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 on Authority’s website at (www.ppra.org.pk).
Â
Â
IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director
Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory
+92-319-599-2205
iescopmu@iesco.com.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:Â IESCO-PMU (Islamabad Electric Supply Company (IESCO)) The subject of procurement is:Â NCB-228 CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF (Rs. 128,984,870) Expected commencement date: Tuesday, June 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P11168Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 2 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Saturday, April 4, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on IESCO-PMU (Islamabad Electric Supply Company (IESCO)) website and on EPADS v2.0. |
C. Preparation of Bids |
||
| 6. |
8.1 |
List of documents required along with the bid:
 |
| 7. | 9.1 |
The qualification criteria to establish the supply / production capability of the bidder. see Eligibility Criteria |
| 8. | 11.2Â |
|
| 9. | 11.1 | Price schedule will be provided according to the format defined and acquired. see section price schedule. |
| 10. | 11.4 |
 Specifications: see section of specifications. |
|
11. |
11.5 & 13.5 |
The price shall be Fixed. |
| 12. |
14.1 |
Currency of the Bids shall be : PKR |
| 13. |
16.1 |
The Bids/Bid Validity period shall be: 90 Days |
| 14. |
17.1Â |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
| 15. | 17.2 |
The Bid Security shall be in the form of: Call at Deposit, Bank Guarantee, Demand Draft  |
| 16. | 15.1 |
Alternative Bids to the requirements of the bidding documents will not be permitted. |
D. Submission of Bids |
||
|
17. |
18.1 & 21.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, April 7, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Tuesday Date:Â April 07, 2026 Time : 11:30 AM |
|
19. |
30.2 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Award of Contract |
||
|
20. |
41.1 & 41.2 |
The Performance guarantee shall: 5.00%. The Performance Guarantee shall be acceptable in the form of:Â Bank Guarantee |
| 21. | 45.1 |
Arbitrator shall be appointed by mutual consent of the both parties. |
G. Review of Procurement Decisions |
||
|
22. |
37 |
Grievance against this procurement shall be submitted online on EPADS v2.0. |
| Bidder's Type | Required Registration |
|---|---|
| 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) | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP PEC |
| Eligibility Criteria | Document |
|---|---|
| Bid Security Declaration Form-9 is not applicable | No |
| The bidder submit Performance Guarantee in the form of Bank Guarantee issued by a Schedule bank of Pakistan having rating A+. | Yes |
| IESCO will consider only price schedule for evaluation and further award of contract whereas the items without lot shall not be considered | No |
| The estimated cost of subject tender may please be read as Rs. 127,484,870/- instead of Rs. 128,984,870/- due to deletion of below mentioned item of uploaded Bill of Quantity Sr. 101 Repair of Power Transformers including Repair of cooling fans and other recommendation by XEN T&I Section) Job 2 Unit price:750,000 Total :1,500,000 Moreover, Provisional Sales Tax (PST) according to location of the site shall be included in the bid. | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 100 | |
| Technical Evaluation Criteria | ||
| Average Annual Turn Over Rs. 392 Million (Quantitative)(Doc Required) | 10 | |
| Aggregate net worth for last three years (with no negative net worth in any of the last three years Rs. 52 Million (Quantitative)(Doc Required) | 10 | |
