BUILDING TENDERS (A) SEP 2012
www.mavenpk.com
FATIMA JINNAH WOMEN UNIVERSITY TENDER NOTICE 1.
2.
3. 4.
Bids in sealed envelopes are invited from Contractors / Firms registered with Fatima Jinnah Women University, C&W Deptt, and other Government Deptts; for following works at Fatima Jinnah Women University Rawalpindi. Construction of Offices at First Floor of Existing Seminar Hall at FJWU, The Mall Rawalpindi Estimated Cost is Rs. 570,443.00 Works are to be completed in Three month on receipt of work order. Bidding contractors / firms should submit following information along with their bids: a. Registration with FJWU or other Govt Department and showing Company Name, Address, Telephone No. and Fax. No. b. List of similar type of jobs completed by the company during last three years. Stating location, Name of the Client and Cost of the Project. c. List similar type of jobs being presently executed with location. Estimated cost and expected date of completion and the name of client. d. Photocopy of income tax registration certificate. e. Affidavit on non judicial paper stating that above mentioned information is correct. f. 5% Earnest money (refundable) of total quoted cost must be submitted in the shape of Bank Draft with the bids in favor of Vice Chancellor, Fatima Jinnah Women University, The Mall Rawalpindi. Contractor / firms who fail to submit earnest money will not be entertained. The tender documents can be obtained from the office of University Engineer, FJWU after 2 days of publication of Tender Notice on payment of Rs. 1,000/- in shape of bank draft / pay order in favor Vice Chancellor, Fatima Jinnah Women University, the Mall Rawalpindi. The bids will be submitted in sealed envelopes by 11:00 am on Sep 17, 2012. The tender will be opened on the same day at 12:00 pm in the office of undersigned in front of tender opening committee. The competent authority reserves the right to accept or reject any or all the quotations as per rule. For further information please contact: University Engineer Fatima Jinnah Women University, The Mall, Rawalpindi Tel: 051-9271164, 051-9270050-54 Ext / 117
PAKISTAN NATIONAL SHIPPING CORPORATION No.Est/S&RP/08/12
August 30, 2012
TENDER FOR CONSTRUCTION OF SECURITY AND RECEPTION POST AT PNSC HEAD OFFICE BUILDING 1. Bids in sealed envelopes are invited from reputable organizations for the subject work. The work predominantly involves civil works outside existing building within the premises of PNSC. Organizations holding valid registration with Pakistan Engineering Council (PEC), NTN, Professional Tax Certificate, and minimum 05 years experience of similar works, may apply. 2. Tender documents may be obtained from the address hereunder on payment of Rs.1,000/- (Non Refundable) through pay order / bank draft in favor of PNSC from 3rd September 2012 from 9.00 AM to 5.00 PM except Saturday/Sundays till 21st September 2012. 3. Separate technical & financial bids on prescribed tender forms along with earnest money of 2% of bid price (refundable to unsuccessful bidders) through pay order / bank draft / bank guarantee in favour of PNSC may be dropped in tender box at the office mentioned below upto 10:30 AM by 26th September 2012. Technical bids will be opened on the same day at 10:45 AM. Financial bids of only prequalified contractors will be opened on date to be mentioned latter. The validity of the financial bid shall be for a period of 90 days. 4. Conditional tenders as well as tenders without earnest money shall not be entertained. 5. PNSC reserves the right to accept / reject any or all tenders. Further information is available on PNSC website www.pnsc.com.pk or can be obtained from the following address.
MANAGER PROJECT PROJECT DEPARTMENT 1st Floor, M.T. KHAN ROADS, PNSC KARACHI Phone No. 021-99204040 fqsiddiqui@pnsc.com.pk
GOVERNMENT OF GILGIT-BALTISTAN EXECUTIVE ENGINEER B&R DIVISION GB PWD CHILAS No. EE/AB/Cash/2011-12/_______
Dated 3rd Sep, 2012
NOTICE FOR INVITING TENDER. tenders in sealed covers are hereby invited from Govt contractors/firms in relevant category for the year 2012-13 for execution of the below mentioned works. The tender should reach in the office of the undersigned on the date and time mentioned below. The tender shall be opened in presence of the contractors. S.#
Name of Project
1
2 Darel Const./Imp: of Irrigation Channel Manikal Pain to Bashay Nullah Darel. Const. of Water Channel Manin to Thelkush Khanbary Darel & Const./Imp: /Widening of Water Channel Majote to Kamol Nullah Darel. Const of water tanks/water supple at village Gayal proper, Guchali Manikial Paeen and Jamaki Bala to Paeen an cost of protective bound at Plato Jeepable bridge Dare;/
01. 02.
03.
04.
05 06 07 08. i. ii. iii. iv. v.
09. i.
Const of link roads in Darel Valley Tangir Const. of Link Roads Juglote/Shumari, Gali Pain in between Tangir Valley. Const. of Suspension Bridge at Shabanal Tangir. Suspension Bridge at Dong Sari with approach road at Tangir. Water Supply Scheme at Tangir. ----do--- (Const. of Water Supply Scheme at Darkali Bala Tangir). ----do--- (Const. of Water Supply Scheme at Fruli Tangir). ----do--- (Const. of Water Supply Scheme at Hoche/Doke Tangir). ----do--- (Const. of Water Supply Scheme at Mushkay Tangir). ----do--- (Const. of Water Supply Scheme at Shumari Tangir). HQ Chilas Re-Const./Restoration of Flood damaged Thore road from KKH to Makhali. Const./restoration of road i/c RCC
Estimated Cost
2% E/Money
Cost of T/Form
3
4
5
Date of opening of Tender 7
3.378
68000/-
3000/-
20-9-2012
1.877
38000/-
1500/-
20-9-2012
3.649
73000/-
3000/-
20-9-2012
2.451
50000/-
3000/-
2.124
43000/-
3000/-
25-9-2012
2.838
57000/-
3000/-
25-9-2012
4.635
93000/-
3000/-
25-9-2012
2.119
43000/-
1500/-
26-9-2012
3.137
6300/-
1500/-
26-9-2012
3.320
67000/-
1500/-
26-9-2012
2.308
47000/-
1500/-
26-9-2012
1.847
37000/-
1500/-
26-9-2012
3.746
75000/-
3000/-
28-9-2012
20-9-2012
ii. 10. i. ii.
culverts Km 10 to Km 17+1000 RD. Const./restoration of road i/c protective wall and diversion work. Restoration/Repair of Flood damaged road from Arch Bridge Ronai to Sumal at Botogah Chilas. Restoration/repair of road i/c protective wall KM No.10 to Km No.18. Restoration/repair of road i/c protective wall KM No.19 to Km No.22.
Re-Const./Realignment of Flood damaged Jeepable road from Thalpan to Gomas Khinner. Restoration of Thalpan RCC Bridge i. (Const. of retaining walls). Restoration/re-alignment of flood ii. damaged road from Km No.14 to 22. Restoration/re-alignment of flood iii. damaged road from Km No.23 to 24. HQ-II Const. of Water Channel Damachal, Water Tank at Dasskil Goharabad and 12 Re-Const. of Water Channel at Kali Bala Thak. Const. of Jeepable Link road Raimee Het 13 to Gitili, Mani Gonar Farm and Bunner. Const. of Jeep road at Baithamba Bais 14 Bala. Const. of Protective Bund at Ronai 15 Chilas, Dirkal Goharabad, Jail Raikote, Niat Het and Niat. Const. of Water Supply and Water Tank at Gatote, Khoshgir Muhallah Goharabad, 16 Khanjeli Het Gonar Farm and Jahani Het Gonar Farm.
4.300
86000/-
3000/-
28-9-2012
2.615
52500/-
3000/-
28-9-2012
3.581
72000/-
3000/-
28-9-2012
1.100
22000/-
1500/-
2-10-2012
3.935
79000/-
3000/-
2-10-2012
4.010
81000/-
3000/-
2-10-2012
3.316
66500/-
3000/-
04-10-2012
4.741
95000/-
3000/-
04-10-2012
1.542
31000/-
1500/-
04-10-2012
2.854
58000/-
3000/-
04-10-2012
2.332
47000/-
3000/-
04-10-2012
11.
2. Tender copy can be obtained from the office of the undersigned on cash payment as shown above work (Non-refundable) on any working day and 03 days before the date of opening of tender, as per following terms & conditions: a. Tender form shall be issued to the Govt. contractor in presence production of original CNIC, valid PEC Registration Certificate and Fee Receipt of Works Department GB for the current year. b. Tender form shall be issued to contractors as per relevant category and code only. c. Tender form to a sick project contractor will not be issued. d. Tender form to a contractor who has two or more works in hand will not be issued. e. Tender form to a contractor having any court case/litigation against the Department will not be issued.
f. g. h. i. Note:
Contractors/firms should provide 2% of the estimated cost in shape of deposit at call in the name of Executive Engineer B&R Division GB PWD Chilas form any schedule bank of Pakistan. Tender sale will be closed 03 days before date of opening. Conditional tender will not be accepted. All standard PEC terms & conditions and PPRA Rules will remain applicable.
Works Department authorities reserve the right to reject/cancel any or all the tender without assigning any reason thereof.
(Engr. Dedar Shah) Executive Engineer Distributions: 1. Chief Engineer GB PWD Gilgit Region. 2. Superintending Engineer GB PWD Diamer Circle. 3. Director PID Gilgit-Baltistan, for publication in 01 National Daily and 02 Local Newspapers. 4. Dy. Director PPRA, Islamabad, with request to publish in PPRA Website please. 5. Office Notice Board. 6. Office File.
PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE SUBJECT: CONSTRUCTION OF 02 NOS SECURITY WATCH TOWERS AT QUETTA DEPOT.
TENDER # CF/7117-CP Sealed bids are invited from reputed & renowned suppliers for the above captioned tenders. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING DATE
2% of total bid value 07-09-2012 20-09-2012 24-09-2012; 02:15 PM 24-09-2012; 03:00 PM ONWARDS
Tender documents may be collected on submission of written request on company’s letterhead during the aforementioned dates between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time, if required. - Bid opening procedure will be “Single Stage – One Envelope Procedure”. The bid shall comprise one single envelope containing separately, financial proposal and technical proposal (if any). - Attachment of earnest money with the bidding documents is a mandatory. - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft should be dropped in Tender Box No # 2, marked “PROCUREMENT” before 02:15 p.m. dated September 24, 2012 at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton Karachi or mailed to reach this address before aforementioned due date and time. Bids will be publically opened on September 24, 2012 at 03:00 p.m. onward in the presence of bidders or their authorized representatives (single representation only). Note: - Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract. - This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualifies for other jobs in PSO. This advertisement is available on PPRA website www.ppra.org.pk
TENDER NOTICE
The University of Malakand invites sealed quotations from reputed firms registered with Sale Tax & Income Tax Department for the purchase of: 1) IP Based Cameras and installation (Re-advertised) 2) Furniture and Fixtures (Fresh Tender) for Botanical Garden and Herbarium. 3) Civil works, Sanitary, Hard ware and Electric items related to “Works Department.� Tender documents containing detail information, terms & conditions etc are available on the website of University of Malakand & PPRA. These can also be obtained from the office of the Secretary Purchase Committee on cash payment of Rs.1000/-or bank draft (Non refundable) for each category on any working day except Saturday & Sunday. Downloaded documents must also accompany the requisite tender fee and 2% as earnest money of the Total Quoted Value in the shape of CDR in favor of Dy. Director Finance University of Malakand. Tender proposals found without requisite 2% CDR will stand rejected. Intending supplier must send their Tender/Quotation along with soft copy by post/Courier Services to reach this office up to 10:30 A.M on or before 20/09/2012.Opening date, Time, Venue & other terms & conditions can be seen in the Tender documents. The competent authority reserves the right to accept or reject any or all the tenders/Quotations prior to the acceptance of a bid or proposals & can also increase or decrease the No. of items to be purchased. BAKHT WAHAB DEPUTY DIRECTOR FINANCE/ SECRETARY PURCHASE COMMITTEE UNIVERSITY OF MALAKAND PHONE#0945-761919 Also available on the Web: Site. www.uom.edu.pk& www.ppra.org.pk
Terms & Conditions 1) Each page of the quotations should carry the signature and stamp of the vender. Quotations found with over writing, cutting and interpolation will be considered cancelled. Equal rates of two firms will be finalized on draw. 2) The firm must have the relevant experience certificate for which the form has been obtained. 3) No vender has the right to hand over his work to any other firm without the prior approval of the competent authority. Failing which the tender will be considered cancelled. 4) Income Tax and sales tax will be deducted as per approved rates of the Govt. 5) No advance payment will be made before supply of the items. 6) Cost of goods will be paid on the receipt of the pre receipted bills. 7) The acceptance of articles will be subject to the inspection and approval of the end user at the point of delivery. 8) Items supplied with low quality will be rejected and no payment will be made to the supplier for the rejected items. 9) Warranty/ Guarantee certificate of the items supplied must be attached with the bill. 10) Security at the rate of 8% of the total bill will be deducted for a period of three months and will be released subject to receiving good report from the concerned office. 11) Payment will be made only after satisfactory report of the end user. 12) The firm will give one year guarantee and will be responsible for the after sales service. 13) The equipment shall be supplied in packed form and opened in front of the end user. 14) The firm will be responsible to supply the items within agreed/ stipulated time, failing which 1% of the total payment will be deducted per day. However on the basis of ground reality/ sound reasons, the competent authority may extend the period on the request of the supplier. 15) The competent authority may increase or decrease the quantity. 16) Rates offered shall be valid for a period of four months irrespective of validity period mentioned in quotation from the date of opening of tender. 17) The tender will be opened at 11:00 O’clock on 20/09/2012 in Committee Room University of Malakand in the presence of the intending bidders or their representative.
