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
Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD
Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan
+92-333-448-1116
pdalhpp@gmail.com
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 Attabad Lake Hydropower Project (Member (Water) WAPDA) The subject of procurement is:Â Procurement of EPC Contractor for Package-III Electrical and Mechanical Works Expected commencement date: Friday, January 1, 2027 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P13301Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 4 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Wednesday, May 6, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Attabad Lake Hydropower Project (Member (Water) WAPDA) 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: 180 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: Bank Guarantee  |
| 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; Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Thursday, May 14, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Thursday Date:Â May 14, 2026 Time : 11:30 AM |
|
19. |
30.2 |
Selection technique adopted will be: Quality and Cost Based Selection (QCBS) |
F. Award of Contract |
||
|
20. |
41.1 & 41.2 |
The Performance guarantee shall: 10.00%. 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 |
|---|---|
| Partnership Firm Company (Private Limited) Company (Public Limited) | FBR (NTN) FBR (GSTN) SECP PEC |
| Eligibility Criteria | Document |
|---|---|
| Nationality: The bidder shall have the nationality of an eligible country in accordance with the provisions of the attached EPC Bidding Document. Submission Requirement: The bidder shall provide the required information in Forms ELI-1.1 and ELI-1.2 of the attached EPC Bidding Document Volume 1 to demonstrate compliance with this eligibility requirements. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement | Yes |
| Conflict of Interest:The bidder shall not have a conflict of interest in accordance with the provisions of the attached EPC Bidding Document. Submission Requirement: The bidder shall provide confirmation through the Letter of Proposal – Technical Part of the attached EPC Bidding Document volume 1 demonstrating compliance with this requirement. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement | Yes |
| Eligibility: The bidder shall not have been declared ineligible by the Government of the Islamic Republic of Pakistan, as described in ITP 4.8 of the attached EPC Bidding Document Volume 1. Submission Requirement: The bidder shall provide the required information in Form ELI-1.1 of the EPC Bidding Document volume 1demonstrating compliance with this eligibility requirement. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement | Yes |
| State Owned Entity: If the bidder is a state-owned entity, it shall meet the conditions specified in ITP 4.6 of the attached EPC Bidding Document Volume 1.Submission Requirement: Forms ELI-1.1 and ELI-1.2 as per attached EPC bidding document volume 1 along with relevant supporting attachments. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement | Yes |
| United Nations Eligibility Requirement: The bidder shall not have been excluded from participation by any decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations .Submission Requirement: The bidder shall provide the required information in Forms ELI-1.1 and ELI-1.2 in attached EPC Bidding Document Volume 1. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement | Yes |
| PEC: The Proposer shall be duly licensed by the Pakistan Engineering Council (PEC) for the year 2026 in Category CA. Submission Requirement: Provisional / standard PEC license. In case validity of License has expired, application for renewal of required category while other JV partners shall have a least category (as per requirement. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement according to share, Lead partner must meet C-A category. | Yes |
| Pakistani Firm Tax Registration: The bidder shall be registered with the Federal Board of Revenue (FBR) for taxation purposes in Pakistan in accordance with the applicable laws and regulations. Submission Requirement: Valid National Tax Number (NTN) and General Sales Tax Registration (GSTN) certificates issued by the Federal Board of Revenue. Compliance Requirement: Single Entity must meet requirement, Each Member of JV must meet requirement. | Yes |
| (ESHS) Past Performance Declaration: Declare any E&M work contracts that have been suspended or terminated and/or performance security called by an employer for reasons related to non-compliance with environmental, social, health or safety (including Sexual Exploitation and Abuse) contractual obligations during the past fifteen (15) years. Submission Requirement : Form CON-3 – ES Performance Declaration as per attached EPC bidding document. Each JV Member/ single entity must meet requireme | Yes |
| Employer’s SEA and/or SH Disqualification(i) At the time of Contract Award, the proposer shall not be subject to disqualification by the Employer for non-compliance with SEA/SH obligations. (ii) If previously disqualified, the proposer must demonstrate that appropriate measures have been taken to address the issue. Submission Requirement :Application Submission Letter and Form CON-4 as per attached EPC bidding document volume 1. Each JV member/ single entity must meet the requirement | Yes |
| Suspension Based on Execution of Bid/Proposal Securing Declaration by the Employer: Not under suspension based on execution of a Bid/Proposal Securing Declaration pursuant to ITP 19 of attached EPC document Volume 1. Submission Requirement: Letter of Proposal Technical Part . Each JV Member/ Single Entity/ All JV members combined Must meet requirement | Yes |
