0% found this document useful (0 votes)
9 views169 pages

Bidding Document - 6826eef7b8208

The document outlines the tender for civil works, erection, testing, and commissioning for upgrading the 220kV Vehari Grid Station to a 500kV station under NTDC's resources. It invites bids from eligible firms licensed by the Pakistan Engineering Council and details the bidding process, requirements, and conditions. The document includes instructions for bidders, bid data, and contract conditions necessary for participation in the tender process.

Uploaded by

Muhammad Awais
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
9 views169 pages

Bidding Document - 6826eef7b8208

The document outlines the tender for civil works, erection, testing, and commissioning for upgrading the 220kV Vehari Grid Station to a 500kV station under NTDC's resources. It invites bids from eligible firms licensed by the Pakistan Engineering Council and details the bidding process, requirements, and conditions. The document includes instructions for bidders, bid data, and contract conditions necessary for participation in the tender process.

Uploaded by

Muhammad Awais
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 169

NATIONAL TRANSMISSION & DESPATCH COMPANY

LTD.
(NTDC)

TENDER DOCUMENT NO. NOR-136W3-2025

CIVIL WORKS, ERECTION, TESTING & COMMISSIONING


FOR UPGRADATION OF EXISTING 220KV VEHARI GRID
STATION TO 500KV VEHARI GRID STATION
UNDER NTDC’S OWN RESOURCES

SINGLE STAGE TWO ENVELOPE

PREPARED BY:
SUBSTATION DESIGN DEPARTMENT, NTDC
143 - WAPDA HOUSE, LAHORE, PAKISTAN

May, 2025
SUMMARY OF CONTENTS

Section Description Page No.


No.

Invitation For Bids IFB 1-2

I Instructions To Bidders IB [1-17]

II Bid Data Sheet BDS [1- 30]

III Form Of Bid & Appendices To Bid FOB [1-70]

IV General Conditions of Contract GCC-[1- 1]

V Special Conditions of Contract SCC [1- 21]


Specifications (Special Provisions & Technical
VI SP [1- 29]
Provisions)
Annexure-A (Specifications)

Annexure-B (Drawings)

Annexure-C Comfort Letter

Annexure-D NTDC SOP FOR BLACKLISTING OF


CONTRACTORS
INVITATION FOR BIDS

Date: ______________
Loan/Credit No. = N/A
Bid Ref. No. :________

Contract No. and Title NOR-136W3-2025 - Civil Works, Erection, Testing & Commissioning
for upgradation of Existing 220kV Vehari Grid Station to 500kV
Vehari Grid Station under NTDC Own Resources.

1. National Transmission and Despatch Company Limited (NTDCL) “the Employer”, intends to get the
Works done for Contract No. NOR-136W3-2025 through NTDC own resources. The Scope of Works is
as follows:
Civil Works, Erection, Testing & Commissioning for upgradation of Existing 220kV Vehari Grid
Station to 500kV Vehari Grid Station under NTDC Own Resources.

2. The Employer invites sealed bids from eligible firms or persons licensed by the Pakistan Engineering
Council in the appropriate category for the above scope of Works. National Competitive Bidding (NCB)
will be conducted in accordance with PEC Single Stage-Two Envelope (SSTE) procedure.

3. Eligible Bidders may obtain further information, inspect and acquire the Bidding Documents from the
Office of the Purchaser, as below:
Chief Engineer (MP&M),
8th Floor, Shaheen Complex, Egerton Road Lahore, Pakistan
Postal code: 54000
Telephone: 92-42-99202597
Email address: cempm@ntdc.com.pk

4. A complete set of Bidding Documents may be purchased by an interested Bidder on submission of a written
application to the above office upon payment of a nonrefundable fee of PKR 5,000 from above mentioned
office from ___, 2025. The method of payment will be by bank draft from any scheduled bank of Pakistan
in favor of CE (MP&M) NTDC, 8th Floor, Shaheen Complex, Edgerton Road, Lahore for NOR-136W3-
2025.

a) The bidder (as main contractor, JV partner or approved sub-contractor) shall have executed either one (1)
500kV or higher voltage new substation or one (1) extension works on 500kV substation or Three (3)
220kV new substation in past ten (10) year which have been in operation for at least last two (2) years as
of bid opening date. The executed works shall be comprising of civil works, erection, testing and
commissioning.

b) If the Bidder has executed the above contract(s) as a JV partner, he must substantiate that he has carried
out all the activities mentioned here above.

c) In case the bid is submitted by a joint venture, Lead Partner shall meet the above experience criteria.
However, the other partner(s) shall have executed at least one (1) 220kV extension works during last ten
(10) years.

The Bidder shall submit with the Bid evidence in this regard including inter alia copies (with English
translation) of the contract agreement(s) and substantial completion certificate(s), Performance certificate

NOR-136W2-2025 IFB-1
duly notarized, for the contract(s).

5. All bids must be accompanied by a Bid Security of not less than amount mentioned in BDS in the format
of bank guarantee on bid security form provided or in the form of deposit at call or from a foreign bank
duly counter guaranteed by a Scheduled Bank in Pakistan.

6. The bids must be delivered to the above office on or before ______, 2025 at 11:00 am. Bids will be opened
at 11:30 am on the same day, in the presence of Bidder’s representatives who choose to attend at the same
address.

7. The bids must also be received by the Employer through e-PADS before the bid submission deadline. In
case of a discrepancy between the hard copy of the bid and the bid received through e-PADS, the copy
received through e-PADS shall prevail.

8. The bidders must quote for the complete scope of work. Bids covering only a part of the work shall be
rejected.

8. All bidders must fill in check list before submission of bid in their own interest as per Instructions to Bidders
which is a mandatory requirement.

9. NTDC reserve all its rights regarding rejection of bids as defined in Clause 33(1) of PPRA Rules 2004.

[Note: the bids shall be opened at least thirty minutes after the deadline for submission of bids]

NOR-136W2-2025 IFB-2
SECTION I

INSTRUCTIONS TO BIDDERS

(Note: These Instructions to Bidders along with Bidding Data will not be part of the
Contract and will cease to have effect once the Contract is signed.)

A. GENERAL

IB.1 Scope of Bid

1.1 The Employer as defined in the Bidding Data hereinafter called “the Employer”
wishes to receive bids for the construction and completion of works as described
in these Bidding Documents, and summarized in the Bidding Data hereinafter
referred to as the “Works”.

1.2 The successful bidder will be expected to complete the Works within the time
specified in Appendix-A to Bid.

IB.2 Source of Funds

2.1 The Employer has applied for/received a loan/credit from the source (s)
indicated in the Bidding Data in various currencies towards the cost of the project
specified in the Bidding Data and it is intended that part of the proceeds of this
loan/credit will be applied to eligible payments under the Contract for which
these Bidding Documents are issued.

IB.3 Eligible Bidders

3.1 This Invitation for Bids is open to all bidders meeting the following requirements:

a. Duly licensed by the Pakistan Engineering Council (PEC) in the category


relevant to the value of the Works.
b. Duly prequalified/enlisted with the Employer.

IB.4 One Bid per Bidder

4.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint
venture. A bidder who submits or participates in more than one bid (other than
alternatives pursuant to Clause IB.16) will be disqualified.

NOR-136W2-2025 ITB-1
Section-I Instruction to Bidders

IB.5 Cost of Bidding

5.1 The bidders shall bear all costs associated with the preparation and submission
of their bids and the Employer will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process.

IB.6 Site Visit

6.1 The bidders are advised to visit and examine the Site of Works and its
surroundings and obtain for themselves on their own responsibility all
information that may be necessary for preparing the bid and entering into a
contract for construction of the Works. All cost in this respect shall be at the
bidder’s own expense.

6.2 The bidders and any of their personnel or agents will be granted permission by
the Employer to enter upon his premises and lands for the purpose of such
inspection, but only upon the express condition that the bidders, their personnel
and agents, will release and indemnify the Employer, his personnel and agents
from and against all liability in respect thereof and will be responsible for death
or personal injury, loss of or damage to property and any other loss, damage,
costs and expenses incurred as a result of such inspection.

B. BIDDING DOCUMENTS

IB.7 Contents of Bidding Documents

7.1 The Bidding Documents, in addition to invitation for bids, are those stated below
and should be read in conjunction with any Addenda issued in accordance with
Clause IB.9.
1. Instructions to Bidders.
2. Bidding Data.
3. General Conditions of Contract, Part-I (GCC).
4. Particular Conditions of Contract, Part-II (PCC).
5. Specifications – Special Provisions.
6. Specifications - Technical Provisions.
7. Form of Bid & Appendices to Bid.
8. Bill of Quantities
9. Form of Bid Security.
10. Form of Contract Agreement.
11. Forms of Performance Security and Mobilization Advance
Guarantee/Bond.
12. Drawings.

NOR-136W3-2025 ITB-2
Section-I Instruction to Bidders

7.2 The bidders are expected to examine carefully the contents of all the above
documents. Failure to comply with the requirements of bid submission will be at
the Bidder’s own risk. Pursuant to Clause IB.26, bids which are not substantially
responsive to the requirements of the Bidding Documents will be rejected.

IB.8 Clarification of Bidding Documents

8.1 Any prospective bidder requiring any clarification (s) in respect of the Bidding
Documents may notify the Employer in writing at the Employer’s address
indicated in the Invitation for Bids. The Employer will respond to any request for
clarification which he receives earlier than 28 days prior to the deadline for
submission of bids.

Copies of the Employer’s response will be forwarded to all Employers of the


Bidding Documents, including a description of the enquiry but without
identifying its source.

IB.9 Amendment of Bidding Documents

9.1 At any time prior to the deadline for submission of bids, the Employer may, for
any reason, whether at his own initiative or in response to a clarification
requested by a prospective bidder, modify the Bidding Documents by issuing
addendum.

9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to
Sub- Clause 7.1 hereof and shall be communicated in writing to all Employers of
the Bidding Documents. Prospective bidders shall acknowledge receipt of each
addendum in writing to the Employer.

9.3 To afford prospective bidders reasonable time in which to take an addendum


into account in preparing their bids, the Employer may extend the deadline for
submission of bids in accordance with Clause IB.20

C. PREPARATION OF BIDS

IB.10 Language of Bid

10.1 The bid and all correspondence and documents related to the bid exchanged by
a bidder and the Employer shall be in the bid language stipulated in the Bidding
Data and Particular Conditions of Contract. Supporting documents and printed
literature furnished by the bidders may be in any other language provided the
same are accompanied by an accurate translation of the relevant parts in the bid

NOR-136W3-2025 ITB-3
Section-I Instruction to Bidders

language, in which case, for purposes of evaluation of the bid, the translation in
bid language shall prevail.

IB.11 Documents Accompanying the Bid

11.1 Each bidder shall:

(a) submit a written power of attorney authorizing the signatory of the bid
to act for and on behalf of the bidder;

(b) update the information indicated and listed in the Bidding Data and
previously submitted with the application for prequalification, and continue to
meet the minimum criteria set out in the prequalification documents which as a
minimum, would include the following:

(i) Evidence of access to financial resources alongwith average


annual construction turnover;
(ii) Financial predictions for the current year and the two
following years including the effect of known commitments;
(iii) Work commitments since prequalification;
(iv) Current litigation information; and
(v) Availability of critical equipment.

and

(c) furnish a technical proposal taking into account the various Appendices
to Bid specially the following:
Appendix-E to Bid Proposed Construction Schedule
Appendix-F to Bid Method of Performing the Work
Appendix-G to Bid List of Major Equipment
Appendix-J to Bid Organization Chart for Supervisory Staff
and other pertinent information such as mobilization programme etc;

11.2 Bids submitted by a joint venture of two (2) or more firms shall comply with the
following requirements:

(a) the bid and in case of a successful bid, the Form of Contract Agreement
shall be signed so as to be legally binding on all partners;
(b) one of the joint venture partners shall be nominated as being in charge;
and this authorization shall be evidenced by submitting a power of
attorney signed by legally authorized signatories of all the joint venture
partners;

NOR-136W3-2025 ITB-4
Section-I Instruction to Bidders

(c) the partner-in-charge shall always be duly authorized to deal with the
Employer regarding all matters related with and/or incidental to the
execution of Works as per the terms and Conditions of Contract and in
this regard to incur any and all liabilities, receive instructions, give
binding undertakings and receive payments on behalf of the joint venture;
(d) all partners of the joint venture shall at all times and under all
circumstances be liable jointly and severally for the execution of the
Contract in accordance with the Contract terms and a statement to this
effect shall be included in the authorization mentioned under Sub-Para(b)
above as well as in the Form of Bid and in the Form of Contract Agreement
(in case of a successful bid); and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid stating the conditions under which it will function,
its period of duration, the persons authorized to represent and obligate it
and which persons will be directly responsible for due performance of the
Contract and can give valid receipts on behalf of the joint venture, the
proportionate participation of the several firms forming the joint venture,
and any other information necessary to permit a full appraisal of its
functioning. No amendments / modifications whatsoever in the joint
venture agreement shall be agreed to between the joint venture partners
without prior written consent of the Employer.