| Bidder / JV must demonstrate at least two (02) No. of contracts that have been successfully completed within last Ten (10) years similar to the proposed work. The aggregate value of Contract Agreements / Work Orders will be equal to Rs. 128 Million (Quantitative)(Doc Required) | 40 | |
| Technical Staff (Quantitative)(Doc Required) | 10 | |
| Equipment/ Machinery (Quantitative)(Doc Required) | 20 | |
| Financial Resources/Cash Flow Rs. 129 Million (Quantitative)(Doc Required) | 10 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF UNDER IESCO OWN RESOURCES | Address: fatehpur Schedule: 180 days after signing of contract agreement Quantity: 1 | 1 | 3824546 |
| Item | UNSPSC | Delivery Schedule | Quantity | Bid Security | Related to Job/Lot |
|---|---|---|---|---|---|
| P/F S/Y/Fence frame of G.I angle iron with wire netting complete as per drawing. | Fence construction service |
Address: Fatehpur
Schedule: 180 days after signing of contract agreement
Quantity: 90.625
|
90 | 0 | CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF UNDER IESCO OWN RESOURCES (Job) |
Yes
| Job | Related Services |
|---|---|
| CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF UNDER IESCO OWN RESOURCES | YES |
Jobs Without Lots :
Job: CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF UNDER IESCO OWN RESOURCES
Specifications / Requirements:
| Sr. No | Sr. | Description | Unit | Qty | Rate | Amount |
|---|---|---|---|---|---|---|
| 1 | 1 | Dismantling cement concrete plain 1:2:4 (P 3-1/11) | Cum | 60.949 | 1,027 | 62,594 |
| 2 | 2 | Dismantling of Brick Work in lime or Cement mortar (P 3-1/9) | cum | 49.825 | 1,587 | 79,072 |
| 3 | 3.a | Excavation in hard rock requiring blasting and disposal of excavated material (blasted material) up to 30 m lead (including dressing and leveling to designed section etc. complete) | Cum | 8186.494 | 2,304 | 18,861,682 |
| 4 | 3.b | Excavation in shingle or gravel formation and rock not required ballasting undressed lead upto 50 Mtr in dry soil. (P 2-1/4) | Cum | 909.61 | 713 | 648,551 |
| 5 | 4a | Ratio 1: 4 :8 (p 5-1/2-d) (Cement concrete plain 1:4:8 i/c placing compacting curring without shuttering (P 5-1/2-d & e)) | Cum | 271.831 | 7,709 | 2,095,545 |
| 6 | 4b | Ratio 1: 2 : 4 (p 5-1/2-b) | Cum | 95.573 | 10,273 | 981,821 |
| 7 | 5 | Erection and removal of centring of vertical centing for RCC or PCC work (P 5-5/21). | Sqm | 348.707 | 1,014 | 353,588 |
| 8 | 6 | Reinforced cement concrete 1:2:4 in roof slab, beams, columns lintal etc i/c all labour material all kind forms mould lifting, mixing, compacting, finishing and curring complete (P 5-2/3 i) | Cum | 1598.677 | 23,192 | 37,076,516 |
| 9 | 7 | Supplying and fabrication of intermediate grade deformed 40,000 Psi yield for RCC in beam, column and pile caps i/c cutting, bending laying in position making joints i/c cost of bending wire (P 5-3/6-a) | Kg | 151874.349 | 270 | 41,006,074 |
| 10 | 8 | Brick work in foundation and plinth in cement and mortar Ratio 1:3 (P 6-1/1) | Cum | 37.032 | 13,285 | 491,970 |
| 11 | 9 | Pacca brick work other than building i/c striking of joints upto 3meter height in 1:3 cement sand mortar (P 6-1/4-ii) | Cum | 94.07 | 13,750 | 1,293,462 |
| 12 | 10 | Bricks work in ground floor (including striking of joints) in cement sand mortar Ratio 1:3 (P 6-1/2-ii) | Cum | 95.866 | 14,133 | 1,354,874 |
| 13 | 11 | 13mm thick cement plaster upto 6.10meter height Ratio 1:3 (P 10-1/4-b) | Sqm | 54.000 | 386 | 20,844 |