Quality and Cost Based Selection (QCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 60 | |
| Technical Evaluation Criteria | ||
| Proposed Works: To what extent the Proposed Works (Proposed Generating Capacity) exceed the Employer’s Requirements (Evaluation shall be based on the output at Step up Transformer Terminals) (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (5)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (4)  Sufficient information to demonstrate how the requirement will be met  (3)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (2)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 5 | |
| Technical Plant Data (E&M Works) for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (20)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (18)  Sufficient information to demonstrate how the requirement will be met  (16)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (10)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 20 | |
| Design Methodology for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (10)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (9)  Sufficient information to demonstrate how the requirement will be met  (8)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (5)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 10 | |
| Testing and Commissioning Strategy for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (10)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (9)  Sufficient information to demonstrate how the requirement will be met  (8)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (5)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 10 | |
| Method Statement for key construction activities for critical equipment for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (15)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (14)  Sufficient information to demonstrate how the requirement will be met  (12)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (8)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 15 | |
| Optimization of Timelines for E&M Equipment for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that Significantly exceed the requirement/ Proposal contributes to significant value addition  (10)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (9)  Sufficient information to demonstrate how the requirement will be met  (8)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (5)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 10 | |
| Code of Conduct for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that significantly exceed the requirement/ Proposal contributes to significant value addition  (5)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (4)  Sufficient information to demonstrate how the requirement will be met  (3)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (2)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 5 | |
| EPC/Turnkey Work Program for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that significantly exceed the requirement/ Proposal contributes to significant value addition  (5)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (4)  Sufficient information to demonstrate how the requirement will be met  (3)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (2)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 5 | |
| Key Personnel qualifications, Contract Personnel Organization, experience and resource schedule (The likely key specialists required to execute the contract are listed under Clause 1.3 (1A) (Qualitative)(Doc Required)  Excellent qualifications and experience  (10)  Very Good  (9)  Satisfactory  (8)  Average  (5)  Inadequate  (0) | 10 | |
| Risk Assessment and proposed management plan for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that significantly exceed the requirement/ Proposal contributes to significant value addition  (5)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (4)  Sufficient information to demonstrate how the requirement will be met  (3)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (2)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 5 | |
| Environmental, Social, Health and Safety (ESHS) for details see attached EPC bidding document Volume 1 (Qualitative)(Doc Required)  Sufficient information that significantly exceed the requirement/ Proposal contributes to significant value addition  (5)  Sufficient information to demonstrate that the requirement will be marginally exceeded  (4)  Sufficient information to demonstrate how the requirement will be met  (3)  Required feature present with deficiencies such as insufficient or information that lacks clarity  (2)  Required feature is absent; no relevant information to demonstrate how the requirement is met  (0) | 5 | |
Lot Title : Procurement of EPC Contractor for Package III Electro Mechanical Works
Bid Security : 120000000
| Job | Delivery Schedule | Quantity |
|---|---|---|
| Price Schedule No. 01: Supply of Plant from Abroad (Pre-Engineered Structures) including Fixtures and other Materials, Goods and Spare Parts (if any) (Schedule of Price basis) |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
| Price Schedule No. 02: Supply of Plant from within the Employer’s Country (Pre-Engineered Structures) including Fixtures and other Materials, Goods and Spare Parts (if any) (Schedule of Price basis) |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
| Price Schedule No. 03: Design Services |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
| Price Schedule No. 04: Installation and All other Services |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
| Provisional Sum and Contingencies |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
| Daywork (Labor, material and EPC Contractor Equipment) |
Address: Dour Khan, Aliabad, Hunza., Aliabad Tehsil, Hunza District (District), Gilgit Division (Division), Gilgit-Baltistan (GB) (Province).
