7. In terms of Rules 48 of Public Procurement Rules, 2004 Grievance Redressal Committee (GRC) is notified for the subject procurement and notification copy is available on the procuring agency’s website and also available on EPADS v2.0 as well as Authority’s website at (www.ppra.org.pk).
Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement
LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-370-499-0342
ammm5@lesco.gov.pk
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
|
BDS Clause Number |
ITB Number |
Amendments of, and Supplements to, Clauses in the Instruction to Bidders |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency: Material Management (Lahore Electricity Supply Company (LESCO)) The subject of procurement is: TENDER NO 4332 (Reclamation of 200-KVA Repairable & Irrepairable Distribution Transformers ) Expected commencement date: Tuesday, June 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency: 2025-26 Name and identification number of the Contract: P13409 |
| 3. | 4.6 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil |
B. Bidding Documents |
||
|
4. |
7.1 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Tuesday, March 31, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on Material Management (Lahore Electricity Supply Company (LESCO)) website and on EPADS v2.0. |
| 6. |
9.1 |
List of documents required along with the bid:
|
| 7. | 11.1 |
The qualification criteria to establish the supply / production capability of the bidder. see Eligibility Criteria |
| 8. | 7.6 |
|
| 9. | 13.1 & 13.2 | Price schedule will be provided according to the format defined and acquired. see section price schedule. |
| 10. | 7.6.2 |
Specifications: see section of specifications. |
C. Preparation of Bids |
||
|
11. |
13.5 |
The price shall be Fixed. |
| 12. |
15.1 |
Currency of the Bids shall be : PKR |
| 13. |
16.1 |
The Bids/Bid Validity period shall be: 75 Days |
| 14. |
17.1 |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
| 15. | 17.3 |
The Bids security shall be valid for twenty-eight (28) days beyond the expiry of the Bids validity period specified in the bidding documents, for example the bid validity is 180 days so the bid security shall be valid for 180+28 = 208 days. |
| 16. | 18.1 |
Alternative Bids to the requirements of the bidding documents will not be permitted. |
D. Submission of Bids |
||
|
17. |
21.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Thursday, April 9, 2026 10:30 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
26.1 |
The Bids opening shall take place on EPADS v2.0. Day : Thursday Date: Thursday, April 9, 2026 Time : 11:00 AM |
|
19. |
32.1 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Award of Contract |
||
|
20. |
49.1 |
The Performance guarantee shall: 5.00%. The Performance Guarantee shall be acceptable in the form of: Pay Order, Banker's Cheque, Call at Deposit, Bank Guarantee |
| 21. | 51.1 |
Arbitrator shall be appointed by mutual consent of the both parties. |
G. Review of Procurement Decisions |
||
|
22. |
53.1 |
Grievence against this procurement shall be submitted online on EPADS v2.0. |
| Bidder's Type | Required Registration |
|---|---|
|
Individual / Individual Consultant Sole Proprietorship Partnership Firm Company (Private Limited) Company (Public Limited) Company (Holding Company) Company (Limited by Guarantee) State Owned Enterprise (Private Limited) State Owned Enterprise (Public Limited) |
FBR (NTN) FBR (GSTN) |
| Eligibility Criteria | Document |
|---|---|
| i) The bidder must be prequalified and registered with LESCO / DISCO / any WAPDA formation under the relevant category of material being procured/repaired. ii) The bidder should have registered with Income Tax & Sales Tax Department iii) As per directions of FBR dated. 3.9.2015 conveyed vide C.E (Operation) PEPCO vide letter No. 1918-28 dated. 17. Note : Relevant Documents to be attached. | Yes |
| Bids are liable to be rejected and declared as rejected/non-responsive forthwith if: | No |
| 1. The bidder does not submit the bid on E-PADs.2. Alternate proposal is submitted with the bid.3. The bid is submitted on other than the prescribed form or is incomplete or conditional.4. The bid is illegible in any material, part or contains alteration, additions, deletions, erasers other irregularities. | Yes |
| 5. Not accompanied with a bid guarantee or with insufficient/less/short validity or un-acceptable tender/bid guarantee or on format other than provided in the bidding document or or not comply with ITB 18.1, 18.3 to 18.7 or amendment in bid guarantee or submitted bid guarantee is from Banks other than mentioned in bidding document. | Yes |