| 14 | 12 | Providing fixing 90-Lbs M.s Rail i/c anchor of MS flat 40x6mm long 610mm spacing complete in all respect as per drawing (P 23-12/75-a). | Mtr. | 20.760 | 6,925 | 143,763 |
| 15 | 13 | Damp proof course with (cement sand and shingle concrete 1:2:4) including 2 coats of asphaltic mixture 40mm (P 6-4/25-a) | Sqm | 68.503 | 877 | 60,077 |
| 16 | 14 | Vertical damp proof course of 20mm thick cement plaster 1:2 with bitumen at 1 kg per sqm (P 6-4/26) | Sqm | 46.904 | 741 | 34,755 |
| 17 | 15 | P/.F G.I 700mm long 50x50x6mm anlgle iron post for barbid wire fence duly fixed in position | No. | 66 | 2,924 | 192,984 |
| 18 | 16 | P/F GI earth strip 30x 3mm for switch yard fencing famre with allied bolt nuts etc. as per drawing no.PDW/TS-786 (P 20-9/85) | No | 28.000 | 2,924 | 81,872 |
| 19 | 17 | Providing/fixing Razor wire 460mm (P 20-23 /186) | Mtr | 103.200 | 518 | 53,457 |
| 20 | 18 | Providingand fixing 04-rows barbed wire fencing around switch yard of G.I barbed wire 14SWG 2 ply 4 points fixed on G.I angle iron 50 x 50 x 6mm posts complete (excluding cost of angle iron post) (P 20-9/81) | Mtr | 166.200 | 394 | 65,482 |
| 21 | 19 | Providing and laying 40mm thick Jambo Lawn sheets on roof (20-23/183a) | Sqm | 217.230 | 1,360 | 295,432 |
| 22 | 20 | Brick tiles 225 x 113 x 38mm laid over 100mm earth & 25mm mud plaster grouted with cement sand 1:3 on top of RCC roof slab provided with .75 kg bitumen coating sand blinded. (P 8-1/2) | Sqm | 217.230 | 1,257 | 273,058 |
| 23 | 21 | Cement pointing 1:2 flush on roofs. (P 10-1/8) | Sqm | 263.510 | 286 | 75,363 |
| 24 | 22 | Cutting holes upto 30mm square through stone masonry or brick work in cement mortar for pipes and making good to original condition.(P 13-14/42) | No. | 5.000 | 593 | 2,965 |
| 25 | 23 | p/laying polythen sheet 0.2 MM thick (P 8-5/26) | Sqm | 459.520 | 686 | 315,230 |
| 26 | 24 | Providing and fixing steel door with grill work on outer face of the door as per approved design of Engineer Incharge (P 20-3/29) | Sqm | 9.396 | 18,631 | 175,052 |
| 27 | 25 | Providing and fixing aluminum natural anodized openable hinged window without glazing (P 20-5/46) | Sqm | 18.800 | 9,496 | 178,524 |
| 28 | 26 | Providing and fixing allumimium natural anodized openable hinged doors without glazed (P20-5/47) | Sqm | 5.350 | 10,387 | 55,570 |
| 29 | 27 | Providing and fixing allumimium natural anodized fly screen shutter (P 20-5/48) | Sqm | 18.800 | 3,335 | 62,698 |
| 30 | 28 | Glazing with plate glass 6mm thick using PVC gaskit (P 11-7/41) | Sqm | 24.150 | 2,254 | 54,434 |
| 31 | 29 | P/F Aluminum door lock single action natrual anodized (P 20-5/52) | No. | 4 | 4,532 | 18,128 |
| 32 | 30 | P/F Aluminum door closer (single action) natural anodiozed (P20-5/53) | No. | 4 | 7,151 | 28,604 |
| 33 | 32 | Providing and fixing widow grill with angle iron frame with 10mm sq. iron bars at 75mm centre to centre as per approved design of Engineer Incharge (P 20-4/34) | Sqm | 6.225 | 9,762 | 60,768 |
| 34 | 31 | Two coats of bitumen laid hot using 1.66 kg per sqm over roof & blinded with sand at 0.003 cum per sqm. (P 8-2/7). | Cum | 38.024 | 460 | 17,491 |
| 35 | 33 | Providing, prepairing surface and applying 3 coats of approved type plastic emulsin paint to platered surface as per manufacturer specifications (P 12-4/6) | Sqm | 132.840 | 629 | 83,556 |
| 36 | 34 | Providing and fixing M.S dowel bar of 15mm dia 1.25m long including PVC/wooden sleeves complete as per drawing No.PDW/TV-420 (P 20-7/71). | No. | 132.000 | 435 | 57,420 |
| 37 | 35 | Expansion joints (P 14-5/32). | Mtr. | 106.500 | 1,322 | 140,793 |