11.3 Bidders shall also submit proposals of work methods and schedule, in sufficient
detail to demonstrate the adequacy of the Bidders’ proposals to meet the
technical specifications and the completion time referred to in Sub-Clause 1.2
hereof.

IB.12 Bid Prices

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be
for the whole of the Works as described in Sub-Clause 1.1 hereof, based
on the unit rates and / or prices submitted by the bidder.

12.2 The bidders shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price is
entered by a bidder will not be paid for by the Employer when executed
and shall be deemed covered by rates and prices for other items in the Bill
of Quantities.

12.3 All duties, taxes and other levies payable by the Contractor under the
Contract, or for any other cause, as on the date 28 days prior to the
deadline for submission of bids shall be included in the rates and prices
and the total Bid Price submitted by a bidder.

NOR-136W3-2025 ITB-5
Section-I Instruction to Bidders

Additional / reduced duties, taxes and levies due to subsequent additions


or changes in legislation shall be reimbursed / deducted as per Sub-
Clause 70.2 of the General Conditions of Contract Part-I.
12.4 The rates and prices quoted by the bidders are subject to adjustment
during the performance of the Contract in accordance with the provisions
of Clause 70 of the Conditions of Contract. The bidders shall furnish the
prescribed information for the price adjustment formulae in Appendix-C
to Bid, and shall submit with their bids such other supporting information
as required under the said Clause.

IB.13 Currencies of Bid and Payment

13.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak
rupees. A bidder expecting to incur expenditures in other currencies for
inputs to the Works supplied from outside the Employer’s country
(referred to as the “Foreign Currency Requirements”) shall indicate the
same in Appendix-B to Bid. The proportion of the Bid Price (excluding
Provisional Sums) needed by him for the payment of such Foreign
Currency Requirements either (i) entirely in the currency of the Bidder’s
home country or, (ii) at the bidder’s option, entirely in Pak rupees
provided always that a bidder expecting to incur expenditures in a
currency or currencies other than those stated in (i) and (ii) above for a
portion of the foreign currency requirements, and wishing to be paid
accordingly, shall indicate the respective portions in his bid.

13.2 The rates of exchange to be used by the bidder for currency conversion
shall be the TT&OD Selling Rates published or authorized by the State
Bank of Pakistan prevailing on the date 28 days prior to the deadline for
submission of bids.

For the purpose of payments, the exchange rates used in bid preparation
shall apply for the duration of the Contract.

IB.14 Bid Validity

14.1 Bids shall remain valid for the period stipulated in the Bidding Data after
the Date of Bid Opening specified in Clause IB.23.

14.2 In exceptional circumstances, prior to expiry of the original bid validity


period, the Employer may request that the bidders extend the period of
validity for a specified additional period which shall in no case be more
than the original bid validity period. The request and the responses
thereto shall be made in writing. A bidder may refuse the request without

NOR-136W3-2025 ITB-6
Section-I Instruction to Bidders

forfeiting his Bid Security. A bidder agreeing to the request will not be
required or permitted to modify his bid, but will be required to extend the
validity of his Bid Security for the period of the extension, and in
compliance with Clause IB.15 in all respects.

IB.15 Bid Security

15.1 Each bidder shall furnish, as part of his bid, a Bid Security in the amount
stipulated in the Bidding Data in Pak Rupees or an equivalent amount in
a freely convertible currency.

15.2 The Bid Security shall be, at the option of the bidder, in the form of Deposit
at Call or a Bank Guarantee issued by a Scheduled Bank in Pakistan or
from a foreign bank duly counter guaranteed by a Scheduled Bank in
Pakistan in favour of the Employer valid for a period 28 days beyond the
Bid Validity date.

15.3 Any bid not accompanied by an acceptable Bid Security shall be rejected
by the Employer as non-responsive.

15.4 The bid securities of unsuccessful bidders will be returned as promptly as


possible, but not later than 28 days after the expiration of the period of Bid
Validity.

15.5 The Bid Security of the successful bidder will be returned when the bidder
has furnished the required Performance Security and signed the Contract
Agreement.

15.6 The Bid Security may be forfeited:

(a) if the bidder withdraws his bid except as provided in Sub-Clause


22.1;

(b) if the bidder does not accept the correction of his Bid Price pursuant
to Sub-Clause 27.2 hereof; or

(c) if the bidder is involved in Corrupt and/or fraudulent practices.

(d) In the case of successful bidder, if he fails within the specified time
limit to:

(i) furnish the required Performance Security; or


(ii) sign the Contract Agreement.
NOR-136W3-2025 ITB-7
Section-I Instruction to Bidders

IB.16 Alternate Proposals by Bidder

16.1 Should any bidder consider that he can offer any advantages to the
Employer by a modification to the designs, specifications or other
conditions, he may, in addition to his bid to be submitted in strict
compliance with the Bidding Documents, submit any Alternate
Proposal(s) containing (a) relevant design calculations; (b) technical
specifications; (c) proposed construction methodology; and (d) any other
relevant details / conditions, provided always that the total sum entered
on the Form of Bid shall be that which represents complete compliance
with the Bidding Documents.

16.2 Alternate Proposal(s), if any, of the lowest evaluated responsive bidder


only may be considered by the Employer as the basis for the award of
Contract to such bidder.

IB.17 Pre-Bid Meeting

17.1 The Employer may, on his own motion or at the request of any prospective
bidder(s), hold a pre-bid meeting to clarify issues and to answer any
questions on matters related to the Bidding Documents. The date, time
and venue of pre-bid meeting, if convened, is as stipulated in the Bidding
Data. All prospective bidders or their authorized representatives shall be
invited to attend such a pre-bid meeting.

17.2 The bidders are requested to submit questions, if any, in writing so as to


reach the Employer not later than seven (7) days before the proposed pre-
bid meeting.

17.3 Minutes of the pre-bid meeting, including the text of the questions raised
and the replies given, will be transmitted without delay to all Employers
of the Bidding Documents. Any modification of the Bidding Documents
listed in Sub-Clause 7.1 hereof which may become necessary as a result of
the pre-bid meeting shall be made by the Employer exclusively through
the issue of an Addendum pursuant to Clause IB.9 and not through the
minutes of the pre-bid meeting.

17.4 Absence at the pre-bid meeting will not be a cause for disqualification of a
bidder.

IB.18 Format and Signing of Bid

18.1 Bidders are particularly directed that the amount entered on the Form of

NOR-136W3-2025 ITB-8
Section-I Instruction to Bidders

Bid shall be for performing the Contract strictly in accordance with the
Bidding Documents.

18.2 All appendices to Bid are to be properly completed and signed.

18.3 No alteration is to be made in the Form of Bid nor in the Appendices


thereto except in filling up the blanks as directed. If any such alterations
be made or if these instructions be not fully complied with, the bid may
be rejected.

18.4 Each bidder shall prepare by filling out the forms completely and without
alterations one (1) original and number of copies, specified in the Bidding
Data, of the documents comprising the bid as described in Clause IB.7 and
clearly mark them “ORIGINAL” and ‘COPY” as appropriate. In the event
of discrepancy between them, the original shall prevail.

18.5 The original and all copies of the bid shall be typed or written in indelible
ink (in the case of copies, Photostats are also acceptable) and shall be
signed by a person or persons duly authorized to sign on behalf of the
bidder pursuant to Sub- Clause 11.1(a) hereof. All pages of the bid shall
be initialed and stamped by the person or persons signing the bid.

18.6 The bid shall contain no alterations, omissions or additions, except to


comply with instructions issued by the Employer, or as are necessary to
correct errors made by the bidder, in which case such corrections shall be
initialed by the person or persons signing the bid.

18.7 Bidders shall indicate in the space provided in the Form of Bid their full
and proper addresses at which notices may be legally served on them and
to which all correspondence in connection with their bids and the Contract
is to be sent.

18.8 Bidders should retain a copy of the Bidding Documents as their file copy.

D. SUBMISSION OF BIDS

IB.19 Sealing and Marking of Bids

19.1 Each bidder shall submit his bid as under:

(a) ORIGINAL and each copy of the Bid shall be separately sealed and
put in separate envelopes and marked as such.

NOR-136W3-2025 ITB-9
Section-I Instruction to Bidders

(b) The envelopes containing the ORIGINAL and copies will be put in
one sealed envelope and addressed / identified as given in Sub-
Clause 19.2 hereof.

19.2 The inner and outer envelopes shall:

(a) be addressed to the Employer at the address provided in the


Bidding Data;

(b) bear the name and identification number of the contract as defined
in the Bidding Data; and

(c) provide a warning not to open before the time and date for bid
opening, as specified in the Bidding Data.

19.3 In addition to the identification required in Sub-Clause 19.2 hereof, the


inner envelope shall indicate the name and address of the bidder to enable
the bid to be returned unopened in case it is declared “late” pursuant to
Clause IB.21

19.4 If the outer envelope is not sealed and marked as above, the Employer will
assume no responsibility for the misplacement or premature opening of
the Bid.

IB.20 Deadline for Submission of Bids

20.1 (a) Bids must be received by the Employer at the address specified no
later than the time and date stipulated in the Bidding Data.

(b) Bids with charges payable will not be accepted, nor will
arrangements be undertaken to collect the bids from any delivery
point other than that specified above. Bidders shall bear all
expenses incurred in the preparation and delivery of bids. No
claims will be entertained for refund of such expenses.

(c) Where delivery of a bid is by mail and the bidder wishes to receive
an acknowledgment of receipt of such bid, he shall make a request
for such acknowledgment in a separate letter attached to but not
included in the sealed bid package.

(d) Upon request, acknowledgment of receipt of bids will be provided


to those making delivery in person or by messenger.

NOR-136W3-2025 ITB-10
Section-I Instruction to Bidders

20.2 The Employer may, at his discretion, extend the deadline for submission
of bids by issuing an amendment in accordance with Clause IB.9, in which
case all rights and obligations of the Employer and the bidders previously
subject to the original deadline will thereafter be subject to the deadline as
extended.

IB.21 Late Bids

21.1 (a) Any bid received by the Employer after the deadline for
submission of bids prescribed in Clause IB.20 will be returned
unopened to such bidder.

(b) Delays in the mail, delays of person in transit, or delivery of a bid


to the wrong office shall not be accepted as an excuse for failure to
deliver a bid at the proper place and time. It shall be the bidder’s
responsibility to determine the manner in which timely delivery of
his bid will be accomplished either in person, by messenger or by
mail.

IB.22 Modification, Substitution and Withdrawal of Bids

22.1 Any bidder may modify, substitute or withdraw his bid after bid
submission provided that the modification, substitution or written notice
of withdrawal is received by the Employer prior to the deadline for
submission of bids.

22.2 The modification, substitution, or notice for withdrawal of any bid shall
be prepared, sealed, marked and delivered in accordance with the
provisions of Clause IB.19 with the outer and inner envelopes additionally
marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as
appropriate.

22.3 No bid may be modified by a bidder after the deadline for submission of
bids except in accordance with Sub-Clauses 22.1 and 27.2.