Schedule: As per attached EPC bidding document Volume 1
Quantity: 1
|
1 |
Yes
Procurement of EPC Contractor for Package III Electro Mechanical Works
| Job | Related Services |
|---|---|
| Price Schedule No. 01: Supply of Plant from Abroad (Pre-Engineered Structures) including Fixtures and other Materials, Goods and Spare Parts (if any) (Schedule of Price basis) | Supply, manufacturing, inspection, testing, packing, transportation, marine insurance, delivery at site, and provision of spare parts and special tools for Electro-Mechanical equipment sourced from abroad. |
| Price Schedule No. 02: Supply of Plant from within the Employer’s Country (Pre-Engineered Structures) including Fixtures and other Materials, Goods and Spare Parts (if any) (Schedule of Price basis) | Local manufacturing or procurement, inspection, testing, packing, inland transportation, insurance, delivery at site, and provision of spare parts and accessories for Electro-Mechanical equipment supplied within the Employer’s country |
| Price Schedule No. 03: Design Services | Detailed engineering design, preparation of drawings, technical documentation, design calculations, review and approval support, and coordination required for Electro-Mechanical Works under the EPC contract. |
| Price Schedule No. 04: Installation and All other Services | Site installation, erection, testing, commissioning, training, performance testing, and all other services necessary for completion and operation of the Electro-Mechanical Works. |
| Provisional Sum and Contingencies | Provisional sums allocated for unforeseen works or additional services to be executed upon instructions of the Employer in accordance with the EPC contract conditions. |
| Daywork (Labor, material and EPC Contractor Equipment) | Daywork items for labour, materials, and contractor equipment to be used for minor or unforeseen works as directed by the Engineer during contract execution. |
Lot Title: Procurement of EPC Contractor for Package III Electro Mechanical Works
Specifications / Requirements:
| Sr. No | Ref | Description | Unit | Qty | Rate | Amount (Million PKR) |
|---|---|---|---|---|---|---|
| 1 | 1 | Supply of Plant from Abroad (Price Schedule-01) | Job | 1 | LS | 7,490,000,000.00 |
| 2 | 2 | Supply of Plant from within Pakistan (Price Schedule-02) | Job | 1 | LS | 2,522,000,000.00 |
| 3 | 3 | Installation and Erection of Electro-Mechanical Equipment (Price Schedule-03) | Job | 1 | LS | 1,885,000,000.00 |
| 4 | 4 | Testing, Commissioning and Training (Price Schedule-04) | Job | 1 | LS | 306010000 |
| 5 | 5 | Dayworks (Labour, Materials and Contractor Equipment) | Job | 1 | LS | 130000000 |
| 6 | 6 | Specified Provisional Sums and Contigencies | Job | 1 | LS | 355000000 |
| GRAND TOTAL: | Rs 12,688,010,000.00 |
The scope of work under this Contract comprises the Engineering, Procurement and Construction (EPC) of the Electro-Mechanical Works for Package-III of the Attabad Lake Hydropower Project, including all activities necessary for the complete and satisfactory design, manufacture, supply, delivery, installation, testing, commissioning and successful operation of the electro-mechanical equipment and associated systems.
The Contractor shall be fully responsible for the complete detailed engineering design, preparation and submission of drawings, design calculations, technical documentation, procurement and manufacturing of all electro-mechanical equipment, auxiliaries, accessories and associated systems, as well as the transportation, insurance, handling, storage, erection, installation, testing and commissioning of all equipment required for the proper functioning of the hydropower plant.
The Contractor’s responsibilities shall include, but shall not be limited to, turbines, generators, control and protection systems, instrumentation, mechanical auxiliaries, electrical systems, associated balance-of-plant equipment, and all other components necessary for the safe, reliable and efficient operation of the generating units and related facilities.
Notwithstanding any omission or discrepancy in the bidding documents, the Contractor shall be deemed to have included in the Contract Price all works, equipment, materials, services and facilities necessary for the complete and functional operation of the Electro-Mechanical Works in accordance with the Employer’s Requirements. The Contractor shall ensure that the installed equipment and systems meet the specified performance guarantees, reliability requirements and operational standards.
The scope further includes performance testing, preparation of operation and maintenance manuals, provision of special tools and recommended spare parts, training of the Employer’s personnel, and completion of all services required for safe, reliable and continuous operation of the hydropower facility.
The procurement and execution of the works shall be carried out in accordance with the EPC Bidding Documents for Package-III (Electro-Mechanical Works), comprising Volume-I to Volume-VIII, which are attached with this procurement and shall form an integral part of the Contract and govern the rights, obligations, technical requirements and contractual conditions of the works.
All works shall be executed in accordance with the EPC Contract, Employer’s Requirements, applicable international standards, and relevant statutory and regulatory requirements.