| 6. Tender is in some way connected with bids submitted under namesdifferent from his own.7. Supply record (copies of contract) is not provided with the bid to ascertain the qualification criteria. | Yes |
| 8. The offer is not accompanied with schedule of technical data &drawings of offered equipment and schedule of deviation (if any) duly filled in and un-signed. 9. Offer letter/Form of Bid as provided in the bidding document is not attached with the bid or not duly signed and stamped or filled by the bidder | Yes |
| 10. Financial statements and documents are not attached with the bid as required in bidding document (in case of litigation) | Yes |
| 11. Firm (Bidder/manufacturer/contractor etc.) blacklisted/debarred by any organization national/worldwide as per PPRA Rules, 2004 and any other instructions/clarifications imparted by PPRA regarding blacklisting/debarment of particular firm or any other firm. | Yes |
| 12. Integrity Pact (If Applicable) is not attached with the bid. | Yes |
| 13. Undertaking for Quality and Standards on the bidder sletter head stating that material being offered by the bidder shall comply to the WAPDA/NTDC/IEC amended to date standards and there will be no compromise on the quality of the product for what so ever reason is not attached with the bid | Yes |
| 14. Bidder/manufacturer do not attach its registrations including FBR, pre-qualification/general order supplier etc | Yes |
| 15. The bid covers only a part /portion of the required equipment / partial quantity instead of complete quantity mentioned in lot. | Yes |
| 16. Any false statement made in the bid or conditional bid is submitted. 17. Any practice/act to influence the evaluation till award of the contract. 18. All the Applicable Forms which are mentioned in this bidding documents/Annexures are not filled and duly signed & stamped by the bidder. | Yes |
| 19. The firm will be declared non-responsive if the firms /bidders/suppliers/contractors/local agents /subsidiaries, who have defaulted/did not supplied material/ poor performance /forfeiture of performance security / sub-standard material against any contract agreement/purchase order in WAPDA/NTDC/ DISCOs during the last two (02) years starting from the date of opening of this tender. | Yes |
| 20. The firm/bidders/suppliers/contractors/local agents/subsidiaries will be declared non-responsive after accessing the net financial impact of loss suffered/borne due to litigation/non-delivery of material/retendering of the same material etc | Yes |
| The bidder shall submit an Undertaking along with his bid that the Bidder is not blacklisted/debarred by NTDC/WAPDA/DISCOs/any Government/Public department/Donor Agencies at the time of submission of bids. Non-submission of this undertaking may result in the rejection of the bid. The said undertaking will subsequently become part of Contract Agreement/purchase order as well. | Yes |
| 22. Non-provision of information regarding beneficial owners on Form 13- Annex-I as per PPRA SRO 592 and in case, such owners / Beneficiary have other firms with different names registered as General Order Suppliers with DISCOs/ NTDC/ WAPDA or any procuring agency who are consistently non-performing (Non-delivery of material, non-submission of Performance Guarantees, Bid Guarantees, Advance Payments, non-execution of contract agreements etc.) then the bidder’s having same Beneficiary/ owners | Yes |
| 23. All participating bidders quote the same price against offered material. Such activity shall be considered under fraudulent practice and action will be initiated as per rules. Moreover, matter will be forwarded to Competition Commission of Pakistan for further strict action. | Yes |
| Undertaking is not attached on letter head of the bidder that bidder complies with all the clauses, terms & conditions & literature of the entire bidding document and all attached requisite & supporting documents with the bid are genuine & authentic. Evaluator/ procuring agency has full leverage to determine the trueness of attached documents with the bid and if any document is found false/fake, then procuring agency may initiate action against the bidder as per provisions available in bidding d | Yes |
| 25. Non-provision of Declaration on bidder’s letter head that bidder (in case bidder is also manufacturer) have not defaulted any contract agreement/purchase order in WAPDA/NTDC/DISCOs. | Yes |