22.4 Withdrawal of a bid during the interval between the deadline for
submission of bids and the expiration of the period of bid validity
specified in the Form of Bid may result in forfeiture of the Bid Security in
pursuance to Clause IB.15.

E. BID OPENING AND EVALUATION

IB.23 Bid Opening

NOR-136W3-2025 ITB-11
Section-I Instruction to Bidders

23.1 The Employer will open the bids, including withdrawals, substitution and
modifications made pursuant to Clause IB.22, in the presence of bidders’
representatives who choose to attend, at the time, date and location
stipulated in the Bidding Data. The bidders’ representatives who are
present shall sign a register evidencing their attendance.

23.2 Envelopes marked “MODIFICATION”, “SUBSTITUTION” or


“WITHDRAWAL” shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause
IB.22 shall not be opened.

23.3 The bidder’s name, total Bid Price and price of any Alternate Proposal(s),
any discounts, bid modifications, substitution and withdrawals, the
presence or absence of Bid Security, and such other details as the
Employer may consider appropriate, will be announced by the Employer
at the opening of bids.

23.4 Employer shall prepare minutes of the bid opening, including the
information disclosed to those present in accordance with the Sub-Clause
23.3.

IB.24 Process to be Confidential

24.1 Information relating to the examination, clarification, evaluation and


comparison of bid and recommendations for the award of a contract shall
not be disclosed to bidders or any other person not officially concerned
with such process before the announcement of bid evaluation report
which shall be done at least ten (10) days prior to issue of Letter of
Acceptance. The announcement to all Bidders will include table(s)
comprising read out prices, discounted prices, price adjustments made,
final evaluated prices and recommendations against all the bids
evaluated. Any effort by a bidder to influence the Employer’s processing
of bids or award decisions may result in the rejection of such bidder’s bid.
Whereas any bidder feeling aggrieved may lodge a written complaint not
later than fifteen (15) days after the announcement of the bid evaluation
report; however mere fact of lodging a complaint shall not warrant
suspension of the procurement process.

IB.25 Clarification of Bids

25.1 To assist in the examination, evaluation and comparison of bids, the


Employer may, at his discretion, ask any bidder for clarification of his bid,
including breakdowns of unit rates. The request for clarification and the

NOR-136W3-2025 ITB-12
Section-I Instruction to Bidders

response shall be in writing but no change in the price or substance of the


bid shall be sought, offered or permitted except as required to confirm the
correction of arithmetic errors discovered by the Employer in the
evaluation of the bids in accordance with Clause IB.28.

IB.26 Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of bids, the Employer will determine
whether each bid is substantially responsive to the requirements of the
Bidding Documents.

26.2 A substantially responsive bid is one which (i) meets the eligibility criteria;
(ii) has been properly signed; (iii) is accompanied by the required Bid
Security; and (iv) conforms to all the terms, conditions and specifications
of the Bidding Documents, without material deviation or reservation. A
material deviation or reservation is one (i) which affect in any substantial
way the scope, quality or performance of the Works; (ii) which limits in
any substantial way, inconsistent with the Bidding Documents, the
Employer’s rights or the bidder’s obligations under the Contract; or (iii)
adoption/rectification whereof would affect unfairly the competitive
position of other bidders presenting substantially responsive bids.

26.3 If a bid is not substantially responsive, it will be rejected by the Employer,


and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation.

IB.27 Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the


Employer for any arithmetic errors. Errors will be corrected by the
Employer as follows:

(a) where there is a discrepancy between the amounts in figures and


in words, the amount in words will govern; and

(b) where there is a discrepancy between the unit rate and the line item
total resulting from multiplying the unit rate by the quantity, the
unit rate as quoted will govern, unless in the opinion of the
Employer there is an obviously gross misplacement of the decimal
point in the unit rate, in which case the line item total as quoted will
govern and the unit rate will be corrected.

NOR-136W3-2025 ITB-13
Section-I Instruction to Bidders

27.2 The amount stated in the Form of Bid will be adjusted by the Employer in
accordance with the above procedure for the correction of errors and with
the concurrence of the bidder, shall be considered as binding upon the
bidder. If the bidder does not accept the corrected Bid Price, his Bid will
be rejected, and the Bid Security shall be forfeited in accordance with Sub-
Clause 15.6(b) hereof.

IB.28 Evaluation and Comparison of Bids

28.1 The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Clause IB.26.

28.2 In evaluating the Bids, the Employer will determine for each Bid the
evaluated Bid Price by adjusting the Bid Price as follows:

(a) making any correction for errors pursuant to Clause IB.27;


(b) excluding Provisional Sums and the provision, if any, for
contingencies in the Summary Bill of Quantities, but including
competitively priced Daywork; and
(c) making an appropriate adjustment for any other acceptable
variation or deviation.

28.3 The estimated effect of the price adjustment provisions of the Conditions
of Contract, applied over the period of execution of the Contract, shall not
be taken into account in Bid evaluation.

28.4 If the Bid of the successful bidder is seriously unbalanced in relation to the
Employer’s estimate of the cost of work to be performed under the
Contract, the Employer may require the bidder to produce detailed price
analyses for any or all items of the Bill of Quantities to demonstrate the
internal consistency of those prices with the construction methods and
schedule proposed. After evaluation of the price analyses, the Employer
may require that the amount of the Performance Security set forth in
Clause IB.32 be increased at the expense of the successful bidder to a level
sufficient to protect the Employer against financial loss in the event of
default of the successful bidder under the Contract.

F. AWARD OF CONTRACT

IB.29 Award

29.1 Subject to Clauses IB.30 and IB.34, the Employer will award the Contract
to the bidder whose bid has been determined to be substantially

NOR-136W3-2025 ITB-14
Section-I Instruction to Bidders

responsive to the Bidding Documents and who has offered the lowest
evaluated Bid Price, provided that such bidder has been determined to be
eligible in accordance with the provisions of Clause IB.3 and qualify
pursuant to Sub-Clause IB 29.2.

29.2 The Employer, at any stage of the bid evaluation, having credible reasons
for or prima facie evidence of any defect in supplier’s or contractor’s
capacities, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial
competence whether already pre-qualified or not:

Provided that such qualification shall only be laid down after recording
reasons therefor in writing. They shall form part of the records of that bid
evaluation report.

IB.30 Employer’s Right to Accept any Bid and to Reject any or all Bids

30.1 Notwithstanding Clause IB.29, the Employer 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 bidders or any obligation except that the grounds
for rejection of all bids shall upon request be communicated to any bidder
who submitted a bid, without justification of grounds. Rejection of all bids
shall be notified to all bidders promptly.

IB.31 Notification of Award

31.1 Prior to expiration of the period of bid validity prescribed by the


Employer, the Employer will notify the successful bidder in writing
(“Letter of Acceptance”) that his Bid has been accepted. This letter shall
name the sum which the Employer will pay the Contractor in
consideration of the execution and completion of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called the “Contract Price”).

31.2 No Negotiation with the bidder having evaluated as lowest responsive or


any other bidder shall be permitted, however, Employer may have
clarification meetings to get clarify any item in the bid evaluation report.

31.3 The notification of award and its acceptance by the bidder will constitute
the formation of the Contract, binding the Employer and the bidder till
signing of the formal Contract Agreement.

NOR-136W3-2025 ITB-15
Section-I Instruction to Bidders

31.4 Upon furnishing by the successful bidder of a Performance Security, the


Employer will promptly notify the other bidders that their Bids have been
unsuccessful and return their bid securities.

IB.32 Performance Security

32.1 The successful bidder shall furnish to the Employer a Performance


Security in the form and the amount stipulated in the Bidding Data and
the Conditions of Contract within a period of 28 days after the receipt of
Letter of Acceptance.

32.2 Failure of the successful bidder to comply with the requirements of Sub-
Clause IB.32.1 or Clauses IB.33 or IB.35 shall constitute sufficient grounds
for the annulment of the award and forfeiture of the Bid Security.

IB.33 Signing of Contract Agreement

33.1 Within 14 days from the date of furnishing of acceptable Performance


Security under the Conditions of Contract, the Employer will send the
successful bidder the Contract Agreement in the form provided in the
Bidding Documents, incorporating all agreements between the parties.

33.2 The formal Agreement between the Employer and the successful bidder
shall be executed within 14 days of the receipt of the Contract Agreement
by the successful bidder from the Employer.

IB.34 General Performance of the Bidders

The Employer reserves the right to obtain information regarding performance of


the bidders on their previously awarded contracts/works. The Employer may in
case of consistent poor performance of any Bidder as reported by the employers
of the previously awarded contracts, interalia, reject his bid and/or refer the case
to the Pakistan Engineering Council (PEC). Upon such reference, PEC in
accordance with its rules, procedures and relevant laws of the land take such
action as may be deemed appropriate under the circumstances of the case
including black listing of such Bidder and debarring him from participation in
future bidding for similar works.

IB.35 Integrity Pact

The Bidder shall sign and stamp the Integrity Pact provided at Appendix-O to
Bid in the Bidding Documents for all Federal Government procurement contracts

NOR-136W3-2025 ITB-16
Section-I Instruction to Bidders

exceeding Rupees ten million. Failure to provide such Integrity Pact shall make
the bidder non-responsive.

IB.36 Instructions not Part of Contract

Bids shall be prepared and submitted in accordance with these Instructions


which are provided to assist bidders in preparing their bids, and do not constitute
part of the Bid or the Contract Documents.

NOR-136W3-2025 ITB-17
Section-II Bid Data Sheet

Section II
Bid Data Sheet
The following specific data for the Works to be bided shall complement, amend, or supplement
the provisions in the Instructions to Bidders. Wherever there is a conflict, the provisions herein
shall prevail over those in the Instructions to Bidders.
IB 1.1 Name and address of the Employer:

Name: National Transmission and Despatch Company (NTDC).


Represented by: Chief Engineer (MP&M)
Address: 8th Floor, Shaheen Complex, Edgerton Road, Lahore
Telephone No.: +92-42-99202597
Fax No.: +92-42-99202173
E-mail address: cempm@ntdc.com.pk
IB 1.1 The bidding is open to National Competitive Bidding (NCB) through Single Stage
Two Envelope (1S2E) procedure.
IB 1.1 The name of the NCB is: Civil Works, Erection, Testing & Commissioning for
Upgradation of Existing 220kV Vehari Grid Station to 500kV Vehari Grid Station
under NTDC Own Resources.

The identification number of the NCB is: NOR-136W3-2025

The number and identification of lots comprising this NCB is: One (01) Lot

The quoted price must correspond to full scope of work. The detailed scope of
Works has been delineated under Special Provisions of this Bidding Document
and includes but not limited to complete civil works, erection, testing and
commissioning for Upgradation of Existing 220kV Vehari Grid Station to 500kV
Vehari Grid Station..
IB 2.1 Source of Funding: NTDC own Resources

IB 3.1 (a) The existing sub clause 3.1(a) is deleted and replaced with following:

The Invitation for Bids is open to all bidders in their sole capacity or as joint
venture meeting the following requirements:

i) The Bidder shall be duly licensed by the Pakistan Engineering Council (PEC)
minimum in the relevant category (depending upon the value of proposed
award) or had applied for renewal of license before submission of its bid.
In case of Joint Venture, all the partners shall be duly licensed by PEC and the
sum total of the limit of construction cost permitted by the categories of the
individual licensees shall not be less than limit of construction cost permitted
by the category required here above.

ii) Constructor shall be on Active Taxpayers List of the Federal Board of Revenue
and relevant Provincial Revenue Authority.

