tender document for - punjabeproc.punjab.gov.pk/biddingdocuments/50484955/4949/...psc tender...
TRANSCRIPT
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 1 of 111
TENDER DOCUMENT
FOR
CIVIL WORKS AT DIFFERENT CENTRES OF PUNJAB SEED CORPORATION
SPECIAL INSTRUCTIONS
- No cutting, erasing is allowed in the Tender Document/bid.
- Bid offered strictly in accordance with the bid document will only be accepted
- This is for strict compliance
PUNJAB SEED CORPORATION Head Office
4-Lytton Road, Lahore Tel: 042 99212571-74 Fax: 042 99212570
Web: www.psc.punjab.govt.pk
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 2 of 111
No. PSC/HQ-CC/Civil Works/27-17/
Punjab Seed Corporation 4-Lytton Road, Lahore
Dated: 30-10-2017 Tele: 042 9921 2571-74 Fax: 042 9921 2570
INVITATION FOR BID Sealed bids are invited in accordance with Rule-25 & 38 of the Punjab Procurement Rules, 2014 (single stage-two envelope procedure) from construction contractors, firms, companies and builders validity registered and enlisted with the Pakistan Engineering Council, FBR, PRA or other appropriate bodies including the provincial or local government department in the relevant category, for the below listed civil and allied works at various PSC centres in Punjab. Sr. Description Estimated
Cost (Rs)
Completion
Period
PSC SEED PLANT AND FARM KHANEWAL
1 Repair and maintenance of Plant Colony Khanewal 984,650 2 months
2 White washing of 12 No Hours Tip Store at Plant Khanewal 126,958 2 months
3 Contraction of motorbike /cycle Shed PSC Plant Khanewal 433,926 -do-
4 Lying of tuf tiles in front of Boundary wall East site Plant Khanewal 250,501 -do-
5 Lying of sewerage line are disposal of sewerage water at PSC Plant
Colony Khanewal
640,926 -do-
6 Waterproofing treatment of valleys & gutters including proper slopes for speeding drainage of rainwater of shell roofs at Seed
Plant
4,214,830 3 months
7 Repair and maintenance overhead all water reservoir PSC Plant Khanewal
147,573 2 months
8 Repair & maintenance of water supply line for firefighting
arrangement Plant Khanewal
702,290 -do-
9 Repair & maintenance office Block Plant Khanewal 314,612 -do-
10 Replacement of Existing roof of Security Office Plant Khanewal 176,762 -do-
11 Cement plaster of the boundary wall north & south sides of Seed
Plant Khanewal
197,757 -do-
12 Repair & maintenance of mosque of Seed Plant Khanewal 123,655 -do-
13 Repair of bathroom & toilet for labour at Seed Plant 125,419 -do-
14 Repair & maintenance of farm colony (83-85/10-R) 378,010 -do-
15 Tilting of common boundary wall farm colony (86-87/10-R) 178,480 -do-
16 Repair & maintenance of metal road from main gate to Rest House
at Colony (81-82/10-R)
695,385 -do-
17 Construction of boundary wall spare No 33/86, 34/86 Farm 86-87 at PSC Plant Khanewal
2,474,532 2 months
18 Brick soling of thrashing floor in DC area Sq No.27/86 at Farm 86-
87/10-R
1,001,521 2 months
19 Repair & maintenance of concrete road in front of office & officer
residences at Farm 86-87/10-R
289,164 -do-
20 Repair & whitewashing of store & veranda at Farm 86-87/10-R 160,557 -do-
PSC SEED PLANT RAHIMYAR KHAN
1 Kallar bricks soiling in front of Cereal plant 658,102 2 months
2 Replacement of the water supply line of fire fighting arrangement 686,081 -do-
3 Reconstruction of germination room at plant 348,705 -do-
4 Renovation of quality control laboratory 281,962 -do-
5 Renovation of germination room 340,516 -do-
6 Tuf tile work in front of office at Seed Plant 77,333 -do-
7 P/f of china glaze tiles 24”x24” & distemper work of veranda at Rest House
41,010 -do-
8 P/f of china glaze tiles 24”x24” & distemper work of dining hall at
rest house
98,312 -do-
9 P/f of china glaze tiles 24”x24” & distemper work of kitchen at rest
house
56,410 -do-
10 Construction of watercourse for disposal of sewerage water at colony
157,563 -do-
11 P/f of china glaze tiles 24”x24” for veranda and rooms of office
block at Seed Plant
100,215 -do-
12 P/f of china glaze tiles 24”x24” for veranda and rooms at Plant/FAS 47,430 -do-
PSC SEED PLANT AND FARM SAHIWAL
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 3 of 111
1 Water proofing treatment in valley/gutter including proper slope
for speedy drainage of rain water on main store
2,839,239 3 months
2 Estimate for broken position glass & steel frame Plant 187,520 2 months
3 R&M front boundary at PSC Plant Sahiwal 196,958 -do-
4 Renovation of Germination Room 144,400 -do-
5 Repair and Maintenance different houses and Mosque PSC Colony 828,463 2 months
6 Extension of vehicle stand PSC Plant Sahiwal 168,663 2 months
7 Concrete floor of platform at PSC Plant (183’-6” x 80’-6”) 1,054,952 -do-
8 Repair of internal road from main gate to Cold Store and main gate
to end of main store at Plant
1,040,121 -do-
9 Repair of internal road from main gate to Rest House at Colony 511,387 -do-
10 Distemper and paint work on front and veranda of cold storage at
Plant
74,389 -do-
11 Repair and maintenance of farm colony 689,138 -do-
12 Repair of farm store/work shop and oil seed store 475,438 -do-
13 Construction of drain for cold storage water 299,678 -do-
PSC SEED PLANT PIPLAN MIANWALI
1 Repair of offices Admin. Block 28,772 2 months
2 Repair of machinery Hall Plant 139,442 -do-
3 Repair of Officers Residence No.1 48,150 -do-
4 Repair of staff quarter No.4, 12, 13 124,068 -do-
5 Repair of staff quarter No.6, 7, 8, 9 183,792 -do-
6 Repair of rest House 236,861 -do-
Interested parties, firms and persons can obtain the tender documents containing pertinent details,
specifications, description, quantities, place of delivery, consignment schedule and other conditions of
procurement/supply, to be procured under this tender from the office of the undersigned by submitting
a written request on the company letter head after payment of a non-refundable tender price of
Rs.2,000/- (Rupees two thousand only) in the form DD/PO/CDR by or before 20.11.2017. Tender
documents can also be downloaded from the websites www.ppra.punjab.gov.pk or on PSC website
www.psc.agripunjab.gov.pk. In case of downloaded documents, tender fee must be attached in the form
of DD/PO/CDR at the time of submission of the bid, failing which the bid shall not be entertained.
Sealed tender must be delivered at the given address before 20.11.2017 at 10:00 AM. The same will
be opened at 10:30 AM on same day in presence of representative of firms who may wish to attend.
Tender documents must be accompanied by earnest money in the form of a CDR/DD/PO @ 2% of the
estimated cost from a scheduled bank in favour of the Punjab Seed Corporation.
Further details can be obtained from the office of the undersigned during office hours on all working
days.
Director Administration
Punjab Seed Corporation 4-Lytton Road, Lahore
Ph.042-99212571-5 Fax:-042-9921257
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 4 of 111
Introduction
This bidding document has been developed specifically for the purchases and procurements of
goods and services by or for the Punjab Seed Corporation (PSC) and may not be applicable to other
establishments.
In order to simplify the procedure; but not to comprise quality, objectivity, cost-effectiveness, time
effectiveness, ease of participation and free and fair competition by the prospective bidders; the
bidding document has been divided into various sections and sub-sections. Section-1 is the
Invitation to bids. Section-2 contains the definitions applicable to the tender document and the
bidding process.Section-3 is the general conditions of bidding.Section-4 details the procedure for
submission of bids. Section-5 is about opening and evaluation of the bids. Section-6 relates to
award of contract to successful bidders. Section-7 describes the miscellaneous terms and
conditions of biddings.
The tender document also contains certain annexes and appendices, which are an integral part of
the tender document. Annex-1 is the list of the civil and allied works depicting the schedule of
earnest money & the completion time. Annex-2 presents detailed specifications and scope of the
work. Annex-3 is related to Drawings of various works. Annex-4 is the Bid Performa to be filled in
by the participating bidders. Annex-5 is the Performa for bid price offer to be filled in by the
participating bidders. Annex-6 is specimen of the undertaking to be submitted by the prospective
bidders that they understand, agree to and will comply with the terms and conditions of the bidding.
Appendix-1 is a specimen of the Contract Agreement that may be executed between the Punjab
Seed Corporation and the successful Bidder, if so required.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 5 of 111
Contents
Section Description Page
Volume-I Tender Documents
Tender Notice 2
Introduction 4
Contents 5
Section-1 Invitation to Bids 6
Section-2 Definitions 8
Section-3 General Conditions of Bidding 9
Section-4 Submission of Bids 12
Section-5 Opening & Evaluation of Bids 13
Section-6 Award of Contract 17
Section-7 Miscellaneous Terms & Conditions 19
Annex-1 List of the Civil & Allied Works 23
Annex-2 Detailed Specifications & Scope of the Works 100
Annex-3 Drawings 103
Annex-4 Bid Performa 105
Annex-5 Bid Price Schedule 108
Annex-6 Undertaking by the Bidder 110
Annex-7 Contract Agreement (Specimen) 111
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 6 of 111
Section-1 Invitation to Bid
Tender For
CIVIL AND ALLIED WORKS AT DIFFERENT CENTRES OF PUNJAB SEED CORPORATION
Time & Date of Receipt of Bids: 10:00 AM on 20.11.2017 Time & Date of Opening of the Bids: 10:30 AM on 20.11.2017
Note: This invitation to bids is only for Civil and Allied Works as are mentioned in this tender document and the tender notice published on the website of the Punjab Seed Corporation (PSC) and the Punjab Procurement Regulatory Authority (PPRA) on 10.04.2014 under the authority of the Managing Director, PSC. Whereas, the Punjab Seed Corporation intends to procure Civil and Allied Works for the Seed Processing Plants, Seed Farms and Office Establishments of the Punjab Seed Corporation by calling open competitive tenders from the interested original manufacturers, contractors, suppliers, dealers, distributors, traders, stockists, vendors and sole agents (registered with the Income Tax and the Sales Tax Department) for the supply and services. Now, the Punjab Seed Corporation (hereinafter also referred as the “Purchaser”) invites sealed bids from the eligible bidders for the supply of the above items as per the Schedule of Technical Specifications annexed to this invitation to the tenders and subject to the conditions as laid down in this bid document, in accordance with the provisions of the Punjab Procurement Rules (PPRA), 2014. 1.0: Applicable Conditions: 1. Bidding will be conducted through a competitive bidding process in accordance with the Punjab
Procurement Regulatory Authority Act, 2009 and as laid down in the Punjab Procurement Rules, 2014. Participation will be open to all the interested bidders who fulfil the requisite qualifications of participation.
2. Interested bidders can purchase a complete set of the bidding document from the address given below by presenting a written application on their official letterhead and upon DD/CDR/PO of a non-refundable fee as mentioned in the advertisement notice. The document can also be downloaded from the website of the Punjab Seed Corporation<www.psc.agripunjab.gov.pk> and the Punjab Procurement Regulatory Authority at <ppra.punjab.gov.pk> as well as official portal of Government of the Punjab at <tenders.punjab.gov.pk>. However, in case of participation through a downloaded document, the bidder will have to pay the cost of the document in shape of DD/CDR/PO at the time of submission of the bid, otherwise his bid will not be entertained.
3. Bids must be submitted only and only in properly sealed envelopes. Open envelope bids will be rejected straightaway.
4. No bids will be accepted after the prescribed time and date of submission. 5. Tender documents along with supporting documents, if any, will be opened as per the schedule
given in the advertisement notice in the presence of the bidders or their authorized representatives who choose to attend the opening ceremony. The proceeding will not halted merely on account of absence or missing of a bidder or representative of the participating entity.
6. Conditional or incomplete tenders or the bid documents that are not in accordance with the PPRA Rules, 2014 or the tenders without earnest money will not be accepted and considered for evaluation.
7. Competent authority reserves the right to reject or accept any or all of the tenders without assigning any reason thereof.
8. Bidders might be asked to deposit a non-refundable sum to be specified by the Purchaser as the “Processing Fee” for scrutinizing their bid papers at any time before or after opening of the bids.
9. Bidders will submit their offers on the prescribed Bid Proforma attached to this invitation to bids and shall sign the certificate and the undertaking as given in this document to the effect that the stores shall be supplied exactly in accordance with the requirements specified in the tender document. In case of any difference or deviation of the specifications, the bidder shall clearly state the extent of such deviation in his bid papers, otherwise it will be presumed that the offer is strictly in accordance with the requirements and specifications of the Purchaser.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 7 of 111
10. Tender document must be accompanied by earnest money in the form of a CDR/DD/PO @ 2% of the estimated Price by the bidder from a scheduled bank in favour of the Punjab Seed Corporation. Tenders without earnest money will be rejected straightaway.
11. Bid documents, complete in all respects, must be delivered at the below given address at the specified time in the specified manner. Bids received after the cut-off time and date will not be entertained.
12. The period of validity of the offer will be at least sixty (60) days from the date of opening the bids and may be extendable by the bidder on request of the Purchaser without any additional liability.
13. Place of consignment and the delivery period shall be as specified in the supply order to be issued to the successful bidder(s) and the contract agreement, if any.
14. Failure to submit the bid in the manner prescribed in this invitation to bids may result in rejection of the bid as being a non-responsive bid.
15. The Purchaser does not pledge himself necessarily to accept the lowest bid and reserves to himself the right of accepting a bid in accordance with his evaluation criteria regardless of the lowest quoted price. The Purchaser may also vary the quantity of the goods up to 15% of the advertised quantity to be supplied and in such a case, the bidder shall supply the same at the quoted rate.
16. In case of a composite tender notice for different items at a time, the bidders shall be at liberty to quote for anyone or all the items and further to quote for either the full or the part tender.
17. The contract agreement, if any, resulting from this invitation to bids shall be governed by and subject to the general and the special conditions of contract as are agreed to and signed by the Purchaser and the Supplier, and shall also be subservient to the terms and conditions governing contracts for supplies as contained in the PPRA Rules 2014 and the general provisions of the Contract Act, 1940 as applicable.
18. A bidder quoting in pursuance to this Invitation to Bids shall be deemed to have read and understood the conditions thereof and the particulars of the goods, stores or services required by the Purchaser and their specifications, etc.
Interested and eligible bidders may obtain further information from the Office of the Director (Admin), Punjab Seed Corporation Head Office situated at 4 Lytton Road, Lahore during office hours from 08:00 AM to 4:00 PM on any working day by or before 20.11.2017.
(Director Administration) Punjab Seed Corporation 4-Lytton Road, Lahore
Tele: 042 9921 2571-74 Fax: 042 9921 2570
Email: [email protected]
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 8 of 111
Section-2
Definitions In this document, the following terms shall be interpreted as defined below:
1. “Bidder” means the person, firm, party or the entity participating in the bidding process and
offering to supply the goods, stores and services as demanded by the Purchaser.
2. “Bid Price” means the price quoted by the bidder in the bid papers submitted by him.
3. “Contract” means the agreement entered into between the Purchaser and the supplier, as
recorded in the contract agreement signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference therein.
4. “Contract Price” means the price payable to the supplier under the contract for the full and
proper performance of its contractual obligations.
5. “Day” means a calendar day.
6. “Goods” means all equipment, machinery and other materials, which the supplier is required to
supply to the Purchaser under the contract.
7. “Month” means a calendar month.
8. “Purchaser” means the Punjab Seed Corporation or its subordinate entities.
9. “Services” means the services ancillary to the supply of the goods, such as shipment, pre-
shipment inspection, transportation and insurance, and any other incidental services, such as
installation, commissioning, provision of technical assistance, training, and other such obligations
of the supplier covered under the contract.