| 26. Non-submission of last three years income tax returns of FBR (In case of Litigation). | Yes |
| 27. Any document found missing as per Form-2 (Documents / Certificates to be submitted with Bid) of the bidding documents. | No |
Least Cost Based Selection (LCBS)
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Reclamation of 200-KVA Repairable 200-KVA Repairable |
Address: Dy. Manager, LESCO Regional Store Shalamar, Dy. Manager, LESCO Regional Store WalgonSohail, Dy. Manager, LESCO Regional Store Pattoki, Schedule: (i) 50% quantity will be repaired within 60-days and remaining 50% quantity shall be repaired in next 45-days starting from the date of issuance of work order. Early repair is also acceptable. Quantity: 60 |
60 | 400000 |
| Reclamation of 200-KVA Irrepairable Distribution Transformers |
Address: Dy. Manager, LESCO Regional Store Shalamar, Dy. Manager, LESCO Regional Store WalgonSohail, Dy. Manager, LESCO Regional Store Pattoki, Schedule: (i) 50% quantity will be repaired within 60-days and remaining 50% quantity shall be repaired in next 45-days starting from the date of issuance of work order. Early repair is also acceptable. Quantity: 40 |
40 | 250000 |
No
Positions Without Lots :
Position: Reclamation of 200-KVA Repairable 200-KVA Repairable
Specifications / Requirements:
DDS-84:2007 with Amendment No.5 The material shall be supplied strictly according to NTDC’s standard specification and quantity mentioned in Form 3 & Form 4 1. The quoted prices on basis of free pick & drop at consignee’s Store Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki are firm & final on “AS IS WHERE IS BASIS” and shall not be escalated for any reason what so ever. The bidder can visit the Regional Stores of LESCO for visual checking of repairable Transformers before quoting per unit reclamation charges. 2. Repairable Transformers will be requisitioned through Chief Engineer (MM) LESCO. Chief Engineer (MM) LESCO will receive / dispatch inspected damaged transformers, specially loading and unloading will be provided by Dy. Manager, Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki. 3. The prices include the present duties, taxes and credits (copper, tubes & replaceable material etc). In case however the present duties and taxes are increased or new taxes/duties are imposed by the Govt. on finished goods, during the currency of the Contact, the same will be paid extra on production of documentary evidence. In case of decrease in duties/taxes by Govt. the prices will be decreased accordingly. 4. The prices are on FCS basis that includes the shifting of Repairable / Irrepairable transformers from Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki to the firms’ workshop and return reclaimed transformers from the firm’s workshop to Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki. 5. Inspection and Testing of reclaimed transformers will be carr5ied out in the premises of the firm for which necessary testing facilities will be provided and testing will be carried out in accordance with specification as described in Form 3 & Form 4, you shall bear the expenses for all those tests to be got carried out from outside authorized laboratories, if deemed necessary. 6. Transformer oil and enameled copper wire shall be got tested from RTL Faisalabad once in a year at the contractor expenses. 7. Deputy Manager, Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki will issue fresh GRN only after repairing Repairable / Irrepairable transformers of warranty period if any against the rate contract and to maintain up to date record as well as to avoid accumulation of Repairable / Irrepairable transformers with the firm. 8. The firm is directed to repair Repairable / Irrepairable on the “FIFO” basis. However, in exceptional cases the instructions can be issued by the Chief Engineer (M.M) for repair of specific capacity of transformers in accordance with requirement of field formations. 9. LESCO reserves the right to cancel the contract any time without assigning any reason in case if the Performance found not satisfactory. i- Newly installed tubes supported by ring having flat (MS Patti) strip ii- This work order/rate contract shall remain in force for a period “01-Year” from the date of its issuance. iii- The repair cost can be renewed after one year with mutual consent of both the parties to extend the contract for further one year or more, if desired.Position: Reclamation of 200-KVA Irrepairable Distribution Transformers