NOR-136W3-2025 BDS-1
Section-II Bid Data Sheet
Note: -
Only those Firms/Companies/Contractors will be eligible to bid who are
active taxpayers as per Federal Board of Revenue Data base i.e. Active
Taxpayer List (ATL) for both Income Tax & Sales Tax and provincial revenue
authorities/boards as the case may be.

iii) The Bidder shall not be blacklisted by NTDC/WAPDA/DISCOs/any


Government/Public department/Donor Agencies at the time of submission of
bids. The Bidder should provide details of previous black listing, if any. An
affidavit is to be provided by the Bidder that the Bidder is not black listed by
NTDC/WAPDA/DISCOs/any Government/Public department/Donor
Agencies at the time of submission of bids. Further, the bidder shall submit an
undertaking along with his bid that he has read and accepts the provisions of
NTDC Policy for Blacklisting of Contractors (copy of policy attached with the
bidding documents). Non-submission of this undertaking may result in the
rejection of the bid. The undertaking will subsequently become part of the
Contract Agreement as well

iv) The bidder shall submit dully filled/complete Beneficial Ownership


Declaration Performa as per S.R.O 592(I)/2022 available at
https://www.ppra.org.pk/doc/sro592.pdf

v) The Foreign bidder shall submit an unconditional “Comfort Letter” along with
their bid as per Annexure-C to Bidding Data from a schedule bank (the Bank)
in Pakistan extend banking facilities to the bidder including but not limited to
opening of Letter of Credit, making payment through direct disbursement
procedure, retirement of the shipping documents, issuance of electronic
import for (EIF) for custom clearance purposes, in case of award of contract.
NTDC however, shall bear no risk in case of non-commitment by the Bank
after award of contract. Further, it shall not be binding upon NTDC to avail
banking facility from the particular Bank.
IB 3.1(b) Delete IB 3.1(b) and replace it with the following.

Qualification of the Bidder

To be qualified for award of a contract, the Bidder shall meet the qualification
criteria delineated herein below:

1. Construction Experience:

a) The bidder (as main contractor, JV partner or approved sub-contractor)


shall have executed either one (1) 500kV or higher voltage new substation
or one (1) extension works on 500kV substation or Three (3) 220kV new
substation in past ten (10) year which have been in operation for at least
last two (2) years as of bid opening date. The executed works shall be
comprising of civil works, erection, testing and commissioning.

NOR-136W3-2025 BDS-2
Section-II Bid Data Sheet
In case of JV, the other partner(s) shall have executed at least one (1) 220kV
extension works during last ten (10) years.

The Bidder shall submit with the Bid evidence in this regard including inter alia
copies (with English translation) of the contract agreement(s) and substantial
completion certificate(s), Performance certificate duly notarized, for the
contract(s).

b) The bidder shall have his own key construction and erection equipment
in good working condition as listed hereunder:

Sr Equipment Type and Characteristics Minimum


No. Number
Required
1 Vibrator 01
2 Flatbed Compactor 01
3 Scaffolding 02
4 Crane 01
5 Material Lift Mixture 02
6 Mechanical excavators 03
7 Trucks/Loaders 04
8 General tools for tube connection 03
9 Instruments for testing & commissioning 01 Set
of 500kV AIS plant including protection
& signaling
10 Standard Instruments for erection of AIS 01 Set
plant
11 Gas filling plant 01
12 General tools for erection of 500kV 01 Set
Equipment
13 Relevant T&P and machinery required As per
for successful testing & commissioning requirement
completion of the work

The bidder shall have his own above required equipment duly supported with
documentary evidence/catalogues/drawings for undertaking such like works
in good working condition. Alternatively, if not so, the bidder will identify the
confirmed source of the said machinery, T&P etc. along with documentary
evidence/catalogues/drawings and shall provide necessary guarantee/surety
that he will arrange the said equipment in good working condition through its
own resources prior to start of work. The aforementioned documentary evidence
NOR-136W3-2025 BDS-3
Section-II Bid Data Sheet
shall be submitted with the bid using the Appendix-H to Bid given in Section-III
of the Bidding Documents).

2. Key Personnel:

The Bidder shall have the personnel for the key positions to be deployed for
meeting the following requirements: (Information to be submitted in
Appendix-G to Bid given in Section-III of the Bidding Documents).

Sr Relevant
Position Construction
No. Experience [years]
1 Project Manager 10
2 Construction Manager 07
3 Site Engineer Civil 07
4 Site Engineer Electrical 07
5 Plant erectors 07
6 Testing & Commissioning Engineer 07

The above personnel shall be graduate engineers or equivalent.

* Note: The rejection of key personnel shall not result in rejection of the bid, however, bidder shall
undertake to replace the key personnel with the acceptable to the Employer in case of award
of contract.

3. Bidder’s Financial Capability:

The Employer will take into account the following criteria to verify the financial
qualification of the Bidder.

i. The audited Financial “Standalone” Statements (Balance Sheet along


with Notes, Profit & Loss Accounts and Cash Flow Statement) audited
by Chartered Accountant for the last five (05) years shall be submitted
by the Bidder. The Bidder’s Financial Statements for the last One year
of the audited accounts should show that it has positive “NET
WORTH” calculated as a difference between total assets and total
liabilities (Information to be submitted in prescribed Form QF-5 of
Appendix-P to Bid given in Section-III of the Bidding Documents). In
case of JV, each JV partner shall meet the aforementioned criteria.

ii. Minimum average annual turnover of PKR 517 Million calculated as


best of three years total certified payments received for contracts in
progress or completed, within the last 05 years. The average annual
turnover may include turnover of affiliates and subsidiaries to the
extent of shareholding percentage of the Bidding company provided the

NOR-136W3-2025 BDS-4
Section-II Bid Data Sheet
turnover is accrued from similar business activity as the Bidding
company.
(Information to be submitted in prescribed Form QF-6 of Appendix-P to
Bid given in Section-III of the Bidding Documents).

In case of JV, all the JV partners shall combinedly meet the requisite
criteria with the lead partner and other partner(s) meeting not less than
40% and 25% respectively of the said criteria.

iii. The Bidder must demonstrate access to, or availability of, financial
resources such as liquid assets, lines of credit (issued specifically for the
project), and other financial means to meet the total cash flow demands
of this contract which is being considered equal to PKR 258.9 Million
plus 25% of the Bidder’s commitments for running contracts.
(Information to be submitted in prescribed Form QF-7 of Appendix-P
to Bid given in Section-III of the Bidding Documents).

Notes:

 In case of JV, all the JV partners shall combinely meet the requisite
criteria with the lead partner and other partner(s) meeting not less than
40% and 25% respectively of the said criteria.

 The Bidder shall provide his current work commitments in form QF-4
of Appendix-P to bid given in Section-III of Bidding Documents.

 [Note: Credit Lines submitted after opening of bids shall not be acceptable. Any
withdrawal of the credit lines from the bidder’s creditors during validity of bid
shall be considered a withdrawal of bid.]

 The bidder shall provide bank certificate for his lines of credit on the
prescribed Form QF-8 of Appendix-P to Bid given in Section-III of the
Bidding Documents.

In case of more than one Lot(s), Bidder is determined to be lowest


evaluated substantially responsive in more than one Lot(s), qualification
of the Bidder shall be assessed to meet the aggregate requirements for
award of multiple Lots. [If, in this instant, the bidder qualifies for multiple
Lots, Purchaser will have right to open price bids for all lots and consider
most economical offer/bid/combination at its discretion].

4. Bidder’s Litigation History

Bidders are required to submit details of all litigation, arbitration and other
claims whether pending, threatened or resolved in the last five years. The
Employer may disqualify bidder in the event that the total amount of pending
or threatened litigation, arbitration or other claims represents fifty percent
(50%) of the Bidder’s net worth. Details in this regard should be submitted in

NOR-136W3-2025 BDS-5
Section-II Bid Data Sheet
the prescribed Form QF-9 given in Appendix-P of Section-III of Bidding
Document.

Construction Experience of subsidiaries or parent/sister/affiliate companies shall


not be considered for qualification of the Bidder.

The Qualification of the Bidders will be based on meeting the pass/fail criteria as
demonstrated by the Bidders’ responses in the respective Appendices.

The above stated requirements are the minimum and the Employer reserves the
right to request for any additional information. The Employer also reserves the
right to reject the proposal of any Bidder, if in the opinion of the Employer the
qualification details are incomplete, ambiguous or the Bidder is found not
qualified to satisfactorily perform the Contract.

The above stated Appendices should be completed as per prescribed format and
submitted along with required attachments. The missing or incomplete
information/documents may render the bid substantially non-responsive. In this
regard, the Employer does not have an obligation to request any
document/certificates.
IB 3.2 The following sub clause is added after 3.1:

A Bidder shall not have a conflict of interest. All Bidders found to have a conflict
of interest shall be disqualified. A Bidder may be considered to be in a conflict of
interest with one or more parties in this bidding process if, including but not
limited to:

(i) they have controlling shareholders in common; or

(ii) they receive or have received any direct or indirect subsidy from any of
them; or

(iii) they have the same legal representative for purposes of this bid; or

(iv) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to material
information about or improperly influence the bid of another Bidder,
or influence the decisions of the Employer regarding this bidding
process; or

(v) A Bidder or any affiliated entity, participated as a consultant in the


preparation of the design or technical specifications of the plant and
services that are the subject of the bid.

NOR-136W3-2025 BDS-6
Section-II Bid Data Sheet
IB 6.1 The Bidder shall inspect the site, examine and obtain all information required and
satisfy himself regarding matters and things such as access to site, communication,
transport, right of way, the type and number of equipment and facilities required
for the satisfactory completion of work, the quantity of various sections of the
work, the availability of local labor, availability and rates of materials, local
working conditions, uncertainties of weather, obstructions and hindrances that
may arise etc., which may affect the work or cost thereof, before submission of his
bid. Ignorance of site conditions shall not be accepted by the Employer as basis for
any claim for compensation. The submission of a bid by the bidder will be
construed as evidence that such an examination was made and any later
claims/disputes in regard to rates quoted shall not be entertained or considered
by the Employer.
IB 7.2 The Bidders should ensure that they have received the Bidding Documents
including Addenda (if any) complete in all respects. The Employer accepts no
responsibility for any Bidder lacking a complete set of Bidding Documents
including Addenda (if any). The complete Bidding Document including Addenda
(if any) will also be available on Employer’s website i.e. www.ntdc.com.pk.

IB 8.1 The Sub-Clause 8.1 is amended to the following extent:

No request for clarification will be entertained which will be received later than
14 days prior to the date fixed for submission of Bids. The Employer’s response
will be made not later than 7 days prior to the date fixed for submission of Bids.

Further, the mere request for clarification from the bidders shall not be a ground
for seeking extension in the deadline for submission of Bids.
IB 10.1 The bid with all accompanying documents and all communications in relation to
or concerning the bidding Process shall be in English language and strictly on the
forms provided in the bidding Documents. In case any of these Documents is in
another language, it must be accompanied by an accurate translation of the
relevant passages in English, in which case, for all purposes of interpretation of
the bid, the translation in English shall prevail. Any portions of Bids that are not
in English may not be evaluated. Failure to comply with this may disqualify a bid.