| 38 | 36 | Mosaci flooring consisting of mosaic toppoing of one part of cement to two parts of marble chips laid over 25mm thick flooring off 1:2:4 cement concrete including rubbing & polishing complete b) 13mm with grey cement. (P 9-3/14b) | Sqm | 142.715 | 1,984 | 283,146 |
| 39 | 37 | Mosaic dado or skirting withone part of cement & 2 parts of marble chips laid over 13mm thick cement plaster 1:3 complete with finishing and polishing b) 13mm wit grey cement (P 9-5/27-b) | Sqm | 512.095 | 1,805 | 924,331 |
| 40 | 38 | Supplying and filling sand under floor and plugging into wells (P 6-4/24) | Cum | 594.000 | 1,837 | 1,091,178 |
| 41 | 39 | Glass Strip for dividing the flooring into Panels.(P9-6/31b) | Mtr. | 529 | 175 | 92,575 |
| 42 | (a) | Providing, lowering & laying into trenches & jointing cement concrete reinforced pipeline to correct alignment & grade including cutting of pipes where necessary cost o jointing material & testing with internal diameter. (P 13-8/23-b & e)150mm dia | Mtr | 30 | 1,331 | 39,930 |
| 43 | (b) | 225mm dia | Mtr | 40 | 1,720 | 68,800 |
| 44 | 41 | Filling watering and ramming earth under floors with surplus earth from foundation (P 2-5/25). | Cum | 3638.442 | 196 | 713,134 |
| 45 | 42 | Filling, watering , ramming earth under floor with new earth (excavation from outside) lead upto 30m and left upto 1.50m (P 2-5/26). | Cum | 66.625 | 357 | 23,785 |
| 46 | 43 | Earth work compaction (soft, ordinary or hard soil) (a) laying earth in 150mm laysers/leveling, dressing and watering for compaction etc. complete (P 2-3/15-a) | Cum | 66.625 | 67 | 4,463 |
| 47 | 44 | Supply and spreading of water born gravel of 75mm size (P 7-5/28). | Cum | 440.359 | 2,925 | 1,288,049 |
| 48 | 45 | Carriage of 3.0 cum or 5 metric tons of all material like earth, slit, sand, stone aggregate spawl, coal, lime, surkhi. Sheets, M.S Bars etc. or 4.25 cum of timber or 3.75 metric tons of fuel wood by truck or any other means lead upto 3 K.M (P 1-1/1) | Cum | 120.258 | 277 | 33,311 |
| 49 | (a) | Three way(P20-7/66 ). (Providing and fixing cable tray M.S agle iron inculding i/c anchor bolts fixing in cable trenches.) | No. | 90 | 5,225 | 470,250 |
| 50 | (b) | One way (P 20-7/66). | No. | 185 | 1,816 | 335,960 |
| 51 | 47 | Providing and fixing 15mm dia bar fan clamps suitable for RCC roof slab (P 20-7/64) | No. | 8.000 | 354 | 2,832 |
| 52 | 48 | Wiring main with 2-1/1.78 (7/.029) PVC insulated wire 19.1mm 16 SWG (1.62 mm) thick steel conduit fitted on surface including accessories. ((P 21-5/3) | Mtr. | 210.000 | 356 | 74,760 |
| 53 | 49 | Wiring main with 2-1/7/0.85 (7/.036) PVC insulated wire in 19.1mm 16 SWG (1.62mm) thick steel conduit fitted on surface including accessories. (P 21-6/4) | Mtr. | 50.000 | 408 | 20,400 |
| 54 | 50 | Wiring main with 2-1/7/1.35 (7/.052) PVC insulated wire in 25.4mm 16 SWG (1.62mm) thick steel conduit fitted on surface including accessories. (P 21-6/6) | Mtr. | 50.000 | 639 | 31,950 |
| 55 | 51 | Wiring for light or fan points with 1/1.13mm (3.029) PVC insulated wire in 19.1mm dia 16 SWG (1.62mm) thick steel conduit on sufrace complete with switch, holder/ceiling rose and plastic plate for switch, regulator/dimmer upto 10 meter. (P 21-1/1) | No. | 42 | 2,921 | 122,682 |
| 56 | 52 | Wiring 2 pin plug control point with 1/1.13 (3.029) PVC insulated wire on switch board includin plug & switch (P 21-2/9) | No. | 2 | 323 | 646 |
| 57 | 53 | Wiring 3/5 pin 5 Amp wall socket point with 1/1.13 (3.029) PVC insulated conductor and 2.5mm PVC insulated 19.1mm dia 16 S.W.G (1.62mm) on surface complete with switch socket combined (concealed) (P 21-2/8) | No. | 2 | 3,392 | 6,784 |