Specifications / Requirements:
DDS-84:2007 with Amendment No.5 The material shall be supplied strictly according to NTDC’s standard specification and quantity mentioned in Form 3 & Form 4 1. The quoted prices on basis of free pick & drop at consignee’s Store Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki are firm & final on “AS IS WHERE IS BASIS” and shall not be escalated for any reason what so ever. The bidder can visit the Regional Stores of LESCO for visual checking of repairable Transformers before quoting per unit reclamation charges. 2. Repairable Transformers will be requisitioned through Chief Engineer (MM) LESCO. Chief Engineer (MM) LESCO will receive / dispatch inspected damaged transformers, specially loading and unloading will be provided by Dy. Manager, Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki. 3. The prices include the present duties, taxes and credits (copper, tubes & replaceable material etc). In case however the present duties and taxes are increased or new taxes/duties are imposed by the Govt. on finished goods, during the currency of the Contact, the same will be paid extra on production of documentary evidence. In case of decrease in duties/taxes by Govt. the prices will be decreased accordingly. 4. The prices are on FCS basis that includes the shifting of Repairable / Irrepairable transformers from Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki to the firms’ workshop and return reclaimed transformers from the firm’s workshop to Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki. 5. Inspection and Testing of reclaimed transformers will be carr5ied out in the premises of the firm for which necessary testing facilities will be provided and testing will be carried out in accordance with specification as described in Form 3 & Form 4, you shall bear the expenses for all those tests to be got carried out from outside authorized laboratories, if deemed necessary. 6. Transformer oil and enameled copper wire shall be got tested from RTL Faisalabad once in a year at the contractor expenses. 7. Deputy Manager, Regional Store LESCO Shalamar Lahore, Walgon Sohail & Pattoki will issue fresh GRN only after repairing Repairable / Irrepairable transformers of warranty period if any against the rate contract and to maintain up to date record as well as to avoid accumulation of Repairable / Irrepairable transformers with the firm. 8. The firm is directed to repair Repairable / Irrepairable on the “FIFO” basis. However, in exceptional cases the instructions can be issued by the Chief Engineer (M.M) for repair of specific capacity of transformers in accordance with requirement of field formations. 9. LESCO reserves the right to cancel the contract any time without assigning any reason in case if the Performance found not satisfactory. i- Newly installed tubes supported by ring having flat (MS Patti) strip ii- This work order/rate contract shall remain in force for a period “01-Year” from the date of its issuance. iii- The repair cost can be renewed after one year with mutual consent of both the parties to extend the contract for further one year or more, if desired.The material shall be supplied strictly according to NTDC’s standard specification and quantity mentioned in Form 3 & Form 4
Note:-
CONSIGNEE
Dy. Manager, LESCO Regional Store Shalamar,
Dy. Manager, LESCO Regional Store WalgonSohail,
Dy. Manager, LESCO Regional Store
|
A) The inspection of reclaimed transformers will be carried out at contractor’s works jointly by the LESCO inspection committee or by one authorized representative of LESCO, if required by the competent authority. Notice in writing shall be given to the inspecting officers by the contractor when the store against the order is ready for inspection. All reasonable facilities as provided in the specification or followed by the industry or trade in general shall have to be afforded to the inspecting officers including their TA/DA by you at your expenses for carrying out inspection. B) Following tests shall be carried out on reclaimed distribution transformers at the time of final inspection.
Note 1: Following tests shall be carried out on Transformer oil. i-Dielectric strength ii-Specific Gravity iii-Viscosity iv-Acidity v-Flash point vi-Pour Point Note 2: Following shall be observed in visual inspection i-Tank body ii-Tubes iii-Oil level indicator iv-Bushings v-Paint and any other physical defect / shortcoming.
