BIDDING DOCUMENT
FOR THE PURCHASE OF
                                  (M.S BLIND & STRAINER PIPES. )
                                                          For
       THE TUBE WELL OF BUGTI STADIUM QUETTA.
     Office of the Deputy Director Drilling , Drilling
          Directorate ChamanPhattak Quetta.
                                    TSE No._________
              NAME OF BIDDER: ____________________________
                                       (To be filled-in by the Bidder
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
LETTER OF INVITATION FOR BIDS:Sealed Tenders are invited under the Balochistan Public
Procurement Rules (BPPR) - 2014 by the_Deputy Director Drilling , Drilling Directorate ChamanPhattak
Quetta.From“Eligible Bidders”dealing in Sales and after-sale services (as applicable) of_M.S BLIND &
STRAINER PIPES.as per details contained here-under:
  REQUIRED BIDDING INFORMATION                           TO BE FILLED BY THE PROCURING AGENCY -
  NAME OF PROCUREMENT OFFICER / DDO                                    BASHIR AHMED MAGSI
  DESIGNATION OF PROCUREMENT
                                                                   DEPUTY DIRECTOR DRILLING.
  OFFICER
  POSTAL ADDRESS      OF THE    PROCURING
                                                     WRPD&M DIRECTORATE CHAMAN PHATTAK QUETTA.
  AGENCY
  PHONE NUMBER & FAX NUMBER                                                  9201425
  E-MAIL ADDRESS &WEBSITE
                                                                              N/A
  (IF AVAILABLE)
  METHOD OF PROCUREMENT                              SINGLE STAGE - ONE ENVELOPE BIDDING PROCEDURE
                                                From BPPRA Websitewww.bppra.gob.pkTSE No.__________
                                                 May also be obtained from office of the Procurement officer
  ISSUANCE OF BIDDING DOCUMENTS
                                               during office hours up-to one working day prior to the opening of
                                                                             bids.
                                                 Date _10-10-2019_& Time _12:30 PM_ through courier or by
  DEADLINE FOR SUBMISSION OF BIDS
                                                          hand at the office of the Procuring Agency
                                                    Date_10-10-2019_& Time _1:30 PM at the location of the
  OPENING OF BIDS
                                                                     Procuring Agency.
  BIDDING DOCUMENT FEE                                           AMOUNT: _650/-_
  (IF REQUIRED BY THE PROCURING                  MANNER OF PAYMENT: _THROUGH GREEN CHALLAHAC NO.C-
  AGENCY)                                                              03434.
                                                               AMOUNT: _2_ % OF THE BID VALUE
  BID SECURITY
                                                              MANNER OF PAYMENT: CALL DEPOSIT
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
ELIGIBILITY CRITERIA FOR BIDDERS: (TO BE FILLED BY PROCURING AGENCY):
      S.
                Bidders Eligibility Factor           Mandatory Requirement            Document Required
     No.
      1        Registration with Income Tax               NTN Certificate                Copy of NTN
               Registration with Sales-Tax &                                          Copy GST registration
       2                                                   GST Certificate
                           BRA.                                                            Certificate
                                                           For Experienced
                                                             (Old Firms):          Copy/ies of Supply Order/s
                                                          _01_ successfully          with relevant completion
                                                          completed similar         certificate/s or Inspection
                                                            assignments                       Report/s
       3            Relevant Experience                For In-experienced (New      Signed & stamped copy of
                                                                Firms):                original Agreement in
                                                      MoU / JV or Agreement        addition to Supply orders &
                                                      with a Firm fulfilling the     Inspection Report of the
                                                      above-mentioned criteria           experienced Firm
                                                                                   Audited Final Accounts OR
                                                                                        Bank Certificate of
                                                     PKR. _05 Million_for the       Company’s Bank Account
       4              Financial Capacity
                                                           past 3 years                certifying the required
                                                                                    financial worthiness of the
                                                                                                Bidder
                                                      Must agree to serve the
                                                                                    Completion time must be
       5          Delivery time compliance           Contract within _15days_
                                                                                    clearly specified in the Bid
                                                     (Mention Days / Months)
                                                       Must unconditionally
                                                         agree with all the
                                                                                   Signature & company seal on
              Agreement with all the terms &           instructions, terms &
       6                                                                             every page of the bidding
                      conditions                     conditions specified in the
                                                                                            document.