IB 11.1 Documents Comprising the Bid

Delete the text of this Sub-Clause and substitute with the following:

The Bid submitted by the Bidder shall be prepared in two (02) separate envelopes,
one containing the “Technical Bid” and the other containing “Price Bid”
comprising the following documents in the respective envelope:

I. Technical Bid

a) Duly filled-in Form of Technical Bid with following Appendices to Bid:

i) Appendix-A to Bid Special Stipulations

NOR-136W3-2025 BDS-7
Section-II Bid Data Sheet
ii) Appendix-C to Bid Price Adjustment (under Clause 70)
iii) Appendix-E to Bid Proposed Construction Schedule
iv) Appendix-F to Bid Method of Performing the Work
v) Appendix-G to Bid Proposed Personnel
vi) Appendix-H to Bid List of Major Equipment-Related Items
vii) Appendix-I to Bid Construction Camp and Housing Facilities
viii) Appendix-J to Bid Organizational Chart of the Supervisory Staff
and Labor
ix) Appendix-K to Bid List of Sub-Contractors
x) Appendix-L to Bid Source of Materials
xi) Appendix-N to Bid Deviations
xii) Appendix-O to Bid Integrity Pact
xiii) Appendix-P to Bid Bidder’s Qualification Forms

b) Bid Security as per requirements of clause BDS 15 of this document.


c) Written Power of Attorney, duly notarized, authorizing the signatory of the
bid to act for and on behalf of the Bidder;

d) Copies of Original Documents defining the constitution or legal status, place


of registration and principal place of business of the bidder and JV partners;

e) An affidavit that the Bidder has not been blacklisted pursuant to Sub-Clause
3.1(iv);

f) An Affidavit that the Bidder has read and accepts NTDC’s SOP for
blacklisting of Contractors pursuant to Sub-Clause 3.1(iv) & ITB 38 of Bid
Data Sheet of this document.

g) Proof of purchase of Bidding Documents from the Employer;

h) Beneficial Ownership Declaration Performa dully filled by the Bidder as per


S.R.O 592(I)/2022 available at https://www.ppra.org.pk/doc/sro592.pdf.

i) PEC license pursuant to Sub-Clause 3.1(i)

j) Comfort letter as per Annexure-C to Bidding Data; and

k) Electronic/Soft copy of complete Technical Bid in CD/DVD/USB/Pen


Drive (dully protected as READ ONLY/End to End Encrypted) containing
an electronic version of the Bid in PDF format scanned from the original bid.
This should be enclosed in the sealed envelope containing the Original Bid.
In case of a discrepancy, the hard copy shall prevail. The soft copy shall not be
considered as a replacement of hard copy.

l) Any other document required to be submitted in accordance with these


Bidding Documents.

NOR-136W3-2025 BDS-8
Section-II Bid Data Sheet
II. Price Bid

a) Duly filled-in Form of Price Bid with following Appendices to Bid:

i) Appendix-B to Bid Foreign Currency Requirements (Not Used)


ii) Appendix-D to Bid Bill of Quantities
iii) Appendix-M to Bid Estimated Progress Payments

b) Further, Electronic/Soft copy of complete Financial Bid in USB/Pen Drive


containing an electronic version (READ ONLY/END TO END ENCRYPTED
MODE ONLY) of the Bid in PDF/Excel format. This should be enclosed in
the sealed envelope containing the Original Bid. However, this shall not be
treated equivalent to hard copy and is only for purpose of convenience in
evaluation. The submission of hard copy remains mandatory.

c) Any other document required to be submitted in accordance with these


Bidding Documents.
IB 11.2 Following is added at the end of Sub-Clause IB.11.2:

“(f) The maximum J.V. partners shall not be more than three (03).”
IB 12.4 Delete clause 12.4 and replace it with the following.
The rates and prices quoted by the bidders are subject to adjustment during
the performance of the Contract in accordance with the provisions of
Clause 70 of the Conditions of Contract. The bidders shall furnish the
prescribed information for the price adjustment formulae in Appendix-C
to Bid, and shall submit with their bids such other supporting information
as required under the said Clause.
IB 12.5 The prices and bid evaluation should be without PST.

IB 12.6 Add the following new Sub-Clause IB 12.6:


The cost of project is: PKR 3750 Million for calculating insurance charges.

IB 13 Clause IB.13 is substituted with the following:

“The unit rates and prices shall be quoted by the Bidder entirely in Pak Rupees.
All payments under the contract shall be made in Pak Rupees only. Bidders
expecting to incur expenditures in currency(ies) other than Pak Rupees shall
manage foreign currency(ies) at their own arrangement. The exchange risk in this
regard, if any, shall be deemed to be included in unit rates and prices quoted by
the Bidder.”
IB 14.1 The period for Bid validity shall be minimum one hundred and fifty (150 ) days
after the date of Bid opening.
IB 15.1 The amount of Bid Security shall be PKR 20.8 Million.

NOR-136W3-2025 BDS-9
Section-II Bid Data Sheet

IB 15.2 Sub-Clause IB.15.2 is substituted with the following:

“The Bid Security shall be, at the option of the Bidder, in the form of Deposit at
Call or a Guarantee issued by a Scheduled Bank in Pakistan or from a foreign bank
duly counter guaranteed by a Scheduled Bank in Pakistan in favor of the Employer
on the prescribed Form (Standard forms, section-III) annexed to these Documents
valid for a period 28 days beyond the Bid Validity date. The Bid Security of Joint
Venture shall be in the name of Joint Venture submitting the Bid.
For avoidance of doubt, a Bid Security issued by a foreign bank but not counter
guaranteed by a Scheduled Bank in Pakistan [or a counter guarantee which impacts
rights of Employer to encash the Guarantee on 1st written notice from Bank in Pakistan]
shall not be acceptable and rejected as non-responsive.”

[Any mode for submission of bid security apart from aforementioned like Swift Code or
Crossed Cheque shall not be acceptable]
IB 15.3 If a bidder submits a Bid Security that has following discrepancies (to the extent
mentioned against each), the Procuring Agency shall request the Bidder to submit
a complaint bid security within fourteen (14) days of receiving such request.
Failure to provide a complaint bid security within the prescribed period of
receiving such a request shall cause the rejection of the bid. Any bid accompanied
by bid security with deviation greater than the extent mentioned below shall be
rejected:

i. Bid Security amount is short within 10% of Bid Security amount; and/or
ii. Bid Security validity period is short by a maximum of two days.
iii. Any changes with respect to format/text which does not hurt the right of
employer for encashment of the guarantee and does not limit the
obligation of the bidder as required in the Bidding Document/Bid Security
Format.
IB 15.6 The following is added at the end of Sub-Clause IB.15.6:

“(d) If the Bidder is found involved in corrupt and fraudulent practices.”


IB 17.1 Pre-bid meeting will be held as per the following schedule:

Date: _____________,2025
Time: 11:00 HRS
Venue: Chief Engineer (MP&M), NTDC, 8th Floor, Shaheen Complex, Egerton
Road Lahore Pakistan

IB 18.4 Sub-Clause 18.4 is substituted with the following:

“Each Bidder shall prepare by filling out the forms completely and without
alterations one original set of the Technical Bid and one original set of the Price
Bid as described in IB. 11 and clearly mark each “ORIGINAL - TECHNICAL
BID” and “ORIGINAL - PRICE BID”. In addition, the Bidder shall submit two

NOR-136W3-2025 BDS-10
Section-II Bid Data Sheet

(02) copies each of the Technical Bid and the Price Bid, clearly marked as “COPY
NO… - TECHNICAL BID” and “COPY NO…. - PRICE BID”. In the event of any
discrepancy between the original and the copies, the original shall prevail.

The Bidder shall also submit an electronic copy of BOQ on Pen Drive in MS
Office (Excel) format and shall enclose in the Price Bid envelope.”
IB.19.1 Sub-Clause 19.1 is substituted by the following:

“The Technical Bid and Price Bid (comprising the relevant documents as stated
under Sub-Clause IB.11) shall be prepared separately. The ORIGINAL and each
COPY of Technical Bid shall be sealed in one envelope marked as such.
Similarly, the ORIGINAL and each COPY of the Price Bid shall be sealed in
another envelope and marked as such. Price Bid of each Lot shall be sealed in a
separate envelope. The outer envelope comprising both ‘Technical Bid’ and
‘Price Bid’ shall be addressed/identified as given in Sub-Clause 19.2 hereof.”
IB 19.2 (a) Employer's address for the purpose of Bid submission:

Name: National Transmission and Despatch Company (NTDC).


Represented by: Chief Engineer (MP&M)
Address: 8th Floor, Shaheen Complex, Edgerton Road, Lahore
Telephone No.: +92-42-99202597
Fax No.: +92-42-99202173
E-mail address: cempm@ntdc.com.pk

Bid must also be received by the Employer through e-PADS before the bid
submission deadline. In case of a discrepancy between the hard copy of the bid
and the bid received through e-PADS, the copy received through e-PADS shall
prevail.

Further, the Procuring Agency shall reject the bid, if the bid submitted through e-
PADS found corrupt, unreadable or contains virus.

IB 19.2 (b) Name of the Project:

Civil Works, Erection, Testing & Commissioning for Upgradation of Existing


220kV Vehari Grid Station to 500kV Vehari Grid Station under NTDC Own
Resources
Identification No.: NOR-136W3-2025
IB 19.2 (c) Para (c) of Sub-Clause 19.2 is substituted by the following:

The outer envelopes and the inner envelopes containing the Technical Bid shall
bear a warning not to open before the time and date for the opening of Technical
Bids, in accordance with IB 23.1. The envelopes containing the Price Bid shall bear
a warning not to open until advised by the Employer in accordance with IB 23.2.
IB 20.1 (a) Deadline for Submission of bid:
Date: ______________2025
Time: 11:00 HRS

NOR-136W3-2025 BDS-11
Section-II Bid Data Sheet

IB 20.1 (c) The delivery of the bid will be in person, by messenger and/or through
mail/courier only.

Notes to the Bidders: Any delivery through express mail/courier shall be made with proper
subject of the tender being submitted and the intent of communication and shall be
properly sealed/packed. NTDC will not be responsible for any late submittals or opening
of bids on account of improper/missing markings on top of package
IB 20.1 Add the following new Para (e) at the end of Sub-Clause:

“(e) Bids submitted through fax or email shall not be considered.”


IB.23 Bid Opening:
23.1
Sub-Clause IB.23.1 is substituted by the following:

The Employer shall open the Technical Bids in public at the address, on the date,
and time specified herein in the presence of Bidder’s designated representatives
who choose to attend. The Bidders’ representatives who are present shall sign a
register evidencing their attendance.

Further the attendance will also be marked through e-PADS.

Time: 11.30 Hrs (Refer Invitation for Bids published in Newspapers/available at


Website
Date: ____________2025
Address: 8th Floor, Shaheen Complex, Edgerton Road, Lahore

23.2 Sub-Clause IB.23.2 is substituted by the following:

The Price Bids will remain unopened and will be held in custody of the Employer
until the time of opening of the Price Bids. The date, time, and location of the
opening of Price Bids will be advised in writing by the Employer. If the Price Bid
is submitted unsealed or found unsealed inside the envelope of Technical Bid, the
Employer shall reject the entire Bid and record at the time of opening of the
Technical Bids.
23.3 Sub-Clause IB.23.3 is substituted by the following:

First, envelopes marked “WITHDRAWAL” shall be opened, read out, and


recorded, and the envelope containing the corresponding bid shall not be opened,
but returned to the Bidder. No bid withdrawal shall be permitted unless the
corresponding withdrawal notice contains a valid authorization to request the
withdrawal and is read out and recorded at bid opening.

NOR-136W3-2025 BDS-12
Section-II Bid Data Sheet

23.4 Sub-Clause IB.23.4 is substituted by the following:

Next, outer envelopes marked “SUBSTITUTION” shall be opened. The inner


envelopes containing the Substitution Technical Bid and/or Substitution Price Bid
shall be exchanged for the corresponding envelopes being substituted, which are
to be returned to the Bidder unopened. Only the Substitution Technical Bid, if any,
shall be opened, read out, and recorded. Substitution Price Bid will remain
unopened in accordance with IB 23.2. No envelope shall be substituted unless the
corresponding substitution notice contains a valid authorization to request the
substitution and is read out and recorded at bid opening.
23.5 Sub-Clause IB.23.5 is inserted as follows: -

Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical


Bid and/or Price Bid shall be modified unless the corresponding modification
notice contains a valid authorization to request the modification and is read out
and recorded at the opening of Technical Bids. Only the Technical Bids, both
Original as well as Modification are to be opened, read out, and recorded at the
opening. Price Bids, both Original as well as Modification, will remain unopened
in accordance with IB 23.2.
23.6 Sub-Clause IB.23.6 is inserted as follows: -

All other envelopes holding the Technical Bids, except the Bids rejected pursuant
to Sub-Clause IB.23.2, shall be opened one at a time, and the following read out
and recorded

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) Bid Security particulars
(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids (if allowed under Sub-Clause
IB.16 hereof) read out and recorded at bid opening shall be considered for
evaluation. Unless otherwise specified in the BDS, the Form of Technical Bid is to
be initialed by the nominated representatives of the Employer attending the bid
opening. No Bid shall be rejected at the opening of Technical Bids except for late
bids, in accordance with IB.21.1.
23.7 Sub-Clause IB.23.7 is inserted as follows: -

The Employer shall prepare a record of the opening of Technical Bids that shall
include, as a minimum: the name of the Bidder and whether there is a withdrawal,
substitution, modification, or alternative offer; and the particulars of Bid Security.
A copy of the record shall be distributed to all Bidders.
23.8 Sub-Clause IB.23.8 is inserted as follows: -

At the end of the evaluation of the Technical Bids, the Employer will invite bidders
who have submitted substantially responsive Technical Bids and who have been
determined as being qualified for award to attend the opening of the Price Bids.