10. “Supplier” means the individual or firm supplying the goods and services under the contract
and the supply order.
11. “Civil Work” means repair, alteration, addition, amendment, superimposition, construction and
reconstruction works of structures, buildings, seed processing plants, seed farms, roads, streets,
bridges, utilities, watercourses, water supply projects, wastewater plants, water distribution and
wastewater conveyance facilities, storm drainage and flood control projects involving usage of
the construction and construction related materials, implements and equipment.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 9 of 111
Section-3 General Conditions of Bidding
Bidding will be governed by the terms and conditions as mentioned in this section. 3.0: Cost of Bidding All substantial and incidental costs in connection with preparation and submission of the bid as well as all other expenses incidental to the process shall be borne exclusively and solely by the prospective bidder. The Purchaser, in no case, will be responsible or liable for any costs borne by a prospective bidder regardless of the outcome of the bidding process. Claims on this account will not be entertained at any cost. 3.1: Tender/Bid Document i). Bids can be offered only on the biding documents bought from the Purchaser or downloaded
from the website. The bidding documents may include the following: (a) Invitation to bids (b) Bid document containing the general and the special conditions of bidding (c) Schedule of Technical Specifications (d) Bid proforma (e) Bid Price Schedule (f) Certificate and undertaking from the bidder (g) Technical literature, data, catalogues, and brochures etc., submitted by the bidder
ii). Bidders are expected to have examined all instructions, terms, conditions and the specifications
as mentioned in or attached to the bidding documents, before submitting the bid documents. Failure to furnish the information as required in the bidding documents or submission of a bid deviant from the bidding documents may result in rejection of the bid.
3.2: Clarifications Concerning Bidding A prospective bidder requiring any clarification of the bidding documents may apply in writing or can contact the Purchaser by any of the modes of communications mentioned in the bid document (e.g., telephone, fax, email). 3.3: Amendments into Bidding Documents i). At any time prior to the deadline for submission of bids, the Purchaser, whether at its own
initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by incorporating necessary amendments therein.
ii). All the prospective bidders who have obtained the bidding documents by that time will be duly notified by any of the available and the most expedient means of communication of these amendments in the bidding documents. Thenceforth, the amendments shall be binding on them.
iii). In order to allow reasonable time to a prospective bidder to take note of the amendments in preparing his bid, the Purchaser, at its discretion, may extend the deadline for the submission of bids. Notification of such an extension in submission of the bids shall be publicized as per the prescribed procedure.
3.4: Bid Papers (i) The bid papers to be prepared and submitted by the prospective bidders will comprise the
following components: a) Duly purchased or downloaded bid document; b) Bid profroma, duly filled in and signed in accordance with the instructions and other
conditions of bidding; c) Bid Price Schedule, duly filled in and signed in accordance with the instructions and other
conditions of bidding; d) Documentary evidence that the bidder is eligible to bid and is qualified to perform the
contract if his bid is accepted including an undertaking that the bidder is not blacklisted by any public authority or is in litigation with a public authority;
e) Documentary evidence that the goods and ancillary services to be supplied by the bidder conform to the specifications as given in the bidding documents or as notified by the Government of the Punjab from time to time;
f) Bid security (earnest money) in the form of a CDR in favour of the Purchaser issued by an authorized bank;
g) Receipt of purchase of the bid documents or receipt of payment in lieu thereof in case of download;
h) Documentary evidence establishing the relationship of principal and agent in case of goods of foreign origin or where the bidder himself is not the manufacturer (e.g., third party
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 10 of 111
manufacturing) including undertaking of liability by the principal or the original equipment manufacturer (OEM); and
i) Certificate and undertaking in the requisite format to the satisfaction of the Purchaser 3.5: Description of the Goods The goods and services required, the bidding procedures and the terms of the contract would be the ones as are prescribed in this bidding document. The specifications and other description of the goods and services will be as mentioned in the Section on Technical Specifications of these bid documents. 3.6: Bid Prices i). Bidders shall indicate both unit prices (where applicable) and total bid price of the goods and
services they offer to supply on the bid proforma and the price schedule. ii). Prices indicated on the bid Performa shall be inclusive of all applicable governmental taxes,
duties, insurance, other incidental and applicable charges, if any. iii). Bidders shall furnish undertaking that they have not supplied the same goods to another public
authority or a governmental purchasing agency, during the current financial year, on a price lower than the one they have quoted in the instant bid.
iv). Prices quoted by a bidder shall remain valid for the entire validity period (including the extension thereof, if any) and all during the bidder’s performance of the contract and shall not be subject to variation on any account, unless otherwise specified in the contract agreement.
v). A conditional, contingent, adjustable or fluctuating bid price will be treated as invalid bid price and shall be liable to rejection straight away.
vi). All prices will be quoted in Pakistani Rupees and in no other currency. vii). Prices must be quoted in both words and figures. In case of variance between the two, the price
quoted in words shall take precedence and will be treated as the quoted bid price. 3.7: Documents Establishing Bidder’s Eligibility and Qualification i). A bidder shall furnish, as part of its bid papers, the necessary documents establishing the
bidder’s eligibility and qualifications to bid and to perform the contract, if his bid is accepted, to the entire satisfaction of the Purchaser.
ii). In case the bidder is offering to supply the goods, which the bidder does not manufacture or produces otherwise, it shall furnish an authorization from the goods’ original manufacturer or the producer that the bidder is authorized validly to bid and supply the goods. Such an authorization shall clearly mention that the manufacturer or the producer, as the case may be, will have the ultimate responsibility with respect to quality of the goods.
iii). The bidder shall furnish necessary proof of possessing the financial and the technical capability necessary to perform the contract.
3.8: Documents Establishing Eligibility and Conformity of the Goods i). The documentary evidence of conformity of the goods and services to the specifications
mentioned in the bidding documents may be in the form of literature, drawings and data, and may consist of: (a) A detailed description of the essential technical and performance characteristics of the
goods; (b) A list giving full particulars, including available sources and current prices etc., necessary for
the proper and continual functioning of the goods for a period to be specified in the bid documents following commencement of the use of the goods by the Purchaser; and
(c) A statement showing conformity of the goods to the specifications advertised by the Purchaser as well as a statement of deviations and exceptions to the technical specifications, if any.
3.9: Bid Security / Earnest Money i). The bidder shall furnish, as part of its bid, a bid security or earnest money in the amount
specified in the advertisement notice and or the bid document. ii). In case of non-compliance or non-performance of the contract, the bid security or the earnest
money shall be liable to forfeiture to cover for the risk associated with bidder’s non-performance.
iii). The bid security / earnest money shall be in Pakistani rupees in the form of a deposit-at-call receipt (CDR)/PO/DD in favour of the Purchaser issued by a scheduled bank and shall be valid for the period, beyond the validity of the bid, as is specified by the Purchaser in the contract agreement.
iv). A bid not accompanied by valid bid security or earnest money will be rejected. v). Bid security of the unsuccessful bidder(s) will be discharged or returned as promptly as possible
after completing the necessary formalities.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 11 of 111
vi). Bid security of the successful bidder may be adjusted into the performance guarantee required to be furnished by the bidder, if any. Else, the bid security will serve as guarantee for successful completion of the contract, even if it is not specifically mentioned so in the contract agreement or the bid document.
vii). The bid security will be liable to forfeiture in the following circumstances: (a) If a participating bidder withdraws his bid during the bid validity period as specified in the
bid document; or (b) If a successful bidder, to whom acceptance of bid is conveyed, fails to sign the contract or
does not furnish the requisite performance guarantee. 3.10: Period of Validity of Bids i). Bids shall remain valid for the entire period specified in the tender document. The validity period
shall be reckoned from the date of opening of the bids. A bid valid for a period shorter than the requisite validity period will be liable to rejection.
ii). In exceptional circumstances, the Purchaser may solicit the bidder’s consent to extension of the period of validity. Such a request will be made and replied in writing.
iii). A bidder may refuse the request for extension in validity period. Such a refusal shall not render his bid security liable to forfeiture.
iv). In case of extension of the validity period, the bid security will also stand extended automatically.
v). Extension in the validity period, however, will not entitle the bidder to modify his bid or incorporate changes to his bid.
3.11: Format and Signing of the Bid i). Bids shall be typed or written in indelible ink and shall be signed and sealed by the bidder or a
person duly authorized to bind the bidder to the contract. All pages of the bid, except for the printed literature, if any, shall be initialled by the person signing the bid.
ii). Any interlineations, erasure, strike-through, cutting, or overwriting shall be valid only if they are initialled by the person or persons signing the bid and bear the date of such correction under his initials.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 12 of 111
Section-4
Submission of Bids 4.1: Sealing and Marking of Bids i). If separate financial and technical proposals have been invited, the bidder shall seal the financial
and the technical proposals in separate envelopes, duly marking the envelopes as “Financial Proposal” and “Technical Proposal”. The envelopes shall then be sealed in an outer envelope.
ii). Both inner and outer envelopes shall be addressed to the Purchaser along with reference to the tender notice and a warning “Do Not Open Before the Due Date” and “To Be Opened By Authorized Person only” or alike inscription.
iii). The inner envelopes shall also bear the name and address of the bidder to enable the bid to be returned unopened in case it is so required.
iv). If the outer envelope is not sealed and marked, the Purchaser will assume no responsibility for the bid’s misplacement or premature opening.
4.2: Deadline for Submission of Bids i). Bids must be delivered to the Purchaser at the Purchaser’s address notified in the advertisement
by or before the time and date fixed for receipt of bids. ii). Any bid submitted or received after the time and date fixed for submission of the bids will not be
considered. iii). The Purchaser, however, may extend the deadline for submission of the bids; in which case all rights
and obligations of the Purchaser and the bidder as are subject to the previous deadline will thereafter be subject to the deadline as extended. Any extension in the date of submission of the bids shall be duly notified to all the bidders and the public, if so needed.
4.3: Modification and Withdrawal of Bids i). Withdrawal of the bids after the deadline for submission of bids will not be allowed under any
circumstances. ii). No modification in the contents of the bid will be allowed to any bidder after submission and opening
of the bids, except to the extent of typographical errors. iii). A bidder, however, under a written request, may modify or withdraw its bid before the time and date
of submission of the bids without entailing any liability. iv). Notice for modification or withdrawal shall be prepared, sealed, marked, and presented in
accordance with the prescribed procedure but not later than the deadline for submission of bids. v). No bid may be withdrawn in the intervening period between the deadline for submission of bids
and the expiration of the period of bid validity. Withdrawal of a bid during this interval may result in the forfeiture of the bid security/earnest money.
vi). If the Purchaser does not make a decision regarding acceptance of rejection of the bid during the validity period, a bidder may withdraw its bid upon expiry of the validity period unless it is extended by him without entailing any penalty of forfeiture.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 13 of 111
Section-5
Opening and Evaluation of Bids
5.1: Opening of Bids i). Bids will be opened at the time and date notified in the advertisement of inviting bids, in the
presence of the bidders themselves or their authorized representatives, whosoever chooses to attend. The persons attending the bid opening shall mark their presence on the attendance sheet evidencing their participation.
ii). Bidders’ names, bid modifications or withdrawals, bid prices, discounts, presence or absence of requisite bid security/earnest money, special conditions and such other details, as the Purchaser at its discretion may consider appropriate, may be announced at the opening.
iii). Bids not qualifying the requisite criteria and other necessary conditions of participation as well as the late bids shall be rejected.
iv). Modifications and changes, that were filed before opening of the bids may, at the discretion of the Purchaser, form part of the bidding documents and shall also be made known to the participants.
v). The Purchaser will prepare and record the minutes and proceedings of the bid opening. vi). after the evaluation and approval of the technical proposals, the purchaser shall open the
financial proposals of the technically accepted bids, publically at a time, date and venue announced and communicated to the bidders in advance, within the bid validity period.
5.2: Clarification of Bids During evaluation of the bids, the Purchaser may, at its discretion, ask the bidder for a clarification of its bid. However, no change in the prices or substance of the bid shall be sought, offered, or permitted. 5.3: Preliminary Examination of Bids i). Prior to the detailed evaluation, the Purchaser may determine conformity of the bids to the
terms and conditions of participating in the bidding. Deviations from or objections or reservations to critical provisions, such as those concerning bid security, taxes and duties, will be deemed to be a material deviation. The conformity will be determined based on contents of the bid itself without recourse to extrinsic evidence.
ii). The Purchaser will examine the bids to determine whether they are complete, or whether any computational errors exist, or whether required sureties have been furnished, or whether the bid documents have been properly signed, and whether the bids are generally in order.
iii). Arithmetical errors will be rectified on the following basis: (a) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
(b) If there is a discrepancy between words and figures, the amount in words will prevail. iv). If a bidder does not accept the correction of the errors, its bid will be rejected, and the bid
security / earnest money may be forfeited. v). The Purchaser may waive or ignore any minor informality, nonconformity, discrepancy, or
irregularity in a bid, which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any of the bidders.
vi). If a bid is not in conformity to the terms and conditions of bidding, it will be rejected and shall not be entertained even if the bidder corrects the nonconformity.
5.4: Evaluation and Comparison of Bids i). The bids will be examined in two separate steps of conformity to general conditions of bidding
or conformity to the specifications or the technical evaluation and the financial evaluation. ii). The evaluation of bids will be in the manner as given in rules 38 of the Punjab Procurement
rules 2014. iii). Preliminary examination regarding general conformity of the bids shall be followed by a detailed
comparative evaluation and relative grading or ranking of the successful bids. iv). The financial comparison shall be based on the price offered by the participating bidders. Such
price may include all substantive costs, duties and taxes paid or payable, cost (and availability) of spare parts, servicing costs, and other incidental expenses
v). In addition to the quoted bid price, financial evaluation and comparison may take into account one or more of the following factors:
a. Cost of transportation, insurance premium, and other costs incidental to delivery of the goods /services to their final destination or place of consignment;
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 14 of 111
b. Delivery schedule offered in the bid; c. Deviations in payment schedule from that specified in the conditions of contract; d. Cost of components, mandatory spare parts, and service; e. Capability to perform the contract diligently and satisfactorily. f. Performance and productivity of the equipment offered.
vi). The bids will be subjected to a detailed technical evaluation with respect to their technical
specifications, literature, and performance, etc.
vii). Bids qualifying both the financial and technical evaluation shall only be the successful bids. However, being a successful bid would not vest any right into the bidder to claim acceptance of the bid and issuance of supply order, which is a sole prerogative of the Purchaser.
viii). Financial bids of the successful bidders (Technically Qualified) will be opened publically and purchase order will be issued to the lowest bidder as per PPRA rules & regulations. Financial bids of the technically disqualified proponents will be returned unopened
5.4.1 Evaluation Criteria
A. Mandatory Requirement
i. Registration with SECP/ Registrar of firms. ii. Income tax and sales tax registration with FBR iii. Registration with Punjab Revenue Authority *
(* if the firm is not registered with PRA, in case of successful firm, the registration with PRA will be compulsory before the issuance of award letter).
iv. Renewed/Latest registration with PEC in the respective Category and with relevant code
v. Litigation history on attached Performa and no litigation affidavit on judicial stamp paper of Rs. 50 duly certified by Notary Public / Oath Commissioner.
vi. No Blacklisting affidavit on judicial stamp paper of Rs.50 duly certified by Notary Public / Oath Commissioner.
vii. Conformance to the terms and conditions.