TENDER DOCUMENTS FOR IP-BASED CAMERAS S.No Name of Item 1 Network IP Camera
2
PC
3
5 6
NVR Software Power cable LCD Housing
7
Services
4
Specification
Quantity
Full HD 2 Mega pixel Day & Night Indoor IP Camera with 4.3mm/F1.6 lens,0.6lux, ICR, 3D Noise Reduction, 2D WDR, Digital PTZ, Face/Tampering /Motion Detection alarm, H. 264. Motion JPEG, Multi-Supported Protocols DDNS, PPPoE, DHCP, NTP, SNTP, TCP/IP, ICMP, SMTP,FTP, HTTP,RTP, RTSP, UPnP event Notification FTP/Email Profile Video Streaming, 3Axis construction, Multiple Stream, DC12V, with AC adaptor OR Higher specification Digital Zooming Cameras Core i-3 3.1 GHZ, 4GB RAM, 2 TB, Gbit Network Card, DVD-R, Keyboard, mouse for 30 days recordings (HP or Dell Branded) NVR Software (Supported 32 Cameras)
16
Cabling and Ducting Including UTP Cable, power, PVC Pipe per/duct running ft AOC LCD 21� for Cameras Outdoor Housing for cameras (weather proof) if required Installation, configuration and testing the Entire Surveillances Network.
01
01
01
01 01 01 job
FURNITURE AND FIXTURE FOR HERBARIUM BUILDING S#
Item
Specification
Qty
A. Furniture for Lecture Theater: 1.
2. 3.
Dice
Chairs for Stage with Table Plastic Chairs
4.
4ft high x 2ft 6inch wide, 3ft 6inch Broad with stage inclination 450. Additional drawer for paper, inbuilt location for two pens and glass of water, with raised stage for Microphone. Material Glass/Wood. Elegant, Elaborate, carved, with cushion. Front table with elaborate edge carvings 08 chairs fixed in a row of 16ft 8inch to the theater stairs with 3 props (legs) base fixing cost included, colour red. (8x5=40 Nos) Suitable for 20x30 ft hall with 4 speakers fitted in case
1
6 5
Sound System small 5. Table for 2’x2’x3 ft high Multimedia B. Furniture & Fixture for Museum Halls
1
1.
Office Table
2
2.
Office Chair
5.5x3.5 ft. 2.5’ high, Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer. Revolving
3.
Office Table
2
4.
Office Chair
3.5x2.5 ft 2.5’ high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer. Revolving
5.
Study Tables
8x3 ft. height 2ft 6inch with highly polished top
4
6.
Study Chairs
1
2
2
1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 7. Almirah Wooden, divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. Each of the eight compartments to be fitted with durable handle in the center for opening and closing, each compartment to be fitted with lock. (detail drawing of almirah is attached) C. Furniture for Rooms of Research Officers 05 No:
32
1.
Office Table
5
2.
Office Chair
3.
Wooden Racks
4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. D. Furniture & Fixture for Laboratory:
5
1.
Laboratory Tables
4
3.5x2.5 ft 2.5ft high, Wooden highly polished with in built one drawer, one CPU case and one Keyboard drawer. Revolving
6x3ft, 2ft 6inch high, Wooden highly polished.
35
5
Cost
Total
2. 3. 4.
Laboratory Tables Laboratory Tables Study Chairs
7x3ft, 2ft 6inch high, Wooden highly polished.
3
9x3ft, 2ft 6inch high, Wooden highly polished.
2
1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion 5. Almirah Wooden made with glass fitted on doors divided into two main compartments longitudinally. Each compartment to be divided into 4 transverse compartments. E. Furniture for Library:
3
1.
Office Table
2.
Office Chair
3.
5.
Open faced wooden Book Shelves Periodical Displayer Study Table
6.
Study Chair
1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion F. Furniture for Office of Director & Curator 02 Rooms:
20
1.
Executive Office Table Executive Office Chair Side Racks
Executive Class 5x4 ft. height 2.5 ft. wooden highly polished durable. Executive Class, revolving leather/ rexin coating.
2
4x4 ft. divided into three rows and 8 compartments. Open faced highly polished durable. 1ft 6inch wide, 1ft 6inch long, 1ft 6inch high and 1ft 6inch high back support with soft seating and back cushion Glass 2x3 ft.
2 12
4.
2. 3. 4. 5.
Chair for visitors Side table
5.5x3.5 ft. 2.5’ high Wooden highly polished with in built three drawers, one CPU case and one Keyboard drawer. Revolving
30
3ft broad x 7ft high x 1ft width. wooden single faced. 5 compartments 42” wide x18”broad x45”high. wooden single faced. 4 compartments 8x3ft, 2ft 6inch high wooden highly polished
1 1 18 4 2
2
2
G. Blinds and carpet 1.
Blinds Large
6ft 6inch x 5ft 6inch
22
2.
Blinds Medium
3ft 6inch x 5ft 10inch
6
3.
Blinds Small
2ft 7inch x 5ft 11inch
8
4.
Carpet
Three pieces (i)14x14ft (ii)14x14ft (iii)31.5x20ft = (196+196+630 ft) Total
1022ft
SPECIFICATIONS FOR CIVIL WORK, HARD WARE, SANITARY AND ELECTRICAL ITEMS RELATED TO WORKS DEPARTMENT. S.No Description
1 2 3 4
Bricks Sand Crush Cement
1 2 3
Bib cock PVC pipe 4 in Shower Rods Complete
1
Wooden kari 8’x4”x3” Wooden gaz 8’x2”x1/2” Ceiling sheets (2’ x 2’)
2 3
4 5 6 7 8 9 10 11 12 13 14 1 2 4
Paint (Emulsion) Paint (Distemper) Paint (weather shield) Lime Robin Neil Zinc Chalk Plaster of paris Brush 5 in Brush 3 in Turpentine oil
Specification Quantity Mark Civil items 1 No 2000 nos. 500 cft ½” , 1-1/2” 500 cft Bestway 50 bags Sanitary items Faisal/S.Asia 100 nos Royal PVC 50 links Faisal/ Athif 100 Nos Hard ware items Soft wood 200 nos Soft wood
200 nos
Thermopore sheets & Jibsum (100 each) Burger Burger Burger
200 nos
64 gallons 80 gallons 30 gallons
Power plug Light plug
Best Quality 50 bags Best Quality 24 packets Best Quality 15 kgs Best Quality 15 kgs Best Quality 50 kgs Universal 12 nos Universal 12 nos Tiger 30 gallons Electrical items Hero 50 nos Hero 50 nos
Cable 3.29
Fast Cable
20 bundle
Rate
Amount
5
Cable 7.29
Fast Cable
20 Bundle
6
Cable 7.64
Fast Cable
20 Bundle
7
Cable 7.44 Folding Ladder (Aluminum) 8’ & 12’
Fast Cable
20 Bundle
8
9 Drill Machine
Best Quality (1 No each)
02 Nos
Germany, England, USA made
02 Nos -
REQUEST FOR PROPOSAL ORGANIZATION Pakistan Environmental Planning & Architectural Consultants (PEPAC) TITLE OF PROJECT The Establishment of Medical College and 300 bedded hospital in Gilgit-Baltistan SCOPE OF SERVICES Topographic survey of 1292 Kanals lands with sufficient detail to facilitate the design and construction of Medical College and 300 bedded hospital in Gilgit-Baltistan (LAND ALLOTMENT LETTER IS ATTACHED).
Detail of complete boundary, topographic and utility survey including:•
Existing building corners and floor elevations, curbs, pavement areas, sidewalks, driveways, wall, fences, visible surface evident utility locations, including overhead, and all other visible site improvements. o
o o
Sufficient elevations to develop 5 foot contours The location of trees 4” and larger in diameter, with their respective drip lin es The location and width of the adjacent seasonal creek’s “streambed” Edges of adjacent homes contiguous with the project site
• •
The width and location of adjoining streets Storm drain and sanitary sewer manholes and catch basins if any
•
Plotting of subsurface utilities on or serving the site
QUESTIONS
Any questions regarding this RFP are to be submitted via email, at pepacltd@gmail.com SPECIAL PROVISIONS
PEPAC reserves the right to: - Amend or revise this RFP in whole or in part. - Cancel this RFP. - Extend the submittal deadline. Reject any or all proposals for any reason without indicating reasons for the reje ction. - Select the firm that, at PEPAC’s sole discretion, best meets the Project’s needs. SUBMISSION OF PROPOSAL
Please submit your Technical & Financial Proposal to the following address no later than 4:00 p.m. on or before September 20, 2012:-
PEPAC Head Office, D-24, Rashid Plaza, 3rd Floor, Blue Area, Islamabad.
National Bank of Pakistan Logistic & Engineering Group Head Office Karachi L&EG/HO/ADV/ August 28, 2012 INVITATION FOR BID National Bank of Pakistan intends to invite bid for the following work from pre-qualified contractors of National Bank of Pakistan or reputed firms/contractors having five years experience in Construction, Interior decoration and design of Bank’s & Financial Institutions. The tenders would be issued after checking their credentials. CONSTRUCTION OF BANK BUILDING FOR DISTRICT COURT BRANCH AND REGIONAL OFFICE BHAWALPUR The contractors having valid registration of Pakistan Engineering Council in Category “C-3” or above may collect a complete set of bid documents along with BOQ and specification from the office of the Consultant M/s Design Consultant 18-Infantory Road, Al-Fateh Plaza, Mustafabad Lahore Ph.041,7004667 during office hours on any working day up to 14/09/2012 after paying a tender fee of Rs.6000- (Non Refundable) in shape of pay order. The tender in sealed envelope will be received on 17/09/2012 at 11.30 hours at office of the Deputy Chief Engineer, Engineering Wing NBP Head Office I-I Chundrigar Road Karachi and will be opened on same day publicly at 12.00 hours in the presence of tender opening committee and contractors who wish to be participated. An earnest money amounting to 2% of the tender amount in the shape of payment order/CDR of scheduled bank in the name of the Deputy Chief Engineer NBP must accompany each tender. Bank reserves the right to accept or reject any or all tenders as per PPRA rules.
Mirza Ishrat Baig Deputy Chief Engineer Logistic & Engineering Group NBP Head Office Karachi Phone # 021- 99212766 PABX 021-9212100-50, Ext: 2403
EMPLOYEES’ OLD-AGE BENEFITS INSTITUTION H.R. & GENERAL ADMINISTRATION DEPARTMENT HEAD OFFICE, 190/1/B, BLOCK-2, P.E.C.H.S KARACHI
TENDER NOTICE 1. The Employee's Old Age Benefits Institution, invites sealed tender from eligible firms licensed by the Pakistan Engineering Council in the appropriate category, Registered with Income Tax, Sales Tax & EOBI Departments and duly qualified with the Employer for the Works, Addition/Alteration& Renovation of Lower Ground Floor at EOBI Head Office Building situated at Plot No 190/1/B Block-2 PECHS Karachi. 2.
A complete set of Tender Documents may be purchased by an interested eligible bidder on submission of a written application to the office given below and upon payment of a non-refundable fee of Rs.500/- (Rupees five hundred only) in shape of pay order from the schedule Bank of Pakistan in favour of Employee's Old Age Benefits Institution . Bidders may acquire the Bidding Documents from the Office of the Director (General Administration Department) EOBI Head Office 7rd Floor Plot No 190/1/B Block-2 PECHS Karachi. 3. All bids must be accompanied by a Bid Security in the amount of equal to 2% of tender amount in shape of pay order/Demand draft from the schedule Bank of Pakistan in favour of Employee's Old Age Benefits Institution and must be delivered in sealed envelope to Office of Director General (HR&GA) EOBI Head Office 7rd Floor Plot No 190/1/B Block-2 PECHS Karachi at or before 11.30 hours, on 21-09-2012. Bids will be opened at 12.00 hours on the same day in the presence of tender opening committee and bidders’ representatives who may wish to be present, at the same address. 4.
EOBI reserves the right to accept or reject any or all tender.
AFTAB AHMED NAGORI DIRECTOR General Administration Department PHONE: 021-34328049, 021-34328020
PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE SUBJECT: CONSTRUCTION OF 01 NOS SECURITY WATCH TOWER AT SHIKARPUR INSTALLATION.
TENDER # CF/7118-CP Sealed bids are invited from reputed & renowned suppliers for the above captioned tenders. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING DATE
2% of total bid value 11-09-2012 24-09-2012 26-09-2012; 02:15 PM 26-09-2012; 03:00 PM ONWARDS
Tender documents may be collected on submission of written request on company’s letterhead during the aforementioned dates between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time, if required. - Bid opening procedure will be “Single Stage – One Envelope Procedure”. The bid shall comprise one single envelope containing separately, financial proposal and technical proposal (if any). - Attachment of earnest money with the bidding documents is a mandatory. - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft should be dropped in Tender Box No # 2, marked “PROCUREMENT” before 02:15 p.m. dated September 26, 2012 at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton Karachi or mailed to reach this address before aforementioned due date and time. Bids will be publically opened on September 26, 2012 at 03:00 p.m. onward in the presence of bidders or their authorized representatives (single representation only). Note: - Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract. - This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not qualifies for other jobs in PSO. This advertisement is available on PPRA website www.ppra.org.pk
PAKISTAN INTERNATIONAL AIRLINE WORKS & PROJECTS DIVISION MAINTENANCE SECTION
Ref: MM (W) / M.T/23/12 Dated: 07th Sep 2012 . TENDER NOTICE * CONSTRUCTION OF NEW TOILETS FOR (LADIES &GENTS)AT 1ST FLOOR * CUSTOMER RELATION SERVICE IN M.T BUILD. Tenders are invited from the PIA approved ‘B’ Class Civil Contractors for the above subjected work on MES schedule. Interested contractors are requested to collect tender from the office of Manger Maintenance during working hours. The tender will open on 14/9/2012 at 1500 hours in the office of General Manager (Works & Projects). ENGR. RIZWAN PASHA (MANAGER MAINTENANCE)
CC: GENERAL MANAGER (WORKS & PROJECTS) CC: FINANCE MANAGER (WORKS)
Dear Sir, Please Send not later than mentioned items of works. S.NO.
your sealed quotations for the under
DESCRIPTION
QTY.