| 58 | 54 | Providing and fixing flush type 3 pin 15 Amp S.P plug socket swith (combined) as replacement complete with board (P 21-25/22). | No. | 1 | 306 | 306 |
| 59 | 55 | Providing and fixing of distribution board three phase 60 Amps 400 Volts 3 way per phase with 01 i/c circuit breaker 30 Amp tp and outgoing breaker 6.30 Amps complete with N Link in wall recessed (for street lights) (P 21-33/17) | No. | 2 | 26,381 | 52,762 |
| 60 | 56 | P/F of Distribution board Single phase 60 Amps 250 volts 8 way per phase with 01 No.incoming circuit breaker 60 Amps 250 Volts of outgoing breaker SP 6.3 Amps complete with volt meter,selector switch and phase indicator lights and Nlink on given board (for tube well) (P 21-33/16) | No. | 1 | 19,115 | 19,115 |
| 61 | i. | Providing, lowering & laying into trenches, jointing and testing PVC class 'D' pipe line with specials interial dia (P 13-7/21-b&c)75mm dia | Mtr | 30.000 | 2,364 | 70,920 |
| 62 | ii. | 100mm dia | Mtr | 30.000 | 2,461 | 73,830 |
| 63 | 58 | P/F M.S plate 14 SWG 600mm square trench cover in control room (P 20-8/73)). | Mtr. | 12.200 | 10,020 | 122,244 |
| 64 | 59 | Vinyl floor tiles laid with adhesive 300x300x5mm size on firm foundation. (P 9-5/28) | Sqm | 15.530 | 1,826 | 28,357 |
| 65 | 60 | Providing and fixng platform of 40x5mm GI strp flat and batton or GI tee iron 50x100x5mm, 1.75m long fixed in position complete in all respects as per drawing No.PDW/TB-626. (P 20-7/72) | Sqm | 59.295 | 34,862 | 2,067,142 |
| 66 | 61 | Providing and erection of ceiling fan best quality including wiring down rod with insulated wire (3/.029) PVC wire framed with regulator canopy laying rock at complete etc.c) 56 sweep (P 21-29/11-c) | No. | 8 | 6,654 | 53,232 |
| 67 | 62 | Providing and erection of butterfly shutter for 457mm (18”) sweep exhaust fan complete (P 21-30/18) | No. | 5 | 323 | 1,615 |
| 68 | 63 | Supply and erection of 457mm (18”) sweep including wiring with (3.029) PVC wiring fixing complete etc. as required (P 21-30/12) | No. | 5 | 5,196 | 25,980 |
| 69 | 64 | Providing/laying and connecting hard drawn bare copper wire 3.2 mm (14SWG) as earth continuity conductor with any given main or submain in all system of wiring ((P 21-21/155). | Sqm | 30 | 24 | 720 |
| 70 | 65 | Cast iron rain water down pipe fixed in place excluding heads and shoes but including clamps etc. 100mm dia (P 8-3/11-a) | Mtr. | 22 | 3,318 | 72,996 |
| 71 | 66 | Rain water down cast iron heads fixed in place including cost of clamps hold fast and painting 100mm dia (P 8-3/12 a) | No. | 5 | 1,425 | 7,125 |
| 72 | 67 | Shoes bands offsets for cast iron rain water down pipe i/c fixing and painting (P 8-3/13) | No. | 11 | 1,587 | 17,457 |
| 73 | 68 | Leveling and Dressing and making lawns (P 20-18/123) | Sqm | 2546.000 | 76 | 193,496 |
| 74 | 69 | Jungle Clearnce and removing with 30m. (P 20-1/3-b) | Sqm | 2800.000 | 4 | 11,200 |
| 75 | 70 | Boring for tubewells in all water bearing soils from ground level to 30 meter depth including sinking & with-drawing of casing pipe with internal diameter 150mm (P 13-1/1-d) | Mtr. | 60.000 | 3,077 | 184,620 |
| 76 | 71 | Boring for tubewells in all water bearing soils from ground level to 60 meter depth including sinking & with-drawing of casing pipe with internal diameter 150mm (P 13-1/2-c) | Mtr. | 60.000 | 4,661 | 279,660 |
| 77 | 72 | Weather shield paint three coats on new cement plaster surface. (P 10-3/24) | Mtr. | 644.981 | 358 | 230,903 |
| 78 | 73 | P/F water geyser 114 Ltr.(25 Gallons)capacity.(P20-19/145) | No. | 1.000 | 19,333 | 19,333 |
| 79 | 74 | P/F S/Y/Fence frame of G.I angle iron with wire netting complete as per drawing. | Sqm | 90.625 | 4,730 | 428656 |