B. Parameters of Evaluation
1. Verifiable Documentary evidences are required for evaluation/Marking.
2. Attested documents should be accompanied.
3. Passing marks for Technical Evaluation is 65%.
1- Profile of the firm Maximum Marks -20
Sections Score
Distribution
Status of the firm----- Maximum Marks -5
Sole Proprietorship 3
Partnership Firm 4
Private Limited Company 5
Personnel Capabilities--- Maximum Marks-8
Number of Graduate Engineers (2 marks if 2No Associate Engineers,
Proportionate marks for less No. of Associate Engineers ) 2
Number of Associate Engineers (2 marks if 2 No Associate Engineers,
Proportionate marks for less No. of Associate Engineers ) 2
Sr. No Sections Score
1 Profile of Firm 20
2 Financial Status 30
3 Experience of the Firm 50
TOTAL 100
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 15 of 111
Business Management Staff (2 marks if 2 No Manager, Proportionate
marks for less No. of business Manager ) 2
Finance Management Staff (2 marks if 2 No Manager, Proportionate
marks for less No. of business Manager ) 2
Tools & Plants-----Maximum Marks 7
Credit Marks for tools & Plants of the firm shall be awarded if having requisite number of equipments for completion of work under
consideration** ** (Tools and Plants like Excavators, Transit mixer & Concrete pump /
concrete mixers , Generator, Mechanical lift & Total station Lab
equipments for field tests such as sieve analysis, crushing strength, slump test, compaction test, Water Tank, Wheel Barrows, Air
Compressor, Jack, Tool Kit, Water Pumps & Jack Hammer, etc.) certificate to be provided by the bidder.
7
2- Financial Status (During last 3 year) Maximum Marks – 30
(Duly supported with Audited Statements/FBR income tax return or statement to determine)
3- Experience of the Firm Maximum Marks – 50
1. Year of Experience 10 Marks 2. Relevant Experience (number of clients) 10 Marks
3. Cost of Project 30 Marks
3.1 Years of experience Maximum Marks -10
The year of experience of business of the bidder
Section Score
Distribution
Annual Turnover in PKR Million ---(Maximum Marks-10)
Up to 5 5
6-10 7
11-15 8
16-20 9
Above 20 10
Net Worth in PKR Million ---(Maximum Marks-10) (Total Assets –Total Liabilities)
Up to 5 5
6-10 7
11-15 8
16-20 9
Above 20 10
Equity ---(Maximum Marks-10)
Up to 5 5
6-10 7
11-15 8
16-20 9
Above 20 10
Section Marks
Up to 3 Years 8
4-6 Years 9
Above 6 years 10
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 16 of 111
3.2 Relevant Experience: Number of clients for whom Executing Projects of similar
nature during last five years ---Maximum Marks -10
3.3 Projects /works of similar nature and complexity with cost during last five
years------ Maximum Marks -30
Cost of the project/works Marks
Up to PKR 10 Million 10
11-15 PKR Million 15
16-20 PKR Million 20
20-25 PKR Million 25
Above 25 PKR Million 30
5.5: Contacting the Purchaser i). From the time of bid opening to the time of award of the contract, if any bidder wishes to
contact the Purchaser on any matter related to the bid, it should do so in writing. ii). Any effort by a bidder to influence the Purchaser in its decisions on bid evaluation, bid
comparison, or award of contract may result in rejection of the bid of that particular bidder beside any legal action that the competent authority may deem appropriate under the circumstances.
No of clients Marks
Up to 5 8
6- 10 9
Above 10 10
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 17 of 111
Section-6 Award of Contract
6.1: Capability of the Bidder to Perform the Contract i). Before awarding the contract, the Purchaser, in lieu of prequalification, may determine to its
satisfaction whether the bidder who is offering the lowest bid is capable to perform the contract diligently and satisfactorily.
ii). Determination of capability to perform the contract may take into account the bidder’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the bidder’s qualifications as are submitted by the bidder as well as such other information as the Purchaser deems necessary and appropriate.
iii). A negative determination may result in rejection of the bidder’s bid and the Purchaser may proceed to the next lowest bid to make a similar determination of the next bidder’s capabilities to perform satisfactorily.
6.2:Award Criteria The Purchaser will award the contract only to the successful bidder whose bid has been determined to be substantially in conformity to the terms and conditions of the bid and has been determined to be the lowest evaluated bid based on financial and technical evaluation combined. Provided further that the bidder is determined to be qualified to perform the contract satisfactorily. 6.3:Purchaser’s Right to Vary Quantities at the Time of Award of Contract The Purchaser reserves the right to increase or decrease the quantity of goods and spares originally specified in the bid document without any change in unit price or other terms and conditions, at the time of award of contract to the successful bidder. 6.4:Purchaser’s Right to Accept any Bid and to Reject Any or All Bids The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders. 6.5: Provisional Acceptance of Bid and Notification Thereof i). Prior to expiry of the bid validity period, the Purchaser will notify the successful bidder in writing
of the acceptance of the bid and asking him to submit performance guarantee, if any. ii). Upon the bidder’s furnishing of the performance security, if any, the Purchaser will promptly notify
the name of the winning bidder to each unsuccessful bidder and will also discharge bid security of the unsuccessful bidders.
iii). If a bidder wishes to know the grounds on which its bid was not selected, it can do so in writing by addressing its request to the Purchaser. The Purchaser will promptly respond in writing to such a query by an unsuccessful bidder.
6.6: Signing of the Contract i). The Purchaser, alongwith the acceptance letter, either may send to the successful bidder or may
ask him to furnish a typed contract agreement between the parties in the form and language approved by the Purchaser. Such a contract will determine the rights and liabilities of the parties to the contract.
ii). The successful bidder shall sign the contract in the witness of two witnesses and shall submit it to the Purchaser alongwith any performance guarantee and other documents, if any, within the time specified in the offer of acceptance of the bid.
6.7:Performance Guarantee i). If so demanded, the successful bidder will furnish performance security in the form and the mode
acceptable to the Purchaser within the stipulated time. ii). In no case, the performance security shall exceed 10% of the contract price. iii). Failure of the successful bidder to furnish the performance guarantee and other mandatory
conditions may lead to annulment of the award and forfeiture of the bid security/earnest money and the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 18 of 111
6.8: Corrupt and Fraudulent Practices i). “Corrupt practice” means offering, giving, receiving or soliciting anything of value to influence
the action of the Purchaser or his controlling authorities or his subordinates at any stage of the procurement process or in contract execution; and
ii). “Fraudulent practice” means a misrepresentation of the true facts in order to influence the procurement process or execution of a contract to the detriment of the Purchaser. Fraudulent practice includes collusive practice among the bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition;
iii). A bid will be liable to rejection if it is found that the bidder who was selected for award had used corrupt or fraudulent practices in competing for the contract at any time.
6.9:Blacklisting and Disqualification Engaging into corrupt and fraudulent practices may make a bidder blacklisted and ineligible, either indefinitely or for a stated period, to participate in the bids himself or through an agent. A bidder blacklisted by any other public authority shall also be disqualified from participating in the bids called by the Purchaser.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 19 of 111
Section-7 Miscellaneous Terms and Conditions
7.1. Applicable Standards and Specifications The goods to be supplied shall conform to the standards and specifications mentioned in the Technical Specifications and if no applicable standard is mentioned, then to the authoritative standards appropriate to the goods notified or accepted by any department, agency, organization, or institution of the Government of the Punjab (GoPb). The authoritative standards shall be the latest ones issued by the concerned institution of the GoPb. 7.2: Patents and Copyrights The supplier shall indemnify the Purchaser against all third-party claims of infringement of patents, trademarks, or industrial design rights arising from use of the supplied goods or any part thereof. 7.3: Performance Security i). The successful bidder shall furnish to the Purchaser a performance security in the amount,
mode, and manner to the satisfaction of the Purchaser within the time period stipulated in the provisional offer of acceptance of the bid.
ii). The performance security shall stand as collateral and shall be realized by the Purchaser towards compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.
iii). The performance security would be @ 10% of the contract amount in the shape of CDR/DD/PO or bank guarantee or Surety bond in favour of the Purchaser or an irrevocable letter of credit issued by a bank and acceptable to the Purchaser.
iv). Upon successful completion of the contract performance and other obligations under the contract by the supplier and by completing one year, the Purchaser may discharge return the performance security to the supplier, pursuant to a written request of the supplier in this behalf.
7.4: Inspections and Tests i). The Purchaser or his representative shall have the right to inspect or to test the goods to
ascertain their conformity to the specifications at no extra cost to the Purchaser. The Purchaser may specify what inspections and tests the Purchaser would require and where they would be conducted. The Purchaser will notify the supplier in writing, in a timely manner, of the identity of his representative deputed for the purpose.
ii). Inspections and tests may be conducted at any place including the premises of the supplier or his subcontractor(s), point of delivery and or the goods’ final destination. If conducted on the premises of the supplier or his subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.
iii). Should any inspected or tested goods fail to conform to the specifications, the Purchaser may reject the goods, and the supplier shall either replace the rejected goods or make necessary alterations into them to meet the specifications and requirements free of cost to the Purchaser.
iv). Purchaser’s right to inspect, test, and where necessary to reject the goods, after their delivery to the final destination shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods’ consignment.
v). Nothing under the above sub-clauses shall in any way absolve the supplier of any warranty or other obligations under this contract.
7.5: Packing i). The supplier shall provide such packing of the goods as is required to prevent their damage or
deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.
ii). The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, and even the instruction given by the Purchaser subsequent to the contract agreement.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 20 of 111
7.6: Delivery of Goods Delivery of the goods shall be made by the supplier in accordance with the terms specified in the bid document/contract agreement. 7.7:Insurance The goods supplied, where so required, shall be insured against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in accordance with the terms of the contract agreement and in the manner specified by the Purchaser. 7.8: Transportation Where the supplier is required to deliver the goods at the final destination, transportation of the goods, including cost of loading and unloading, shall be arranged and paid for by the supplier, and would be deemed included in the bid price quoted by the supplier. 7.9: Incidental Services i). The supplier may be required to provide any or all of the following services, including additional
services, if any:
(a) Performance or supervision of on-site assembly and/or start-up of the supplied goods; (b) Furnishing of tools required for assembly and/or maintenance of the supplied goods; (c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of the
supplied goods; (d) Performance or supervision or maintenance and/or repair of the supplied goods, for a period
of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and
(e) Training of the Purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.
ii). Prices charged by the supplier for incidental services, if not included in the bid price for the
goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.
7.10: Spare Parts i). The supplier may be required to provide any or all of the spare parts manufactured or
distributed by the supplier as the Purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract.
ii). In the event of cessation or termination of production of the spare parts, the supplier would give advance notification to the Purchaser of the termination, allowing sufficient time to the Purchaser to procure needed requirements.
iii). In case of cessation or termination of production or distribution, furnish blueprints, drawings, and specifications of the spare parts, if requested, at no cost to the Purchaser.
7.11: Warranty i). The supplier would warrant that the goods supplied under the contract are new, unused, of the
most recent or current models, and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier would warrant further that all goods supplied under the contract shall have no defects arising from design, materials, or workmanship (except when the design and/or material is required by the Purchaser’s specifications) that may develop under normal use of the supplied goods in the conditions prevailing in the country or at the final destination.
ii). The warranty shall remain valid for twelve (12) months from the date of delivery and acceptance of the goods or any portion thereof, as the case may be, subject to technical inspection at the final destination indicated in the contract.
iii). The Purchaser shall promptly notify the supplier in writing of any claims arising under the warranty. Upon receipt of such notice, the supplier shall, within the period specified in the contract, if any, or in the absence of mentioning of such period, with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the Purchaser.
iv). If the supplier, having been notified, fails to remedy the defect(s) within the stipulated period, the Purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights that the Purchaser may have against the supplier under the contract.
v). The Medicine shall be fresh and recently manufactured/imported one. The Supplier will be responsible to replace any quantity, which is found substandard. The storage stability/viability of stock shall be at least 18 month from the date of delivery.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 21 of 111
7.12: Payment i). The method and conditions of payments to be made to the supplier under this contract will be
specified in this contract agreement. ii). The supplier’s request(s) for payment shall be made to the Purchaser in writing, accompanied by
an invoice describing, as appropriate, the goods delivered and services performed and fulfilment of other obligations stipulated in the contract.
iii). Payments shall be made by the Purchaser as promptly as possible. 7.13: Change Orders i). The Purchaser may at any time, by a written order given to the supplier, make changes within
the general scope of the contract in any one or more of the following:
(a) Drawings, designs, or specifications, where goods to be furnished under the contract are to be specifically manufactured for the Purchaser;
(b) Place of delivery; and/or (c) Services to be provided by the supplier
ii). If any such change causes an increase or decrease in the cost of or the time required for the
supplier’s performance of any provisions under the contract, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended.
7.14: Contract Amendments Subject to the change orders clause (clause 13), no variation in or modification of the terms of the contract shall be made in the written agreement signed by the parties. 7.15: Assignment The supplier shall not assign his obligations to perform under this contract, in whole or in part to any other person or representative, except with prior written consent of the Purchaser. 7.16: Subcontracts i). The supplier shall notify the Purchaser in writing of all subcontracts awarded under the contract
between the Purchaser and the supplier, if not already specified in the bid. Such notification, in the original bid or later, however, shall not relieve the supplier from any liability or obligation under the contract.
ii). All subcontracts must comply with the provisions of the contract. 7.17:Delays i). Delivery of the goods and performance of the services shall be affected by the supplier in
accordance with the time schedule prescribed by the Purchaser. ii). If at any time during performance of the contract, the supplier or its subcontractor(s) should
encounter circumstances impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the Purchaser in writing of the factum of the delays, likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amending the contract.
iii). Force majeure and the Acts of God may constitute valid reasons for seeking condoning of the delays.
iv). Except as provided under this contract, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to imposition of liquidated damages, unless an extension of time is agreed upon between the parties without the application of liquidated damages.
7.18: Liquidated Damages Subject to Clause 17, if the supplier fails to deliver any or all of the goods or fails to perform within the specified period, the Purchaser, without prejudice to other remedies available to him, may deduct liquidated damages from the contract price at the rate specified in the supply order/contract agreement for each month of default or part thereof. The liquidated damages shall be imposed for the entire default period until actual delivery or performance. The cumulative liquidated damages could be up to a maximum of equal to the contract price and not more than that. Once this maximum is reached, the Purchaser may consider termination of the contract.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 22 of 111
7.19: Termination of Contract for Default i). The Purchaser, without prejudice to any other remedy regarding breach of contract, by a written
notice of default sent to the supplier, may terminate the contract in whole or in part, interalia, on the following grounds: (a) If the supplier fails to deliver any or all of the goods within the period(s) specified in the
contract, or within any extension thereof granted by the Purchaser; (b) If the supplier fails to perform any other obligation(s) under the contract; (c) If the supplier, in the judgment of the Purchaser, has engaged in corrupt or fraudulent
practices in competing for or in executing the contract. ii). In the event the Purchaser terminates the contract in whole or in part, it may procure, upon
such terms and in such manner as it deems appropriate, goods or services similar to those undelivered, and the supplier shall be liable to the Purchaser for any excess costs for the goods or services so procured. However, the supplier shall continue performance of the contract to the extent not terminated.
7.20: Force Majeure i). Notwithstanding the provisions of clauses 17, 18, & 19, the supplier shall not be liable to
forfeiture of his performance security, liquidated damages, or termination of the contract for default; if such a delay or failure to perform is the result of Force Majeure or an Act of God.
ii). For purposes of this clause, “Force Majeure” and “Act of God” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to wars or revolutions, fires, floods, earthquake, storms, volcanic eruptions, epidemics, quarantine restrictions, pacific blockades, freight embargoes and the like events.
iii). If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser in writing of such condition and its impact on his performance. Unless otherwise directed by the Purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performing not prevented by the Force Majeure event.
7.21: Termination for Insolvency The Purchaser may at any time terminate the contract by giving a written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In such eventuality, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser. 7.22: Settlement of Disputes i). If any dispute or difference of any kind whatsoever shall arise between the Purchaser and the
supplier in connection with or arising out of the contract, the parties shall make every effort to resolve such dispute or difference amicably by mutual consultation.
ii). If the parties fail to resolve their dispute or difference by such mutual consultation within thirty (30) days, then either the Purchaser or the supplier may give notice to the other party of its intention to commence arbitration with respect to the matter in dispute. No arbitration in respect of any matter would commence unless either party gives such notice.
iii). Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the goods under the contract.
iv). Arbitration proceedings, as far as possible, shall be conducted in accordance with the Arbitration Act, 1940.
v). Notwithstanding any reference to arbitration: (a) The parties shall continue to perform their respective obligations under the contract unless
they otherwise agree; and (b) The Purchaser shall pay the supplier any monies due to the supplier.