UNIT
RATE
SCHEDULE A
14.00
Cum
170.00
Sqm
104.79
02.00
Cum
2708.61
03.00
Cum
2119.52
10.00
Sqm
3247.36
02.00
Each
1251.22
03.00
Each
2556.72
01.00
Each
1375.01
AMOUNT
Providing and lying of solid blocks of cement 01. 3/18
concrete 1:3:6 using shingle or gravel as specified in building block walls including setting and jointing
2462.48
34,474.72
in CM 1:6. 02. 13/11
19 mm thick cement plaster 1:3 finished as specified.
17,814.30
Providing and laying cement concrete 1:2:4 using 03. 12/32
shingle or gravel laid in floor slabs as under layer of terrazo/stonolethic/tiles top finished (including
5,417.22
form work). 04. 03/10
Providing and lying of cement concrete 1:3:6 using
05. 07/84+91
Supply and fix hollow flush door Teak veneered, 38
06. 08/91
crushed of broken stone graded as specified.
mm thick including iron all as specified. Supply and fixing hydraulic door closer imported as specified.
6,358.56
32,473.60
2,502.44
Supply and fix wash hand basin in light colour with pedestal glazed ware 650 mm `long. One hole 07. 17/73
complete with waste pipe, coupling , chain & plug etc (except Mixer), best quality Pak Made fixed to
7,670.16
concrete, brick, stone, or wood work. 08. 17/22
Supply and fix urinal apparatus stall pattern complete comprising urinal, cistern flushing, flush
1375.10
pipe, etc; fixed to concrete, brick, stone or wood work (Pak Made export quality) Supply and fix plastic connection with brass CP or 09. 17/120
aluminum union at both ends 15 mm dia from 300
10.00
Each
49.84
03.00
Each
316.38
10.00
Each
279.92
02.00
Each
47.76
02.00
Each
303.93
04.00
Each
510.61
80.00
Meter
38.58
35.00
Meter
53.56
4.00
Sqm
mm to 450 mm.
498.40
C.P Pillar cocks fancy head, screw down high pressure, lettered “HOT” or “COLD” and with long 10. 18/225
screwed shanks and fly nuts; globe cocks with bent and shouldered tail piece and fixed to iron pipe, 15
9,49.14
mm dia, supply and fixing.
11. 18/215
Bib cock brass chromium plated fancy type screwed down B.S.P 15 mm dia, supply and fixing.
2,799.20
Valves “peets” pattern, strong gunmetal, high 12. 18/248
pressure, “Full‐way” valves with iron wheel head screwed both ends for iron pipe, 15 mm dia, supply
95.52
and fixing. Supply and fix towel rail, chromium plated, single 13. 17/102
rod any pattern, shape and size Pak made complete with plugs, screws etc fixed to concrete, brick, stone
607.86
or wood work. Supply and fix toilet paper holder any shape and 14. 17/94
sized foreign made complete with plugs, screws etc fixed to concrete, brick, stone or wood work.
2,042.44
UPVC Pressure pipe 20mm dia class (E) complete 15. 19/14
with solvent socket (excluding excavation) supply and fixing.
3086.40
UPVC Pressure pipe 25mm dia class (E) complete 16. 19/15
with solvent socket (excluding excavation) supply and fixing.
1,874.60
Supply and fix mirror any shape and pattern 5 mm 17. 17/87
thick of sizes, foreign made edges ground complete fixed to concrete, brick, stone, or wood work.
1118.49
4,473.96
Supply and fix water closet apparatus European pattern complete comprising closet, 13 liters cistern 18. 17/03
flushing low down flush pipe seat cover etc (non coupled) in light colour any size or make, fixed to
03.00
Each
2453.39
02.00
Each
646.78
01.00
Each
1080.00
24.00
Each
16.59
08.00
Each
19.63
20.00
Each
62.57
08.00
Each
86.88
15.00
Each
39.69
10.00
Each
82.24
02.00
Each
31.78
02.00
Each
44.60
06.00
Each
3240.37
10.00
Each
1550.08
7,360.17
concrete, brick, stone, or wood work, Pak made (Export quality). Supply and fix low down plastic flushing cistern 19. 17/38
capacity 13 liter with connection flushing pipe etc complete in repair.
1,293.56
Supply and fix closet Pan only Asiatic pattern 20. 17/29
including connection to trap and flushing pipe including making good to floor (white export
1,080.00
quality) dz0 21. 19/51 22. 19/52 23. 19/112 24. 19/113
UPVC coupler/socket 20mm dia for UPVC pipe class (E) supply and fixing. UPVC coupler/socket 25mm dia for UPVC pipe class (E) supply and fixing. UPVC moulded equal Tee size 20mm dia for UPVC pipe Class (B, C, D, E) supply and fixing. UPVC mounded equal Tee size 25mm dia for UPVC pipe Class (B, C, D, E) supply and fixing. Upvc Elbow 90° / 45° size 20mm dia for Upvc pipe
25. 19/136
Class (B, C, D, E) supply and fixing.
26. 19/137
Class (B, C, D, E) supply and fixing.
27. 18/148 28. 18/150
Upvc Elbow 90° / 45° size 25mm dia for Upvc pipe
Union socket GI/MS screwed 15 mm dia supply & fixing. Union socket GI/MS screwed 25 mm dia supply & fixing. UPVC moulded equal Tee size 100mm dia for
29. 19/118
UPVC pipe Class (B, C, D, E) supply and fixing.
30. 19/142
Upvc Elbow 90° / 45° size 100mm dia for Upvc pipe
398.16
157.04
125.14
695.04
595.35
822.40
63.56
89.20
19,442.22 15,500.80
Class (B, C, D, E) supply and fixing. 31. 23/34
Supply and fix syphon traps glazed ware, in cement concrete (1:4:8) ”P” or “S” traps, 100mm dia. Supply and fixing 150 mm long wrought iron tower
32. 08/08
bolts with bright shoots, and fixed with sockets or
10.00
Each
165.12
06.00
Each
35.63
10.00
Each
283.67
15.00
Each
32.93
04.00
Each
255.03
1,651.20
213.78
let into any material.
33. 18/235 34. 8/42
supply and fixing Tee stop cock with CP pipe all as specified. Supply and fixing hinges butt steel 100 mm long.
35. 8/102
150 mm with two bolts and two levers in any
2,836.70 493.95
Supply and fix chromium planted locks rim or latch 1,020.12
pattern and shape best quality with 2 keys.
TOTAL
178,351.99
(ABOVE/BELOW %)
SCH. “A” TOTAL
SCHEDULE‐B
01. 70B 02. 59C 03. 59D
Matt finish Enamel Painting 03 coats of Dulux or Robbialac on any surface new or old. S/F PVC heavy‐duty pipe of following sizes, except excavation i/c 100mm dia 4”. S/F PVC heavy‐duty pipe of following sizes, except excavation i/c 75mm dia 3”
04. 46C
Providing / laying Master or Equivalent porcelain polished tiles / unpolished tiles up to 16”x16” complete all specified.
165.00
Sqm
67.00
11,055.00
39.00
Mtr
561.00
21,879
15.00
Mtr
410.00
6,150.00
175.00
Sqm
1225.00
214,375.00
1883.00
Sft
10.00
18,830.00
03.00
Each
500.00
1,500.00
06.00
Each
25.00
150.00
01.00
Each
1000.00
1000.00
P/L of 5mm to 9mm thick dry bond as under layer 05. 80 06. 57 07. 58G 08. 64E
for fixing of tiles at any floor of approved quality and brand etc complete. Double bibcock for Muslim Shower best quality. P/F following sanitary items / water supply items of standard approved size and specifications Floor trap cover (steel) 100 mm dia. Providing / fixing following items of iron mongery (imported best quality).
Door Lock Yale or Union large size H.D S/F H.D RCC Main hole cover round & rectangular shape 100mm thick i/c M.S frame at handle, 24”x 24”.
09. 55/2C
2500.00
2500.00
TOTAL
277439
(ABOVE/BELOW %)
Sch. “B” TOTAL
Sch. “A & B” Grand TOTAL
01.00
Each
1. 2.
3.
4.
5.
PIA reserves the right to accept or reject your quotation without assigning any reason. You are required to deposit Rs. 2 % As Earnest Money with the Cashier and obtain receipt. The receipt should be attached with this form (delete if not application). Tender will be opened on 14/9/ 2012 at 1500 Hrs. by Executive Engineer in the presence of contractors who care to attend. You will be supplied construction material, if available, in the stock on the following Rates. (a) Cement in bags @ X per bag/ton, (b) X per ton/cwt. Period required for completion 04th Weeks .
FOR INTERNATIONAL AIRLINE SEAL & SIGNATURES
OF THE CONTRACTOR
PAKISTAN
PAKISTAN INTERNATIONAL AIRLINE WORKS & PROJECTS DIVISION MAINTENANCE SECTION
Ref: MM (W) / M.T/23/12 Dated: 07th Sep 2012 . TENDER NOTICE * CONSTRUCTION OF NEW TOILETS FOR (LADIES &GENTS)AT 1ST FLOOR * CUSTOMER RELATION SERVICE IN M.T BUILD. Tenders are invited from the PIA approved ‘B’ Class Civil Contractors for the above subjected work on MES schedule. Interested contractors are requested to collect tender from the office of Manger Maintenance during working hours. The tender will open on 14/9/2012 at 1500 hours in the office of General Manager (Works & Projects). ENGR. RIZWAN PASHA (MANAGER MAINTENANCE)
CC: GENERAL MANAGER (WORKS & PROJECTS) CC: FINANCE MANAGER (WORKS)
Dear Sir, Please Send not later than mentioned items of works. S.NO.
your sealed quotations for the under
DESCRIPTION
QTY.
UNIT
RATE
SCHEDULE A
14.00
Cum
170.00
Sqm
104.79
02.00
Cum
2708.61
03.00
Cum
2119.52
10.00
Sqm
3247.36
02.00
Each
1251.22
03.00
Each
2556.72
01.00
Each
1375.01
AMOUNT
Providing and lying of solid blocks of cement 01. 3/18
concrete 1:3:6 using shingle or gravel as specified in building block walls including setting and jointing
2462.48
34,474.72
in CM 1:6. 02. 13/11
19 mm thick cement plaster 1:3 finished as specified.
17,814.30
Providing and laying cement concrete 1:2:4 using 03. 12/32
shingle or gravel laid in floor slabs as under layer of terrazo/stonolethic/tiles top finished (including
5,417.22
form work). 04. 03/10
Providing and lying of cement concrete 1:3:6 using
05. 07/84+91
Supply and fix hollow flush door Teak veneered, 38
06. 08/91
crushed of broken stone graded as specified.
mm thick including iron all as specified. Supply and fixing hydraulic door closer imported as specified.
6,358.56
32,473.60
2,502.44
Supply and fix wash hand basin in light colour with pedestal glazed ware 650 mm `long. One hole 07. 17/73
complete with waste pipe, coupling , chain & plug etc (except Mixer), best quality Pak Made fixed to
7,670.16
concrete, brick, stone, or wood work. 08. 17/22
Supply and fix urinal apparatus stall pattern complete comprising urinal, cistern flushing, flush
1375.10
pipe, etc; fixed to concrete, brick, stone or wood work (Pak Made export quality) Supply and fix plastic connection with brass CP or 09. 17/120
aluminum union at both ends 15 mm dia from 300
10.00
Each
49.84
03.00
Each
316.38
10.00
Each
279.92
02.00
Each
47.76
02.00
Each
303.93
04.00
Each
510.61
80.00
Meter
38.58
35.00
Meter
53.56
4.00
Sqm
mm to 450 mm.
498.40
C.P Pillar cocks fancy head, screw down high pressure, lettered “HOT” or “COLD” and with long 10. 18/225
screwed shanks and fly nuts; globe cocks with bent and shouldered tail piece and fixed to iron pipe, 15
9,49.14
mm dia, supply and fixing.
11. 18/215
Bib cock brass chromium plated fancy type screwed down B.S.P 15 mm dia, supply and fixing.
2,799.20
Valves “peets” pattern, strong gunmetal, high 12. 18/248
pressure, “Full‐way” valves with iron wheel head screwed both ends for iron pipe, 15 mm dia, supply
95.52
and fixing. Supply and fix towel rail, chromium plated, single 13. 17/102
rod any pattern, shape and size Pak made complete with plugs, screws etc fixed to concrete, brick, stone
607.86
or wood work. Supply and fix toilet paper holder any shape and 14. 17/94
sized foreign made complete with plugs, screws etc fixed to concrete, brick, stone or wood work.