| 80 | 75 | P/F of M.S channels 40x70mm & 305mm long i/c grouting anchor bolts (N.S) | No. | 10.000 | 180 | 1800 |
| 81 | 76 | Applying 03 coats of chlorinated acid resisting paint any color on plaster surface. | Sqm | 50.398 | 160 | 8063 |
| 82 | 77 | P/F of fluorescent tube light approved 1x40 watts with startar-choke-patti etc complete) | No. | 20.000 | 558 | 11160 |
| 83 | 78 | S/E of double cone bracket with water tight reflector | No. | 5.000 | 134 | 670 |
| 84 | 79 | providing & fixing of RCC pre-stressed trench cover | Sqm | 263.300 | 3,696 | 973156 |
| 85 | 80 | Providing fixing erection graden light switch yard poles 14feet height different size of G.I pole 4 inch dia 8feet long, 3 inch dia 4 feet long and 2 inch dia 2feet long, duly fabricated welded cutting, finishing and painting complete foundation | No. | 16 | 22,000 | 352000 |
| 86 | 81 | Providing and fixing in position 30 Amp 500 watts 3 phase 4 pin power socket outlet wather proof (CEC make) | No. | 4 | 6,265 | 25060 |
| 87 | 82 | P/Fixing AC flood light fitting alongwith 100watt best quality fittings complete in all respect. | No. | 7 | 25,000 | 175000 |
| 88 | 83 | P/Fixing DC flood light fitting alongwith 500watt incandescent lamp according to Philips category No.QKE-500 watts (.DC flood light) fitting complete in all respect. | No. | 2 | 28,000 | 56000 |
| 89 | 84 | Post top lantern 4250mm high with mercury lamp 250volt 125 Watts (HPL-125) ratting according to Phillips at No.H/SPQ-545. | No. | 20 | 24,000 | 480000 |
| 90 | 85 | Providing/Fixing mercury lamp holder, shade etc. complete. | No. | 6 | 15,250 | 91500 |
| 91 | 86 | Earthing pit/bore arrangement for Power Transformers & 11kV incoming panels complete including copper plate size 2`x2`x ½” & other material depth upto 20` | Job | 4 | 140,000 | 560000 |
| 92 | 87 | Providing/fixing louvers of aluminum anodized on windows of control room i/c complete fittings. | Sqm | 37.600 | 7,000 | 263200 |
| 93 | 88 | Providing and fixing 1.5 ton A.C split unit GREE or equivalent (Invertors) complete in all respect. | No. | 3 | 215,000 | 645000 |
| 94 | 89 | Providing/installation of 1 H.P motor complete in all respect for draw pit for disposal of water. | Job | 1 | 75,000 | 75000 |
| 95 | 90 | From boring to under ground water (Providing/laying installation of water pump to lift the water to CHB roof or head tank on roofing the source complete in all respects along with wire lead connect plug brackets etc.) | Job | 1 | 75,000 | 75000 |
| 96 | 91 | Providing of Fire Fighting Equipments (02 No. Chemical foam 10 gallons trolley mounted with equivalent number of re-fills, 04 Set Sand container with shovel (45 gallons), 06 Set Six fire buckets with stand consisting 4-stand & 24 buckets, 05 Nonchemical foam (02 gallons) with equivalent number of re-fills (10 liters), 02 No. CO2 trolley mounted twin cylinder of 20Kg each) as per standard specification of WAPDA/IESCO | Job | 1 | 340,000 | 340000 |
| 97 | 92 | Providing of Furniture (06 No. office chair, 01 No. office table, 01 No. side rack, 01 No. steel amirah, 01 No. wall clock, 01 No. stool & 01 No. notice board) as per standard specification of WAPDA/IESCO. | Job | 1 | 190,000 | 190000 |
| 98 | 93 | Providing of Grid T&P (01 No. Blower China, 01 No. screw wranch 10", 01 No. screw wranch 8", 01 No. plier size 8", 01 No. wire cutter 6", 01 No. noze plier, 01 No. drill machine 1/2 H.P, 01 set box spanner set, 01 set screw driver set, 01 set D spanner set, 01 No. avo meter, 01 set ring spanner set & 01 No. first aid box with material) as per standard specification of WAPDA/IESCO. | Job | 1 | 165,000 | 165000 |
