/C cable / 20 / II
  1. Interested eligible firms may obtain information from the office of:

Chief Engr. (Development)

LESCO (WAPDA)

Near Qartabachowk, Bahawalpur Road, Lahore, Pakistan

Telephone No. +92-42-99214410

Fax No. +92-42-99214412

Website: www.lesco.gov.pk

3. A complete set of bidding documents may be purchased by Pre-qualified & Registered firms (in case of local manufacturers only) on the submission of a written application to the above address and upon payment of a non-refundable fee of Rs 1,500/-up till the bids submission deadline on the opening date of tender.

4.  For locally manufactured items, the bidder must be prequalified manufacturer of same material by WAPDA/PEPCO/NTDC/DISCOs. In case of internationally manufactured material, the bidder must be pre-qualified as a general order supplier in the relevant category of material.

5.  All bids must be accompanied by a Bid Security of not less than 2% of total Bid Price and must be delivered to the above office 30 minutes before the tender opening time/date of tender. Bids will be opened on the same day at time mentioned above in the presence of Bidder’s representatives.

6.  Sales tax registration is mandatory for issuance of tender documents. All rights are reserved by Chief Executive Officer LESCO. The bidders must quote for complete quantity of the Tender/Lot. Bid covering partial quantities will be rejected

Chief Engineer (Development)

PMU LESCO

SECTION-II

TENDER CONDITIONS
SECTION – II

TENDER CONDITIONS

CLAUSE NO. /

DESCRIPTION

1. / Bid price
2. / Bid Security
3. / Validity of Bid
4. / Documents to be attached with bid.
5. / Language of Technical literature
6. / Schedule of Technical Data
7. / Delivery Period
8. / Payments
9. / Bids liable to rejection.
10. / Purchasers Right to change/cancel the tender
11. / Qualification and experience.
12. / Financial Criteria
13. / Singing of contract
14. / Performance Security
15. / Warranty
16. / Quality Contract, Inspection & Tests
17. / Test Certificate
18. / Delivery and Documents
19. / Failure and Termination
20. / Responsibility for executing the contract
21. / Indemnity
22. / Force Majeure
23. / Insurance
24. / Taxes & Duties
25. / Notice
26. / Transportation
27. / Packing
28. / Forfeiture
29. / Inspection
30. / Sales Tax & SED


SECTION –II

TENDER CONDITIONS

1.  Bid Price

1.1  The supplier/bidder should quote the Ex-works as well as FCSLESCO Ware House Chichokimallian (District Sheikhupura) price. LESCO may place order on any price.

1.2 The bid prices excluding Sales tax. & SED shall be firm and final and shall not be escalated for any reason whatsoever.

1.3 The price shall be filled in on the attached schedule of prices.

2.  Bid security

2.1 In order to be considered, the tender must be accompanied by a tender/bid guarantee of an amount not less than two percent (2%) of the total value of their quoted price to be valid for 150 days in the form of certified cashier’s Cheque, Bank Draft or Pay Order drawn on a scheduled bank of Pakistan (or in lieu thereof a tender/bid bond issued by scheduled bank of Pakistan) prepared in the form of attached proforma.

2.2 The bidder shall have the option to submit WAPDA bearer bonds of equivalent amount as security in lieu bid guarantee.

2.3 Bid guarantee shall be furnished on non judicial stamp paper of value Rs.500/-

2.4 The bid security is required against the risk of bidder conduct which would warrant the security’s forfeiture, pursuant to

a) If a bidder withdraws its bid during the period of bid validity.

b) In the case of a successful bidder, if the bidder fails:

i) to sign the contract in accordance with clause 13 herein.

ii) to furnish performance security in accordance with Clause 14 herein.

2.5 Bid Security shall be denominated in the currency of the bid or another freely convertible currency.

3. Validity Period

3.1 Bids shall remain valid for 120 days from the date of bid opening. A bid valid for a shorter period may be rejected as non responsive. The bidder must mention in the covering letter of their bid that the offer is valid for 120 days; otherwise, it will be considered that offer is not valid as required.