2,042.44
UPVC Pressure pipe 20mm dia class (E) complete 15. 19/14
with solvent socket (excluding excavation) supply and fixing.
3086.40
UPVC Pressure pipe 25mm dia class (E) complete 16. 19/15
with solvent socket (excluding excavation) supply and fixing.
1,874.60
Supply and fix mirror any shape and pattern 5 mm 17. 17/87
thick of sizes, foreign made edges ground complete fixed to concrete, brick, stone, or wood work.
1118.49
4,473.96
Supply and fix water closet apparatus European pattern complete comprising closet, 13 liters cistern 18. 17/03
flushing low down flush pipe seat cover etc (non coupled) in light colour any size or make, fixed to
03.00
Each
2453.39
02.00
Each
646.78
01.00
Each
1080.00
24.00
Each
16.59
08.00
Each
19.63
20.00
Each
62.57
08.00
Each
86.88
15.00
Each
39.69
10.00
Each
82.24
02.00
Each
31.78
02.00
Each
44.60
06.00
Each
3240.37
10.00
Each
1550.08
7,360.17
concrete, brick, stone, or wood work, Pak made (Export quality). Supply and fix low down plastic flushing cistern 19. 17/38
capacity 13 liter with connection flushing pipe etc complete in repair.
1,293.56
Supply and fix closet Pan only Asiatic pattern 20. 17/29
including connection to trap and flushing pipe including making good to floor (white export
1,080.00
quality) dz0 21. 19/51 22. 19/52 23. 19/112 24. 19/113
UPVC coupler/socket 20mm dia for UPVC pipe class (E) supply and fixing. UPVC coupler/socket 25mm dia for UPVC pipe class (E) supply and fixing. UPVC moulded equal Tee size 20mm dia for UPVC pipe Class (B, C, D, E) supply and fixing. UPVC mounded equal Tee size 25mm dia for UPVC pipe Class (B, C, D, E) supply and fixing. Upvc Elbow 90° / 45° size 20mm dia for Upvc pipe
25. 19/136
Class (B, C, D, E) supply and fixing.
26. 19/137
Class (B, C, D, E) supply and fixing.
27. 18/148 28. 18/150
Upvc Elbow 90° / 45° size 25mm dia for Upvc pipe
Union socket GI/MS screwed 15 mm dia supply & fixing. Union socket GI/MS screwed 25 mm dia supply & fixing. UPVC moulded equal Tee size 100mm dia for
29. 19/118
UPVC pipe Class (B, C, D, E) supply and fixing.
30. 19/142
Upvc Elbow 90° / 45° size 100mm dia for Upvc pipe
398.16
157.04
125.14
695.04
595.35
822.40
63.56
89.20
19,442.22 15,500.80
Class (B, C, D, E) supply and fixing. 31. 23/34
Supply and fix syphon traps glazed ware, in cement concrete (1:4:8) ”P” or “S” traps, 100mm dia. Supply and fixing 150 mm long wrought iron tower
32. 08/08
bolts with bright shoots, and fixed with sockets or
10.00
Each
165.12
06.00
Each
35.63
10.00
Each
283.67
15.00
Each
32.93
04.00
Each
255.03
1,651.20
213.78
let into any material.
33. 18/235 34. 8/42
supply and fixing Tee stop cock with CP pipe all as specified. Supply and fixing hinges butt steel 100 mm long.
35. 8/102
150 mm with two bolts and two levers in any
2,836.70 493.95
Supply and fix chromium planted locks rim or latch 1,020.12
pattern and shape best quality with 2 keys.
TOTAL
178,351.99
(ABOVE/BELOW %)
SCH. “A” TOTAL
SCHEDULE‐B
01. 70B 02. 59C 03. 59D
Matt finish Enamel Painting 03 coats of Dulux or Robbialac on any surface new or old. S/F PVC heavy‐duty pipe of following sizes, except excavation i/c 100mm dia 4”. S/F PVC heavy‐duty pipe of following sizes, except excavation i/c 75mm dia 3”
04. 46C
Providing / laying Master or Equivalent porcelain polished tiles / unpolished tiles up to 16”x16” complete all specified.
165.00
Sqm
67.00
11,055.00
39.00
Mtr
561.00
21,879
15.00
Mtr
410.00
6,150.00
175.00
Sqm
1225.00
214,375.00
1883.00
Sft
10.00
18,830.00
03.00
Each
500.00
1,500.00
06.00
Each
25.00
150.00
01.00
Each
1000.00
1000.00
P/L of 5mm to 9mm thick dry bond as under layer 05. 80 06. 57 07. 58G 08. 64E
for fixing of tiles at any floor of approved quality and brand etc complete. Double bibcock for Muslim Shower best quality. P/F following sanitary items / water supply items of standard approved size and specifications Floor trap cover (steel) 100 mm dia. Providing / fixing following items of iron mongery (imported best quality).
Door Lock Yale or Union large size H.D S/F H.D RCC Main hole cover round & rectangular shape 100mm thick i/c M.S frame at handle, 24”x 24”.
09. 55/2C
2500.00
2500.00
TOTAL
277439
(ABOVE/BELOW %)
Sch. “B” TOTAL
Sch. “A & B” Grand TOTAL
01.00
Each
1. 2.
3.
4.
5.
PIA reserves the right to accept or reject your quotation without assigning any reason. You are required to deposit Rs. 2 % As Earnest Money with the Cashier and obtain receipt. The receipt should be attached with this form (delete if not application). Tender will be opened on 14/9/ 2012 at 1500 Hrs. by Executive Engineer in the presence of contractors who care to attend. You will be supplied construction material, if available, in the stock on the following Rates. (a) Cement in bags @ X per bag/ton, (b) X per ton/cwt. Period required for completion 04th Weeks .
FOR INTERNATIONAL AIRLINE SEAL & SIGNATURES
OF THE CONTRACTOR
PAKISTAN
Pakistan International Airlines Procurement Logistics & Food Services Department Commercial Purchases Section Tel: 99045379, Fax: 34570120 E-mail: dgmpc@piac.aero REF: GMP/DGMPC/CONT/AIR-Conditioner/12
September 03, 2012 Tender Cost: Rs. 2,000/-
INVITATION TO TENDERS AND INSTRUCTIONS TO TENDERERS M/S _______________________ ___________________________ ___________________________
Sub: Tender For Pre-Qualification of Air Conditioning Firm.
Dear Sirs,
We are pleased to invite your sealed tenders for the items listed in the attached schedule/s. In case of more than one schedule separate tender for each schedule should be furnished. The terms & conditions of the tender / supplies are given below:A) SUBMISSION OF TENDER 1. You are required to send your tenders addressed to General Manager Procurement, PIA Procurement & Logistics Building JIAP Karachi by 27-09-2012. The tenders may be dropped in the tender box marked as “Tender Box Commercial Purchases” placed at the entrance of the PIA Procurement & Logistics Building latest by 10:30 hours on the specified date. You may also send your tenders through registered A/D mail addressed to General Manager Procurement & Logistics, which must reach before the closing date and time mentioned above. Tenders will be opened at 11:00 hours the same day in the presence of tenderness. 2. Tenders received after stipulated date & time shall not be considered. The Corporation will not be responsible for postal delays. The decision of General Manager Procurement & Logistics in this respect shall be final and binding.
Page 1
EARNEST MONEY The Tender should be accompanied by a cash receipt for RS. 100,000/- (Rupees One Hundred Thousand) interm of Pay Order payable at Karachi in lieu thereof in the name of M/S PAKISTAN INTERNATIONAL AIRLINES as interest free Earnest Money (Refundable). Earnest Money in any other shape shall not be accepted. Earnest / Security Money deposited against a running contract (s) purchase orders(s) shall not be transferable as earnest money for any other tender. All tenders without Earnest Money shall not be considered.
SECURITY DEPOSIT The successful tenderers upon award of Contract / Purchase Order will be required to furnish a cash deposit in the amount equivalent to 10% of total tender value as interest free Security deposit in shape of C.R. (Cash Receipt) from Accounts Officer Procurement & Logistics or a Pay Order of an equivalent amount or a Bank Guarantee for an equivalent amount countersigned by the Head Office of the Bank and to remain valid 3-months after the expiry period of the Contract. The Earnest Money already held can be converted into Security Deposit and balance amount if any shall be deposited as above. PREPARATION OF TENDER The Tenders should be enclosed in double cover. The inner cover should be sealed having enclosed the following documents:a) b) c) d)
The Schedule duly filled in, signed and sealed. Original Cash Receipt or Pay Order for Earnest Money. Undertaking on RS. 100/- or above non-judicial stamp paper duly signed and stamped by a Public Notary Oath Commissioner. Pre-Qualification Form duly filled in and signed, if your firm is not Registered with PIA.
The outer cover should bear address of the General Manager Procurement & Logistics, PIA Procurement & Logistics Building, JIAP Karachi – Pakistan and reference number of the tender with opening date of tender. All information about the material proposed to be supplied must be given as required in the schedule to tender. The tender will not be considered if complete information required is not given therein. Particular attention must be paid to delivery time. Authorized Signatures of individual signing the tender and other documents connected with the contract must specify whether signing as: a) b) c) d) e)
Sole Proprietor or his attorney. A registered active partner of the firm or his attorney. For the firm per procreation. As secretary, Manager, Partner, etc., or their attorney in case of firms registered under Partnership Act. The Tenderers must indicate whether its firm / company / organization etc is registered with PIA or not. If registered then specify PIA Registration number.
Page 2
PRICES a)
b) c)
d)
The Prices quoted must be net as per accounting unit as shown in the Schedule to tender inclusive of all duties / taxes, packing, octroi and delivery charges for free delivery to Karachi Airport. However, if GST is applicable, same should be shown separately. The Prices mentioned in the tender will be treated as firm till the completion of Purchase Order / Contract. The Prices must be stated for each item separately both in words and figures in Pakistan Currency. Additional information, if any must be linked with entries on the Schedule to Tender. Offers must be valid for 90 days.
ACCEPTANCE OF TENDER PIA do not pledge themselves to accept the lowest tender and reserve the right to accept or reject any or all tenders / quotations, divide business among more than one supplier or accept the tenders at rates on lowest individual items or extend the date of opening without assigning any reason.
Yours truly,
For: Pakistan International Airlines
Anis Ahmed Khan DGM Purchases Commercial
Encl: 1. Tender Schedule 2. Undertaking 3. Draft Agreement
Note : Prescribed Tenders form for the subject item may be directly downloaded from PIAC website and Tender fee be submitted along with bid in shape of non-refundable PAY ORDER of Rs.2,000/= in the name of name of Pakistan International Airline.
Page 3
TENDER DOCUMENTS
Sealed tenders are invited for operation and maintenance including annual overhaul of Air conditioning Plant (whose details, terms and conditions are attached) from local contractors. Contracts should meet the following general conditions:
1. Contractors must have own office, telephone and workshop.
2. They should have five years experience in Air conditioning field.
3. Contractors should provide a list of their tools and equipments required for maintenance of our plant.
4. Contractor should have Chiller and Boiler technicians of at least 05 years experience on their roll. 5. Contractor should have good knowledge of chemical dosing required for A/C System.
6. The offer should be in following pattern : a) Yearly charges for morning and evening shift (A/C Plant Operation). b) Officer should also cover the months during which annual maintenance is carried out and only compressor and Air Handling Units are operating. c) Billing is to be made on monthly basis.
Page 4
Ref. : ______________ Date: ______________ Description of Project: Operation/Maintenance of A/C plants (500+500) Ton ABSORPTION SYSTEM COMPRESSED AIR and EXHAUST AIR SYSTEM installed at Precision Engineering Complex, Karachi Airport, plus two 40-Ton Chiller unit. For work described below given to Messer’s : ________________________________________ Contract to be executed as per Contract No. _____________________________________ and at the rates specified below : S.No.
Description
.
Qty.
Unit
Operation / Maintenance of above Compressed Air and Absorption A/C system, details are as under: 01.
Absorption Chiller 500 Ton
02
Nos.
02.
Boiler 350 H.P Approx
02
Nos.
03.
Bottle type Cooling Tower
03
Nos.
04.
Air-conditioning unit
21
Nos.
05.
Exhaust Fan installed at different locations
28
Nos.
06.
Centrifugal pumps, including pumps of condensate Return
12
Nos.
07.
Industrial compressor Motor Driven
02
Nos.
08.
Compressed Air System
01
No.
09.
Electric panels for Plant Room
10.
Electric panels for Compressor
11.
Electrical/Pneumatic Control System
01
No.
12.
Control System for air distribution
01
No.
13.
Various pipe fitting etc.
01
No.
14.
Servicing and overhauling of window/package a) Window Units
10
Nos.
b) Package Units
08
Nos.
Chiller 40 Ton Installed at I.C.P
02
Lot.
A/C Units located
15.
I / We accept the above without reserve. M/s. __________________________________
Page 5
Description of the Project: Operation/Maintenance of A/C. PLANTS (500+500) TON ABSORPTION SYSTEM, Compressed Air and Exhaust Air System installed at Precision Engineering Complex, Karachi Airport plus two 40 TON Chiller Units. Contracts to be executed as per contract No. ________________________________ and rates specified below: The above system is to be operated on two shifts w.e.f _____________ to _______________ on the following pattern: From 0700 Hrs to 1530 Hrs. 1500 Hrs to 2330 Hrs.
01.
The contractor is responsible to operate and maintain the entire A/C System from 0700 Hrs. to 2330 Hrs and deploy his staff as indicated in Annexure-A.
02.