7.23: Limitation of Liability i). Except in cases of criminal negligence or wilful misconduct, and in the case of infringement; the
supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs. Provided that this exclusion shall not apply to any obligation of the supplier to pay liquidated damages to the Purchaser.
ii). The aggregate liability of the supplier to the Purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing the defective equipment.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 23 of 111
Annex-1 Schedule of Woks
I. The quote shall be submitted strictly in the prescribed format given in schedule of work along
with supporting documents.
II. Rates quoted by the contractor shall inclusive of all taxes excluding service tax. Service tax to be
quote separately. Service tax will be paid to the contractor at actual, on production of
documentary proof of actual payment for tendered work.
III. The standardized rates notified by the Finance Department for Market Rate System MRS, BI-
ANNUAL PERIOD (MRS, BI-ANNUAL PERIOD (1st JULY, 2017 TO 31st Dec, 2017)) relevant District
will be used.
IV. Any omission / error here in for interpretation will be referred to standardized rates notified on
website by the Finance Department for MRS, BI-ANNUAL PERIOD ( MRS, BI-ANNUAL PERIOD
(1st JULY, 2017 TO 31st Dec, 2017)) relevant District and decision of the competent authority
will be final and binding upon the contractor.
V. The execution / completion of work strictly in accordance with the specification, approved design
/ drawing and requirements of contract agreement to the entire satisfaction of the Engineer-in-
charge will be exclusive responsibility of the contractor The execution / completion of work
strictly in accordance with the specification, approved design / drawing and requirements of
contract agreement to the entire satisfaction of the Engineer-in-charge will be exclusive
responsibility of the contractor.
Khanewal Centre
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.6
(FOREMAN HOUSE NO.2) PSC PLANT COLONY, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1436 sft
2. Two coats distemper 4306 sft
3. Two coats paints 2056
sft
4. Repair of showcase with railing and
glass 5mm think complete (7’x10’)
1
No.
N.S.R
4. P/f almirah lock 3 No.
N.S.R.
5. P/f door lock 4 No.
6. Repair of ply door, one side new ply
on door complete
2
No.
N.S.R.
7. Removing of existing plaster boundary wall
600
sft
8. Cement plaster 1:4 boundary wall 600
sft
9. Deep struck cement pointing 1:2 400
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 24 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.7 (FOREMAN HOUSE NO.3) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1436
sft
2. Two coats distemper 4306 sft
3. Two coats paints 2056
sft
4. Repair of showcase with railing and glass 5mm think complete (7’x10’)
1 No. N.S.R.
5. Repair of parapet complete Job N.S.R.
6. P/f flush tanky 1
No.
7. P/f door lock 4
No.
6. Repair of ply door, one side new ply
on door complete
4
No.
N.S.R.
7. Removing of existing plaster boundary wall
600
sft
8. Cement plaster 1:4 boundary wall 600
sft
9. Deep struck cement pointing 1:2 400
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 25 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.8 (FOREMAN HOUSE NO.4) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1695
sft
2. Two coats distemper 5086 sft
3. Two coats paints 2187 sft
4. Repair of showcase with railing and glass
5mm think complete (7’x10’)
1
No.
N.S.R.
5. Broken position glasses in window 5mm thick
22.50
sft N.S.R.
6. Repair of kitchen box complete 1
No. N.S.R.
7. P/f flush tanky 1
No.
8. P/f W.C. 1
No.
9. P/f P-trap 1
No.
10. P/F wash & sink mixture 2
No.
11. Removing of existing plaster boundary wall
300
sft
12. Cement plaster 1:4 boundary wall 300
sft
13. Deep struck cement pointing 1:2 300
sft
14. Repair of ply door, one side new ply on
door complete
2
No.
N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 26 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.9 (FOREMAN
HOUSE NO.5) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1436
sft
2. Two coats distemper 4306
sft
3. Two coats paints 2056 sft
4. Repair of ply door, one side new ply on door complete
2 No. N.S.R.
5. P/F door lock 7
No.
6. Repair of almirah with 2 Nos new winboard doors complete
1
No. N.S.R.
7. P/F flush tanky 1
No.
8. P/F window handle complete 10
No.
N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 27 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.10
(FOREMAN HOUSE NO.6) PSC PLANT COLONY, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1534
sft
2. Two coats distemper 4603
sft
3. Two coats paints 2730
sft
4. Removing of existing plaster boundary
wall
450
sft
5. Cement plaster 1:4 boundary wall 450
sft
6. Deep struck cement pointing 1:2 250
sft
7. Removing of existing plaster open yard 700
sft
8. Cement neru plaster ½ thick 700
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 28 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.11 (Sub
Engineer House) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1534
sft
2. Two coats distemper 4603
sft
3. Two coats paints 2730
sft
4. Broken position glasses in window 5mm thick
9
sft N.S.R.
5. P/f flush tanky 1
No.
6. P/f bib cock 4
No.
7. P/F looking glass 1
No.
8. Dismantling of brick work (cracks) 5.62
cft
9. RCC 1:2:4 5.62
pcft
10. Steel 9
kg
11. P/F wash & mixture 1 No.
12. Removing of existing plaster boundary wall
450
sft
13. Cement plaster 1:4 boundary wall 450
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 29 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.12 (MACHINE
HOUSE NO. 01) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 908
sft
2. Two coats distemper 2726
sft
3. Two coats paints 1298 sft
4. Broken position glasses in window 5mm
thick
18 Sft
N.S.R.
5. P/f flush tanky 1
No.
6. P/f bib cock 2
No.
7. Repair of ply door, one side new ply on
door complete
3
No.
N.S.R.
8. Removing of existing plaster boundary
wall
280
sft
9. Cement plaster 1:4 boundary wall 280
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 30 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.13 (MACHINE
HOUSE NO. 01) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 908s
sft
2. Two coats distemper 2726
sft
3. Two coats paints 1298
Sft
4. Broken position glasses in window 5mm thick
18 sft N.S.R.
5. P/f flush tanky 1
No.
6. P/f Almirah lock 6
No.
N.S.R.
7. P/f Almirah handle 6
No. N.S.R.
8. Repair of ply door, one side new ply
on door complete
3
No.
N.S.R.
9. Removing of existing plaster
boundary wall
280
sft
10. Cement plaster 1:4 boundary wall 280
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 31 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.14 (MACHINE
HOUSE NO. 03) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 974
sft
2. Two coats distemper 2920
sft
3. Two coats paints 1472 sft
4. Repair of Kitchen Complete 1
No. N.S.R.
5. P/F door Lock 2
No.
6. P/F WC 1 No.
7. P/F P/Trape 1
No.
8. P/F bib cock 2
No.
9. P/F Flash tanky 1 No.
P/F P/Trap 1 No.
10. P/F waiste pipe 1 No.
P/F flush bend 1 No.
Repair of windows complete 2
No. N.S.R.
Deep struck cement pointing 1:2 160
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 32 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.15-16
(MACHINE HOUSE NO. 4,5) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 908 sft
2. Two coats distemper 2726 sft
3. Two coats paints 1298 sft
4. Broken position glasses in window 5mm thick
29.25 sft
NSR
5. Repair of ply door, one side new ply
on door complete 2
No.
NSR
6. P/F door lock 2
No.
NSR
7. P/F Almirah lock 4
No. NSR
8. Repair of window with welding
complete 1
No.
NSR
9. P/F Almirah handle 4
No.
NSR
10. Cement plaster 1:4 boundary wall 220 sft
11. Removing of existing plaster boundary wall
220 sft
12. P/F Flush tankey 1 No
2 No
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 33 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.17
(MACHINE HOUSE NO. 6) PSC PLANT COLONY, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 908
sft
2. Two coats distemper 2726 sft
3. Two coats paints 1298 sft
4. Broken position glasses in window
5mm thick
13.50
sft
N.S.R.
5. P/F door lock 2
No.
N.S.R.
6. P/F Flush tanky 1 No.
7 Repair of ply door, one side new ply on door complete
1
No. N.S.R.
8. Repair of tile on roof complete Job
N.S.R.
9. Cement plaster 1:4 boundary wall 180
sft
10. Removing of existing plaster boundary wall
180
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 34 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF CEMENT PLASTER AND DEEP
STRUCK CEMENT POINTING OUTER SITE BOUNDARY WALL PSC PLANT COLONY, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Removing of existing plaster boundary wall
6246
sft
2. Cement plaster 1:4 boundary wall 6246
sft
3. Deep struck cement pointing 1:2 4070
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 35 of 111
BILL OF QUANTITIES FOR THE WHITE WASHING 12-NOS STORE PSC PLANT
KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Two coat white washing 53136 sft
2. Two coat paints (gates) 3456 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 36 of 111
BILL OF QUANTITIES FOR THE CONSTRUCTION OF MOTORCYCLE SHED SIZE (88’ X
16’) AT PSC PLANT KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Excavation 22 0cft
2. P.C.C. 1:2:4 22 cft
3. P/F M.S pipe 2” dia 506 Rft
4. Angle Iron 2”x2” x 2/8” & M.S Plate 3”x3” x ¼”
770 kgs
5. Asbestos Cement corrugated sheet 1408 sft
6. Soling on edge with sand grouting 810 cft
7. Paint work 900 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 37 of 111
BILL OF QUANTITIES FOR THE LYING OF TUF TILE WORK FRONT OF WEIGH BRIDGE
ROOM TO BOUNDARY WALL AT PSC PLANT KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Excavation 1278.75 0cft
2. P/l tuf tile approved manufacture, sand cushion I/C grouting with sand in joints
I/C finishing to required slop complete in all respect (60mm thick)
2557.50 psft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 38 of 111
BILL OF QUANTITIES FOR THE LYING OF SEWERAGE LINE FOR DISPOSE OFF
SEWERAGE WATER PSC PLANT COLONY KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Excavation 5678.75 0cft
2. P.C.C. 1:4:8 147.87 cft
3. Brick work in 1:5 682.49 cft
4. Cement plaster 1:4 ¾” thick 970 sft
5. Cement concrete plain 1:2:4 87.50 cft
6. R.C.C. 1:2:4 147.87 pcft
7. Steel 592 kgs
8. Earth filling 5250 0cft
9. P/f A.C pipe 6” dia 1150 Rft
10. P/f diesel sewerage pump 3” dia with pipe, trolley approved by engineer
complete with running position
1 Job. N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 39 of 111
BILL OF QUANTITIES FOR THE WATER PROOFING TREATMENT ON SHELL PROOF VALLEYS IN PROPER SLOPE SPEEDING RAIN WATER AT PSC PLANT, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Removing and cleaning the existing water proofing material from the valleys
& cleaning the surface with iron brush etc and 7 layers water proofing
treatment on coats primer bitumen and
two layers jute bitumen felt sheet base with over lapping 4” compound 10/20
grade with fine crush bajree or chips No.8 while the flood coats complete in all
respect and approval of the Engineer
45174 sft N.S.R.
2. P.C.C. 1:2:4 for the proper slop for speedy drainage of rain water properly
cured completed in all respects as directed by the engineer incharge:
A Cotton section and main store 2186.50 cft
B Pre store 746.75 cft
C Main cleaning and silos building 633.75 cft
3. C.I pipe 4” dia 336 rft
4. C.I shoes/bend 12 No.
5. Extra labour for C.I pipe main cleaning
additional height 70’
1 Job
6. Removal of debris plant to outsite and cleaning of site
1 Job
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 40 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF OVERHEAD WATER
RESERVOIR PSC PLANT KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Chupping of R.C.C. and shuttering
complete
Job N.S.R.
2. Apply floating coats of cement 3036 sft
3. Cement neru plaster 1:2 ½” thick 3036 sft
4. Priming coat under distemper 3036 sft
5. Three coats distemper 3036 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 41 of 111
BILL OF QUANTITIES FOR THE REPLACEMENT OF WATER SUPPLY LINE FOR
FIREFIGHTING ARRANGEMENT (EXTENSION AREA) PSC PLANT KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Excavation 11808 0cft
2. Removing of existing pipe 1968 sft N.S.R.
3. P/F PVC pipe 3” dia 1968 rft
4. P/F PVC bend 6 No.
5. P/F PVC socket 150 No.
6. P/F PVC Tee 16 No.
7. P/F G.I pipe 3” 56 rft
8. P/F PVC Tapesed 12 No.
9. P/F Flanged 3” 39 pkg
10. P/F Fire hydrant 12 No.
11. Cement plaster 1:4 ½” thick 696 sft
12. Brick work 1:5 216 Cft
13. P/F Gate valve 2 No.
14. Back filling 8266 0cft
15. Dismantling of soling work 3936 Sft
N.S.R.
16. Restoration of brick on edge 3936 Sft
17. Dismantling of brick work 216 Cft
18. Making connection for new water supply line with running line
Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 42 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF OFFICE BLOCK PSC PLANT
KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Two coats distemper 20103 sft
2. Two coats paint 4200 sft
3. Removing of existing damage plaster 976 sft
4. Cement plaster 1:4 976 sft
5. Dismantling of existing floor 510 cft
6. P.C.C. 1:2:4 3” thick 2040 sft
7. P/F Marbel patti 600 rft
8. Cement skirting 1:2 300 sft
9. Replacement of ply (new ply both sides with repair of ply door) complete
8 No. N.S.R.
10. P/F Mortice lock 4 No.
11. P/F bib cock 4 No.
12. P/F PVC Pipe 3” dia 13 Rft
13. P/F flush tanky 3 No.
14. Un-useless debries from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 43 of 111
BILL OF QUANTITIES FOR THE REPLACEMENT OF THE EXISTING ROOF SECURITY OFFICE
PSC PLANT KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of existing roof 266.62 sft N.S.R.
2. Brick work 1:5 114.50 cft
3. Brick work 1:5 above 10’ height 35.71 cft
4. R.C.C. 1:2:4 128 pcft
5. Steel 448 kgs
6. Cement plaster under R.C.C. 314.62 sft
7. Cement plaster 1:4 ¾” thick 584.49 sft
8. Khassi parnala 13 Rft
9. Bottom khurra 1 No.
10. Polythene sheet 228 Psft
11. Tile on roof 228 sft
12. Deep pointing 1:2 54 sft
13. White washing 2260 sft
14. Painting door & windows 196 sft
15. S/E P.V.C pipe ¾” 17 rm
16. S/E P.V.C cable 3/29 180 rm
17. S/E P.V.C cable 7/29 45 rm
18. S/E Switch board 10”x8” 2 No.
19. S/E button holder 6 No.
20. S/E fan box 1 No.
21. S/E switch piano type 12 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 44 of 111
BILL OF QUANTITIES FOR THE CEMENT PLASTER BOUNDARY WALL NORTH & SOUTH
SIDE PSC PLANT KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Cement plaster 1:4 ¾” thick 8496 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 45 of 111
BILL OF QUANTITIES FOR THE REPAIR AND MAINTENANCE OF MOSQUE PSC PLANT
KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of brick work 184.50 cft
2. Brick work 1:5 104 cft
3. P/Laying marble light gray on floor with
cement plaster complete
546 psft
4. P/F PVC pipe 3” dia 13 rft
5. P.C.C. 1:2:4 1½” thick 546 sft
6. P/F marble patti 3” black 150 sft
N.S.R.