The reclaimed transformers shall be inspected according to the specification mentioned here-under for stage as well as final testing:-
No.4 excluding all type tests.
C) Inspection and Rejection:
|
For Individual Positions
| # | Position Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
|
Number of GC Clause |
Amendments of, and Supplements to, Clauses in the General Conditions of Contract |
|
|
Definitions The Procuring Agency is: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). The Supplier is: The title of the subject procurement is:TENDER NO 4332 (Reclamation of 200-KVA Repairable & Irrepairable Distribution Transformers ) |
|
GCC 2 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 3 |
Language: The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English. |
|
GCC 4 |
Notices: The addresses for the notices are: Procuring Agency: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement Contractor/ Bidder: [Name, address and telephone number]. The Contractor/ Bidder’s Representative(s) [Name, address, telephone number and e-mail address]
|
|
GCC 6.1 |
The Authorized Representatives are:
For the Procuring Agency: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement For the Bidder: Name: ……………………… Designation: …………….. Address: ……………………………..
|
|
GCC 7 |
Effectiveness of the contract The Contractor/Bidder shall be effective within ….. days from the date of signature of the Contract by both parties |
|
GCC 8 |
Commencement of Contract: The Contractor/ Bidder shall provide Non-Consultancy Services from the effective date of contract. |
|
GCC 10.2 |
Expiration of Contract: The time period shall be …………………. |
|
GCC 14 |
Termination In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements. |
|
GCC 16 |
Conflict of Interest: The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17. |
|
GCC 20 |
Liquidated Damages If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 2.00% to 10.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority. |
|
GCC 21 |
Performance Guarantee: The amount of performance guarantee shall be 5.00% of the contract price in acceptable form of Pay Order, Banker's Cheque, Call at Deposit, Bank Guarantee |
|
GCC 27 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 28 |
Payment terms: Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract. |
|
GCC 29 |
Identifying Defects: The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided. Inspections & Tests RequirementsInspection and Testing of reclaimed transformers will be carr5ied out in the premises of the firm for which necessary testing facilities will be provided and testing will be carried out in accordance with specification as described in Form 3 & Form 4, you shall bear the expenses for all those tests to be got carried out from outside authorized laboratories, if deemed necessary Transformer oil and enameled copper wire shall be got tested from RTL Faisalabad once in a year at the contractor expenses. (iii) Delivery period is the essence of the Contract and delivery must be completed not later than the dates specified. The terms “Delivery Date” shall mean the date of 1st day of Inspection or 15th day of Inspection Call whichever is earlier, shall be reckoned as date of delivery of Store to Consignee provided the goods accepted for supply have been delivered within 20-days of issue of Inspection Certificate : subject to the condition that the supplier / manufacturer offers the material for Inspection at least 15-days prior to the due date and the offer is not rejected due to being a fake call or material not conforming to the specification. (iv) FIFO rule will be strictly observed and applied in this contract. (v) Partial deliveries and partial payments are allowed. INSPECTION AND REJECTION i) The inspection officer may reject a part or the whole of the consignment tendered for inspection, if after inspection such portion thereof as he may decide on his direction, he is satisfied that the consignment is below the requirement of the particular governing the supply given in the NOA/Purchase order. ii) The decision of the inspecting officer shall be binding on you. iii) If the stores are rejected as aforesaid, then without prejudice to the right of the purchaser you may submit stores in replacement of those rejected but re-submission will not means extension of delivery period. iv) On final rejection the purchaser shall have the following rights (a) To purchase against the rejected goods at your cost and expense (b) To terminate the contract and recover the loss from you, the LESCO thereby incurs The inspection of reclaimed transformers will be carried out at contractor’s works jointly by the LESCO inspection committee or by one authorized representative of LESCO, if required by the competent authority. Notice in writing shall be given to the inspecting officers by the contractor when the store against the order is ready for inspection. All reasonable facilities as provided in the specification or followed by the industry or trade in general shall have to be afforded to the inspecting of Following tests shall be carried out on reclaimed distribution transformers at the time of final inspection. 