PEC operates on 05 working days basis. However should the need be there, essential contractors staff may be called on holidays and weekly off days for A/C. operation. No compensation for the extra duties will be made by PEC. Moreover all holidays are included in the contract and no extra charges shall be paid on official holidays.
03.
The scope of work will consist of the operation and maintenance of entire Airconditioning, Compressor and Exhaust System, components of which are installed in the Plant Room, A.H. Units Roof Top RCC structure and outside the building.
04.
Cost of spare parts will be borne by PEC but these would be supplied by the Contractor on actual charges. However, if value of supplied items for repair and/or overhaul is more than 0.2 million, the contractor will present three quotations with comparative statement for approval prior to supply of the required items.
05.
If the equipment component or part goes out of order, due to the negligence of the contractor’s staff, this would be replaced/repaired free of charge by the Contractor, in case the contractor is unavailable to fix up, the repair cost will be deducted from the monthly bill.
Page 6
06.
The contractor must maintain desired temperatures and keep a daily check sheet indicating on/off timing, temperature, pressure, voltage, ampere, readings of plant machine. Boiler and Chiller and a daily/weekly/monthly/yearly check up and submit progress chart of Maintenance/Servicing information to the concerned Engineer/Officer for our record ad reference.
07.
Contractor is responsible for any delay, damage, stoppage of work etc caused due to non-availability of required staff.
08.
If the attendance of the contractor staff is below 15% of the authorized roll, Rs. 200 per person per day shall be deducted from the monthly bill. Also contractor will be responsible for stoppage of work etc. due to non-availability of staff.
09.
None of the duty staff of contactor shall be taken away from site without prior permission of concerned PEC Engineer/Officer.
10.
If the contractor fails to restore the serviceability of the system within a reasonable/specified time as given by the PEC management, a penalty of 2% per day of the monthly bill will be imposed subject to a maximum amount of 10% of the monthly charges. If the failure persists then PEC has the right to terminate the contract.
11.
The contractor should have sufficient experience in ABSORPTION SYSTEM and the operation/maintenance job be carried out by semi-skilled staff and rectification,
defects
maintenance/servicing,
replacement
of
defective
parts/spares by the qualified Engineer.
12.
The contractor will keep on his payroll one approved specialist of ABSORPTION SYSTEM
who
could
be
called
in
for
advised
and
rectification
of
defect/discrepancies of PEC Plant. This specialist will be required to furnish fortnightly a certificate of good health of plants owned by PEC. 13.
The successful bidder must name of his employees with copies of the CNIC Cards with Sr. No., 1”x1” photographs with verification from Police Authorities regarding their character/political activities, so that PEC premises entry passes can be issued. A list of staff along with their educational qualifications, experience, henceforth should be submitted to PEC for approval.
Page 7
14.
An Attendance Register will be maintained and the same will be kept with PEC representative deputed for job will be put up to the concerned Engineer at the end of each month.
15.
General Manager or his representative will see from time to time that above instructions are being strictly followed.
16.
In case of faulty workmanship, PEC shall have the rights / option to have the work performed by any other suitable party at the risk and cost of maintenance contractor.
17.
In case equipment/part thereof is required to be removed from the system for purpose of repair/modification permission of General Manager or concern Engineer or nominated representative is to be obtained.
18.
All equipments will be operated by semi-skilled staff and Maintenance / Overhauling / Servicing / Rectification of defects will be done by experienced / qualified mechanics under an experienced and qualified supervision.
19.
The contractor or his employed labour shall not indulge in any activity detrimental to the interest of the PEC and in case of its occurrence the PEC shall be justified in imposing such penalty which it deems fit.
20.
The contractor is responsible for dismantling and installation of solution or Refrigerant Pump motor, to draw the lithium bromide and charging lithium bromide/chromate/octyl, changing of any defective parts of Chiller, Internal cleaning of any portion of Chiller including cutting of any portion with re-welding, however cleaning agent, welding facility and material shall be provided by PEC.
21.
If any spare part including lithium bromide, descaler chemical supplied by the contractor
for
rectification
of
machine
during
overhauling/servicing
the
unserviceable parts / spare will be returned to our PEC Stores and the PEC will pay the bill of contractor on production of original cash memos including extra charges not exceeding 5% excluding labour charges. The material will be checked
by
PEC
nominees/Project
Engineer/Officer
before
installation/replacement of the same. 22.
Acceptance or rejection, fully or partly, of any or all works executed will be in the sole judgment of authorized agent of PEC and shall be binding on the contractor.
Page 8
23.
This order can be cancelled and work stopped from time to time, temporarily or absolutely at any stage by the authorized agent of PEC without assigning any reason and contractor shall on no account be entitled to any damages, loss or profits on account of any prior commitments made or entered into. The contractor shall only be entitled to his bills for work executed upto that in accordance with the terms of this contract.
24.
A Bank Guarantee/Security Deposit/Performance Bond has to be submitted by the successful contractor worth Rs. 100,000/= which will be kept valid during and three months after the currency of the contract. The guarantee amount will be forfeited in case the contractor unilaterally terminates the contract or is unable to perform satisfactorily. The Bank Guarantee should remain effective even three months after the contract.
25.
Any breach the items and conditions stipulated herein above on the parts of contractor may render the contract liable for cancellation and in that event PEC may en-cash the guarantee by the contractor.
26.
In every case in which by virtue of the provision of workman compensation Act 1923, as amended/altered from time to time, PEC is obliged to pay compensation to workman employed by the contractor in execution of works, and without prejudice to its other rights and remedies, PEC shall be at the liberty to recover amount of compensation or any part thereof so paid by deduction it from security deposit/bank guarantee or from any other sums due by the PEC to the contractor. The PEC shall not be bound to contest any claim made against it expect on written request of contractor and upon this giving to PEC full security for all costs and expenses for which PEC become liable in consequences of contesting such a claim.
27.
If contractor or his workman damage or deface or in any other way cause any harm to any building, roads, fence, enclosure, grass, cultivated, and/or any other property of the PEC or of any third party he shall make good the same at his own expenses and in the event of refusing or failing to do so with in stipulated period, the damage shall be repaired, replaced, reinstated and/or reconstructed by the PEC, who without prejudice to its other rights and remedies under the law of the land shall deduct the costs and all expenses incurred therein from any sums due, or which becomes due to the contractor including the bank guarantee and contractor shall have no objection, whatsoever.
Page 9
28.
The tender rates or amounts are inclusive of all taxes (income tax, sales tax, professional tax etc.) duties, royalties and charges whatsoever nature payable to or levied from time to time by the central and provisional governments or local bodies, and no claim on this account shall be entertained by the PEC.
29.
Mandatory Govt. dues i.e. EOBI, ESSI, Group Insurance, Gratuity (or any other prescribed the Govt. or in the Labour laws) shall be paid by the contractor.
30.
The minimum salary of the employees must as per Government of Pakistan Labour Laws.
31.
The contractor shall provide “A” class material on all jobs and if he fails to do so, he shall replace the items at his own risk and cost without claiming any extra amount. The decision of PEC authorized agent will be considered final and binding.
32.
Spares parts i.e, related components, electrical controls will be supplied by the PEC, but in case of non-availability of items contractor will provide the same immediately on extra payment such that no dislocation of work occurs.
33.
The contractor will responsible for the approval of Boiler from Government of Sindh, while, inspection fees shall be paid by PEC. Boiler operating certificate shall be provided by contractor after getting from Chief Boiler Inspector.
34.
Contractor will be responsible for supply of cleaning agents, used for parts cleaning, area cleaning, pump glands, refrigerant for absorption chiller, grease, brushes scrappers, de-scaling pumps, drums for withdrawal of solution and petty welding and fabrication job.
Signature _________________________________ (Authorized Agent)
for _________________________________ (Contractor)
Page 10
Annexure-I
Ref. : ____________ Date: ____________
Description of Project: Operation/Maintenance of A/C plants (500+500) Ton ABSORPTION SYSTEM COMPRESSED AIR and EXHAUST AIR SYSTEM installed at Precision Engineering Complex, Karachi Airport, plus two 40-Ton Chiller unit installed at ICP Area. For work described below given to Messer’s : ________________________________________ Contract to be executed as per Contract No. _____________________________________ and at the rates specified below : S.No.
Description
.
Qty.
Unit
01.
Site Engineer B.E. (Mech.) with 05 years absorption experience/DAE with 07 years experience.
01
No.
02.
Foreman
01
No.
03.
Electrician
01
No.
04.
Boiler Attendant
01
No.
05.
Air-conditioning Mechanic
01
No.
06.
General Fitter
01
No.
07.
Compressor Operator
01
No.
08.
Air-conditioning Plant Operator (Chiller)
01
No.
09.
Helper
01
No.
Total: 09 Nos. per morning shift Staff
For evening shift technicians against serial No. 1,5 & 6 may be omitted. Total staff required is 06 for evening shift only. I / We accept the above without reserve. M/s. __________________________________
Page 11
Annexure-II Ref. : ______________ Date: ______________ Scope of Work: Operation/Maintenance of A/C plants (500+500) Ton ABSORPTION SYSTEM COMPRESSED AIR and EXHAUST AIR SYSTEM installed at Precision Engineering Complex, Karachi Airport, plus two 40-Ton Chiller unit. For work described below given to Messer’s : ____________________________________ Contract to be executed as per Contract No. _____________________________________ and at the rates specified below : S.No.
01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. a) b) 15.
Description
.
Operation / Maintenance of above Compressed Air and Absorption A/C system, details are as under: Absorption Chiller 500 Ton Boiler 350 H.P Approx Bottle type Cooling Tower Air-conditioning unit Exhaust Fan installed at different locations Centrifugal pumps, including pumps of condensate Return Industrial compressor Motor Driven Compressed Air System Electric panels for Plant Room Electric panels for Compressor Electrical/Pneumatic Control System Control System for air distribution Various pipe fitting etc. Servicing and overhauling of window/package A/C Units located Window Units Package Units Chiller 40 Ton Installed at I.C.P
Qty.
Unit
02 02 03 21 28 12 02 01
Nos. Nos. Nos. Nos. Nos. Nos. Nos. No.
01 01 01
No. No. No.
10 08 02
Nos. Nos. Lot.
The above system is to be operated on two shifts w.e.f _____________ to _______________ on the following pattern: From 0700 Hrs to 1530 Hrs. 1500 Hrs to 2330 Hrs.
I / We accept the above without reserve. M/s. __________________________________
Page 12
Draft
Contract
Between Precision Engineering Complex PEC, PIA, KARACHI - PAKISTAN
and
------------------------------------------
This agreement is made between Precision Engineering Complex, P.I.A.C. known as Purchaser and M/s. __________________ known as the Contractor. Whereas it is agreed that Contractor will render services for the operation, maintenance and overhaul of A/C. Plant (500 + 500) TON Units Absorption System, alongwith compressed Air and Exhaust Air System installed at Precision Engineering Complex, P.I.A.C. Karachi Airport plus two 40 TON chiller units.
Page 13
Articles:
1. 2.
Definitions Scope of Work
3.
Duration /Timings of Contract
4. 5. 6.
Price Terms of Payment Modification / Amendments to the Contract
7.
Force Majeure
8. 9. 10.
Arbitration Cancellation and Termination Addresses and Communication
11.
Coming into Force (Approvals)
Annexure “A”
Essential List of Employees
Annexure “B”
Terms and Conditions
Page 14
Article-1: Definitions 1.1
Contract means agreement signed by Purchaser and Contractor for the operation and maintenance and overhaul of 500 + 500 TON units Absorption System, alongwith Compressed Air and Exhaust Air System installed at Precision Engineering Complex, PIAC alongwith 40 TON Chiller Units.
1.2
Contractor means M/s. ________________ having its registered office at ________________________.
1.3
Purchaser means Precision Engineering Complex P.I.A.C. being the owner and user of the above stated Air Conditioning System having its Head Office at Karachi Airport.
Article - 2 Scope of Work 2.1
Operation / Maintenance and overhauling of Airconditioning Plants at PEC Main Complex, Karachi Airport including Investment casting Plant. Details are appended below;-
2.2 S.No. Description . Unit Operation / Maintenance of above Compressed Air and Absorption A/C system, details are as under: 01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14.
15.
Absorption Chiller 500 Ton Boiler 350 H.P Approx Bottle type Cooling Tower Air-conditioning unit Exhaust Fan installed at different locations Centrifugal pumps, including pumps of condensate Return Industrial compressor Motor Driven Compressed Air System Electric panels for Plant Room Electric panels for Compressor Electrical/Pneumatic Control System Control System for air distribution Various pipe fitting etc. Servicing and overhauling of window/package A/C Units located a) Window Units b) Package Units Chiller 40 Ton Installed at I.C.P Page 15
Qty.
02 02 03 21 28
Nos. Nos. Nos. Nos. Nos.
12 02 01
Nos. Nos. No.
01 01 01
No. No. No.
10 08 02
Nos. Nos. Lot.
2.3
The scope of work also include maintenance of entire Air Conditioning System, Compressor and Exhaust System and the components installed in the Plant Room, Air Handling Units, Roof Top RCC and outside the main building.
2.4
During the period when the A/C Plant is shut down, annual maintenance of the entire equipment shall be carried out and only compressor and Air Handling Units will be operating (if required).
2.5
Cost of spare parts will be borne by PEC but these would be supplied by the Contractor on actual charges.
Article – 3 Duration / timings of the Contact 3.1
The above operation has to be done on two shifts w.e.f _________ to___________.