| 99 | 94 | Providing/installation of Lightening protectioion with copper strip size 20x2mm along with 20mm dia copper rod on the top of parapet wall of control house building & link the same with earthing mesh at four points complete as per drawing. | Job | 1 | 1,079,557 | 1079557 |
| 100 | 95 | Fixing of earthrod upto 10ft depth for earthing mash in switch yard | No. | 80 | 10,000 | 800000 |
| 101 | 96 | Painting of Power Transformer | Job | 2 | 150,000 | 300000 |
| 102 | 97 | Shifting of Power Transformer with all accessories including loading/unloading from Store to Fatehpur G/S Transformer Plinth | Job | 2 | 1,600,000 | 3200000 |
| 103 | 98 | Providing of Manual cell/mobile phone for communication of grid station operational staff | No. | 1 | 65,000 | 65000 |
| 104 | 99 | Providing of Heavy Duty Drill Machine with all allied accessories | No. | 1 | 87,000 | 87000 |
| 105 | 100 | Providing of Tents size 16`x18` as per IESCO specification. | No. | 10 | 45,000 | 450000 |
| 106 | 102 | Water quality monitoring/management/testing/analysis (Before Mobiliziation, During works execution & After completion) Parameters, PH, Electric Conductivity, color, taste, odor, turbidity, TDS, TSS, Total hardness, chloride (CI), Arsenic, Cadmium, Sulphate, Copper (Cu), Sodium (Na), Calcium (Ca), Mangnaseium, Potassium, Nickle, Lead (Pb), Carbonate, Bicarbonate, Iron (Fe), Nitrate, Zinc (Zn), Aluminium (Al), Flouride (F), Chromium (Cr), Manganese (Mn) Total Coliform, E Coliform, E coli, Fecal Coliform | Test (No.) | 4 | 8,000 | 32000 |
| 107 | 103 | Air quality monoriting/testing (Before Mobilization During works execution & After completion)Parameters, Ambient, Air, Work Site, PM2.5, PM10, Dust, Lead, Sox, Nox, CO | Test (No.) | 4 | 24,000 | 96000 |
| 108 | 104 | Noise monitoring/analysis/measurement/management (One job/month) Parameteres Offices/Control room, Working Site area | Test (No.) | 4 | 2,500 | 10000 |
| 109 | 105 | Other environmental & social mitigation measures (Demarcation of work area, SSEMP, First Aid Box, Fire Fighting Equipments, Proper Storage of Oil and Lubricant, Awareness Proper Storage of Oil and Lubricants, PPEs | Job | 1 | 250,000 | 250000 |
| 110 | 106 | Soild waste & waste water management, safe storage/placement of raw materials. | Job | 1 | 8,000 | 8000 |
| 111 | 107 | Tree Planatation (5'-7' Height) Local/Indiginous fruit trees. | No. | 500 | 350 | 175000 |
| GRAND TOTAL: | Rs 127,484,870.00 |
CONSTRUCTION OF CONTROL HOUSE BUILDING, ELECTRICAL EQUIPMENT FOUNDATIONS, TRANSFORMER WAY, SWITCHYARD FENCE WALL, CABLE TRENCHES EMMP ETC. FOR CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATIONÂ INCLUDED IN IESCO MUTLIYEAR TARIFF UNDER IESCO OWN RESOURCES
1.WCSR Items
2.Market Items
3.MITIGATION MEASURES FOR ENVIROMENTAL MANAGEMENT AND MONITORING PLAN (EMMP)
Â
For Individual Jobs
| # | Job 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] |
Â
Â
Â
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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory The Supplier is: The title of the subject procurement is:NCB-228 CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF (Rs. 128,984,870) |
|
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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director 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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director 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 0.05% to 10.00%Â 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%Â of the contract price in acceptable form of 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. |