NOR-136W3-2025 BDS-13
Section-II Bid Data Sheet

The date, time, and location of the opening of Price Bids will be advised in writing
by the Employer. Bidders shall be given reasonable notice of the opening of Price
Bids.

23.9 Sub-Clause IB.23.9 is inserted as follows: -

The Employer will notify Bidders in writing who have been rejected on the
grounds of being substantially nonresponsive to the requirements of the Bidding
Documents and return their Price Bids unopened.
23.10 Sub-Clause IB.23.10 is inserted as follows: -

The Employer shall conduct the opening of Price Bids of all Bidders who
submitted substantially responsive Technical Bids, in the presence of Bidders`
representatives who choose to attend at the address, on the date, and time
specified by the Employer. The Bidder’s representatives who are present shall be
requested to sign a register evidencing their attendance.
23.11 Sub-Clause IB.23.11 is inserted as follows: -

All envelopes containing Price Bids shall be opened one at a time and the
following read out and recorded

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts, cross discounts and
alternative offers;
(d) the presence of Bid Security; and
(e) any other details as the Employer may consider appropriate.

Only Price Bids, discounts, cross discounts and alternative offers (if allowed under
Sub-Clause IB.16 hereof) read out and recorded during the opening of Price Bids
shall be considered for evaluation. Unless otherwise specified in the Bidding Data,
the Form of Price Bid and Price Schedules are to be initialed by nominated
representatives of the Employer attending the bid opening.
23.12 Sub-Clause IB.23.12 is inserted as follows: -

The Employer shall prepare a record of the opening of Price Bids that shall
include, as a minimum: the name of the Bidder, the Bid Price (per lot if applicable),
any discounts, cross discounts, any alternative offers etc. A copy of the record
shall be distributed to all Bidders present at the time of Bid opening.

NOR-136W3-2025 BDS-14
Section-II Bid Data Sheet

IB 24.2 Add the following new Sub Clause after IB 24.1:

24.2 Bidders and their respective agents, suppliers, sub-contractors,


representatives and anyone else on behalf of the bidder will not
communicate or attempt to communicate directly or indirectly with the
Employer, including any employees, directors, officers, agents or
representatives of any of them during any part of the Competitive Bidding
Process, except as expressly directed or permitted by the Employer.
Bidders will also not engage in any form of political or other lobbying
whatsoever with respect to their Bids, or otherwise attempt to influence
the outcome of the Competitive Bidding Process. In the event of any such
communications or lobbying, Employer may at any time reject any Bid by
that Bidder without further consideration.
IB 25.1 Add the following at the end of Sub-Clause 25.1:

The Employer may, at his discretion, ask any Bidder for confirmation/submission
of missing information to clarify its Bid. However, the Employer does not have an
obligation to request any additional information or clarification with respect to
missing or deficient information in a Bid. Any clarification submitted by a Bidder
that is not in response to a request by the Employer shall not be considered.
IB 25.2 Add the following new Sub-Clause:

If a Bidder does not provide clarifications of its Bid by the date and time set in the
Employer’s request for clarification, its Bid may be rejected.
IB 26.1 Sub-Clause 26.1 is substituted by the following:

“The Employer will determine whether Bid is substantially responsive to the


requirements of the Bidding Documents.”

NOR-136W3-2025 BDS-15
Section-II Bid Data Sheet

IB 26.2 Sub-Clause 26.2 is substituted by the following:

“A substantially responsive Technical Bid is one which (i) meets the eligibility
criteria; (ii) has been properly signed; (iii) meets the qualification criteria
delineated at Sub-Clause IB.3A hereof; and (iv) conforms to all the terms,
conditions and specifications of the Bidding Documents, without material
deviation or reservation.

A substantially responsive Price Bid is one which (i) has been properly signed; (ii)
is accompanied by the required Bid Security; and (iii) conforms to all the terms,
conditions and specifications of the Bidding Documents, without material
deviation or reservation.

A material deviation or reservation is one (i) which affect in any substantial way
the scope, quality or performance of the Works; (ii) which limits in any substantial
way, inconsistent with the Bidding Documents, the Employer’s rights or the
Bidder’s obligations under the Contract; or (iii) adoption/rectification whereof
would affect unfairly the competitive position of other Bidders presenting
substantially responsive bids.

Any minor informality or non-conformity or irregularity in a Bid which does not


constitute a material deviation may be waived by the Employer, provided such
waiver does not prejudice or affect the relative ranking of any Bidder.”
IB 26.4 Following Sub-Clauses are added at the end of Sub-Clause 26.3:

The Employer may reject any Bid as non-responsive if found materially


incomplete, obscure, irregular or omits any material information required to be
submitted by the Bidding Documents.
IB 27.3 Following Sub Clause is added after Sub Clause 27.2:

If as a result of arithmetic correction, the Bid Price is increased substantially, the


Bidder may be asked to increase the amount of its Bid Security accordingly by
submitting its amendment within fifteen (15) days from issuing date of such
notification. If the Bidder fails to provide the requisite amendment of the Bid
Security within the stipulated period, his Bid will be held substantially non-
responsive and will be rejected.
IB 28.1 In case of Lots only
Following Para is added at the end of the Sub-Clause 28.1:
“The Works will be evaluated and compared on Lot basis.”
IB 28.2 In case of Lots only
Following Para is added after the Para (c) of IB. 28.2:
(d) applying cross discount in case of combination of Lots to arrive at
least cost combination
IB 28.4 Following is added at the end of Sub-clause IB 28.4:
“or the employer may require the successful Bidder to balance his bid.”

NOR-136W3-2025 BDS-16
Section-II Bid Data Sheet

In case of front-end loading or unbalanced price of any BoQ item, the Employer
reserve the right to adjust the price with other BoQ items provided that ceiling of
overall price remains the same.
IB 28.5 Following new Sub Clause is added after IB 28.4:

The Employer will evaluate the Bids, including all clarifications, additional
information, modifications and negotiated changes, by applying the Eligibility
and Qualification Criteria. Without limiting the particular criteria, the Employer
may take into account the following in the Evaluation of Bids:

i. Non-performance by a Bidder on previous contracts with Employer


or others;
ii. The quality of a Bidder’s performance on previous contracts with
Employer or others;
iii. Anticipated or ongoing claims with or in connection with a Bidder;
iv. Any security of safety concerns which Employer may have in respect
of a Bidder or its facilities, subcontractors or suppliers;
v. The results of any interview with a Bidder or supplied references: or
vi. Any knowledge of or experience with a Bidder or its principals,
directions, officers and employees.

The Employer may independently verify any information (including conducting


credit, reference and other checks with respect to a Bidder) and consider such
findings in its evaluation.

Employer is not required to inform Bidders of how Bids were ranked in the
evaluation process.
IB 28.6 Following new Sub Clause is added after IB 28.5:

The Employer’s evaluation of a Bid will exclude and not take into account
Provincial sales Tax (PST).
IB 29.1 Add the words “for the respective Lot(s)” after the words “evaluated Bid Price”
in 3rd line of this Sub-Clause.

Add the following at the end of this Sub-Clause:

“Provided further in case a Bidder is determined to be the lowest evaluated


substantially responsive in more than one Lot, the aggregate requirements
delineated under Sub-Clause IB.3 hereof shall apply.”
IB 29.2 Following text is added at the end of Sub Clause 29.2

The Employer reserves the right to assess the capacity and capability of the
Bidder, to successfully execute the scope of work covered under the Bidding
Documents within stipulated completion period. This assessment may interalia
include for (i) document verification; (ii) details of work executed, work in hand,
anticipated in future; (iii) details of tools & plant; (iv) availability of requisite key
personnel (v) financial resources; (vi) details of quality system in place; (vii) past
experience and performance; (viii) customer feedback (ix) Bank’s feedback etc.
NOR-136W3-2025 BDS-17
Section-II Bid Data Sheet

IB 30.1 The Employer reserves the right to reject any bid on the following accounts, apart
from those mentioned in the bidding documents:

i. Bidding Documents are not purchased by the bidder.


ii. Bid is not received by the due date and time specified.
iii. Cost of the bidding documents is not remitted.
iv. Bid is not accompanied by Bid security as specified in the document; Bid
security is inadequate; Bid guarantee is not in the specified format.
v. Bid does not cover the complete scope of work.
vi. Bid does not contain all required particulars as per Schedules & Forms
prescribed in the bidding documents.
vii. Deviations, conditionality or reservations have been introduced to any
part of the bidding documents which may not be acceptable to the
Employer in its sole discretion.
viii. Bidder does not respond promptly and thoroughly to the request for
supplementary information required for the evaluation of his Bid.
ix. Bid does not meet minimum acceptable standards of completeness,
consistency and detail.
x. Bid received from any Black listed Firm / Contractor.

If at any time it is found that a material misrepresentation of facts is made or


uncovered; the information submitted by the bidder concerning his qualification
was false and materially inaccurate or incomplete. If the bidder is the Lead
Member of a consortium, then the entire consortium may be disqualified/
rejected.
IB 32.1 The Bidder shall furnish an unconditional Performance Security, equal to ten
percent (10%) of the Contract Price in the form prescribed in the conditions of
Contract.
IB 33 Text of Clause IB.33 is deleted and substituted as follows:

Within fourteen (14) days from the date of furnishing of acceptable Performance
Security under the Conditions of Contract, the successful bidder shall depute its
representative duly authorized for formal signing of the Contract Agreement,
Form of which is provided in the Bidding Documents.
The following clause is hereby added: -

IB 37 (GRIEVANCE REDRESSAL & COMPLAINT REVIEW MECHANISM)

Any party can file its written complaint against the eligibility parameters or any
other terms and conditions prescribed in the prequalification or bidding
37.1 documents found contrary to provision of Procurement Regulatory Framework,
and the same shall be addressed by the GRC well before the bid submission
deadline.
37.1 Any Bidder feeling aggrieved by any act of the procuring agency after the
submission of his bid may lodge a written complaint concerning his grievances
not later than seven days of the announcement of technical evaluation report and
five days after issuance of final evaluation report.

NOR-136W3-2025 BDS-18
Section-II Bid Data Sheet
37.2 In case, the complaint is filed against the technical evaluation report, the GRC
shall suspend the procurement proceedings.
37.3 In case, the complaint is filed after the issuance of the final evaluation report, the
complainant cannot raise any objection on technical evaluation of the report:

Provided that the complainant may raise the objection on any part of the final
evaluation report in case where single stage one envelop bidding procedure is
adopted.
37.4 The GRC, in both the cases shall investigate and decide upon the complaint within
ten days of its receipt.
37.5 Any bidder or the procuring agency not satisfied with the decision of the GRC
may file Appeal before the Appellate Committee of the Authority on prescribed
format after depositing the Prescribed fee.
37.6 The Committee, upon receipt of the Appeal against the decision of the GRC
complete in all respect shall serve notices in writing upon all the parties to appeal.
37.7 The committee shall call the record from the concerned procuring agency or the
GRC as the case may be, and the same shall be provided within prescribed time.
37.8 The committee may after examination of the relevant record and hearing all the
concerned parties, shall decide the complaint within fifteen (15) days of receipt of
the Appeal.