3.2
During this period, the contractor is responsible to maintain the entire A/C System from 0700 Hrs. to 2330 Hrs on two shifts basis and deploy his staff as indicated in Annexure-“A”.
3.3
PEC operates on 05 working days basis. However should the need be there, essential contractor’s staff may be called on holidays and weekly off days for A/C. operation. No compensation for the extra duties will be made by PEC.
3.4
Moreover all holidays are included in the contract and no extra charges shall be paid if the A/C staff is called on these holidays.
Article – 4 Price 4.1
The contract is effective from _________ to __________ and the price against the scope of work stated under Article-2 shall be Rs. __________ per month.
4.2
Subject to satisfactory performance, the contract may be extended for period of another one year on same terms and conditions.
4.3
Cost of spare parts will be borne by PEC but these would be supplied by the Contractor on actual charges. However, if value of supplied items for repair and/or overhaul is more than 0.2 million, the contractor will present three quotations with comparative statement for approval prior to supply of the required items.
Page 16
4.4
The rates or amounts are inclusive of all taxes (income tax, sales tax, professional tax etc.) duties, royalties and charges whatsoever nature payable to and levied from time to time by the central or the provisional governments or local bodies, and no claim on this account shall be entertained by the PEC.
4.5
Mandatory Govt. dues i.e. EOBI, ESSI, Group Insurance, Gratuity (or any other prescribed the Govt. or in the Labour laws) shall be paid by the contractor.
4.6
If the equipment / component goes out of order, due to the negligence of the contractor’s staff, this would be replaced/repaired by the contractor free of charge. In case the contractor is unavailable to fix up, the repair cost will be deducted from the monthly bill.
Article – 5 Terms of Payments 5.1
Billing has to be made on monthly basis and from each bill an amount equal to 10% of the bill will be deducted as security deposit. The total amount of deposit shall be refunded 03 months after the end of maintenance period of 12 months if the work is entirely satisfactory.
Article – 6
Modification / Amendments to Contract 6.1
No amendments / modification to the contract are valid unless made in writing and is signed by both PEC and the contractor.
Article – 7
Force Majeure 7.1
7.2
The contactor shall not be liable for delay in performing his obligations resulting from and force majeure causes as defined below, provided notice of such cause is given in writing to PEC not later than 15 days after the cause has come to the notice of the contractor. a) Acts of God b) Acts of any Government Authority, domestic or foreign including but not limited to war c) Sabotage, strike, lockouts The onus to prove the causes of Force Majeure will rest with the contractor, if the force majeure situation lasts for more than a month, the contractor will sit with the authorized official of PEC and find some alternative solution.
Page 17
Article - 8
Arbitration 8.1
In case there is a difference of opinion on issues relating to the services provided by the contractor, the matter should be resolved amicably through friendly discussion. However in case the matter is not resolved, both parties agree to appoint arbitrators to resolve the matter. The decision of the arbitrator shall be binding to the parties.
Article - 9 Termination & cancellation
9.1
Any breach of the terms and conditions stipulated herein above on the parts of the contractor may render the contract liable for cancellation and in that event the Purchaser may forfeit the security deposit accumulated till the date of termination.
9.2
This contract can be cancelled and work stopped from time to time, temporarily or absolutely at any stage by the authorized agent of PEC without assigning any reason and contractor shall on no account be entitled to receive damages, loss or profits on account of any prior commitments made or entered into. The contractor shall only be entitled to his bills for work executed upto that period in accordance with the terms of this contract.
Article – 10
Address and Communication 10.1
The official address for PEC shall be the following: Precision Engineering Complex, PIA PEC Building, Karachi airport Fax # 021-34572695 Tel. No. 021-99043358
10.2
The official address of the contract shall be following:
10.3
Any notice to either party under this work order shall be deemed to have been validity served if sent by registered mail, cable or fax to the retrospective address above.
10.4
Changes of address, if an shall be notified through registered mail to the other party duly acknowledged by the recipient party.
Page 18
Article – 11 Coming in to Force
11.1
This contract will become effective from ___________ after signatures of the Purchaser and the Contractor and will be executed as per Article – 3 of this contract.
Purchaser
Contractor
Signature
Signature
Name Designation
Name Designation
For and on behalf of Precision Engineering Complex Karachi
for and on behalf of (Contractor)
Date:_________________ Date:_________________
Seal: _________________ Seal:_________________
Page 19
Annexure “A”
Essential List of Employees
S.No. Unit
Description
.
Qty.
01.
Site Engineer 01 B.E. (Mech.) with 05 years absorption chiller experience/ DAE with 07 years experience.
No.
02.
Foreman
01
No.
03.
Electrician
01
No.
04.
Boiler Attendant
01
No.
05.
Air-conditioning Mechanic
01
No.
06.
General Fitter
01
No.
07.
Compressor Operator
01
No.
08.
Air-conditioning Plant Operator (Chiller)
01
No.
09.
Helper
01
No.
Total: 09 Nos. per morning shift Staff For evening shift technicians against serial No. 1,5 & 6 may be omitted. Total staff required is 06 for evening shift only.
Page 20
Annexure –“B”
Other Terms and Conditions:
1. If the equipment / component or part goes out of order, due to the negligence of the contractor’s staff, this would be replaced/repaired free of charge by the Contractor, in case the contractor is unavailable to fix up, the repair cost will be deducted from the monthly bill. 2. The contractor must maintain desired temperatures and keep a daily check sheet indicating on/off timing, temperature, pressure, voltage, ampere, readings of plant machine. Boiler and Chiller and a daily/weekly/monthly/yearly check up and submit progress chart of Maintenance/Servicing information to the concerned Engineer/Officer for our record and reference. 3. Contractor is responsible for any delay, damage, stoppage of work etc caused due to non-availability of required staff. 4. If the attendance of the contractor staff is below 15% of the authorized roll, Rs. 200 per person per day shall be deducted from the monthly bill. Also contractor will be responsible for stoppage of work etc. due to nonavailability of staff. 5. None of the duty staff of contactor shall be taken away from site without prior permission of concerned PEC Engineer/Officer. 6. If the contractor fails to restore the serviceability of the system within a reasonable/specified time as given by the PEC management, a penalty of 2% per day of the monthly bill will be imposed subject to a maximum amount of 10% of the monthly charges. If the failure persists then PEC has the right to terminate the contract. 7. The contractor should have sufficient experience in ABSORPTION SYSTEM and the operation/maintenance job be carried out by semi-skilled staff and rectification, defects maintenance/servicing, replacement of defective parts/spares by the qualified Engineer. 8. The contractor will keep on his payroll one approved specialist of ABSORPTION SYSTEM who could be called in for advise and rectification of defect/discrepancies of PEC Plant. This specialist will be required to furnish fortnightly a certificate of good health of plants owned by PEC. 9. The successful bidder must name of his employees with copies of the CNIC Cards with Sr. No., 1”x1” photographs with verification from Police Authorities regarding their character/political activities, so that PEC premises entry passes can be issued. A list of staff along with their educational qualifications, experience, henceforth should be submitted to PEC for approval.
Page 21
10. An Attendance Register will be maintained and the same will be kept with PEC representative deputed for job will be put up to the concerned Engineer at the end of each month. 11. General Manager or his representative will see from time to time that above instructions are being strictly followed. 12. In case of faulty workmanship, PEC shall have the rights / option to have the work performed by any other suitable party at the risk and cost of maintenance contractor. 13. In case equipment/part thereof is required to be removed from the system for purpose of repair/modification permission of General Manager or concern Engineer or nominated representative is to be obtained. 14. All equipments will be operated by semi-skilled staff and Maintenance / Overhauling / Servicing / Rectification of defects will be done by experienced / qualified mechanics under an experienced and qualified supervision. 15. The contractor or his employed labour shall not indulge in any activity detrimental to the interest of the PEC and in case of its occurrence the PEC shall be justified in imposing such penalty which it deems fit. 16. The contractor is responsible for dismantling and installation of solution or Refrigerant Pump motor, to draw the lithium bromide and charging lithium bromide/chromate/octyl, changing of any defective parts of Chiller, Internal cleaning of any portion of Chiller including cutting of any portion with rewelding, however cleaning agent, welding facility and material shall be provided by PEC. 17. If any spare part including lithium bromide, descaler chemical supplied by the contractor for rectification of machine during overhauling/servicing the unserviceable parts / spare will be returned to our PEC Stores and the PEC will pay the bill of contractor on production of original cash memos including extra charges not exceeding 5% excluding labour charges. The material will be checked by PEC nominees/Project Engineer/Officer before installation/replacement of the same. 18. In every case in which by virtue of the provision of workman compensation Act 1923, as amended/altered from time to time, PEC is obliged to pay compensation to workman employed by the contractor in execution of works, and without prejudice to its other rights and remedies, PEC shall be at the liberty to recover amount of compensation or any part thereof so paid by deduction it from security deposit/bank guarantee or from any other sums due by the PEC to the contractor. The PEC shall not be bound to contest any claim made against it expect on written request of contractor and upon this giving to PEC full security for all costs and expenses for which PEC become liable in consequences of contesting such a claim.
Page 22
19. If contractor or his workman damage or deface or in any other way cause any harm to any building, roads, fence, enclosure, grass, cultivated, and/or any other property of the PEC or of any third party he shall make good the same at his own expenses and in the event of refusing or failing to do so within stipulated period, the damage shall be repaired, replaced, reinstated and/or reconstructed by the PEC, who without prejudice to its other rights and remedies under the law of the land shall deduct the costs and all expenses incurred therein from any sums due, or which becomes due to the contractor including the bank guarantee and contractor shall have no objection, whatsoever. 20. The contractor shall provide “A” class material on all jobs and if he fails to do so, he shall replace the items at his own risk and cost without claiming any extra amount. The decision of PEC authorized agent will be considered final and binding. 21. Spares parts i.e, related components, electrical controls will be supplied by the PEC, but in case of non-availability of items contractor will provide the same immediately on extra payment such that no dislocation of work occurs. 22. The contractor will responsible for the approval of Boiler from Government of Sindh, while, inspection fees shall be paid by PEC. Boiler operating certificate shall be provided by contractor after getting from Chief Boiler Inspector. 23. Contractor will be responsible for supply of cleaning agents, used for parts cleaning, area cleaning, pump glands, refrigerant for absorption chiller, grease, brushes scrappers, de-scaling pumps, drums for withdrawal of solution and petty welding and fabrication job.
Page 23
(RUPEE ONE HUNDRED NON-JUDICIAL STAMP PAPER)
General Manager Procurement & Logistics Procurement & Logistics Division Pakistan Intentional Airlines Karachi.
Subject:
UNDERTAKING TO EXECUTE CONTRACT
Dear Sir, 1. We / I, the undersigned tenderer do here by confirm, agree and undertake to do following in the event our / my tender for ___________________, is approved and accepted:2. That we / I will enter into and execute the formal contract, a copy of which has been supplied to us / me, receipt whereof is hereby acknowledged and which has been studied and understood by me / us without any change, amendment, revision or addition thereto, within a period of seven days when required by PIA to do so. 3. That all expenses in connection with the preparation and execution of the contract including stamp duty will be borned by us / me. 4. That we / I shall deposit with PIA the amount of Security as specified in the contract which shall continue to be held by PIA until three months after expiry of the contract period. 5. That in event of our / my failure to execute the formal contract within the period of Seven days specified by PIA the Earnest Money held by PIA shall stand forfeited and we / I shall not question the same.
Tenderer’s Signature __________________ Name in Full _________________________ Designation __________________________ Address: ____________________________ _________________________ Phone / Fax # _________________________ N.I.C. # ______________________________ Seal ________________________________ Date ________________________________
Page 24
INTEGRITY PACT / DISCLOSURE CLAUSE Declaration of Fees, Commissions and Brokerage Etc. Payable By The Suppliers, Vendors, Distributors, Manufacturers, Contractor & Service Providers Of Goods, Services & Works ___________________________________________ the Seller / Supplier / Contractor hereby declares its intention not to obtain the procurement of any Contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative sub-division or agency thereof or any other entity owned or controlled by it (GOP) through any corrupt business practice. Without limiting the generality of the forgoing the Seller / Supplier / Contractor represents and warrants that it has fully declared the brokerage, commission, fees 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 it affiliate, agent, associate, broker, consultant, director, promoter, shareholder sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of Pakistan, except that which has been expressly declared pursuant hereto. The Seller / Supplier / Contractor certifies that it has made and will make full disclosure of all agreements an arrangements with all persons in respect of or related to the transaction with Government of Pakistan and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty. The Seller / Supplier / Contractor accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts 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 Government of Pakistan under any law, contract or other instrument, be void-able at the option of Government of Pakistan. Notwithstanding any rights and remedies exercised by Government of Pakistan in this regard, the Seller / Supplier / Contractor agrees to indemnify Government of Pakistan for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of Pakistan in any amount equivalent to ten time the sum of any commission, gratification, brief, finder’s fee or kickback given by the Seller / Supplier / Contractor as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever from Government of Pakistan.
Page 25
Evaluation Form for HVAC/Central A/C Plant Total Marks Obtained Total Marks Company Name:
100
A. PARTICULARS OF THE FIRM / COMPANY / JOINT VENTURE : i) Specific Experience : (Central Air Conditioning Plant/HVAC)
Project Marks 1st 5 2nd 10 3rd 15 4th 20 Please attach copy of contracts executed / In hand.
Marks Optained
20 Marks
ii.General Experience in provision of HVAC Services to the Company during last three years.
Company / Firm One Two Three Four
Marks 2 3 4 5
Marks Obtained
B . PERSONAL CAPABILITIES : i. Technical Personnel with qualification in the permanent employment.