7. P/F aluminum door with glass complete 31.50 psft
8. Two coats distemper 2094 sft
9. Two coats paint 680 sft
10. Un-useless debries from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 46 of 111
BILL OF QUANTITIES FOR THE REPAIR AND MAINTENANCE OF BATH AND TOILET FOR
LABOUR AT PSC PLANT KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of existing PCC 196.50 cft
2. P.C.C. 1:2:4, 3” thick 393 sft
3. Removing of existing damage plaster 280 sft
4. Cement plaster 1:4 ¾” thick 280 sft
5. Two coat white washing 2075 sft
6. Two coat paint 280 sft
7. Repair of steel door 2 No.
N.S.R.
8. P/f bib cock 8 No.
9. P/f PVC pipe 3” dia 65 rft
10. P/f flush tanky 5 No.
11. P/f W.C 5 No.
12. P/f P-trap 5 No.
13. P/f floor trap 3 No.
14. P/f waste pipe 5 No.
15. P/f waste bend 5 No.
16. P/f G.I pipe ¾” dia 60 rft
17. P/f G.I pipe ½” dia 26 rft
18. P/f stop cock 5 No.
19. P/f gate valve ¾” 8 No.
20. P/f steel door complete 35 sft
21. Un-useless debries from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 47 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.1 PSC FARMS
COLONY 83-85/10-R KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1800
sft
2. Two coats distemper 7366 sft
3. Two coats paint 2404 sft
4. Removing of existing plaster 460
sft
5. Cement plaster 460
sft
6. Repair of kitchen box 1 No.
N.S.R.
7 R.C.C. 1:2:4 5.06
Pcft
8. Steel 17 kg
kgs
9. Repair of wire gauze door complete 2
No.
N.S.R.
10. P/f Almirah lock 6
No. N.S.R.
11. P/f broken position glasses 5mm thick 30 sft
N.S.R.
12. P/f bib cock 4 No.
13. P/f flush tanky 1 No.
14. P/f looking glass 1 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 48 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.1 PSC FARMS
COLONY 83-85/10-R KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1800
sft
2. Two coats distemper 7366 sft
3. Two coats paint 2404 sft
4. Removing of existing plaster 460
sft
5. Cement plaster 460
sft
6. Repair of kitchen box 1 No.
N.S.R.
7 R.C.C. 1:2:4 5.06
Pcft
8. Steel 17 kg
Kgs
9. Repair of wire gauze door complete 2
No.
N.S.R.
10. P/f Almirah lock 6
No. N.S.R.
11. P/f broken position glasses 5mm
thick
30 sft
N.S.R.
12. P/f bib cock 4 No.
13. P/f flush tanky 1 No.
14. P/f looking glass 1 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 49 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.2, 3 PSC
FARMS COLONY 83-85/10-R KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1500
sft
2. Two coats distemper 5247 sft
3. Two coats paint 1876 sft
4. Removing of existing plaster 460
sft
5. Cement plaster 460
sft
6. Repair of kitchen box 1 No.
N.S.R.
7 R.C.C. 1:2:4 4.50
Pcft
8. Steel 15 kg
Kgs
9. Repair of wire gauze door complete 3
No.
N.S.R.
10. Repair of ply door one side new ply complete
4 No. N.S.R.
11. P/f broken position glasses 5mm
thick
62 sft
N.S.R.
12. P/f bib cock 3 No.
13. P/f flush tanky 1 No.
14. P/l aluminum kick plate 60 rft
15. Repair of window/ventilator & fixing of new jali complete
3 No. N.S.R.
16. P/f wash & basin 1 No.
02 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 50 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FIELD ASSISTANT HOUSE
NO.1,2 PSC FARMS COLONY 83-85/10-R KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1200
sft
2. Two coats distemper 4008 sft
3. Two coats paint 1482 sft
4. Cement plaster 277
sft
5. R.C.C. 1:2:4 Almirah shelf 20 pcft
6. Steel 30 kgs
7. Repair of wire gauze door complete 3 No. N.S.R.
8. Repair of ply door one side new ply 3 No.
N.S.R.
9. Brick work 1:4 Almirah 28 cft
10. P/f bib cock 3 No.
11. P/f flush tanky 1 No.
12. Removing/repairing and re-fixing of door on almirah with lock complete in all
respect
2 No. N.S.R.
13. Removing/repairing and re-fixing of showcase with railing 5mm thick glass
complete in all respect
1 No. N.S.R.
02 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 51 of 111
BILL OF QUANTITIES FOR THE TILTING OF COMMON BOUNDARY WALL FIELD ASSISTANT HOUSE NO.9-10, 5-6, 1-2, 2-3, 3-4 PSC FARMS COLONY 86-87/10-R,
KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of existing tilting boundary wall
469.21 cft
2. Bricks work in 1:4 938.43 cft
3. Cement plaster 1:4 ¾” thick 1251.12 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 52 of 111
BILL OF QUANTITIES FOR THE REPAIR AND MAINTENANCE OF MATTEL ROAD MAIN GATE TO PSC REST HOUSE 81-82/10-R, KHANEWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Providing surface treatment including
supply of bitumen and bajri completed
with carriage main gate colony to PSC Rest House
23200 sft
2. Dismantling of existing concrete patch
and debries from out site
Job N.S.R.
3. Patch work on road Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 53 of 111
BILL OF QUANTITIES FOR THE CONSTRUCTION OF THE BOUNDARY WALL SQUARE
NO.33/86, 34/86 PSC FARM 86-87/10-R, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Excavation 2375 0cft
2. P.C.C. 1:6:12 in foundation 890.62 cft
3. Brick in 1:5 foundation 2850 cft
4. D.P.C 1:2:4 1 ½” thick 1068.75 sft
5. Brick work in 1:5 631.25 cft
6. R.C.C. 1:2:4 213.75 Pcft
7. Steel 1267.30 kgs
8. Cement plaster ¾” thick 12918.48 sft
9. Deep pointing struck on joint 1:2 8168.48 sft
10. P/f 1½” x 1½” angle iron on wall with barbed wire complete
950’ rft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 54 of 111
BILL OF QUANTITIES FOR THE BRICK SOLING FOR THRESHING FLOOR IN D.C AREA SQ
NO.27/86 PSC FARM 86-87/10-R, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing and laying dry pavement/ soling on edge with sand grouting complete
7425 cft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 55 of 111
BILL OF QUANTITIES FOR THE REPAIR OF PCC CONCRETE ROAD FRONT OF OFFICE &
RESIDENCES AT PSC FARM COLONY 86-87/10-R, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of existing P.C.C. 1:4 900 cft
2. P/F Marble Patti 800 prft
3. P.C.C. 1:2:4, 3” thick 36 sft
4. Un-useless debries from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 56 of 111
BILL OF QUANTITIES FOR THE REPAIR AND WHITE WASHING OF STORE & VERANDAH AT
PSC FARM 86-87/10-R, KHANEWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Removing of existing damage plaster 2136 sft
2. Cement plaster 1:4 ¾”thick 2136 sft
3. Two coat white washing 49566 sft
4. Two coat paints 960 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 57 of 111
PSC CENTRE Rahimyar Khan
BILL OF QUANTITIES FOR THE KALAR SOILING FRONT OF CEREAL PLANT AT PSC PLANT, RAHIMYAR KHAN
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Removing of existing kalar soiling 12000
psft N.S.R.
2. Removing of existing kalar soiling 4500 cft
3. Dabries from out site and site cleaning Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 58 of 111
BILL OF QUANTITIES FOR THE REPLACEMENT OF WATER SUPPLY LINE FOR FIR FIGHTING
ARRANGEMENT AT PSC PLANT, RAHIMYAR KHAN
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Excavation 15480 Ocft
2. Removing of existing pipe 2580 rft N.S.R
3. P/f P.V.C. Pipe 3” 2580 rft
4. P/f P.V.C. band 20 No.
5. P/f P.V.C. socket 198 No.
6. P/f P.V.C. Tee 22 No.
7. P/f G.I. Pipe 3” 80 rft
8. P/f P.V.C. tapered core 23 No.
9. P/f C.I. flanged 3’o’ 74.75 kgs
10. Boring under P.C.C. 6 No.
N.S.R.
11. P/f fire hydrant 23 No.
12. 1st class brick work in 1:5 310.50 cft
13. Cement plaster 1:4 ½” thick 1334 sft
14. P/f Gate Valve 4 No.
15. Back filling 10836 cft
16. Dismantling of soiling work 5160
sft
N.S.R.
17. Restoration of brick on edge 5160 sft
18. Making connection for new water supply line
with running line complete
1620.95
No
19. Dismantling of brick work 310.50 cft
20. Site cleanness and deberies from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 59 of 111
BILL OF QUANTITIES FOR THE CONSTRUCTION OF GERMINATION ROOM 24.6’ X 13.6’
ATTACHED WITH LABORATORY ROOM AT PSC PLANT RAHIMYAR KHAN
Civil Work
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Excavation 141.75 cft
2. P.C.C. 1:6:12 47.25 cft
3. 1st class brick wall in 1:5 foundation 107.41 cft
4. D.P.C. 1:2:4 1½” thick 36.37 sft
5. 1st class brick wall in 1:5 374.25 cft
6. Roof, Girder, Tee Iron, Tile, Polythene sheet
complete
312.37
psft
N.S.R.
7. 1st class brick wall in 1:5 127.31 cft
8. Steel 216 kgs
9. Cement plaster 1:4 ¾” thick 1443.37 sft
10. P/f ply door complete 24.50 psft
11. R.C.C. Shelf 66.53 cft
12. Brick work 1:5 shelf 117 cft
13. Cement plaster under R.C.C. 712 psft
14. P.C.C. 1:6:12 under floor 138 cft
15. P.C.C. 1:2:4, 3” thick floor 276 sft
16. Single layer of tile 276 psft
17. P/f C.I Pipe 3” 14 rft
18. P/f head 1 No. 1 No.
19. P/f bend 1 No. 1 No.
20. S/f poly theen sheet 276 psft
21. Bottom khurras 1 No.
Electrical Work
1. S/E P.V.C Pipe 150 rft
2. S/E P.V.C. Cable 3/29 180 rft
3. S/E P.V.C. Cable 7/29 90 rft
4. S/E Switch Piano type 12 No.
5. S/E Power Plug 4 No.
6. S/E Switch Board 2 No.
7. S/E Button holder 4 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 60 of 111
BILL OF QUANTITIES FOR THE RENOVATION OF QUALITY CONTROL LABORATORY (MAIN
ROOM AT PSC PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying glazed tile made in China 24” x 24” complete
427
sft N.S.R.
2. 1st class brick work in 1:3 41.25
pcft
3. R.C.C. shelf 17.50
pcft
4. Steel 56
kgs
5. Cement plaster under R.C.C. 150 sft
6. Ceiling of roof 450 psft
N.S.R.
7. Wooden cabinet under the shelf material only 105 psft
8. Electric works as per requirement Job N.S.R.
9. P/f P.V.C. panel with P.V.C gola complete
upto 4½ height approved by plant committee
50.50 rft
N.S.R.
10. Distemper 1200 sft
11. Scraping of extra distemper 1200 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 61 of 111
BILL OF QUANTITIES FOR THE RENOVATION OF GERMINATION ROOM AT PSC PLANT
RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying glazed tile made in China 24” x 24” complete
852.09
psft N.S.R.
2. Ceiling of roof 350
psft
N.S.R.
3. Electrical work Job N.S.R.
4. P/f P.V.C. Panel 10” width with P.V.C gola
approved by the Plant Committee complete upto 9’ height
106 rft
N.S.R.
5. Sanitary work pipe and accessory etc as
required
Job N.S.R.
6. Distemper work roof 338 sft
7. P/f aluminum glass door 21 psft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 62 of 111
BILL OF QUANTITIES FOR THE LAYING OF TUF-TILE WORK FRONT OF OFFICE AT PSC
PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of existing Kalar soling front of office block
756
sft
2. Excavation 189
cft
3. P/l Tuf Tile 60mm thick 756
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 63 of 111
BILL OF QUANTITIES FOR THE GLAZED TILE SIXE 24” X 24” MADE IN CHINA AND
DISTEMPER WORK VERANDAH PSC REST HOUSE AT PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying of glazed tile made in China complete 24” x 24” complete
200.68
psft N.S.R.
2. Scraping of existing distemper 726
sft
3. Distemper on wall & roof 726
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 64 of 111
BILL OF QUANTITIES FOR THE GLAZED TILE SIXE 24” X 24” & DISTEMPER WORK OF
DINING HALL AT REST HOUSE RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying of glazed tile made in China complete 24” x 24” complete
480.50
psft N.S.R.
2. Distemper work on wall & roof 1488
psft
3. Scraping of existing distemper 744
sft
4. Two coat paints 550
sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 65 of 111
BILL OF QUANTITIES FOR THE GLAZED TILE SIXE 24” X 24” MADE IN CHINA AND
DISTEMPER WORK KITCHEN AT PSC REST HOUSE PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying glazed tile made in China 24” x 24” complete
278.82 psft N.S.R.
2. Distemper work on wall & roof 1054
psft
3. Paint work 400
Sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 66 of 111
BILL OF QUANTITIES FOR THE CONSTRUCTION OF WATER COURSE FOR THE DISPOSE
OFF SEWERAGE WATER AT PSC PLANT COLONY RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. 1st class brick work in 1:5 New water course 750 cft
2. Cement plaster 1:4 ¾ thick 1400 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 67 of 111
BILL OF QUANTITIES FOR THE GLAZED TILE SIXE 24” X 24” MADE IN CHINA FOR VERADA
AND ROOMS OF OFFICE BLOCK AT PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying of glazed tile made in China complete 24” x 24” complete
556.75
psft N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 68 of 111
BILL OF QUANTITIES FOR THE GLAZED TILE SIXE 24” X 24” MADE IN CHINA DEPUTY
DIRECTOR FAS/COORD OFFICE PSC PLANT RAHIMYAR KHAN
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Providing/laying of glazed tile made in China complete 24” x 24” complete
263.50
psft N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 69 of 111
1. BOQ of Sahiwal Centre (Plant & Farm)
BILL OF QUANTITIES FOR THE WATER PROOFING TREATMENT IN VALLEY/ GUTTER
INCLUDING PROPER SLOP FOR SPEEDING DRAINING OF WATER MAINSTORE AT PSC
SEED PROCESSING PLANT SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Valley Removing and cleaning the existing the
water proofing valleys and cleaning the surface with iron brush and two layers
water proofing treatment on each premier
bitumen flit sheet base with our lapin 4” compound bitumen 10/20 grade with fine
crush bajree or chips No.8while the flood coats complete in all respect and approval
of Engineer
3108 sft N.S.R.
2. Main Store R.C.C.1:2:4 for the proper slop for speedy
draining of rain water Main Store
2457 cft
3. P/F CI Pipe 4” 432 rft
4. P/F CI Head 10 No.
5. Bottom Khurras 20 No.
6. Un-useless debries from out site and site cleanliness
Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 70 of 111
BILL OF QUANTITIES FOR BROKEN POSITION GLASSS AND STEEL FRAME AT PSC SEED
PROCESSING PLANT SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Providing of faxing and glass up to 70 ft
height complete shuttering.
1047 sft
N.S.R.
2. P/F angle iron frame with paint complete 6’x5’
4 No. N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 71 of 111
BILL OF QUANTITIES FOR THE WORK MAINTENANCE FRONT BOUNDARY WALL AT PSC
SEED PROCESSING PLANT SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Cement plaster on boundary wall 1:4 2625 sft
2. Deep struck pointing 1:2 600 sft
3. 2 coat whitewashing 8500 sft
4. 1 coat red oxide on wall 8500 sft
5. Providing and fixing angle iron on
boundary wall 1½”x 1 ½”x3/16” length 3.5’ with paint complete
53 No.
N.S.R.
6. Removing of existing barber wire and
providing and fixing of new barbered wire on boundary wall four rows
complete as per approval of the local sale/purchase committee
1070 rft
N.S.R.