37.9 The decision of the Committee shall be in writing and shall be signed by the Head
and each Member of the Committee. The decision of the committee shall be final

IB 38 The following Clause is hereby inserted: -

(Mechanism of Blacklisting)
38.1. The Procuring Agency shall bar for not more than the time prescribed in
Rule-19 of the Public Procurement Rules, 2004, from participating in their
respective procurement proceedings, bidder or contractor who either:
i. Involved in corrupt and fraudulent practices as defined in Rule-2 of
Public Procurement Rules;
ii. Fails to perform his contractual obligations;
iii. Fails to abide by the its securing declaration; and
iv. Submits false information (or) hides information on Beneficial
Ownership Declaration Performa under S.R.O 592(I)/2022.
38.2 The show cause notice shall contain: (a) precise allegation, against the bidder or
contractor; (b) the maximum period for which the Procuring Agency proposes to
debar the bidder or contractor from participating in any public procurement of
the Procuring Agency; and (c) the statement, if needed, about the intention of the
Procuring Agency to make a request to the Authority for debarring the bidder or
contractor from participating in public procurements of all the procuring
agencies.

NOR-136W3-2025 BDS-19
Section-II Bid Data Sheet
38.3 The procuring agency shall give minimum of seven days to the bidder or
contractor for submission of written reply of the show cause notice

38.4 In case, the bidder or contractor fails to submit written reply within the requisite
time, the Procuring Agency may issue notice for personal hearing to the bidder or
contractor/ authorize representative of the bidder or contractor and the procuring
agency shall decide the matter on the basis of available record and personal
hearing, if availed.
38.5
In case the bidder or contractor submits written reply of the show cause notice,
the Procuring Agency may decide to file the matter or direct issuance of a notice
to the bidder or contractor for personal hearing.
38.6 The Procuring Agency shall give minimum of seven days to the bidder or
contractor for appearance before the specified officer of the Procuring Agency for
personal hearing. The specified officer shall decide the matter on the basis of the
available record and personal hearing of the bidder or contractor, if availed
38.7 The procuring Agency shall decide the matter within fifteen days from the date of
personal hearing unless the personal hearing is adjourned to a next date and in
such an eventuality, the period of personal hearing shall be reckoned from the last
date of personal hearing.
38.8
The Procuring Agency shall communicate to the bidder or contractor the order of
debarring the bidder or contractor from participating in any public procurement
with a statement that the bidder or contractor may, within thirty days, prefer a
representation against the order before the Authority.
38.9
Such blacklisting or barring action shall be communicated by the procuring
agency to the Authority and respective bidder or bidders in the form of decision
containing the grounds for such action. The same shall be publicized by the
Authority after examining the record whether the procedure defined in
blacklisting and debarment mechanism has been adhered to by the procuring
agency.
38.10 The bidder may file the review petition before the Review Petition Committee
Authority within thirty days of communication of such blacklisting or barring
action after depositing the prescribed fee and in accordance with “Procedure of
filing and disposal of review petition under Rule-19(3) Regulations, 2021”. The
Committee shall evaluate the case and decide within ninety days of filing of
review petition

NOR-136W3-2025 BDS-20
Section-II Bid Data Sheet
38.11
The committee shall serve a notice in writing upon all respondent of the review
petition. The notices shall be accompanied by the copies of review petition and all
attached documents of the review petition including the decision of the procuring
agency. The parties may file written statements along with essential documents in
support of their contentions. The Committee may pass such order on the
representation may deem fit.

38.12 The Authority on the basis of decision made by the committee either may debar a
bidder or contractor from participating in any public procurement process of all
or some of the procuring agencies for such period as the deemed appropriate or
acquit the bidder from the allegations. The decision of the Authority shall be final.

NOR-136W3-2025 BDS-21
Section-II Bid Data Sheet
Annexure - 1 to Bidding Data Sheet

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID

POWER OF ATTORNEY

Know all men by these presents, we ____________________(name and address of the registered
office of the Bidder) do hereby constitute, appoint and authorize Mr. / Ms.
__________________R/o ___________(name and address of residence) who is presently
employed with us and holding the position of ______________, as our attorney, to do in our name
and on our behalf, all such acts, deeds and things necessary in connection with or incidental to
the bid of the (please state the name and address of the bidder) for Bidding Document No. [
] (the “tender”), including signing and submission of all documents and providing information
/ responses to National Transmission & Dispatch Company Ltd (NTDC), representing us in all
matters in connection with our bid for the said tender.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this
Power of Attorney and agree that all acts, deeds and things done by our aforesaid attorney shall
and shall always be deemed to have been done by us.
For

(Signature)
(Name, Title, Email ID and Address)
Accepted
………………….(Signature)
(Name, Title, Email ID and Address of the Attorney)
ACKNOWLEDGMENT

Before me, a Notary Public for and in the City of ___________, this _______ of _________ 2020
personally came and appeared:

NAME IDENTIFICATION DOCUMENT


_________________ ____________________

Known to me to be the same person/s who executed the foregoing Special Power of Attorney in
favor of _______________, and acknowledged to me the same is/are his/her/their free and
voluntary act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my notarial seal, the date
and place above written.

NOTARY PUBLIC

NOR-136W3-2025 BDS-22
Section-II Bid Data Sheet
Annexure - 2 to Bidding Data Sheet

A. FORM OF UNDERTAKING BY THE JOINT VENTURE PARTNERS

(On Company’s Letter Head)

THIS JOINT DEED OF UNDERTAKING executed on this………. day of……….. Two Thousand
and ……….......by……. a company incorporated under the
laws of …………… and having its Registered Office at........................
(hereinafter called the "Party No.1" which expression shall include its successors, executors and
permitted assigns) and M/s……………a company incorporated under the laws
of……………… and having its Registered Office at…………… (hereinafter called the
"Party No.2" which expression shall include its successors, executors and permitted assigns
) and M/s.. .. .. .. . .. . . . . .. . .. .. .... .a Company incorporated under the laws of………………..
and having its Registered Office at……………. (hereinafter called the
"Party No.3" which expression shall include its successors, executors and permitted assigns) for
the purpose of making a bid and entering into a contract [hereinafter called the "Contract" {in case
of award)] against the Identification No………….for __________________________ associated
with _______________________ of ………………………………………………………. (hereinafter
called the "Employer").

WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated................ AND WHEREAS the Employer invited bids for the design, manufacture, Supply
of Equipment Materials stipulated in the bidding documents under _______________
____________ associated with _______________________.

AND WHEREAS Clause 2, Section-ITB and ‘Qualification & Evaluation Requirement of the
Bidder’(clause 13, 24 & 26 of ITB), and technical provisions forming part of the bidding
documents, inter-alia, stipulates that an Undertaking of two or more qualified partners, meeting
the requirements of ‘Qualification & Evaluation Requirement of the Bidder’, as applicable may
bid, provided, the Joint Venture fulfills all other requirements under Clause 2, 13, 24 & 26 of ITB
and in such a case, the Letter of Bids (Bid Form) shall be signed by the Partner –In Charge so as
to legally bind all the Partners of the Joint Venture, who will be jointly and severally liable to
perform the Contract and all obligations hereunder.

The above clause further states that this Undertaking shall be attached to the bid and the Contract
performance guarantee will be as per the format enclosed with the bidding document without
any restrictions or liability for either party.

AND WHEREAS the bid is being submitted to the Employer vide proposal No……..dated…... by
Party No.1 based on this Undertaking between all the parties; under these presents and the bid
in accordance with the requirements of Clause 2, 13, 24 & 26 (Section-ITB) has been signed by all
the parties.

NOW THIS UNDERTAKING WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the parties of this Deed of Undertaking
do hereby declare and undertake:

NOR-136W3-2025 BDS-23
Section-II Bid Data Sheet

1. In requirement of the award of the Contract by the Employer to the Joint Venture Partners,
we, the Parties do hereby undertake that M/s……… the Party No.1, shall act as Lead
Partner and further declare and confirm that we the parties to the Joint Venture shall
jointly and severally be bound unto the Employer for the successful performance of the
Contract and shall be fully responsible for the design, manufacture, Supply, and
successful performance of the equipment in accordance with the Contract:

2. In case of any breach or default of the said Contract by any of the parties to the Joint
Venture, the party(s) do hereby undertake to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities under
the Contract in accordance with the requirements of the Contract.

3. Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the Party(s) of
these presents undertake to promptly make good such loss or damages caused to the
Employer, on its demand without any demur. It shall not be necessary or obligatory for
the Employer to proceed against Lead Partner to these presents before proceeding against
or dealing with the other Party(s), the Employer can proceed against any of the parties
who shall be jointly and severally liable for the performance and all other
liabilities/obligations under the Contract to the Employer.

4. The financial liability of the Parties of this Deed of Undertaking to the Employer, with
respect to any of the claims arising out of the performance or non-performance of the
obligations set forth in this Deed of Undertaking, read in conjunction with the relevant
conditions of the Contract shall, however not be limited in any way so as to restrict or
limit the liabilities or obligations of any of the Parties of this Deed of Undertaking.

5. It is expressly understood and agreed between the Parties to this Undertaking that the
responsibilities and obligations of each of the Parties shall be as delineated in Annexure
attached with this undertaking. It is further undertaken by the parties that the above
sharing of responsibilities and obligations shall not in any way be a limitation of joint and
several responsibilities of the Parties under the Contract.

6. It is also understood that this Undertaking is provided for the purposes of undertaking
joint and several liabilities of the partners to the Joint Venture for submission of the bid
and performance of the Contract if awarded and that this Undertaking shall not be
deemed to give rise to any additional liabilities or obligations, in any manner or any law,
on any of the Parties to this Undertaking or on the Joint Venture, other than the express
provisions of the Contract.

7. This Undertaking shall be construed and interpreted in accordance with the provisions of
the Contract.

8. In case of an award of a Contract, we the parties to this Deed of Undertaking do hereby


agree that we shall be jointly and severally responsible for furnishing a Contract

NOR-136W3-2025 BDS-24
Section-II Bid Data Sheet
performance security from a bank in favour of the Employer in the currency/currencies
of the Contract.

9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall form an
integral part of the bid and shall continue to be enforceable till the Employer discharges
the same or upon the completion of the Contract in accordance with its provisions,
whichever is earlier. It shall be effective from the date first mentioned above for all
purposes and intents.

IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their authorized
representatives executed these presents and affixed Common Seals of their companies, on the
day, month and year first mentioned above.

Common Seal of ………………………. For Lead Partner (Party No.-1)


has been affixed in my/ our For and on behalf of M/s
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name …………………………………..

Designation …………………………….
(Signature of the authorized
Signature ………………………………. representative)

WITNESS :

I. ……………………………………

II. ……………………………………

Common Seal of ………………………. For Party No.-2


has been affixed in my/ our For and on behalf of M/s…………………..
presence pursuant to Board of
Director’s Resolution dated ……………. (Signature of the authorized
representative)
Name …………………………………..

Designation …………………………….

Signature ……………………………….
WITNESS :

I. ……………………………………

II. ……………………………………

NOR-136W3-2025 BDS-25
Section-II Bid Data Sheet
Common Seal of ………………………. For Party No.-3
has been affixed in my/ our For and on behalf of M/s.
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name …………………………………..

Designation …………………………….
(Signature of the authorized
Signature ………………………………. representative)

WITNESS :

I. ……………………………………

II. ……………………………………

Notes:
1. In the event that the successful Bidder is a joint venture formed of two or more companies,
the Employer requires that the parties to the joint venture accept joint and several
liabilities for all obligations under the Contract.
2. The maximum number of J.V partners is three (03).

NOR-136W3-2025 BDS-26
Section-II Bid Data Sheet
Annexure - 3 to Bidding Data Sheet

B. FORM OF LETTER OF INTENT BY JV PARTNERS TO ENTER INTO JV AGREEMENT

THIS LETTER OF INTENT signed on this………. day of……….. Two Thousand and
………....... by……. a company incorporate under the laws of …………… and having its
Registered Office at........................ (hereinafter called the "Party No.1" which expression shall
include its successors, executors and permitted assigns) and M/s……………a company
incorporated under the laws of……………… and having its Registered Office
at…………… (hereinafter called the "Party No.2" which expression shall include its successors,
executors and permitted assigns ) and M/s.. .. .. .. . .. . . . . .. . .. .. .... .. a Company
incorporated under the laws of ……………….. and having its Registered Office
at……………. (hereinafter called the "Party No.3" which expression shall include its successors,
executors and permitted assigns) for the purpose of making a bid and entering into a contract
[hereinafter called the "Contract" {in case of award)] against the Specification No………….for
___________________________ associated with _______________________ of
…………………………………………………………….. (hereinafter called the "Employer").