Personnel Minimum 30 31 to 80 81 or more Please attach Certificate/ Degree Copy.
Page 26
Marks 2 3 5
Marks Obtained
05 Marks
05 Marks
ii. a. Qualification of Key personnel ( for Absorption Chiller & Gas Fired Boiler)
Qualifications Matic Intermediate Graduate Post Graduate
05 Marks
Marks Obtained
Marks 2 3 4 5
b. Relevant Experience - HVAC Experience (within Pakistan) Marks Obtained
Duration Marks 2 to 4 Year 2 over 5 years 3 over 10 years 4 over 15 years 5 Please attach a copy of companies employment/experience certificate.
05Marks
c. Permanency with Firm 05Marks Duration 2 to 4 Year over 5 years over 10 years over 15 years Please attach a copy of appointment letter.
Marks 2 3 4 5
Marks Obtained
iii. Qualification pf Proprietor /Managing Parterner (C.E.O)
Qualification
Marks
Intermediate Graduate Post Graduate Please attach a copy of degree/Certificate
Page 27
2 3 5
Marks Obtained
05 Marks
b. Age of Firm (Years of establishment of firm) Duration 2 Years and above 3 to 5 Years 5 Years and above Please attach a copy of degree/Certificate
Marks 2 3 5
Marks Obtained
C. Equipment Capabilities (Workshop) Latest equipment available
15 Marks
Equipment Transport Workshop Equipment Safety equipment (Provide Details)
Marks 5 5 5
Marks Obtained
D. Financial Details i. Averege Annual Turn Over
10 Marks
Million Marks Categary A: 50 Million and Above 10 Catagary B: 10-50 Million 7 Categary C: 10 Million 5 Please attache a copy of Financial Statements etc
Marks Obtained
15 Marks
ii. Minimum Funds available
Funds 5 Million or equalant 10 Million and above Please attache a copy of bank statement (last 6 months)
Marks 7 10
Marks Obtained
05 Marks
E. Safety Social Security Old Age Benefit Policy:-
Insurance Are the employees related to your firm pererlay insured Please attaché copy of Insurance Policy
05 Marks
Page 28
Marks 5
Marks Obtained
QUALIFICATION MARKS 70
Page 29
NOTICE FOR PREQUALIFICATITON OF FIRMS/CONTRACTORS. Applications
are
invited
for
pre-qualification
from
the
Engineering
Firms/Contractors on the approved list of the HUD & PHE Department, Government of Punjab for the works mentioned below.
1. Construction of Road from E-Block to Doctor Hospital Under High Tension Line M.A. Johar Town, Lahore. 2. Widening/ Improvement of Khayban-e-Jamia Punjab From Bhekewal Junction to Campus Canal Bridge, Lahore. 2. Widening / Improvement of Al-Madina Road, Sector B-I Quaid-e-Azam Town, Lahore. 3. Construction of Road along Khamba Distribuitary from Nursay Chowk to Southren Bye Pass M.A. Johar Town, Lahore.
Interested Firms/Contractors who wish to execute the works in question are advised to get their names pre-qualified and are required to submit the following documents/information in the office of the undersigned before 28.09.2012 upto closing hours. 1.
Name of Firms/Contractor with year of establishment, partnership deed/ article of Association and full address with telephone number of person authorized by the Firm/Contractor to whom future correspondence can be made.
2.
Proof of details of works executed/being executed since last five years indicating the name of the owners, project cost, scope of work, date of commencement/completion and details of payments received with amount and dates. (Preferably in Performa format).
3.
Valid License from Pakistan Engineering council in category C-3 and above with specialization in Construction/ Improvement of roads.
4.
List of staff, plant and machinery owned by the firm/Contractor (photocopies of C.V).
5.
Financial Statement of the scheduled banks in the name of Firms/Contractors and Balance sheet duly prepared by Chartered Accountant for last three years.
6.
Details of any Arbitration/Litigation of similar proceeding against any Government/Semi Government Department showing extent and results.
7.
Undertaking on judicial paper that the Firm/Contractor was never blacklisted by any of the Government/Semi government Organization in the past.
Further information if desired may be obtained from the office of the undersigned on any working day. Only the short listed Firms/Contractors will subsequently receive the Contract Documents in invitation to submit the tenders for the works. TERM AND CONDITIONS
1. The Competent Authority reserves the right to reject any application or all applications without assigning any reason thereof. 2. Any concealment about the information/details mentioned above will result in disqualification of the Firm/Contractor. 3. In case of incomplete information, prequalification application will be rejected and will not be considered for prequalification. 4. No court proceeding against the prequalification will be allowed and the decision will be final. 5. Applicants/Firms/Contractors are required to give guarantee / undertaking that they have carefully studied the pre-qualification notice and they will abide by the rules & regulations. 6. Selected Contractors shall work under supervision of Consultant if in any case appointed by the LDA. 7 Preference will be given to the firm having previous experience of rehabilitation of Bridges
CHIEF ENGINEER LDA, LAHORE.
NOTICE FOR PREQUALIFICATITON OF FIRMS/CONTRACTORS. Applications
are
invited
for
pre-qualification
from
the
Engineering
Firms/Contractors on the approved list of the HUD & PHE Department, Government of Punjab for the works mentioned below.
1. Development of Infrastructure (Remaining Works) in LDA Avenue-I Housing Scheme, Lahore.
Interested Firms/Contractors who wish to execute the works in question are advised to get their names pre-qualified and are required to submit the following documents/information in the office of the undersigned before 28.09.2012 upto closing hours. 1
Name of Firms/Contractor with year of establishment, partnership deed/ article of Association and full address with telephone number of person authorized by the Firm/Contractor to whom future correspondence can be made.
2.
Proof of details of works executed/being executed since last five years indicating the name of the owners, project cost, scope of work, date of commencement/completion and details of payments received with amount and dates. (Preferably in Performa format).
3
Valid License from Pakistan Engineering council in category C-3 and above with specialization in Roads & WSSD Works.
4.
List of staff, plant and machinery owned by the firm/Contractor (photocopies of C.V).
5.
Financial Statement of the scheduled banks in the name of Firms/Contractors and Balance sheet duly prepared by Chartered Accountant for last three years.
6.
Details of any Arbitration/Litigation of similar proceeding against any Government/Semi Government Department showing extent and results.
7 Undertaking on judicial paper that the Firm/Contractor was never blacklisted by any of the Government/Semi government Organization in the past.
Further information if desired may be obtained from the office of the undersigned on any working day. Only the short listed Firms/Contractors will subsequently receive the Contract Documents in invitation to submit the tenders for the works.
TERM AND CONDITIONS
1. The Competent Authority reserves the right to reject any application or all applications without assigning any reason thereof. 2
Any concealment about the information/details mentioned above will result in disqualification of the Firm/Contractor.
3 In case of incomplete information, prequalification application will be rejected and will not be considered for prequalification. 4 No court proceeding against the prequalification will be allowed and the decision will be final. 5. Applicants/Firms/Contractors are required to give guarantee / undertaking that they have carefully studied the pre-qualification notice and they will abide by the rules & regulations. 6. Selected Contractors shall work under supervision of Consultant if in any case appointed by the LDA. 7 Preference will be given to the firm having previous experience of rehabilitation of Bridges
CHIEF ENGINEER LDA, LAHORE.
PAKISTAN STATE OIL COMPANY LIMITED TENDER NOTICE Subject : CONSTRUCTION OF MECHANISM FOR DRAINAGE OF RAIN WATER FROM T/L DRIVEWAY AREA AND AREA NEAR PANEL ROOM, PUMP ROOM & RAILWAY SIDING AT KTB TENDER # OP/7142-MR Sealed bids are invited from reputed & renowned Suppliers/Contractors for the above captioned tender. EARNEST MONEY IN THE FORM OF PO/DD TENDER COLLECTION (START DATE) TENDER COLLECTION (END DATE) TENDER SUBMISSION UP TO TENDER OPENING DATE
2% of total bid value 12-09-2012 24-09-2012 27-09-2012; 02:15 PM 27-09-2012; 03:00 PM ONWARDS
Tender documents may be collected on submission of written request on letterhead of company on any working day between 03:00 P.M to 04:30 P.M. from the following address: PROCUREMENT & SERVICES DEPARTMENT PAKISTAN STATE OIL COMPANY LIMITED 2ND FLOOR, PSO HOUSE, KHAYABAN-E-IQBAL, CLIFTON, KARACHI TEL: 111-111-PSO (776), Ext: 2267 Fax: 021 – 9920 3796 E-mail: procurement@psopk.com NOTE: - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid. - PSO may ask for any further information & details at any time during evaluation period. - Bidding procedure will be “Single Stage – One Envelope Procedure”. The bid shall comprise one single envelope containing separately, financial proposal and technical proposal (if any). - Please post all your queries for the subject tender (if any) on procurement@psopk.com at least 05 working days prior to bid opening date. - Sealed bids along with 2% earnest money of the total bid value in the form of Pay Order / Demand Draft (acceptable only) should be dropped by aforementioned date and time in Tender Box No # 2, marked “PROCUREMENT” at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton Karachi or mailed to reach this address before aforementioned due date and time.
-
Those bidders who conforms technical specifications & requirements including terms & conditions of the contract shall be eligible for bid participation or award of contract.
-
This advertisement is for one time procurement of the Captioned Goods/Services/Work only, which does not, qualifies for other similar future jobs in PSO.
This advertisement is also available on PSO website www.psopk.com
Punjab Healthcare Commission 1.
TENDER NOTICE
1. The Punjab Healthcare Commission [PHC] invites sealed bids from eligible bidders for the tender notice titled “Execution of Civil works/interior design�. at PHC office planned to be established in Shaheen complex, Egerton Road, Lahore. 2
Complete set of bidding documents may be obtained by interested bidders from Punjab Healthcare Commission (PHC), 73/B-1, Nisar Colony Lahore Cantonment, Lahore. Ph: 042-36676250-2, Fax: 04236676253, e-mail: info@phc.org.pk , for a nonrefundable fee of Rs. 1,000 for each set.
3 Security deposit of 2% (Two Percent) of the total bid price quoted in the form of Pay Order or Demand Draft may be made out in favor of Chief operating officer, PHC. 4 The bidders are requested to offer their best and final prices separately (Technical & Financial Bid) as no negotiations are expected. Bidding documents should positively be submitted with in 15 days from the date of publication of advertisement. 5 Taxes will be deducted as per GoPb rules.GST/NTN registration certificate / number must also be provided. Note: The management reserves the right to accept or reject any or all offers received in this regard without assigning any reason. Director (Business Support) Punjab Healthcare Commission (PHC), 73/B-1 Nisar Colony Lahore Cantonment, Lahore. Ph: 042-36676250-2, Fax: 042-36676253, e-mail: : info@phc.org.pk
NOTICE FOR PREQUALIFICATITON OF FIRMS/CONTRACTORS. Applications
are
invited
for
pre-qualification
from
the
Engineering
Firms/Contractors on the approved list of the HUD & PHE Department, Government of Punjab for the works mentioned below.
1. Development of Infrastructure (Remaining Works) in LDA Avenue-I Housing Scheme, Lahore.
Interested Firms/Contractors who wish to execute the works in question are advised to get their names pre-qualified and are required to submit the following documents/information in the office of the undersigned before 28.09.2012 upto closing hours. 1
Name of Firms/Contractor with year of establishment, partnership deed/ article of Association and full address with telephone number of person authorized by the Firm/Contractor to whom future correspondence can be made.
2.
Proof of details of works executed/being executed since last five years indicating the name of the owners, project cost, scope of work, date of commencement/completion and details of payments received with amount and dates. (Preferably in Performa format).
3
Valid License from Pakistan Engineering council in category C-3 and above with specialization in Roads & WSSD Works.
4.
List of staff, plant and machinery owned by the firm/Contractor (photocopies of C.V).
5.
Financial Statement of the scheduled banks in the name of Firms/Contractors and Balance sheet duly prepared by Chartered Accountant for last three years.
6.
Details of any Arbitration/Litigation of similar proceeding against any Government/Semi Government Department showing extent and results.
7 Undertaking on judicial paper that the Firm/Contractor was never blacklisted by any of the Government/Semi government Organization in the past.
Further information if desired may be obtained from the office of the undersigned on any working day. Only the short listed Firms/Contractors will subsequently receive the Contract Documents in invitation to submit the tenders for the works.
TERM AND CONDITIONS
1. The Competent Authority reserves the right to reject any application or all applications without assigning any reason thereof. 2
Any concealment about the information/details mentioned above will result in disqualification of the Firm/Contractor.
3 In case of incomplete information, prequalification application will be rejected and will not be considered for prequalification. 4 No court proceeding against the prequalification will be allowed and the decision will be final. 5. Applicants/Firms/Contractors are required to give guarantee / undertaking that they have carefully studied the pre-qualification notice and they will abide by the rules & regulations. 6. Selected Contractors shall work under supervision of Consultant if in any case appointed by the LDA. 7 Preference will be given to the firm having previous experience of rehabilitation of Bridges
CHIEF ENGINEER LDA, LAHORE.
REGISTERED DW&CE/6002-Advt/
702
/E6
12 Sep, 2012
The Director Advertisement Press Information Department Islamabad REQUISITION FOR ADVERTISEMENT: NOTICE OF TENDER 1. Please arrange to publish the enclosed classified advertisement according to the requirements specified below in the issue of: -
14 Sep, 2012 The overall expenditure on this account may not exceed the limit: (a) (b) (c)
2.