7. Re-fixing of old barbered wire on
plant colony
130 rft
N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 72 of 111
BILL OF QUANTITIES FOR THE RENOVATION OF GERMINATION ROOM AT PSC SEED
PLANT SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. R.C.C. 1:2:4 slab 31.55 cft
2. Steel 126 Kgs
3. 1st class brick work 35.43 cft
4. Cement plaster Under R.C.C. 170 sft
5. Cement plaster 1:4 ¾” 189 sft
6. Providing and laying glaze tile made in China 24”x24” as per approval of the local
sale/purchase committee complete in all
respects
243.25 sft N.S.R.
7. P/F PVC panel complete upto 9.5’ height
10” width with PVC gola as per approval
of the local sale/purchase committee complete in all respects
42.50 rft
8. P/F PVC pipe 1¼” 70 rft
9. P/F handle valve 1¼” 3 No.
10. P/F PVC pipe 4” dia 26 rft
11. Making connection for new water supply
line with running line
2 No.
12. Dismantling of PCC 1:2:4 16 cft
13. PCC 1:2:4 16 cft
14. P/F P-Trap 2 No.
15. P/F Steel Jali 2 No. N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 73 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.1 (PLANT
SUPERINTENDENT HOUSE) PSC PLANT COLONY, SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1460
sft
2. Two coats distemper 6200
sft
3. Two coats paints 2730
sft
4. Removing of existing plaster boundary
wall
816
sft
5. Cement plaster 1:4 boundary wall 816
sft
6. Deep struck cement pointing 1:2 340
sft
7. Broken position glasses in window (5mm)
thick
14.62 sft
N.S.R.
8. Repair of winboard kitchen box complete 1 No.
N.S.R.
9. Repair/replacement of ply on door one side new ply complete
4 No. N.S.R.
10. P/F flush tanky 2 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 74 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.2&3 (PLANT
SUPERINTENDENT HOUSE) PSC PLANT COLONY, SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1460
sft
2. 2 coats distemper 6200
sft
3. 2 coats paints 2730
sft
4. 2 coat whitewashing 550 sft
5. Dismantling of brick work 3.51 cft
6. R.C.C. 1:2:4 3.51 cft
7. Steel 12.28 kgs
8. Removing of existing plaster boundary
wall
816
sft
9. Cement plaster 1:4 boundary wall 816
sft
10. Deep struck cement pointing 1:2 340
sft
11. Broken position glasses in window (5mm)
thick
14.62 sft
N.S.R.
12. Removing of wooden damaged chokhat 3 No.
13. P/F Steel chokhat complete 68.25 sft
14. Repair of winboard kitchen box complete 1 No.
N.S.R.
15. Repair/replacement of ply on door one
side new ply complete
4 No.
N.S.R.
16. Dismantling of chips skirting 100 sft N.S.R.
17. Mosaic chips skirting 100 sft
18. P/F Flush tanky 3 No.
19. P/F Bib cock 3 No.
20. P/F Mixture 1 No.
21. P/F T-Stop cock 6 No.
22. P/F Pillar cock 2 No.
23. Replacement of wire on wire gauge door
complete
15 sft
2 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 75 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FOREMAN HOUSE NO.2 PSC
PLANT COLONY, SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1435
sft
2. 2 coats distemper 4306 sft
3. 2 coats paints 2056 sft
4. Dismantling of brick work 2.10 cft
5. R.C.C. 1:2:4 2.10 cft
6. Steel 6.82 kgs
7. Removing of existing plaster boundary
wall
432
sft
8. Cement plaster 1:4 boundary wall 972
sft
9. Broken position glasses in window (5mm) thick
9.75 sft N.S.R.
10. Removing of wooden damaged chokhat 1 No.
11. P/F Steel chokhat complete 22.75 sft
12. P/F wardrobe 22” deep complete in all
respects
20.62 Sft
13. Repair/replacement of ply on door both sides new ply complete
2 No. N.S.R.
14. Removing/re-fixing of ply door 1 No.
N.S.R.
15. Repair of parapet Job N.S.R.
16. P/F Aluminum kick plate 4” 12 rft
17. P/F GI pipe ½” 18 rft
18. P/F Shower 1 No.
19. P/F T-Stop cock 2 No.
20. P/F Stop cock 1 No.
21. P/F Flush tanky 1 No.
22. P/F meter box door with frame complete 1 No. N.S.R.
23. Replacement of wire on wire gauge
window complete
21 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 76 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FOREMAN HOUSE NO.3 PSC
PLANT COLONY, SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1435
sft
2. 2 coats distemper 4306 sft
3. 2 coats paints 2056 sft
4. R.C.C. 1:2:4 13.71 cft
5. Steel 45 kgs
6. Removing of existing plaster boundary wall
950
sft
7. Cement plaster 1:4 boundary wall 950
sft
8. Brick work 1:5 almirah 35.43 cft
9. Dismantling of PCC for GI pipe 60 cft
10. PCC 1:2:4 60 cft
11. Deep struck pointing 1:2 63 sft
12. Broken position glasses in window (5mm) thick
9.75 sft N.S.R.
13. Removing of almirah and re-fixing/
repairing of almirah with lock, handle & door complete in all respect
2 No.
N.S.R.
14. Repair of showcase with a railing, baring & glasses complete in all respect
1 No. N.S.R.
15. Repair/replacement of ply on door both
sides new ply complete
2 No.
N.S.R.
16. Repair/replacement of ply on door one side new ply complete
1 No. N.S.R.
17. P/F GI pipe ¾” 60 rft
18. P/F Wash and basin 1 No.
19. P/F T-Stop cock 1 No.
20. P/F Flush tanky 1 No.
21. P/F Bib cock 2 No.
22. P/F Door spring set 3 No.
23. P/F Door lock 4 No.
24. P/F meter box door with frame complete 1 No.
N.S.R.
25. Replacement of wire on wire gauge door
complete
10 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 77 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FOREMAN HOUSE NO.4 PSC
PLANT COLONY, SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1435
sft
2. 2 coats distemper 4306 sft
3. 2 coats paints 2056 sft
4. R.C.C. 1:2:4 13.71 cft
5. Steel 45 kgs
6. Removing of existing plaster boundary wall
950
sft
7. Cement plaster 1:4 boundary wall 950
sft
8. Brick work 1:5 almirah 35.43 cft
9. Dismantling of PCC for GI pipe 16 cft
10. PCC 1:2:4 16 cft
11. Deep struck pointing 1:2 45 sft
12. Broken position glasses in window (5mm) thick
9.75 sft N.S.R.
13. Removing of almirah and re-fixing/
repairing of almirah with lock, handle & door complete in all respect
2 No.
N.S.R.
14. Repair of showcase with a railing, baring & glasses complete in all respect
1 No. N.S.R.
15. Repair/replacement of ply on door both
sides new ply complete
2 No.
N.S.R.
16. Repair/replacement of ply on door one side new ply complete
1 No. N.S.R.
17. P/F GI pipe ½” 11 rft
18. P/F Wash and basin 1 No.
19. P/F T-Stop cock 1 No.
20. P/F Pillar cock 1 No.
21. P/F Flush tanky 1 No.
22. P/F Door spring set 4 No.
23. P/F Door lock 4 No.
24. P/F Floor trap with Jali 1 No.
25. P/F PVC pipe 4” dia 16 rft
26. P/F meter box door with frame complete 1 No. N.S.R.
27. Replacement of wire on wire gauge door
complete
10 sft
28. Repair of kitchen shelf 1 No.
N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 78 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FOREMAN HOUSE NO.5 PSC
PLANT COLONY, SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1435
sft
2. 2 coats distemper 4306 sft
3. 2 coats paints 2056 sft
4. R.C.C. 1:2:4 13.71 cft
5. Steel 45 kgs
6. Removing of existing plaster boundary wall
950
sft
7. Cement plaster 1:4 boundary wall 950
sft
8. Brick work 1:5 almirah 21 cft
9. Dismantling of brick work 10.12 cft
10. PCC 1:2:4, 1” thick 137.50 sft
11. Deep struck pointing 1:2 120 sft
12. Removing of almirah and re-fixing/ repairing of almirah with lock, handle &
door complete in all respect
2 No. N.S.R.
13. Repair/replacement of ply on door both sides new ply complete
2 No. N.S.R.
14. Repair/replacement of ply on door one side new ply complete
2 No. N.S.R.
15. Removing of wooden chokhat 2 No.
16. P/F Steel chokhat complete 36.75 sft
17. P/F GI pipe ½” 6 rft
18. P/F Wash and basin 1 No.
19. P/F T-Stop cock 1 No.
20. P/F Pillar cock 1 No.
21. P/F Flush tanky 1 No.
22. P/F meter box door with frame complete 1 No.
N.S.R.
23. P/F roof, T-iron, girder, tile, polythene sheet, earth complete
108 sft N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 79 of 111
BILL OF QUANTITIES FOR THE REPAIR AND MAINTENANCE OF MOSQUE PSC PLANT SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
8. 2 coats distemper 5945 sft
9. 2 coats paint 700 sft
10. 2 coat white washing 940 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 80 of 111
BILL OF QUANTITIES FOR THE EXTENTION OF VEHICLE STAND AT PSC SEED PLANT SAHWIAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Excavation in open area 302.84 cft
2. Dismantling from any height, asbestos
sheet and ridged coping
42 sft
3. P/F GI Pipe 3” dia 60 rft
4. PCC 1:2:4 4.22 cft
5. Brick pavement/soling in street or road etc. sand grouting laid in proper
camber including watering ramming
compacting of bed to proper camber & sand coushin
339.36 cft
6. P/F Bed plate 4”x4” Ms plate ¼” thick
top of the pipe
5 No.
N.S.R.
7. Fabrication of heavy steel work with
angle iron (2”x2”x1/4”) T-flat iron, round iron & sheet iron etc. complete
without erection in position
187.05 kgs
8. Erection in position & fitting in position Iron trusses/angle etc
187.05 kgs
9. Asbestos cement corrugated sheet
roofing including necessary overlaps & G.I. hook, bolts, nuts, screws, washers
& bitumen washers (Excluding valley & ridges)
668.25 sft
10. Extra labour for erection Asbestos
sheets roofing above 20’ height fixing, ridges & valley ¼” thick (6mm) thick
668.25 sft
11. Extra labour for erection Asbestos
sheets roofing above 20’ height fixing, ridges & valley 5.1/25” thick (6mm)
thick
148.50 rft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 81 of 111
BILL OF QUANTITIES FOR THE CONCRETE FLOOR PLATFORM AT PSC PLANT SAHIWAL,
SIZE (183.5’ X 80.5’)
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of brick work 199.68 cft
2. 1st Class brick work 199.68 cft
3. Removing of bricks of flagged flooring
without concrete foundation
14771.75 sft
4. Providing & laying watering and ramming brick ballast 1½” to 2”
mixed with 25% sand for floor foundation complete in all respect
4874.67 cft
5. Providing & laying conglomerate
flooring (2 coat work) with top layer of ½” thick wearing surface
consisting of one part cement & two
part of stone chips passing 3/16” sieves over bottom layer of CC
(1:3:6) including surface finishing & dividing in panels 2” thick in all
respect
14771.75 sft
6. Removing old bricks debris from site as designated place by the Incharge
Plant & Engineer at site
Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 82 of 111
BILL OF QUANTITIES FOR REPAIR OF INTERNAL ROAD FROM GATE TO REST HOUSE AT
PSC COLONY SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Dismantling of cement concrete 1:2:4 Plain
1800 cft
2. Cement concrete Plan including
placing, compact, finishing and curing P.C.C.1:2:4
1800 cft
3. Removing of un-useless debris from
out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 83 of 111
BILL OF QUANTITIES FOR THE DISTEMPER AND PAINT WORK FRONT OF VERANDAH
COLD STORAGE PSC PLANT SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. 2 coat distemper old surface 12073.94 sft
2. 2 coat paints old surface 1782 sft
3. 3 coat paint on old surface 1160 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 84 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.2 FARM
COLONY SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1765 sft
2. 2 coats distemper 5296 sft
3. 2 coats paints 1693 sft
2 coats white washing 350 sft
4. R.C.C. 1:2:4 7.50 cft
5. Steel 23 kgs
6. Removing of existing plaster boundary
wall
144
sft
7. Cement plaster 1:4 ¾” thick 144 sft
8. Removing of existing plaster open yard 1639 sft
9. Cement neru plaster open yard 1639 sft
10. Removing of almirah and re-fixing/
repairing of almirah with lock, handle & door complete in all respect
2 No.
N.S.R.
11. Repair of showcase with a railing, baring & glasses complete in all respect
1 No. N.S.R.
12. Repair/replacement of ply on door one
side new ply complete
1 No.
N.S.R.
13. P/F GI pipe ¾” 100 rft
14. P/F Wash and basin 2 No.
15. P/F T-Stop cock 3 No.
16. P/F Pillar cock 1 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 85 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF RESIDENCE NO.5 FARM
COLONY SAHIWAL
Sr. No.
Description Quantity Unit. Rate Amount (Rs.)
1. Scrapping of existing distemper 1480
sft
2. 2 coats distemper 5296 sft
3. 2 coats paints 1693 sft
4. 2 coat white washing 350 sft
5. R.C.C. 1:2:4 15.29 cft
6. Steel 46 kgs
7. Removing of existing plaster boundary
wall
804
sft
8. Cement plaster 1:4 boundary wall 804 sft
9. Removing of existing plaster open yard 550 sft
10. Cement neru plaster open yard 550 sft
11. Brick work 1:5 almirah 17 cft
12. Dismantling of brick work 0.84 cft
13. Deep struck pointing 1:2 192 sft
14. Removing of almirah and re-fixing/ repairing of almirah with lock, handle &
door complete in all respect
1 No. N.S.R.
15. P/F kitchen box complete in all respect 14 sft
16. Repair/replacement of ply on door one
side new ply complete
2 No.
N.S.R.
17. P/F Wash and basin 1 No.
18. P/F Bib cock 4 No.
19. Replacement of wire on wire gauge door
complete
58.50 sft
20. Replacement of wire on wire gauge window complete
60 sft
21. Cement plaster 1:4 ¾” thick almirah 92 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 86 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FOREMAN HOUSE NO.6 FARM COLONY SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 1435
sft
2. 2 coats distemper 4306 sft
3. 2 coats paints 2056 sft
4. 2 coat white washing 1500 sft
5. Removing of existing plaster boundary wall
220
sft
6. Cement plaster 1:4 boundary wall 220 sft
7. Removing of existing plaster open yard 101.50 sft
8. Cement neru plaster open yard 101.50 sft
9. Deep struck pointing 1:2 160 sft
10. Removing of almirah and re-fixing/
repairing of almirah with lock, handle & door complete in all respect
2 No.
N.S.R.
11. Repair of window welding complete 1 No.
N.S.R.
12. Dismantling of existing chips floor 30 sft
N.S.R.
13. Mosaic chips floor 30 sft
14. Repair/replacement of ply on door one side new ply complete
2 No. N.S.R.
15. P/F Wash and basin 1 No.
16. P/F Bib cock 4 No.
17. P/F Pillar cock 1 No.
18. P/F T-stop cock 5 No.
19. P/F Basin mixture 1 No.
20. P/F Flush tanky 1 No.
21. P/F GI pipe ½” 7 rft
22. P/F WC 1 No.
23. P/F P-trap 1 No.
24. P/F PVC pipe 4” dia 39 rft
25. P/F Floor trap with jali 3 No.
N.S.R.
26. Replacement of wire on wire gauge door complete
15 sft
27. Replacement of wire on wire gauge
window complete
12 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 87 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF FIELD ASSISTANT HOUSE
NO.1&2 FARM COLONY SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 850 sft
2. 2 coats distemper 2560 sft
3. 2 coats paints 970 sft
4. 2 coat white washing 898 sft
5. Removing of existing plaster boundary wall
210
sft
6. Cement plaster 1:4 boundary wall 210 sft
7. Removing of existing plaster open yard 712 sft
8. Cement neru plaster open yard 712 sft
9. Repair of steel door welding complete 1 No.
N.S.R.