                                                       bidding documents &
                                                        contract agreement
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
BIDDER’S INFORMATION: (To be filled-in by the Bidder)
    1. Name of company : __________                                                            ____________
    2. Complete Postal Address :                                                      ______         ___
                                                                 ______        _____ ___
                                                         __________________________________________
    3. Tel No:                                   ____    4. Email address:                     ______
    5.   Fax No: ____                                    6. Mobile No: _______________________
    7. Authorized Representative’s name & designation: __________________________________________
    8. Type of Business:
         (1) Sole Proprietorship          □      (2)      Partnership        □
         (3) Corporation (Private Ltd.)    □     (4)      Corporation (Public Ltd.)   □
    9. National Tax Number& Date of issuance: _                          ____________________
    10. Sales Tax Registration No. / BRA Registration No.____________________________
    11. Bid Validity: __________ (Please specify in No. of Days)
    12. Total Completion Time: _________________ (In Days / Months, please specify)
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
DATA-SHEET OF THE ASSIGNMENT / SCHEDULE OF REQUIREMENTS
The objective of the below given Data-Sheet / Schedule of Requirements is to provide sufficient information to
bidders to understand complete scope of this procurement such that no requirement of the Procuring Agency is
left un-mentioned hereunder,so as to enable the bidders to prepare their bids accordingly:
                                                   Item Details / *Specification / Service
        S. No.           Item Name                                                                      **Qty
                                                               requirements
                                                S/O M.S Blind pipe 10” inner dia 4 mm wall        900 Rft.
                                                thickness with weight of 80 Kg per 10 Rft Non
           1            M.S Blind Pipe
                                                pressed diagonal cut quantity required in the
                                                length of 20 Rft= 90% and 10 Rft= 10%.
                                                S/O M.S Strainer Pipe 10” inner dia 4 mm wall     250 Rft.
                                                thickness with weight of 75 Kg per 10 Rft non
           2           M.S Strainer Pipe        pressed diagonal cut 7% 10% open area slot size
                                                1/16”x2-3/4”.quantity required in the length of
                                                20 Rft = 50% and 10% Rft = 50%
* Brand names & model numbers (if any) referred-to in this tender document are only for reference purpose in
the light of BPP Rules - 2014 # 13(1), however ALL offers in conformity with the generic specification shall be
evaluated as equal.
**Ordered quantity shall not vary beyond 15% of the quantities specified in the “Data-Sheet of the Assignment”
as per requirement of the Procuring Agency.
Delivery Schedule & Requirements:
           Place of Delivery of Goods: Bugti Stadium Quetta.
           Last Date & Time of Delivery:_____N/A_____________
          Completion time MUST be clearly specified by the Bidder in the Bid. Where completion time shall
          mean; time consumed in delivery of the ordered items to the designated location of Procuring Agency
          as mentioned above, also including but not limited to time required for performing the required tasks /
          services as detailed in the schedule of requirements
          Authorized representative of the bidder shall be present at the time of delivery of Consignmentat
          procuring agency’s designated location.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
INSTRUCTIONS FOR PREPARING TECHNICAL BID
These Instruction are being given for strict compliance by the Bidders.Failure to fulfill any instruction given
here-under may result in dis-qualification of the Bid/s.
Proposals shall be prepared on following lines: -
   1. Sealed Envelope containing the Technical Proposal should clearly state:
            a. “Name of Bidder ___________________________________________”
            b. “Name of Tender___________________________________________”
    2. The portion of Proposal of this bidding document duly filled, supported with Bidder’s covering Letter and
       the technical Bid on Bidders Letter Head be attached as the Technical Proposal.
    3. Technical Proposalshall be prepared keeping in view the specifications provided in the Data Sheetand the
       schedule of requirements.
    4. Following information should be attached.
           a. Receipt of payment of Bidding Document Fee(If required by the Procuring Agency)
           b. Completion time, which means; time consumed in delivery to the designated location of the
               Procuring Agency, time required for demonstration, fixation, installation, commissioning &
               training (as the case may be) of the delivered Items
           c. Documentary evidence of fulfillment of eligibility criteria for Bidders as requiredby the
               Procuring Agency.
           d. Documentary evidence of fulfillment of complete schedule of requirements as per evaluation
               criteria including technical, administrative and service requirements ofthe Procuring Agency
           e. Every page of the Bid must be numbered, signed & stamped by the authorized representative.