Name of Publication with places of issued Number of insertion Space in Column inches or otherwise
(a) Nawa-e-Waqat (b) Dawn One in each 6” X 4”
(Urdu) (English)
Karachi & Quetta
It is confirmed that: (a)
Funds are available to meet the entire cost of this advertisement.
(b) Payment to respective parties will be made promptly on receipt of relevant bills from your department after pre-audit. 3. Necessary bill in triplicate duly supported with relevant tear sheet, please be forwarded to CMES (PAF) Samungli. One copy of tear sheets each to this HQ for reference and record. 4.
Please ensure that the bills are sent to CMES (PAF) Samungli and not to this
Headquarters.
DA/As above Copy to:1.
CMES (PAF) Samungli
2.
AGE (Air) Shahbaz
For
(KHURSHID AHMAD) SE DW & CE (PAF) Ckl Tele No 5339
REGISTERED
DW&CE/6002-Advt/ 703
/E6
12 Sep, 2012
M/S Hawk Advertising C/O Head Office Shaheen Foundation Sector E-9/I PAF Complex Islamabad
REQUISITION FOR ADVERTISEMENT: NOTICE OF TENDER
The following requisition for advertisement of M E S Notice of tender are sent herewith for publications:-
a.
No 6002-Advt / 702
/E-6
DA/As above
Dated
12 Sep, 2012
For
(KHURSHID AHMAD) SE DW & CE (PAF) Ckl Tele No 5339
Copy to:1.
CMES (PAF) Samungli
2.
AGE (Air) Shahbaz
3.
Assistant Director Rizwan Mehmood PPRA Federal Bank for Co-operative Building 1st Floor Sector G-5/2 Near SBP, Islamabad
Please ensure making of payment on receipt of advertisement bills from respective agencies.
Alongwith copy of requisition for loading on PPRA Website.
MILITARY ENGINEER SERVICES NOTICE OF TENDER 01
The office of DW&CE (PAF) Chaklala invites sealed tenders for the following
EMERGENCY WORKS:02 (a)
Construction of Certain Non Residential Facilities at PAF Base
(NN)
Costing Approximately Rs 6.500 Million
(b)
Construction of Certain Non Residential (NN) Costing Approximately Facilities at PAF Base Rs 9.00 Million The contractors are required to submit their applications for issuance of tender
03.
documents alongwith their complete credentials as shown at (Serial 9). The applications shall be scrutinized and the tender documents will only be issued to the firms who have sufficient experience in the relevant field and satisfy other special conditions required for the job and area. Application should reach the above mentioned office before 18 Sep, 2012. Tenders will be issued to the scrutinized contractors on 19 Sep, 2012. The tender must be received in the accepting office by 1130 Hrs on 26 Sep, 2012 and will be opened at 1200 Hrs on the same date. NOTE:-Contractors shall provide certificate that they are not involved in any type of litigation with Government Department in the Court of Law and that no special report of Directorate of Inspection and Evaluation (E-in-C’s Branch GHQ) is outstanding against them.
04 All contractors will certify in writing that they are registered with Pakistan Engineering Council (PEC), and will submit a copy of their registration. Contractors not registered with PEC are ineligible to apply. 05
Contractor born on approved List of MES in categories ‘A’ and ‘B’ and also having experience of this type should only apply.
06
Contractors who desire may be present at the time of opening of tenders.
07.
The accepting officer reserves the right to accept or reject the tender without quoting any reason.
08 The interested parties can contact CMES (PAF) Samungli/authorized representative for further details from 0715 to 1335 hours on all working days. 09
Name of Work Executed
Sl No
Departmental
during the Last 2 Years and in Hand
Agency
Amount of Work
Time Allowed (Months)
Percentage
Performance
Date of
Date of
Progress of
Report on each
commencement
Completion
work in
Work by the
Hand
Engineer in Charge
OFFICE OF THE TOWN MUNICIPAL ADMINISTRATION SAMANABAD TOWN LAHORE TENDER INVITING NOTICE Sealed percentage / item rate tenders are hereby invited for the following schemes / works from the approved contractors of any TMA of CDGL, who have got their names enlisted / renewed for the year 2012-13. The Tenders Forms shall be issued free of cost from the date of publication of this notice and also available on the website of Local Govt. and Community Department. Tender will be opened in the office of the Town Officer (I&S), TMA Samanabad Town Lahore on 04-10-2012 at 11:00 AM in the presence of such contractors as may be present, by the following committee:1. 2. 3. 4. 5.
Town Municipal Officer Convener Representative of District Coordination Officer Member Assistant Engineer (LG&CD) Member Town Officer (Finance) Member Town Officer (I&S) Member/Secretary
2% (Two Percent) earnest money of the estimated cost in shape of Deposit Call (CDR) from the scheduled bank will be accompanied with each tender/quotation in the name of Town Municipal Administration, Samanabad Town, Lahore. The Contractor shall provide performance security equal to one tenth of the amount of the accepted bid including 2% earnest money, within seven days of the acceptance of tenders, failing which his tender shall be cancelled and re-invited and earnest money forfeited by the Tehsil/Town Municipal Administration. Tender rates and amount should be filled in figures as well as in words and tender should be signed as per general directions given in the tender documents. The details of work can be seen from the Office of the Town Officer (I&S), TMA, Samanabad Town during working hours. The telephonic or conditional and overwritten tenders/quotations will not be entertained. The Administrator, TMA, Samanabad Town, Lahore reserves the right to reject any or all the tenders/quotations without assigning any reason thereof. ADP WORKS FOR 2012-13 Sr
Name of Works
Estimated Cost (Rs.)
1
Construction of Wazoo Khana & Toilet in Graveyard Baba Shah Jalal, Jhanzaib Block, Iqbal Town, Lahore UC-104.
817000
2
Construction of Wazoo Khana & Toilet in Graveyard Alamghir, Gulghusht Colony, UC88
817000
Administrator TMA, Samanabad Town, 12 – Rasool Park, Sahama Road, New Mozang, Samanabad, Lahore.
MILITARY ENGINEER SERVICES NOTICE OF TENDER 01
The office of DW&CE (PAF) Chaklala invites sealed tenders for the following
EMERGENCY WORKS:02 Costing Approximately Construction of Certain non Residential (EE) Rs 29.000 Million facilities at PAF Base The contractors are required to submit their applications for issuance of tender
(a) 03.
documents alongwith their complete credentials as shown at (Serial 9). The applications shall be scrutinized and the tender documents will only be issued to the firms who have sufficient experience in the relevant field and satisfy other special conditions required for the job and area. Application should reach in the above mentioned office before issued to the scrutinized contractors on accepting office by 1130 Hrs on
20 Sep, 2012.
19 Sep, 2012. Tenders will be
The tender must be received in the
27 Sep, 2012 and will be opened at 1200 Hrs on the same
date. NOTE:-Contractors shall provide certificate that they are not involved in any type of litigation with Government Department in the Court of Law and that no special report of Directorate of Inspection and Evaluation (E-in-C’s Branch GHQ) is outstanding against them.
04 All contractors will certify in writing that they are registered with Pakistan Engineering Council (PEC), and will submit a copy of their registration. Contractors not registered with PEC are ineligible to apply. 05
Contractor born on approved List of MES in categories ‘A’ and ‘B’ and also having experience of this type should only apply.
06
Contractors who desire may be present at the time of opening of tenders.
07.
The accepting officer reserves the right to accept or reject the tender without quoting any reason.
08
The interested parties can contact CMES (PAF) Faisal/authorized representative for further details from 0715 to 1335 hours on all working days.
09
Name of Work Executed
Sl No
Departmental
during the Last 2 Years and in Hand
Agency
Amount of Work
Time Allowed (Months)
Percentage
Performance
Date of
Date of
Progress of
Report on each
commencement
Completion
work in
Work by the
Hand
Engineer in Charge
NATIONAL TELECOMMUNICATION CORPORATION Office of Director NTC Islamabad, F-5/1, Islamabad.
TENDER NOTICE Sealed bids are invited from the reputed firms for the work as per detail below; Detail of Work
Completion Period
Earnest Money
Construction of Retaining Wall and Repair of Drive Way at NTC RDLU Murree
2 x Months
2% of Bid Value
The tender documents can be obtained from the Office of ADE (Technical) NTC,
Second
Floor,
Regional
Headquarters
Building,
Sector
F-5/1,
Islamabad
(Tel: 051-9214242/051-9216464 Fax: 051-9261721) during working hours on payment of Rs. 500/- (non-refundable). NTC may reject all bids at any time prior to acceptance.
LAST DATE OF TENDER SUBMISSION :
02nd October, 2012 till 1030 HRS
DATE/VENUE OF TENDER OPENING
02nd October, 2012 at 1100 HRS at Office of ADE (Technical) NTC, Second Floor, Regional Headquarters Building, Sector F-5/1, Islamabad
FAISAL BASHIR Director â„Ą 051-9262266 051-9261721
:
Town Municipal Administration, Musa Pak Shaheed Town, Multan. TENDER NOTICE Town Municipal Administration Musa Pak Shaheed Town Multan intends to invite tenders for its development program as per government of Punjab LG & CD Development notification No.SOR(LG)48/2002 dated 28-02-2012. Such contractors who have deposited their registration fee for financial year 2012-13 in any TMA of Multan District. Tender form can be received upto 28.9.2012 free of cost from the office of Town Officer (I&S) or website of LG& CD Department. Tender form along with 2% CDR issued from any schedule Bank of Pakistan will be received on 28.9.2012 upto 12 A.M. Received tenders will be opened on the same day in the presence of contractors or their authorized representative. It will be compulsory for all the contractor to quote their rates in words and digits as well. Rates will be quoted in % above or below on estimated cost. Such tenders which do not fulfill the instructions issued by government will be considered as cancelled. The contractors will be bound to deposit 10% performance security along with deposited 2% CDR within 7 days of acceptance of tenders. If the contractor does not deposit the performance security in due time, their deposited CDR will be forfeited in favor of TMA and tenders will be called again. No excuse of the contractors will be acceptable after acceptance of tenders. The contractor will be bound to do in agreement on prescribed stamp paper and start work at site within 7 days. Detail drawings, estimates and other information can be seen from the office of TO (I&S) in office timings. Competent authority reserves this right to reject any tender with out quoting any reason.
S.#
Name of Works
Estimated Cost.
CDR Amount
1.
Construction of Ware House in Town Municipal Administration, Musa Pak Shaheed Town,Multan
996382/-
20000/-
(IQBAL FARID MALIK) Town Municipal Officer, Town Municipal Administration, Musa Pak Shaheed Town, Multan.
(ATTA –UL-HAQ MALIK) Administrator, Town Municipal Administration, Musa Pak Shaheed Town, Multan.
Benefits of Maven Tenders A subscription to Maven will ensure your organization has access to the latest tenders being called by all levels of Government along with the private and public sectors. As the smartest provider of tender opportunities in the Pakistan market, Maven lead the way in ensuring all relevant tenders for your business are captured and distributed to you in a timely manner. Our capture rates (finding what tenders are available in the market) are considered the best available. What are you currently missing out on?
There are many good reasons to subscribe to a tender notification service. Think of your subscription as an investment, an investment that will more than pay for itself when you win new business called through the tender process. Even if you already have a tender notification provider, having two subscriptions will ensure nothing slips through the net. If you buy your local newspaper and check the tenders advertised column yourself, and this suffices for your business, then you probably don't need our services. However if you are serious about winning new business through the complete capture of all relevant tenders for your business, then a subscription to Maven will deliver.
The following pages outline the main benefits of using our service. Complete Coverage: Maven is your single source. 95% of all publicly advertised tenders in Pakistan pass through our system. We are the only tender notification company that provides customized service. Our research team are highly experienced in hunting down the latest tenders, and our daily media search extends to printed media such as newspapers, trade journals and industry magazines. We also search known industry websites for new tenders being published including all levels of government, councils, and corporate procurers. Rest assured, we know all the sources of tenders and they know us! Benefit to you Your organization receives the widest possible coverage. When you subscribe to Maven you can be assured that all tenders are being captured that are relevant to your business, and that nothing is being missed. You need confidence in this area. Relevancy: We realise the importance of ensuring you only receive tenders that are relevant to your business and industry. Time is precious
and we also understand that you are very busy in your day-to-day work. That is why we have developed an industry matching system that ensures accuracy and relevancy to your specific needs. With many industry categories available, you pick and choose which categories you require tenders from. We also provide keyword profile matching for the most highly targeted matches. Benefit to you You spend less time searching and filtering for tenders in the market and more time running your business. Only receive tenders that are of direct interest to you, and only tenders you are capable of responding to. We keep it quick and simple! Timeliness: We guarantee to have a minimum of 95% of all publicly available tenders to you within 24 business hours of publication. If a tender is published in a newspaper or website today, and it matches your profile, we will send that to you within one business day usually Benefit to you You receive notification in a timely and efficient manner. The earlier the notification to you the more time you have to prepare and respond. With tight closing times becoming the norm, you need to receive notification of tenders at the earliest point possible!
Many of our clients claim that this benefit alone saves them the equivalent of our annual subscription costs! Users: You can have up to five users under your subscription. So if you have a branch network or multiple offices, five people within your business can receive or access tenders we publish. This is useful when each of your branches require tenders for their own region, or where your business has different operating divisions. Benefit to you A subscription can be set-up with 5 users in your organization. Each user can have access to Maven and can receive tenders via email. This means tenders being captured can easily be distributed to your staff or colleagues based on their location or the division they work in.