10. Dismantling/resoling of brick work with cement+sand grouting 30% old brick
used, 70% new brick used complete
248 sft N.S.R.
11. Repair/replacement of ply on door one side new ply complete
4 No. N.S.R.
12. Removing of wooden chokhat 2 No. N.S.R.
13. P/F steel chokhat angle iron complete 54.25 sft
14. Making & fixing vin board shutter door
for almirah with frame, lock, handle complete in all respect
86 sft
N.S.R.
15. P/F Bib cock 2 No.
16. P/F Pillar cock 1 No.
17. P/F T-stop cock 1 No.
18. P/F Flush tanky 1 No.
2 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 88 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF SUPERVISOR HOUSE NO.1&2 FARM COLONY SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Scrapping of existing distemper 766 sft
2. 2 coats distemper 2300 sft
3. 2 coats paints 790 sft
4. 2 coat white washing 878 sft
5. Removing of existing plaster boundary
wall
288
sft
6. Cement plaster 1:4 boundary wall 288 sft
7. Removing of existing plaster open yard 663 sft
8. Cement neru plaster open yard 663 sft
9. Repair of steel door welding complete 1 No. N.S.R.
10. Removing of almirah and re-fixing/
repairing of almirah with lock, handle & door complete in all respect
1 No.
N.S.R.
11. Repair of kitchen box shutter and frame
complete
1 No.
N.S.R.
12. Dismantling of brick work 2.81 cft
13. R.C.C. 1:2:4 2.81 cft
14. Steel 17 kgs
15. Dismantling of cement concrete 88.12 cft
16. PCC 1:2:4, 3” thick 352.50 sft
17. P/F Marble patti 240 rft
18. P/F Bib cock 2 No.
19. P/F Pillar cock 1 No.
20. P/F Flush tanky 1 No.
21. P/F Waste pipe 1 No.
02 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 89 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF TUBEWELL OPERATOR FARM COLONY SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. 2 coats distemper 3854 sft
2. 2 coats paints 583 sft
3. 2 coat white washing 2490 sft
4. Repair of steel door with welding complete
2
No. N.S.R.
5. P/F Bib cock 3 No.
6. P/F PVC pipe 4” dia 50 rft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 90 of 111
BILL OF QUANTITIES FOR THE REPAIR OF STORE/WORKSHOP AND OIL SEED STORE, PSC FARM SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Removing of existing damaged tile on
roof
1650 sft
2. S/L polythene sheet on roof 1650 sft
3. P/L tile on roof 1650 sft
4. Excavation 177.98 cft
5. Brick work in foundation 177.98 cft
6. DPC in 1:2:4 1½” thick 167.86 sft
7. 1st class brick work 1:5 1079.94 cft
8. Removing/re-fixing of existing gate Job N.S.R.
9. Cement plaster ¾” thick 1:4 1502.14 sft
10. Cement plaster 1:2 on platform 4500 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 91 of 111
BILL OF QUANTITIES FOR THE CONSTRUCTION OF THE DRAIN FOR COLD STORAGE WATER (DE FROST), PSC SEED FARM SAHIWAL
Sr.
No.
Description Quantity Unit. Rate Amount
(Rs.)
1. Excavation 978.75 cft
2. Brick work in 1:4 897.18 cft
3. Cement plaster 1:3 1631.25 sft
4. Removing of damaged plaster on cold storage gallery
179 sft
5. Dismantling of damaged brick work cold storage
336 cft
6. 1st class brick work in 1:3 336 cft
7. Cement plaster 1:3 691 sft
8. Un-useless debris from out site Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 92 of 111
PSC CANTER PIPLAN
BILL OF QUANTITIES FOR THE OFFICE BLOCK RENOVATION OF PSC PLANT PIPLAN
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. 2 coat distemper old surface 7429.73 sft
2. 2 coat painting old surface 1151.00 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 93 of 111
BILL OF QUANTITIES FOR THE REPAIR WORK OF MACHINERY HALL AT PSC PLANT PIPLAN
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Glazing with plate glass ¼” (6mm thick) including the cost of deodar wood fillets and putty
exceeding 8-ft but not exceeding upto 24sft
240 sft
2. Cutting to required size and fitting glass with fillets and putty
240 sft
3. 2 Coat distempering old surface 18013.60 sft
4. 2 coat painting old surface 3840 sft
5. Extra labour distemper work, 20’ above height 18013.60 Sft
6. Extra Labour for fixing of glass above height Job N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 94 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF PSC RESIDENCE NO.1, OFFICER
PSC COLONY PIPLAN DISTRICT (MIANWALI)
Sr. No.
Description Quantity Unit Rate Amount (Rs.)
1. Removing cement plaster from boundary walls 152.80 sft
2. ½” thick cement plaster CM 1:4 152.80 sft
3. Providing & fitting of wooden door with steel chokat locking arrangement complete in all
respects
24.50 sft
4. Providing and erection of electric MS Board with bakilite sheet 4” deep
2 No.
5. Providing and erection of switches 10/15 Amp. 15 No.
6. Providing and erection of 3-pin switch & plug combined recessed type
2 No.
7. 2 coat distempering old surface 5350.21 sft
8. 2 coat painting old surface 1279.26 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 95 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF PSC HOUSE NO. 4 PSC COLONY
PIPLAN DISTRICT (MIANWALI)
Sr. No.
Description Quantity Unit Rate Amount (Rs.)
1. Removing cement plaster from boundary walls 52.32 sft
2. ½” thick cement plaster 52.32 sft
3. Providing and fixing almirah consisting 1” thick solid flush shutter with deodar wood lipping ¼”
thick
15.75 sft
4. Providing and fixing 1½” thick solid flush door with commercial ply shutter complete in all
respects
50.28 sft
5. Dry brick on edge sand grouting in all respects including ½” thick and plaster
335.50 sft
6. Cement grouting with CM 1:5 335.50 sft
7. 2 coat distempering old surface 2321.00 sft
8. 2 coat painting old surface 283.06 sft
9. Providing and erection MS Board with bakalite
sheet 10” x 8”
2 No.
10. Providing and erection switches 10/15 Amp. 10 No.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 96 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF PSC HOUSE NO. 12 PSC COLONY PIPLAN DISTRICT (MIANWALI)
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Removing cement plaster from boundary walls 112.98 sft
2. ½” thick cement plaster CM 1:4 112.98 sft
3. Providing and erection of MS sheet board 10”X8”
complete in all respects
2 No.
4. Providing and erection switches 10/15 Amp. 7 No.
5. Providing and fixing a solid 1½” thick flush door
with commercial ply door shutter complete
49.00 sft
6. Repair of door with nail screw and wood etc 3 No. N.S.R.
7. Providing and fixing shower rose with rod ½” x 4” 1 No.
8. Providing and fixing of T-stop ½” 1 No.
9. 2 coat whitewash 364.00 sft
10. 2 coat distempering 1752.18 sft
11. 2 coat painting 386.96 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 97 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF PSC HOUSE NO. 13 PSC COLONY PIPLAN DISTRICT (MIANWALI)
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Removing cement plaster from boundary walls 28.68 sft
2. ½” thick cement plaster CM 1:4 90.51 sft
3. Removing door with chokhat 2 No.
4. Providing & fixing a solid 1½” thick flush door with
commercial ply door shutter
49 sft
5. P&F almarah consisting 1” thick solid flush shutter
with deodar wood lipping ¼” (6mm) thick
complete in all respects
15.47 sft
6. Providing and erection switches 10/15 amp. 10 No.
7. Providing and erection of MS sheet bo 10”x8”
complete
2 No.
8. P/F of PVC pipe for wiring on surface including
clumps inspection boxes bend complete in all
respects
90 rft
9. Supply & erection of single core PVC insulated
copper conductor cable in prepaid PVC pipe
200 rft
10. P/F shower rose with rod ½” x 4” 1 No.
11. P/F T-stop cock ½” 1 No.
12. 2 coat distempering old surface 1752.18 sft
13. 2 coat painting old surface 387.96 sft
14. 2 coat whitewashing new surface 265.07 sft
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 98 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF PSC HOUSE NO. 6,7,8 & 9 PSC COLONY PIPLAN DISTRICT (MIANWALI)
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Removing of cement plaster from boundary walls 111.05 sft
2. ½” thick cement plaster CM 1:4 111.05 sft
3. Drying bricks on edge sand grouting complete
with ½” thick with mud plaster
180 sft
4. Cement grouting with CM 1:5 180 sft
5. P/F almarah consisting 1” thick solid flush shutter
with deodar wood lipping ¼” thick, complete in all
respects
15.75 sft
6. P/F a solid 1½” thick flush door shutter 42 sft
7. Providing & erection of MS sheet box 10”x8”
complete
2 No.
8. Providing & erection switches 10/15 Amp. 2 No.
9. 2 coat distempering old surface 1752.18 sft
10. 2 coat painting old surface 387.96 sft
11. 2 coat white washing 265.07 sft
4 Nos.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 99 of 111
BILL OF QUANTITIES FOR THE REPAIR & MAINTENANCE OF REST HOUSE PSC COLONY PIPLAN DISTRICT (MIANWALI)
Sr.
No.
Description Quantity Unit Rate Amount
(Rs.)
1. Removing of cement plaster from boundary walls 316.55 sft
2. 1/2” thick cement plaster CM 1:4 316.55 sft
3. Dismantling of WC + P-Trap 2 No.
N.S.R.
4. Removing door with chokhat 1 No.
5. Excavation for sewerage Pipe line/drain etc 147.26 cft
6. P/L PVC pipe 6” dia for sewerage pipe line with
socket etc
65 rft
N.S.R.
7. Construction of gully grating chamber with chain
wara (3’x21/2’)
1 No.
8. Dismantling chips floor 72 sft N.S.R.
9. Dismantling of PCC floor 18 cft
10. Providing and fitting water closet (WC) with footrest
2 No.
11. P/F P-trap 4” dia 2 No.
12. PCC (1:4:8) as in floor plain 18 cft
13. Mosaic flooring complete with toping (1:2:4) 11/2” 72 sft
14. P/F wood door complete with steel chokhat (1½”
x 1½” x ¼” angle)
52.50 sft
15. 2 coat distempering old surface 5350.21 sft
16. 2 coat painting old surface 1279.26 sft
17. P/F was hand basin complete with pedestal 1 No.
18. P/F side pillar cock ½” dia CP 1 No.
19. P/F shower rose ½” x 4” dia CP 2 No.
20. P/F GI Pipe ½” dia 13 rft
21. P/F flush cistern plastic made 2 No.
22. P/f air conditioner 1½” ton capacity complete with
remote control central lead (power lead, power board, switch connection brackets frame fitting
with all necessary accessories complete with outside wall fitting complete all respect) as per
approval of the local sale/purchase committee
2 No.
N.S.R.
23. Providing and erection of bickalite sheet button holder
2 No.
24. Providing and erection of energy saver 32 watt 2 No.
N.S.R.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 100 of 111
Annex-2 Detailed Specifications & Scope of the Works
Water Proofing Treatment of Valleys & Gutters
1. GENERAL All provisions of the ”GENERAL CONDITIONS” AND SUPPLEMENTARY GENERAL
CONDITIONS” section form a part of these specifications.
2. DESCRIPTION
This general specification is for the installation of seven Layers Hotmop system on old
concrete shell roof / valleys and gutters. The work covered by this section of the specifications construction of furnishing all
plants, labour, equipment, appliances and materials and in performing all operations in
connection with waterproofing of roof complete, in strict accordance with this section of
specifications, applicable codes, DRAWINGS and subject to the Terms and Conditions of
the Contract Documents.
2. WORK INCLUDED 2.1 Removal and disposal of existing waterproofing treatment.
2.2 Hotmop 7-Layers System for Valleys and Gutters waterproofing.
2.3 Sealing and waterproofing and covering of Expansion Joint.
3.1 VALLEYS / GUTTERS /SHADE TREATMENT—SEVEN LAYERS
SYSTEM 3.1.1 Concrete Primer
3.1.2. Bitumen 10/20………..3 coats
3.1.3 Jute Felt…………2 Layers
3.1.4 Pea Gravel / Shingle
3.3 EXPANSION JOINT TREATMENT 3.3.1 PCC 1:2:4 on both sides of the joint.
3.3.2 Filling of Joint with foam backer roof.
3.3.3 Concrete Primer.
3.3.4 Sealing of Joint with 2-part polysulphide sealant.
3.3.5 Waterproofing of joint with 7-Layers system.
3.3.6 Covering of Expansion joint with G.I. Sheet.
4. MATERIAL COVERAGE RATES
4.1 VALLEYS AND GUTTERS TREATMENT—SEVEN LAYERS
SYSTEM 4.2.1 Concrete Primer………….@ 0.40 liter /M2
4.2.2 Bitumen 10/20…………..@ 1.50 Kg / M2……………Sticking coat.
4.2.3 Jute Felt…………………….@ 1.10 ft2/ft2
4.2.4 Bitumen 10/20………….@ 1.50 Kg / M2………………Paint coat.
4.2.5 Jute Felt…………………..@ 1.10 ft2/ft2
4.2.6 Bitumen 10/20…………@ 2.00 Kg / M2………………..Flood coat.
4.2.4 Pea Gravel / Shingle ……………..….@ 0.015 M3 / M2
5. MATERIAL SPECIFICATIONS
5.1 CONCRETE PRIMER Concrete Primer shall be a high quality, cold applied, black liquid coating manufactured
of the highest quality asphalt and selected ingredients. It will be used to primer
concrete and masonry walls prior to installation of roofing system.
Concrete Primer shall meet or exceed ASTM D-41 specifications.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 101 of 111
5.2 OXIDIZED BITUMEN 10/20 Oxidized Bitumen of 10/20 grade shall be premium quality asphalt manufactured by
Pakistan National Refinery, Karachi. It will be made from ductile, pliable asphalt and
plasticizing oil blown to optimum and uniform softening point and penetration with the
following characteristics or as approved by the Engineer. Oxidized Bitumen shall meet or exceed ASTM D-312 specifications.
Minimum Maximum
Softening Point (Deg. C) 80 90
Penetration (dmm) at 25oC 10 20
Specify Gravity at 25o C 1.01 1.08
Flash Point 200oC
5.3 JUTE FELT Jute felt shall be a premium quality asphalt pregnated felt weighing 70 lbs /100 sft
(3.40 Kg/M2) manufactured by Master or equipment to be approved by the Engineer. It
will made from ductile, pliable asphalt used for hotmop roof waterproofing systems.
5.4 FOAM BACKER ROD Foam backer rod shall be a heavy duty chemically non-cross linked polythene foam
with closed cells, expanded 15-40 times. It is designed to use as a backing material for
sealing of expansion Joints in rooftops.
6. PREP0ARATORY WORK 6.1 The existing waterproofing treatment shall be removed and disclosed of to the
designated place within 1000 meters of the building boundary. Care must be taken not
to damage the existing roof deck.
6.2 The surface of valley & gutter should be reasonably smooth and any depressions shall
be properly filled with cement sand morter. No separate payment shall be made for this
work. 6.3 Where applicable cant strip or fillet of 3”/4” in cement mortar shall be installed around
perimeter of roof, sky line and other structures on the as per Contract Specifications.
No separate payment shall be made for this work.
6.4 All surfaces to be treated must be cleaned, dry, free of dust, oil, grease, nails etc.
Application of bitumen shall not be started unless the preparatory work has been
inspected and approved by the Engineer / Sub Engineer.
7. WORKMANSHIP All works shall be perform in an efficient and workmanlike manner.
7.1 VALLEYS / GUTTER TREATMENT 7.1.1 Over the prepared surface, concrete primer shall be applied to the roof area
which will be treated on the next day. Leave the primer exposed to air for twelve
to twenty four hours.
7.1.2 Starting and the valley of the roof, apply one coat of hot bitumen at the required coverage rate into which, while hot, embed a layer of jute felt with 4” side laps
and 6” end laps as specified and as per site requirement.