    5. Attachment of any document not demanded by the Procuring Agency at instruction 4 of “Instruction for
       preparation of Technical Bid” is strictly prohibited and may result in disqualification of bid.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
Evaluation Criteria:Selection of the successful bidder shall be based on theLeast-Cost Selection Methodwhich
means,“Eligible Bidderquoting items at the lowest financial cost”
The procedure shall be applied on knock-down basis as follows: -
     1. Bidders Eligibility Assessment.Initial evaluationshall be carried-out by the PROCUREMENT
         COMMITTEE,as per the requirements of the eligibility criteria laid down under the heading of “Letter of
         Invitation for Bids – Eligibility Criteria for Bidders” in the following manner:
                                                                                          Bidder
              Bidders Eligibility Factor                   Requirement
                                                                                        YES / NO
                Registration with Income
                                                       Copy of NTN attached?
                           Tax
               Registration with Sales-Tax           Copy of GSTRN attached?
                                                   For Self-experienced / Old Firms:
                                                   _01_ No. of Supply Orders with
                                                  relevant completion certificate or
                                                  Inspection Report of successfully
                                                    completed similar assignments
                                                             attached?
                    Relevant Experience            For In-experienced / New Firms:
                                                  Signed & stamped copy of MoU /
                                                 JV or Agreement of support, with a
                                                 Firm fulfilling the above mentioned
                                                    criteria duly attested by Notary
                                                             Public attached?
                                                Bank Certificate of Company’s Bank
                                                     Account certifying PKR. _05
                     Financial Capacity
                                                     Million_ For the past 03years
                                                                attached?
                  Agreement with all the          Signature & company seal at every
                   terms & conditions             page of bidding document affixed?
                                                Is the quoted completion time within
                       Delivery time
                                                      the stipulated time period?
                   i. Firm must score “YES” in all requirements of the eligibility criteria to be categorized as
                      Eligible. “NO” to any requirement of the eligibility criteria, by any bidder shall render the
                      Firm as Ineligible.
                  ii. Subsequent uponsaid assessment,Bidders shall be categorized as:
                          1. Eligible Bidders
                          2. Ineligible Bidders
      2. Return of Financial Proposals from Ineligible Bidders.Proposals from Ineligible Bidders shall be
         declared “Non-Responsive”, consequently shall NOT be accepted for any further evaluation:
                   i. Their Financial Proposals shall be returned without being opened.
                  ii. Their Bid security shall be released upon their written request.
      3. Package-wiseEvaluation. The Bids received from Eligible Bidders shall then be evaluatedby the
         PROCUREMENT COMMITTEE ITSELF (If the required items are not technically complex)for
         conformance with the required technical qualification (which includes specification, schedule of
         requirementsand all other administrative and legal requirements as stated in the Data-Sheet)on basis.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
      4. Financial Evaluation.Financial Proposals of the Responsiveshall be publicly opened in themeeting as specified
         in this document under the heading of “Letter of Invitation for Bid”.Financial Comparative Statement /
         Evaluation Report of the “Responsive Proposals” shall be prepared by the PROCUREMENT COMMITTEEin the
         following manner:
       Item/s                                                         Responsive Bidder 1
       Name /                                                                      Total Price
      Model &                   Quantity
      descriptio                                             Unit Price
          n
                    S/O M.S Blind pipe 10” inner dia 4
                    mm wall thickness with weight of
      M.S Blind     80 Kg per 10 Rft Non pressed
       Pipes        diagonal cut quantity required in
                    the length of 20 Rft= 90% and 10
                    Rft= 10%.
                    S/O M.S Strainer Pipe 10” inner
                    dia 4 mm wall thickness with
                    weight of 75 Kg per 10 Rft non
          M.S
                    pressed diagonal cut 7% 10%
        Strainer
                    open area slot size 1/16”x2-
         Pipes
                    3/4”.quantity required in the
                    length of 20 Rft = 50% and 10%
                    Rft = 50%
                     i. Subsequently, the prepared Financial Evaluation Report shall duly be signed by all the
                        members of the Procurement Committee.
      5. Recommendation of Procurement Committee &Uploading of Evaluation Report.
         Financial Evaluation Reports shall be combined, this Report shall be called the “Evaluation Report”.
