PESHAWAR DEVELOPMENT AUTHORITY
NOTICE INVITING E-TENDER
Sealed bids on the basis of “Single Stage Two Envelope System” under Rules 14 (2) (b) of KPPRA Rules 2014, are hereby invited from enlisted firms/contractors with PDA/C&W Central Enlistment Committee Khyber Pakhtunkhwa, registered with KPRA, Pakistan Engineering Council (PEC) for the current financial year having sufficient experience in the field of work given below, on percentage above/below on the BOQ/Engineer cost estimate for the under mentioned work as per detail given below:-
S/#
|
Name of work
|
Estimated
Cost (Rs) in Million
|
Earnest Money
|
Tender document Fee (in shape of pay order/ demand draft
|
Relevant PEC Category/ specification code
|
Date & time of Submission of Bids/( Technical &Financial Proposal
|
Date & time
of
opening (Technical Proposal/bids
|
Date of opening of Financial Bid
|
Time Limit
|
1
|
Major Head
Maintenance of Water Supply and Sewerage Hayatabad
Sub Head
AM&R of Tube wells (Electrical/Mechanical) at Hayatabad for the Financial year 2022-23
|
Rs.29.654 Million
|
2% of the Engineer Estimate cost
|
5000/-
|
C-5 & Above
CE-09
EE-04
EE-05
ME-05
ME-06
ME-07
|
04.7.2022
Upto 11.00 AM
|
04.7.2022
at 11.30 AM
|
Financial bid will be opened after approval from the competent authority
|
As per work order
|
Terms and Conditions
-
Tender Bidding documents for works will be issued to only those firms/contractor who fulfill the eligibility criteria. Tender bidding documents including Tender Form and /Bill of Quantity (BOQ) can be downloaded upto 1-day prior to the opening date from Peshawar Development Authority ( PDA) website . www.pda.gkp.pk.
2. 2% (Two percent) Earnest money must be accompanied in shape of Call Deposit in the name of
Director General, Peshawar Development Authority Peshawar from scheduled Bank in
accordance with the Rule 20(2) of KPPRA Rules 2014 and subsequent amendments (if any).
Copies of the requisite documents like renewal, income tax, GST, KPPRA certificate etc must be
attached with the tender documents.
3. The tender documents fee as mentioned above shall be payable through demand draft or pay order
in the name of Director General Peshawar Development authority (Nonrefundable).
4. The Firm must be registered with KP Revenue Authority (KPRA). All the bidders must be in the
Active Taxpayer list of KPRA.
5. The tender documents must be signed by an authorized person of the firm/company.
6. In light of KPPPRA Notification No.S.R.O (14)/Vol:1-24/2021-22, dated 10.05.2022. The
contractors quoting their bids upto a limit of 10% below Engineer estimate shall submit bid
security @ 2% only of Engineer Estimate.
7. The contractors quoting their bids more than 10% below upto 20% below on Engineers Estimate
cost shall submit alongwith their bids 8% Additional Security of Engineers Estimated cost in shape
of Call Deposit in the name of Director General, PDA from scheduled Bank in addition to 2%
bid security. If the bid is not accompanied with the required amount of additional security then it
will be considered as non-responsive and the 2% bid security shall be forfeited in favour of
Government and the second lowest bidder and so on will be considered accordingly.
8. Similarly, a contractor quoting bid more than 20% below shall submit with his bid an additional
Security on Engineers Estimated cost equal to the differential amount of submitted bid and
Engineers Estimated alongwith detailed rate analysis. In case of more than 20% below bids, if
the bid is not accompanied by the detailed rate analysis and/or required amount of additional
security, then the said bid shall be considered as non-responsive. All the securities submitted
alongwith such non-responsive bid shall be forfeited in favour of Government and the 2nd lowest
bidder and so on will be considered accordingly.
9. In case detailed rate analysis submitted with the bids is, in view of the Procuring Entity, not
convincing, the Head of the Procuring Entity may declare such bid as non -responsive without
any forfeiture of bid securities and record reasons thereof.
-
The procuring entity may offer the contract to next lowest bidder after due diligence in the context of financial difference between such two bids or may advertise procurement opportunity afresh.
11. The bidders are at liberty to seek any clarification or further information from the office of
the undersigned if desires.
12. Only upto two decimal digits (0.00) will be considered for evaluation of the quoted bid. If any
documents submitted alongwith bid documents found false/bogus the bid will be considered
non responsive and all the securities submitted alongwith such non-responsive bid shall be
forfeited in favour of Government. The registration of such contractor /firm shall stand
cancelled/blacklisted.
13. The submission of Bids by the contractors implies that they are fully conversant with the site of
work, scope of work and terms conditions laid down in the tender/Bid documents.
14. The eligible contractor/Firm are required to submit their Bids for work in separate sealed
envelopes i.e one envelope containing “Technical Proposal” of the contractor/firm, clearly
marked as “Technical Bid” accompanied with respective bidding documents fee, while the
second envelope containing Financial proposal/bid price, clearly marked as “Financial
Proposal”. Both Technical and Financial proposals/Bids will be placed in single sealed
Envelope and addressed & sent to the undersigned through Registered Courier Service.
The bids received by hand and late shall not be entertained.
15. Bids will be opened in the office of the Chairman of the Departmental Tender Opening
Committee i.e Director Finance PDA alongwith Members of the Departmental Tender Opening
Committee in the presence of contractor/their representatives who choose to attend on the day
and time mentioned above. In case, if Bids / Proposals are not opened on the above mentioned
date due to unforeseen reasons these shall be opened on the next working day at the same place
& time.
16. The “Technical Proposals/Bids” of the firm/contractors will be evaluated in accordance with laid
down evaluation criteria based on the following documents to be provided in the Bidding
documents meant for submission of Technical Proposals.
i) Details of projects of similar nature related to the above mentioned work undertaken by the
firm in the last 5-years (in hand/completed) supported by documentary evidence such as
work orders/ satisfactory performance certificate in original or attested copies.
ii) Financial status, Bank Balance & Certificate from the schedule bank for the last 3-years.
iii) The Income Tax Certificate/NTN from the concerned Department showing Tax payments
regarding works/projects executed during last 3-years.
iv) Detail of Technical Staff for the proposed project, duly supported by attested credentials.
v) A certificate to the effect that there is no dispute of the firm with any department involved
litigation / arbitration on the left over / incomplete projects and blacklisting on Stamp
paper.
vi) An affidavit is required to be provided with the Technical bid regarding attachment of the
bid security in the shape of Call Deposit with the Financial Bid.
17. Any item not reflected in the BOQ and required at site, shall be paid in accordance with
MRS-2022 prevailing market rates with the approval of the competent authority.
18. The procuring entity may reject all bids or any proposal/ Bid at any time prior to the acceptance
of a bid or proposals. The procuring entity shall upon request communicate to any contractor
who submitted a bid or proposal the grounds for rejection or of all bids or proposals as per
KPPRA 47 (1)
19. All Federal and Provincial duties/stamp duty/taxes including sales tax will be recoverable as
per directives of the Government issued time to time.
20. Any disfiguring/overwriting, manipulation in the tender shall be liable to rejection.
21. Incomplete/conditional bid shall not be acceptable.
Deputy Director (WS)
Directorate of (W&S)
Peshawar Development Authority
(Site Office) Sector D-5, Phase-I Hayatabad
Telephone No.091-9217134