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: Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan The Supplier is: The title of the subject procurement is:Procurement of EPC Contractor for Package-III Electrical and Mechanical Works |
|
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: Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD 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: Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD 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 0.38% 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 10.00%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. Inspections & Tests RequirementsBrand New Equipment Certificate: The supplier shall provide a certificate confirming that all equipment is brand new, unused, and bears clearly identifiable reference numbers consistent with the bid and manufacturer’s documentation Physical Fitness Certificate: A certificate from the supplier must confirm that the equipment is physically intact, free from damage, and suitable for installation and operation. Country of Origin Certificate: A certificate issued by the original manufacturer verifying the country of origin of the equipment, consistent with the quoted origin in the proposal. Factory Acceptance Test (FAT) and Site Acceptance Test (SAT): FAT shall be conducted at the manufacturer’s facility (where applicable) and SAT at the project site, witnessed by the Employer’s Engineer. Both shall be performed in accordance with Volume II – Technical Provisions Type Test Certificates: Type test certificates for each major equipment/system shall be submitted, as per requirements specified in the technical evaluation criteria of the bidding documents Testing & Commissioning Strategy: The Contractor shall submit a comprehensive Testing & Commissioning Plan detailing methodology, sequence, safety measures, and expected performance benchmarks QA/QC Documentation: Complete traceability records, quality assurance reports, and control documents from the manufacturer shall be provided for all major systems and components. Successful Operation Certificate: Upon completion of installation, testing, and commissioning of the equipment, a certificate of successful operation shall be issued by the Employer confirming that the equipment has been installed in accordance with contract specifications, has undergone full commissioning, and is operating satisfactorily under site conditions Delivery & DocumentsCopies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; Copies of the packing list identifying contents of each package; Insurance Certificate; Manufacturer’s or Supplier’s Valid Warranty Certificate; Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report; Certificate of Origin. The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock O&M Manuals: Comprehensive Operation and Maintenance Manuals for all major equipment and systems, submitted in both soft and hard copy formats. As-Built Drawings: Final as-built drawings and relevant technical documentation for the supplied and installed equipment. List of Spare Parts & Tools: Detailed list of spare parts and maintenance tools supplied under the contract, along with associated delivery schedule Training Certificate: Certificate confirming successful completion of training sessions for the Employer’s personnel, if training was included in the scope of supply. |
|
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.:P13301
To: Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan
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 Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan
 (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., Procurement of EPC Contractor for Package-III Electrical and Mechanical Works (P13301) 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:     Attabad Lake Hydropower Project (Member (Water) WAPDA), Chief Engineer/ PD Liaison Office: Office of Chief Engineer/ Project Director Attabad Lake Hydropower Project (ALHPP) WAPDA, Sunny View estate, Kashmir Road, Lahore, Pakistan
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}
Description
This is to certify that the following sections of the EPC Bidding Documents for Attabad Lake Hydropower Project (54 MW) – Package-III: Electro-Mechanical Works shall take precedence over the corresponding sections of the PPRA Standard Bidding Documents (SBD – Works) wherever applicable
|
PPRA SBD Section |
Superseded By Sections from attached EPC Bidding Document |
|---|---|
|
 Section II – Instructions to Bidders (ITB)     |
Volume I – Section I: Instructions to Proposers (ITP) |
|
Section III – Bid Data Sheet (BDS) |
Volume I – Section II: Proposal Data Sheet (PDS) |
|
Section IV – Eligible Countries |
Volume I – Section V: Eligible Countries |
|
Section V – Evaluation and Qualification Criteria |
Volume I – Section III: Evaluation & Qualification Criteria |
|
Not Applicable in PPRA SBD |
Volume I – Section VI: Fraud and Corruption (including Integrity Pact) |
|
Section VI – Works Requirements |
Volume II – Employer’s Requirements (Parts I, II & III) |
|
Section VII – Standard Bidding Forms |
Volume I – Section IV: Proposal Forms |
|
Section VIII – General Conditions of Contract (GCC) |
Volume I – Section VII: General Conditions (FIDIC 2017 – EPC/Turnkey) |
|
Section IX – Particular Conditions of Contract (PCC) |
Volume I – Section VIII: Particular Conditions (Contract Data + SP) |
|
Section X – Contract Forms |
Volume I – Section X: Contract Forms |
The attached EPC Bidding Documents (Volumes I to VIII) shall govern the procurement process, bid evaluation, contract award, execution, and all related obligations, in accordance with PPRA Rules.
All the form that are neccessary for submission of Bids may also be filled and submitted on EPADs along with forms of attached EPC document.
Google Drive Link of complete EPC bidding document is https://drive.google.com/drive/folders/1RknEK1kV-aTcgheKRxyhjlJpXCjiHxWE?usp=sharing
The bidder must meet the expeirence requirement in Section III Qualification and Evaluation Criteria ( D. Experience ) of attached EPC bidding document Volume 1
Qualifciation Requirement
Non-performance of a contractdid not occur as a result of EPC Contractor’s default since 1st January 2010.
Compliance Requirement: Single Entiry Must Meet Requirement
                       All JV Member Combined: Must Meet Requirement
                      Each JV Member:Must Meet Requirement
Submission Requiement: Form CON-2 as per attached EPC bidding document volume 1
The requirements for disclosure of current contract commitments and works in progress shall be governed by the attached EPC Bidding Document. Bidders shall submit the required information in accordance with Form FIN-3.3 (Current Contract Commitments / Works in Progress) of the EPC Bidding Document Volume 1.
The financial capability requirements shall be governed by the attached EPC Bidding Document Volume 1. Bidders shall submit the required financial information in accordance with Form FIN-3.1 (Financial Data) of the EPC Bidding Document, including audited financial statements for the previous three (03) years
Â
Â
The requirements for submission of Average Annual Construction Turnover shall be governed by the attached EPC Bidding Document. Bidders shall submit the required information in accordance with Form FIN-3.2 (Average Annual Construction Turnover) of the EPC Bidding Document Volume 1.