1. Visual Inspection 2. Measurement of No load losses 3. Measurement of load losses 4. measurement of percentage impedance M 5. Measurement of winding resistance 6. High Voltage Withstand Test 7. Induced voltage withstand test 8. Transformer Turn Ratio Test 9. Bird Protection Test 10. Transformer oil Test (see Note I) 11. Tank Pressure Test Note 1: Following tests shall be carried out on Transformer oil. i-Dielectric strength ii-Specific Gravity iii-Viscosity iv-Acidity v-Flash point vi-Pour Point Note 2: Following shall be observed in visual inspection i-Tank body ii-Tubes iii-Oil level indicator iv-Bushings v-Paint and any other physical defect / shortcoming. Note 1: Following tests shall be carried out on Transformer oil. i-Dielectric strength ii-Specific Gravity iii-Viscosity iv-Acidity v-Flash point vi-Pour Point Note 2: Following shall be observed in visual inspection i-Tank body ii-Tubes iii-Oil level indicator iv-Bushings v-Paint and any other physical defect / shortcoming. Test As Specified in Scope of Work. The reclaimed transformers shall be inspected according to the specification mentioned here-under for stage as well as final testing:- a) Wapda Standard Specification No.DDS-84:2007 for distribution T/Fs with amendment No.4 excluding all type tests. b) WAPDA specification No.P-13-69 for Distribution Transformers excluding all types test. c) WAPDA specification No.P-72-70 for Bushing Rod connectors etc. d) IEC-296 for new transformer oil. e) ASTMD1170-62 STMDE-107-79 (a) for various Neoprene Rubber & Cork gas kits. f) BSS-3255-1955 press pan paper. g) DIN-7733 PSP -3052 Press Board Sheet Press Board Block. h) BSS-4516 part –IP 1969 for Enameled Copper Wire. i) BSS-4653 Part-II 1970 for LT Paper Covered Copper Strip. j) IEC-233-1974 for 11 KV Porcelain Bushing. k) IEC-233-1974 for LT Porcelain Bushing. l) Resin for transformer top cover for age long adherence and 8 KV di-electric with stand. m) All HT and LT Bushing to be filled w o) Oil level indication glass shall be 100 % replaced. p) Interior of transformer shall be painted with Red, Oxide of M/S Dulux, Berger or Buxly. q) Exterior of Transformer shall be spray painted in Grey with enamel paint of M/s Dulux, Berger or Buxly, 4 tubes shall be orange painted in addition to “RECLAIMED KVA” in bold stencil in orange colour, on transformers body. r) Reclaimed transformers shall be fitted with rating plate giving following information:- i- Reclamation workshop name ii- Work Order No. iii- Date of repair iv- Transformer capacity, Transformer serial number the word "LESCO" Inspection and Rejection: The Inspecting Officer may reject a part or the whole of the consignment tendered for inspection, if after inspection such portion thereof as he may decide on his discretion he is satisfied that the consignment is below the requirements of the particulars governing the supply given in the work order. The decision of the Inspecting Officer shall be binding on you. If the stores are rejected as aforesaid, then without prejudice to the right of the purchaser: You may submit stores after re-repairing of those rejected but re-submission will not mean extension of delivery period. D) On final rejection the consignee shall have the following rights:- a) To get repaired the rejected goods at your cost and expense. b) To terminate the contract and recover from you the loss to LESCO thereby Delivery & DocumentsPayment will be made by the Chief Financial Officer, LESCO Lahore , out of budget from maintenance head on production of the following : i. Contractor’s bill in triplicate through Chief Engineer (MM) LESCO office for 90% payment duly supported by: ii. Delivery challan and GRN duly stamped and signed by the Regional Store Manager, LESCO Shalamar Lahore, WalgonSohail&Pattoki. iii. Warranty certificate as prescribed in Clause-5. iv. Confirmation of Chief Engineer (MM) LESCO about receipt/ accepta v. Inspection certificate issued by the designated inspection team / committee. vi. Copy of Store Requisition (SRs) vide which Repairable / Irrepairable T/Fs were handed over to contractor. vii. Payment for the contractor’s bill, for the balance 10% will be made by the CFO LESCO Lahore after 90-days of receipt of bills through Chief Engineer (MM) LESCO office duly supported by the consignee’s certificate of satisfactory operation after obtaining field performance from the end user viii. As per directions of FBR dated. 