4. Documents to be attached with bid

4.1  following documents are to be submitted alongwith the tender:

i)  Copy of the deposit receipt of the tender fee.

ii)  Schedule of prices in respect of the equipment.

iii)  Schedule of delivery

iv)  Schedule of technical data, drawing, complete literature catalogues and brochures in respect of the equipment to be supplied.

v)  Tender Guarantee in the form as explained in clause 2 above.

vi)  Letter of offer dully signed.

vii)  Clause by clause commentary on purchaser’s specification or schedule of deviations from specification.

viii)  Schedule of Qualification of Bidders.

ix)  Type Test Reports/confirmation for fresh type tests

5. Language of Technical literature

5.1 Technical literature /Brochures should be in English in duplicate, giving out salient features of the equipment offered must accompany the bid.

6. Schedule of technical data

6.1  Schedule of technical data duly filled in and signed in must accompany the bid and all copies thereof. The bids with substantially incomplete technical data are liable to rejection. Clause by clause commentary on the technical specification be given or in lieu thereof. The deviation from the tender specification must be filled in the scheduled of Deviations.

7. Delivery period

7.1 The delivery of material shall be completed within a maximum period of 150 days for material offered on Ex- Works/FCS in Pakistan basis, counted from the date of issuance of the Purchase Order.

8. Payments

8.1 All the payments will be made by Manager Finance (Development) LESCO Lahore directly OR through irrevocable confirmed letter of credit to be opened in favor of the Supplier in a Bank in its country.The following necessary information/documents for establishment of letter of credit shall be submitted directly to Manager Finance (Development) LESCO within seven days of issuance of P.O:-

  1. Accepted copy of P.O
  2. Name & address of beneficiary
  3. Name & address of beneficiary’s Bank
  4. Amount of L/C
  5. Performa invoice
  6. Freight breakup & H.S code
  7. Port of shipment
  8. Last date of shipment
  9. Date of expiry
  10. Origin of goods
  11. Terms of payment
  12. Insurance cover note

All the charges for establishment of letter of credit or any subsequent amendment (local or foreign bank charges) shall be borne by the supplier.All the payments will be made by Manager Finance (Development) LESCO on production of bills in triplicate duly approved by Chief Engr. (Development) LESCO and pre-audited by Manager Finance (Development) LESCO as follows:

i)  90% of the contract price of the Goods shipped shall be paid, upon submission of documents specified in Clause 18 herein.

ii)  10%of the contract price of Goods shall be paid within thirty (30) days of receipt of the Goods in purchaser’s Store upon submission of claim supported by the Goods Receipt Note and acceptance certificate issued by the Purchaser or within 90 days of the CF delivery whichever is later.

8.2 Payment to the foreign bidders will be made in the currency indicated in schedule of price and payment to the local bidders will be made in local currency only.

9.  Bids liable to rejection

Bids are liable to be rejected forthwith if:

i)  The bidder does not submit the required documents and complete offer in duplicate (1 original + 1 copy) as mentioned in clause-4 above.

ii)  The bid covers only a part/portion of the required equipment.

iii)  The bidis submitted on other than the prescribed form or is incomplete or conditional.

iv)  The bid is illegible in any material, part or contains alteration, additions, deletions, erasers other irregularities.

v)  Not accompanied with a bid guarantee or with insufficient or un-acceptable tender guarantee.

vi)  Tender is in some way connected with bids submitted under names different from his own.

vii)  The offer is not accompanied with schedule of technical data and schedule of deviation (if any) duly filled in and un-signed (in duplicate).

viii)  The bid is not accompanied with valid type test report or confirmation for fresh type testing.