7.2 SHELL ROOF TREATMENT 7.2.1 Starting at the low edge of the roof, apply one coat of hot bitumen at the
required coverage rate into which, while hot, embed a layer of jute felt with 4”
side laps and 6” end laps as specified and as per site requirement.
Continue applying the system until the entire roof surface including the valley portion is
also covered. The felt shall be thoroughly rubbed into the hot bitumen and the entire surface shall be immediately mopped with flood coat of bitumen to insure thorough
embedding of the felt. The felt shall be laid without wrinkles or buckets and the finished
membrane shall be free from pockets and blisters. The final bitumen coating shall be
applied immediately protected by pea gravel / shingle embedded into bitumen.
The work on the remaining area of valley and shell roof will be completed in the above manner till the whole roof is waterproofing.
7.3 EDGE TREATMENT 7.3.1 All edges, upstand and parapet walls, joints and protrusions through the roof
deck must be flashed and sealed with oxidized bitumen and felt. No extra
payment shall be applicable for this work. It will be included in the appropriate
unite rate of 5/7 Layers waterproofing.
7.4 Waterproofing of Shell Roofs with Hy-Grip or Polyshield
etc. torch bonding membrane aluminum foiled 4 mm
thick
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 102 of 111
A torch bonding, 4 mm thick should be an ideal waterproofing membrane for
waterproofing of shell type structure / roofs. It should provide an economical,
efficient and durable solution for waterproofing of large area shell roofs. 7.4.1 Preparatory Work
The scope of this work would be same as explained in 5-7 Layers waterproofing
treatment system.
7.4.2 Priming Apply one coat of primer of required good quality to clean concrete or masonry
services @ 4-6 m2 per liter. Allow primer to dry until track free.
7.4.3 Membrane Application
The application of the membrane is by using a suitable propane gas torch. The
membrane roll is lined up and positioned over the area to be fixed. The membrane should be rolled up again and progressively unrolled without
changing its orientation and heated at the lower surface with a propane gas
torch to cause slight surface melting and adhesion to the substrate. It is also
provided with a selvedge strip along with the length of roll that is covered with a
strip of polyethylene film for lap joints. The next roll of membrane is positioned
with the membrane already fixed by overlapping at least 8 cm at the side and end laps. Overlaps should be heated from the top and sealed with a trowel to
ensure total adhesion of joint.
7.4.4 Tools
Gas torch, related cylinder, knife, trowel, marking aids and gloves.
7.4.5 Technical Specifications The material shall meet or exceed ASTM specifications.
Nominal
Thickness
4 mm
Upper surface Aluminum foil
Lower surface Polytheen film etc.
Type of coating APP modified bitumen
Reinforcement Non-woven Polyester
Tensile strength Longitudinal 800 N/5cm
Transversal 800 N/5 cm
Elongation at break Longitudinal 40%
Transversal 45%
Softening point of the coating ˃ 150o C
Cold Flexibility -10o C ( No crack)
Heat Resistance Method A, 2
hours
130oC (No flow)
Chemical Resistance Resistance to water, salt solutions, dilute acids and
alkalis.
8. Submittal Samples The contractor shall submit the samples of all the waterproofing materials for the
approval of the Engineer. Any tests required by the Engineer to verify the quality of the
waterproofing materials will be borne by the Contractor and no direct compensation
shall be made.
9. MEASUREMENT AND PAYMENT 9.1 MEASUREMENT
9.1.1 The work shall be measured as net treated surface in square foot or running foot
upto the edge (including vertical treatment of parapets and upstand etc.)
9.1.2 Where the work is to be measured by area no deductions shall be made for the opening(s) not exceeding one square foot.
9.1.3 The unit prices shall include all labour, equipment and materials as described in
these specifications.
9.2 PAYMENT The work shall be paid at the unit rate of the relevant items in the bill of
quantities on the basis of the area / length measured above in square foot or
running foot.
10. UNDERTAKING The contractor shall provide a written undertaking on stamp paper of Rs.100/- for
materials and labour work for a period of 5-10 years after the issuance of completion
certificate.
In case of any leakage during the undertaking period the contract shall be responsible
to remove the leakage or any other defects as per site requirements in accordance with
the instructions of the Administrative / Engineer.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 103 of 111
Annex-3 Drawings
Construction of Boundary Wall Sq. No.33/86, 34/86 PSC Farm 86-87/10-R, Khanewal
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 104 of 111
Reconstruction of Germination Room at Seed Plant Rahimyar Khan
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 105 of 111
Annex-4 Bid Proforma
Tender for
Civil and Allied Works for Different Centres of Punjab Seed Corporation (PSC)
Time & Date of Receipt of Bids: 10:00 AM. on 20.11.2017 Time & Date of Opening of the Bids: 10:30 AM on 20.11.2017 Amount of Earnest Money: @ 2% of the estimated price. Bid Validity Period: 60 days from the date of opening Accomplishment Period: As per delivery schedule given in order Place of Work: As mentioned in the supply order Note: Please read the following note and instructions carefully before filing in the bid proforma:
1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.
2. No offer shall be considered if: (a) It is received after the time and date fixed for its receipt; (b) It is received without earnest money from an unregistered firm or from a firm, which is
otherwise registered but not for the items mentioned in this tender; (c) The bid document/tender is unsigned; (d) The offer is ambiguous; (e) The offer is conditional; (f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is received by telegram; (h) The offer is of a shorter validity period than that mentioned in the tender enquiry; (i) The offer is for stores and services not conforming to the specifications indicated in the bid
document 3. The offer shall remain valid up to sixty (60) days from the bid opening date. 4. Bids must be submitted in double cover. The outer envelope will bear name of the
Purchaser, tender number and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly.
5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning any reason.
6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the bid security / earnest money would be liable to forfeiture.
7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and conditions as laid down in the contract, the performance security deposited by him would be forfeited and the store may be purchased at his risk and expense.
8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of the goods and services.
9. The delivery period will be as given in the supply/work order. Grant of grace period up to 1/3rdof the supply period will be the sole discretion of the Purchaser. Purchaser may refuse the grace period without assigning any reason thereof. Grace period, if allowed, will not be extendable. Extension of delivery period, if any, will be with imposition of the late delivery charges @ 2% of the total amount per month for the days of default.
10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional information or submittal letter on the official letterhead.
11. DD/CDR/PO (in original) in token of having purchased the tender, must accompany the offer.
12. Bids and all correspondence should be addressed to the Purchaser i.e., Punjab Seed Corporation, 4-Lytton Road, Lahore.
13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well as in figures. In case of difference between the two, rates quoted in words shall prevail.
14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @ 2% of the estimated price by them in favour of the Punjab Seed Corporation, Lahore.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 106 of 111
15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of the stores at the risk and expense of the bidder.
16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must indicate the name and address of the works in the country where they will manufacture or produce the goods they intend to supply.
17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM of the specimen as hereunder. Non-submission of such an authorization may render their bids liable to rejection:
“This is to certify that M/s. ______________________________________________________ have obtained a quotation from us against invitation to Tender No.______________________ issued by the Punjab Seed Corporation to be opened on 20.11.2017. We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly in accordance with the specification laid down in the said Invitation to Bids”.
18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative may inspect the stores during their manufacturing, production or assemblage.
19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional, ambiguous or incomplete offers are likely to be ignored.
20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers, after opening, shall not be entertained under any circumstances.
21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical data, if any, in respect of the stores offered by them in support of their bids.
22. Bidders are specifically required to indicate their Computerized National Identity Card Number (CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).
23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed with date by the person signing the original bid documents. Bidders are required to put their signatures on all pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-through shall not be acceptable and may be ignored.
24. Bids should be submitted based on accounting units specified in the invitation to tenders. 25. Bidders are required to furnish a certificate or undertaking that they will be responsible for
the free replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with the specifications given in the tender enquiry.
26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will, however, be acceptable.
27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry, the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-inspection by the Purchaser or his authorized representative(s) at their own cost.
28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.
29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer packing.
30. Bids must guarantee at least three years’ free service and supply of the spare parts. 31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky
samples may be offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.
32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own expense, if available.
33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.
34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied parts if they are found not suitable for the equipment, machinery or engine.
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 107 of 111
35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders must note that non-exhibition of the import documents at the time inspection or on demand later may lead to forfeiture of their security deposits and procurement of the stores at their risk and expense.
36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of testing.
37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance with the terms and conditions as laid down in this respect in the supply order and the contract agreement. Release of payment will be subject to satisfactory performance of the contract and the final inspection and acceptance note by the consignee or the Purchaser.
38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid documents preferably through mutual consultations followed by arbitration.
Bidder’s Signature and Seal Name: __________________________________________
Designation: _____________________________________
CNIC No. ________________________________________
Address: ________________________________________
Phone Office: ____________________________________
Phone Works: ____________________________________
Fax No. _________________________________________
Mobile No. ______________________________________
Email address: ___________________________________
Website: _______________________________________
Date: __________________________________________
Witnesses:
1.Signature: ____________________________
Name: ______________________________
Designation: __________________________
CNIC No. _____________________________
Date: _______________________________
2.Signature: __________________________
Name:______________________________
Designation: ________________________
CNIC No. _____________________________
Date: _______________________________
List of enclosures or attachments, if any: 1. _______________________________ 2. _______________________________ 3. _______________________________ 4. _______________________________ 5. _______________________________
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 108 of 111
Annex-5
Bid Price Schedule Sr.
Description Rate Amount Sales Tax Remarks
PSC SEED PLANT AND FARM KHANEWAL
21 Repair and maintenance of Plant Colony Khanewal
22 White washing of 12 No Hours Tip Store at Plant Khanewal
23 Contraction of motorbike /cycle Shed PSC Plant Khanewal
24 Lying of tuf tiles in front of Boundary wall East site Plant Khanewal
25 Lying of sewerage line are disposal of sewerage water at PSC Plant Colony Khanewal
26 Waterproofing treatment of valleys & gutters including proper slopes for speeding drainage of rainwater of shell roofs at Seed Plant
27 Repair and maintenance overhead all water reservoir PSC Plant Khanewal
28 Repair & maintenance of water supply line for fire fighting arrangement Plant Khanewal
29 Repair & maintenance office Block Plant Khanewal
30 Replacement of Existing roof of Security Office Plant Khanewal
31 Cement plaster of the boundary wall north & south sides of Seed Plant Khanewal
32 Repair & maintenance of mosque of Seed Plant Khanewal
33 Repair of bathroom & toilet for labour at Seed Plant
34 Repair & maintenance of farm colony (83-85/10-R)
35 Tilting of common boundary wall farm colony (86-87/10-R)
36 Repair & maintenance of metal road from main gate to Rest House at Colony (81-82/10-R)
37 Construction of boundary wall spare No 33/86, 34/86 Farm 86-87 at PSC Plant Khanewal
38 Brick soling of thrashing floor in DC area Sq No.27/86 at Farm 86-87/10-R
39 Repair & maintenance of concrete road in front of office & officer residences at Farm 86-87/10-R
40 Repair & whitewashing of store & veranda at Farm 86-87/10-R
PSC SEED PLANT RAHIMYAR KHAN
13 Kallar bricks soiling in front of Cereal plant
14 Replacement of the water supply line of fire fighting arrangement
15 Reconstruction of germination room at plant
16 Renovation of quality control laboratory
17 Renovation of germination room
18 Tuf tile work in front of office at Seed Plant
19 P/f of china glaze tiles 24”x24” & distemper work of veranda at Rest House
20 P/f of china glaze tiles 24”x24” & distemper work of dining hall at rest house
21 P/f of china glaze tiles 24”x24” & distemper work of kitchen at rest house
22 Construction of watercourse for disposal of sewerage water at colony
23 P/f of china glaze tiles 24”x24” for veranda and rooms of office block at Seed Plant
24 P/f of china glaze tiles 24”x24” for veranda and rooms at Plant/FAS
PSC SEED PLANT AND FARM SAHIWAL
14 Water proofing treatment in valley/gutter including
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 109 of 111
proper slope for speedy drainage of rain water on main store
15 Estimate for broken position glass & steel frame Plant
16 R&M front boundary at PSC Plant Sahiwal
17 Renovation of Germination Room
18 Repair and Maintenance different houses and Mosque PSC Colony
19 Extension of vehicle stand PSC Plant Sahiwal
20 Concrete floor of platform at PSC Plant (183’-6” x 80’-6”)
21 Repair of internal road from main gate to Cold Store and main gate to end of main store at Plant
22 Repair of internal road from main gate to Rest House at Colony
23 Distemper and paint work on front and veranda of cold storage at Plant
24 Repair and maintenance of farm colony
25 Repair of farm store/work shop and oil seed store
26 Construction of drain for cold storage water
PSC SEED PLANT PIPLAN MIANWALI
7 Repair of offices Admn. Block
8 Repair of machinery Hall Plant
9 Repair of Officers Residence No.1
10 Repair of staff quarter No.4, 12, 13
11 Repair of staff quarter No.6, 7, 8, 9
12 Repair of rest House
Total price in words ________________________________________________________________
i. Prices indicated on the bid proforma shall be inclusive of all applicable governmental taxes, duties and (insurance, other incidental and applicable charges, if any).
ii. In case of discrepancy between unit price and total, the unit price shall prevail. Bidder’s Signature and Seal Name: __________________________________________ Designation: _____________________________________ Date: __________________________________________
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 110 of 111
Annex-6
Undertaking by the Bidder 1. I/We hereby confirm to have read carefully complete description of the goods, stores, services
and all the terms and conditions of your tender enquiry No.__________, due for opening on __________, for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and the Punjab Procurement Rules, 2014 (PPRA-2014). I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.
2. I/We also hereby categorically confirm that the stores offered by me/us conform to the particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.
3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.
4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.
5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.
6. I/We certify and undertake that we have not been blacklisted by any public or private authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.
7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection of my/our bid, in part or in whole, and that such a decision shall not be justifiable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.
8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.
9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.
10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.
11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/We qualify the eligibility criteria of participating in the bid.
12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.
Deponent Bidder’s Signature and Seal Name: __________________________________________ Designation: _____________________________________ CNIC No. ________________________________________ Date: __________________________________________ Witnesses:
1.Signature: ____________________________
Name: ______________________________
Designation: __________________________
CNIC No. _____________________________
Date: _______________________________
2.Signature: ____________________________
Name: ______________________________
Designation: __________________________
CNIC No. _____________________________
Date: _______________________________
PSC Tender Document No. 27/2017-18 (Civil and Allied Works) Page 111 of 111
Appendix-1
Contract Agreement (Specimen) This agreement is made in the presence of the witnesses named below on this _____ day of _________ at _______ between the Punjab Seed Corporation, Lahore (hereinafter called “the Purchaser”) and ______________________________________________ (hereinafter called “the Supplier”). Whereas the Purchaser invited bids for certain stores, goods and ancillary services, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs. [contract price in words and figures] (hereinafter called “the Contract Price”). Now this agreement witnesses as follow: 1. In this agreement words and expressions shall have the same meanings as are respectively
assigned to them in the bid document referred to. 2. The following documents shall be deemed to form and be read and construed as part of this
agreement, viz., the:
(a) Invitation to tenders as publicized / advertised by the Purchaser; (b) Bid document as bought from the Purchaser; (c) Schedule of Technical Specifications as annexed with the bid documents; (d) Bid Proforma; (e) Bid price schedule; (f) Undertaking submitted by the bidder along with the bid papers; (g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores, goods, and services etc.; (i) General and special conditions regarding purchases and procurements as given in the Punjab
Procurement Rules, 2009; and (j) This contract agreement as executed between the Purchaser and the Supplier
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in conformity and in all respects with the provisions of the award of contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Purchaser Supplier
Signature: ___________________________________ Name: ______________________________________ Designation: _________________________________ Date: _______________________________________
Signature: ___________________________________ Name: ______________________________________ Designation: _________________________________ Date: _______________________________________
Purchaser’s seal Supplier’s seal