3.9.2015 conveyed vide C.E (Operation) PEPCO vide letter No. 1918-28 dated. 17.09.2015, the payment to the registered persons may be linked with the active taxpayer status of the suppliers as per FBR database. If any registered supplier is not in ATL his payment should be stopped till he files his mandatory returns and appears on ATL of FBR. Sales Tax invoice inscribing LESCO’s NTN No.3041097-7 & GST No. 03-05-2716-002-91 shall be provided at the time of delivery of equipment/material, even if zero-rated supply as per section 23 of the Act. The payment of sales tax shall be made as per Govt. of Pakistan at the time prevailing sales tax rate at the time of supply (presently 18%) on production of affidavit stating that sales tax has been paid through monthly sales tax return to the respective Collectorate of Sales Tax BILLS. Bills submitted by supplier duly completed in all respects, will be either passed for payment or rejected by competent authority within 15 days of the date of submission. Objection on the rejected bills shall be raised only once and not in piece meal. PARTIAL DELIVERIES AND PART PAYMENT ARE ALLOWED |
|
GCC 31
|
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder. Arbitrator’s fee: The fee shall be specified in Pak Rupees, as determined by the Arbitrator, which shall be shared equally by both parties. Appointing Authority for Arbitrator: By the Mutual Consent or in accordance with the provisions of Arbitration Act, 1940, in case the parties fail to reach a consensus on the name of sole arbitrator, any party may submit an application to the Chief Justice Islamabad High Court for appointment of sole arbitrator. The Chief Justice IHC may appoint a former judge of any High Court or Supreme Court as the sole arbitrator to resolve the dispute between the parties. Rules of procedure for arbitration proceedings: Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator. Place of Arbitration and Award: The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties. |
Date: [insert date (as day, month and year)]
Bid No.:P13409
To: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
THIS AGREEMENT made the _____ day of __________ 20_____ between Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., TENDER NO 4332 (Reclamation of 200-KVA Repairable & Irrepairable Distribution Transformers ) (P13409) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-
3. In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Bidder: …………………………………………………
Contract Number: Contract Value: Contract Title:
Dated:
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.
To: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, 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 Bidder 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: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}
In continuation of the procurement process, it is requested that the attached forms/annexures may kindly be reviewed, duly filled, signed (where required), and re-attached/submitted accordingly. The information provided in these annexures shall form an integral part of the subject procurement/tender.
It is further clarified that all attached details and requirements, including but not limited to Bank Guarantee format/requirements, item specifications, mandatory clauses, technical parameters, and other relevant conditions, shall be considered binding and integral parts of the bidding documents for this procurement/tender. Therefore, the same must be carefully completed and submitted to ensure completeness of the procurement documentation.
Any missing or incomplete information shall be construed, interpreted, or derived from the relevant attached annexures/forms, and the same shall be treated as part of the bid for evaluation purposes. This includes, but is not limited to, Performance Guarantee requirements, testing/inspection criteria, payment terms, delivery schedule, and other contractual obligations, as specified in the annexures
|
The bidder should have atleast 02-years’ experience of manufacturing/repairing of Tranformers of the same nature or higher capacity. Supply record duly signed and stamped shall be provided with the bid otherwise bid will be considered as non-responsive. Atleast 2 Nos. of Purchase Orders along-with copy of GRN must be attached.
|