         The Evaluation Report must clearly state justification for acceptance of lowest evaluated Bid/s, and
         reason/s for non-acceptance of all other Bids. Consequently, lowest financial Bidder among the
         “Eligible and ResponsiveBidders” shall be recommended for the Award of Contract by
         thePROCUREMENT COMMITTEE.The Procuring Agency shall upload this Bid Evaluation Reportat the
         website of Balochistan Public Procurement Regulatory Authority under the relevant TSE number, at-
         least ten days prior to the award of Contract.Copy of the same shall be provided to bidders upon their
         request.
      6. Award of Contract.Contract forSupply of Item/s to the recommended Bidder/si.e. the lowest
         evaluated bidder/s (“Eligible Bidder/s quoting items at lowest Financial cost,shall be placed after
         ten days of uploading of the Evaluation Report at B-PPRA Website.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
TERMS AND CONDITIONS:
      1. Completion time may be clearly specified. Where completion time shall mean; time consumed in
         delivery of the ordered items to the designated location of Procuring Agency, including but not limited
         to time required for installation, commissioning & training. (Complete delivery as per the schedule of
          requirements services detailed in the Data-Sheet)
      2. Maximum completion time for the order is___15____ Days from the date of Supply Order
      3. Tenders must be quoted in Pakistani Rupees (PKR).
      4. Tax Liability:
                      i. Complete Tax liability is to be borne by the Vendor
                     ii. Quoted prices shall be inclusive of all applicable Taxes, be filled item-wise as per the afore-
                         mentioned format at Para-2 and may not be applied to the sub-total of the package.
                    iii. In-case of any Tax exemptions, exemption certificate from the concerned Tax Office /
                         Regional Tax Office pertaining particularly to this case may be provided; otherwise taxes
                         shall be deducted as per Government Policy / Rules.
      5. Validity of the bid would be at-least _30_ days from the date of Tender opening
      6. Financial Bids must be accompanied with Bid Security in the form of Bank Guarantee or Deposit at
          Call from a scheduled bank @ 2% of total bid value favoring the Procurement Officer
      7. Performance Security @ 10% of the Supply Order value in the form of Pay Order, Demand Draft,
          Bank Guarantee, or Insurance Bond (by AA ranking Insurance Company) favoring the Procurement
          Officer, shall be required to be provided by the bidder at the time of acceptance of Supply Order/
          award of contract.
      8. In case of late delivery, the supplier may be blacklisted and late delivery penalty (Liquidated Damages)
          shall be imposed at the rate of _0.1_% (of the value of items delivered late) per day, upto a maximum of
          10% of the Contract Value
      9. The Consignment, as per the Supply Order, must be accompanied by the authorized representative
          (technical) at the time of delivery at procuring agency/ designated Office.
      10. Partial delivery is allowed.
      11. Quantity may vary up-to an extent of 15% of quantities specified in the “Data-Sheet of the
          Assignment”as per requirement of Procuring Agency
      12. Bid Security of successful bidder/s shall be released upon submission of Performance Security.
      13. Bid Security of unsuccessful bidder/s shall be released within thirty days from the date of award of
          contract to the successful bidder/s.
      14. Work may be split among multiple lowest evaluated bidders, on the basis of the evaluation criteria for
          independent / non-related items.
      15. Provision of partial payment does not exist in this Tender; payment shall be made within one month
          from the date of successful inspection.
      16. Payment release is subject to satisfactory inspection by the joint team comprising of:
                      i. The Purchase Committee of Procuring Agency
                     ii. Authorized representative of the Vendor (To be clearly specified in the Tender Document)
      17. Performance security of the successful bidder/s shall be released within two months from the date of
          successful inspection. In case of unsatisfactory performance on part of the supplier, the “Performance
          Security” shall be forfeited or retained till satisfactory completion of task.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.
CURRENCY &BID VALIDITY
                                      DECLARATION BY THE BIDDER
I solemnly undertake that:
   a. Having read, understood & made myself aware of all the Terms & conditions mentioned in this Bidding
      Document & the Rules, Regulations & Policies of the Government of Balochistan, governing the
      procurement & financial matters, AGREE, ACCEPT & UNDETAKE TO ABIDE BY THE SAME.
   b. The information provided in this form is correct to the best of my knowledge & in the event of change;
      details will be provided as soon as possible
        Name & Designation                                                      ________________________
        Signature                                                        Date
        Company stamp.
Deputy Director Drilling Office Drilling Directorate ChamanPhattak Quetta.