| Â | Â |
|
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. |
|
GCC 31 Â |
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.:P11168
To: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory
Â
Â
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.
Â
THIS AGREEMENT made the _____ day of __________ 20_____ between IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory
 (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:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., NCB-228 CONVERSION OF 33 KV IN TO 132 KV FATEHPUR GRID STATION INCLUDED IN IESCO MUTLIYEAR TARIFF (Rs. 128,984,870) (P11168) 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”).
Â
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.
Â
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.
Â
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Bidder: …………………………………………………
Â
Â
Â
Contract                          Number:  Contract                              Value:  Contract Title:
Dated:
Â
[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.
Â
To:     IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory
Â
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”).
Â
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.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
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 guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}
Bidder/JV must demonstrate at least two (02) No. of contracts that have been successfully completed within last ten (10) years similar to proposed work. The aggregate value of both Contract Agreement/Work Orders will be equal to Rs. 128 Million.However, none of the work order should be less than 30% of Rs. 128 Million. For the purpose, the bidder/JV shall provide relevant Work Order/Contract Agreement & Completion certificates etc. and must also demonstrate satisfactory performance of previous completed works. Similarity of work Bidder’s participation shall be based on construction of Switchyard, Control House Building, Fence wall etc for 132kV Grid Station or higher rated Grid Stations.
Experience under construction contracts in the role of contractor for at least last Five [5] years prior to the applications submission deadline since registration from PEC.
Bidder must sign stamp the forms
Non-performance of a contract may not have occurred within the last Five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation.
All pending litigation shall in total not represent more than Ten percent (10%) of the Bidder’s net worth and shall be treated as resolved against the Bidder.
Â
1.Submission of audited balance sheets acceptable to the Employer, for the last Three [3] years to demonstrate the current soundness of the bidder’s financial position and its
prospective long-term profitability.
2.As a minimum a bidder’s net worth calculated as the difference between total assets and total liabilities should be aggregated amount of Rs. 52  Million for last three years, with no negative net worth in these three years
3.proposed sources of financing, working capital, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract as indicated Amount of Rs. 129 Million as un- availed credit line based upon renewed facility letter or fresh firm commitment having validity period exceeding the project period being bided.
4.Moreover, provincial sale taxes shall be applicable on bid price being mandatory for depositing the same to FBR
Â
Minimum average annual turnover, calculated as total certified payments received for contracts in progress or completed, within the last Three (3) years be as follows:
  Rs. 392 Million