10.  Purchaser’s Right to change/cancel the tender

10.1.  The invitation to tender is without engagement and the purchaser before placing the order reserves the rights:

i)  To scrap the tender.

ii)  To increase/decrease the quantity upto 15%.

iii)  To delete any item.

iv)  To place order on more than one supplier.

10.2 The purchaser will have the right to enhance the quantity of material/equipment indicated in the contract during the currency of the contract provided that the cost of additional material/equipment does not exceed by an amount of 15% of the total value of original contract.

11.  Qualification & Experience

11.1

a)  At least five years experience of supply/manufacturing and three years satisfactory operational experience of the offered equipment/material or equipment/material of the similar nature.

b)  Only those type tests are acceptable which are performed under the witness of NTDC (Design) representative(s).

11.2  Bidder/Manufacturer Contractual Experience:

At least two (02) numbers of contracts successfully completed as the Bidder/Manufacturer within the last five years. Amount & rating (Same or higher rating and capacity equipment/material) of these contracts should be comparable to the contract to let. In this context, copies of the contract agreements/Purchase Order for the equipment indicated in the supply record pertaining to the specified and comparable equipment during the bid evaluation.Non-submission of said documents shall tender the bid non-responsive. In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with the bid.

11.3  Schedule of qualifications duly filled in should be submitted with the bid and extra sheets may be used to furnish qualifications, experience and supply record (year wise) of the addresses/contract numbers of the purchasers/clients and certificates of satisfactory operation.

11.4  The bidders, who are not manufacturers themselves, shall furnish an authorization from the concerned manufacturer to submit a bid for supply of their goods to Pakistan against this tender.

12.  Financial Criteria

The bidder should have sound financial status. In order to determine the same the bidder shall provide it’s up to date financial statements i.e. audited balance sheet), income statement, and cash flow statements for the last 3 years (three years). The bidder’s net worth calculated as a difference between total assets and total liabilities must be positive for last 3 years. In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with bid. Non-submission of required financial documents shall result in bid being considered non-responsive.

12.1  Average Annual Turnover:

To be awarded a contract for this order, the bidder (not manufacturer) has to have an average Annual Turnover in the last 3 years equal to more than two times of the quoted price.Non-submission of said documents shall tender the bid non-responsive. In this context the bidder is required to fill in the relevant forms given in Section-IV of this tender document and submit the same with the bid.

13.  Signing of contract:

13.1  At the same time that it notifies the successful bidder that its bid has been accepted, Purchaser will send the bidder the Contract Agreement form provided in the Bidding Documents, incorporating all agreements between the parties.

13.2  Within thirty days of issuance of the contract Agreements Form, the successful bidder shall sign and date the Contract and return it to purchaser.

14.  Performance Security

14.1.  The Performance Bond equal to 10% of the value of the contract will be furnished by the successful bidder on acceptance of Notification of Award before signing of the contract agreement. The performance security shall be valid upto 24 months after completion of CF/FCS delivery and shall be prepared on Performa appended in section-V.

14.2.  Performance bond shall be furnished on non judicial stamp paper of value Rs.500/-.

15.  Warranty

15.1 A warranty to the effect that the goods offered conform exactly to the specifications laid down in this Contract and that the goods in question have also been tested and checked prior to delivery & that the goods in question are new and free from all defects, and that in the event of goods being found old or defective or not conforming to the specifications or not in conformity with the test certificate, you will be held responsible for all losses and that you agree to substitute the unacceptable goods with the acceptable goods at your risk and cost provided the above mentioned defects/deficiencies are noticed within 18 months from the date of installation/ commissioning or 24 months from the date of delivery of last consignment whichever is earlier.

16.  Quality Control, Inspection &Tests

16.1 To ensure the manufacture of Goods to be in conformity with Contract requirements, the Supplier shall institute and follow regular procedures for quality assurance during manufacture. The supplier shall maintain an independent quality control department which shall be responsible for enforcing the quality assurance program. Upon Award of the Contract, the Supplier and the Engineer shall establish mutually acceptable quality control and inspection procedure.