WHEREAS the Party No.1, Party No.2 and Party No.3 intend to enter into a Joint Venture
Agreement

AND WHEREAS the Employer invited bids as per the above-mentioned Specification for the
design, manufacture, Supply of Equipment Materials stipulated in the bidding documents under
_______________ associated with _______________________.

AND WHEREAS Clause 2, Section-ITB and ‘Qualification & Evaluation Requirement of the
Bidder’(clause 13, 24 & 26 of ITB), and technical provisions forming part of the bidding
documents, inter-alia, stipulates that two or more qualified partners, meeting the requirements
of Clause 2, Section-ITB and ‘Qualification & Evaluation Requirement of the Bidder’(clause 13, 24
& 26 of ITB), as applicable may bid, provided, they submit a Letter of Intent to enter into Joint
Venture Agreement and the Joint Venture Partners fulfill all other requirements under Clause 2,
Section-ITB and ‘Qualification & Evaluation Requirement of the Bidder’(clause 13, 24 & 26 of ITB),
and technical provisions forming part of the bidding documents and in such a case, the Letter of
Bid (Bid Form) shall be signed by all the proposed partners so as to legally bind all the Partners
of the Joint Venture, who will be jointly and severally liable to perform the Contract by entering
into Joint Venture Agreement as per proforma specified in this Section IV. Bidding Forms of the
Bidding Documents which will be legally binding on all partners and all obligations hereunder.

The above clause further states that this Letter of Intent shall be attached to the bid and the
Contract performance guarantee will be as per the format enclosed with the bidding document
without any restrictions or liability for either party.

AND WHEREAS the bid is being submitted to the Employer vide proposal No……..dated…... by
Party No.1 based on this Letter of Intent between all the parties; under these presents and the bid
in accordance with the requirements of Clause 4.1, Section-ITB and ‘Qualification Requirement
of the Bidder’, Section-Evaluation and Qualification Criteria, has been signed by all the parties.

NOW THIS UNDERTAKING WITNESSED AS UNDER:


NOR-136W3-2025 BDS-27
Section-II Bid Data Sheet

In consideration of the above premises and agreements all the parties of this Letter of Intent do
hereby declare and undertake:

1. In requirement of the award of the Contract by the Employer to the Joint Venture Partners,
we, the Parties do hereby undertake that M/s……… the Party No.1, shall act as Lead
Partner and further declare and confirm that we the parties to the Joint Venture shall
jointly and severally be bound unto the Employer for the successful performance of the
Contract and shall be fully responsible for the design, manufacture, Supply, and
successful performance of the equipment in accordance with the Contract for which we
shall enter into Joint Venture Agreement as per proforma specified in this Section IV.
Bidding Forms of the Bidding Documents which will be legally binding on all partners:

2. If the Contract is awarded to Joint Venture then in case of any breach or default of the said
Contract by any of the parties to the Joint Venture, the party(s) will be fully responsible
for the successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the Contract.

3. Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the Party(s) of
these presents will promptly make good such loss or damages caused to the Employer,
on its demand without any demur. It shall not be necessary or obligatory for the Employer
to proceed against Lead Partner to these presents before proceeding against or dealing
with the other Party(s), the Employer can proceed against any of the parties who shall be
jointly and severally liable for the performance and all other liabilities/obligations under
the Contract to the Employer.

4. The financial liability of the Parties of the Deed of Undertaking to the Employer in the
event of award of Contract on the Joint Venture, with respect to any of the claims rising
out of the performance or non-performance of the obligations set forth in the Deed of
Undertaking, read in conjunction with the relevant conditions of the Contract shall,
however not be limited in any way so as to restrict or limit the liabilities or obligations of
any of the Parties of the Deed of Undertaking.

5. It is expressly understood and agreed between the Parties to this Letter of Intent that the
responsibilities and obligations of each of the Parties shall be as delineated in Annexure
attached with this Letter of Intent. It is further undertaken by the parties that the above
sharing of responsibilities and obligations shall not in any way be a limitation of joint and
several responsibilities of the Parties under the Contract in the event of award on Joint
Venture.

6. It is also understood that this Letter of Intent is provided for the purposes of undertaking
joint and several liabilities of the partners to the Joint Venture for submission of the bid
and performance of the Contract if awarded and that this Letter of Intent shall not be
deemed to give rise to any additional liabilities or obligations, in any manner or any law,
on any of the Parties to this Letter of Intent or on the Joint Venture, other than the express
provisions of the Contract.

NOR-136W3-2025 BDS-28
Section-II Bid Data Sheet

7. This Letter of Intent shall be construed and interpreted in accordance with the provisions
of the Contract.

8. In case of an award of a Contract, we the parties to this Letter of Intent do hereby agree
that we shall enter into Joint Venture Agreement as per proforma specified in this Section
IV. Bidding Forms of the Bidding Documents which will be legally binding on all partners
and we shall be jointly and severally responsible for furnishing a Contract performance
security from a bank in favour of the Employer in the currency/currencies of the Contract.

9. It is further agreed that this Letter of Intent shall be irrevocable and shall form an integral
part of the bid. It shall be effective from the date first mentioned above for all purposes
and intents.

IN WITNESS WHEREOF, the Parties to this Letter of Intent have through their authorized
representatives executed these presents and affixed Common Seals of their companies, on the
day, month and year first mentioned above.

Common Seal of ………………………. For Lead Partner (Party No.-1)


has been affixed in my/ our For and on behalf of M/s
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name ………………………………….. (Signature of the authorized


Designation ……………………………. representative)

Signature ……………………………….

WITNESS :

I. ……………………………………

II. ……………………………………

Common Seal of ………………………. For Party No.-2


has been affixed in my/ our For and on behalf of M/s…………………..
presence pursuant to Board of
Director’s Resolution dated …………….
(Signature of the authorized
Name ………………………………….. representative)

Designation …………………………….

Signature ……………………………….

NOR-136W3-2025 BDS-29
Section-II Bid Data Sheet
WITNESS :

I. ……………………………………

II. ……………………………………

Common Seal of ………………………. For Party No.-3


has been affixed in my/ our For and on behalf of M/s.
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name ………………………………….. (Signature of the authorized


representative)
Designation …………………………….

Signature ……………………………….

WITNESS :

I. ……………………………………

II. ……………………………………

Notes:
1. In the event that the successful Bidder is a joint venture formed of two or more companies,
the Employer requires that the parties to the joint venture accept joint and several
liabilities for all obligations under the Contract.
2. The maximum number of J.V. partners is three (3).

NOR-136W3-2025 BDS-30
Section-III Forms of Bid & appendices

Section –III: FORM OF TECHNICAL AND PRICE BID AND


APPENDICES TO BID

Sr. Description
No.
1. Form of Technical Bid
2. Form of Financial Bid
Appendices to Bid
3. Appendix A to Bid: Special Stipulations
4. Appendix B to Bid: Foreign Currency Requirements
5. Appendix C to Bid: Price Adjustment
6. Appendix D to Bid: Bill of Quantities
7. Appendix E to Bid: Proposed Construction Schedule
8. Appendix F to Bid: Method of Performing Works
9. Appendix G to Bid: Proposed Personnel
10. Appendix H to Bid: Equipment
11. Appendix I to Bid: Construction Camp and Housing Facilities
12. Appendix J to Bid: Organization Chart for Supervisory Staff
13. Appendix K to Bid: List of Subcontractors
14. Appendix L to Bid: Source of Material
15. Appendix M to Bid: Estimated Progress Payments
16. Appendix N to Bid: Deviations
17. Appendix O to Bid: Integrity Pact
18. Appendix P to Bid: Bidder’s Qualification Forms
QF-1 General Information
QF-2 Construction Experience
QF-3 Performance Certificate
QF-4 Current Contract Commitments
QF-5 Financial Data
QF-6 Annual Turnover Data
QF-7 Financial Resources
QF-8 Bank Certificate
QF-9 Pending Litigation
19. Standard Forms
I Bid Security (Bank Guarantee)
II Form of Performance Security
III Form of Contract Agreement
IV Mobilization Advance Guarantee/Bond

NOR-136W3-2025 FOB-1
Section-III Forms of Bid & appendices

Section III

Forms of Bid and Appendices to Bid

NOR-136W3-2025 FOB-2
Section-III Forms of Bid & appendices

Form of Technical Bid


Bid Reference No. ___________________
_____________________________________
_____________________________________
(Name of Contract/Works)

To:
_______________________________
_______________________________
__________________________

We, the undersigned, declare that:

(a) We have examined the Bidding Documents including Instructions to Bidders,


Bidding Data, Conditions of Contract, Contract Data, Specifications, Drawings, if
any, Schedule of Prices and Addenda Nos. _________________________ in
accordance with Instructions to Bidders (IB) 9 for the execution of the above-
named Works, we, the undersigned, being a company doing business under the
name of and address
______________________________________________________ and being duly
incorporated under the laws of Pakistan hereby offer to execute and complete
such Works and remedy any defects therein in conformity with the said
Documents including Addenda.

(b) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period
of ……… days from the date fixed for the bid submission deadline in accordance
with the Bidding Documents, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;

(c) As security for due performance of the under takings and obligations of our bid,
we submit here with a Bid security, in the amount specified in Bidding Data Sheet,
which is valid (at least) 28 days beyond validity of Bid itself.

(d) We undertake, if our Bid is accepted, to commence the Works and to deliver and
complete the Works comprised in the Contract within the time(s) stated in
Contract Data.

(e) We are not participating, as a Bidder or as a subcontractor, in more than one bid
in this bidding process, other than alternative offers submitted in accordance with
IB16 (as applicable).

(f) We agree to permit Employer or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them
NOR-136W3-2025 FOB-4
Section-III Forms of Bid & appendices
audited by auditors. This permission is extended for verification of any
information provided in our Technical Bid which comprises all documents
enclosed herewith in accordance with IB.11.1 of the Bidding Data Sheet.

Name………………………….........................................................................................................
...........

In the capacity
of………..…….......................................................................................................…….

Signed…………………………………...........................................................................................
...............

Duly authorized to sign the Bid for and on behalf


of…………..........................................................

Date...............................................................................................................................................
Address………………………………………….……………………………………………………………………
……………………

NOR-136W3-2025 FOB-5
Section-III Forms of Bid & appendices

Form of Price Bid


Bid Reference No. ___________________
_____________________________________
_____________________________________
(Name of Contract/Works)

To:
_______________________________
_______________________________
__________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (IB)9;

(b) The total price of our Bid, excluding any discounts offered including Addenda
thereto for the Total Bid Price of Rupees

(Rupees_________________________)

or such other sum as may be ascertained in accordance with the said Documents.
(c) The discounts offered and the methodology for their application is:
…………………………….

(d) Our Bid shall be valid for a period of …….. days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of
that period;

(e) If our Bid is accepted, we commit to obtain a performance security in accordance


with the Bidding Documents;

(f) We understand that this bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract between
us, until a formal contract is prepared and executed and we do hereby declare that
the Bid is made without any collusion, comparison of figures or arrangement with
any other bidder for the Works.

(g) We understand that you are not bound to accept the lowest evaluated bid or any
other bid that you may receive.

NOR-136W3-2025 FOB-6
Section-III Forms of Bid & appendices
(h) We agree to permit Employer or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them
audited by auditors. This permission is extended for verification of any
information provided in our Technical Bid which comprises all documents
enclosed herewith in accordance with IB.11.1 of the Bidding Data Sheet.

(i) If awarded the contract, the person named below shall act as Contractor’s
Representative.

(j) We do hereby declare that the Bid is made without any collusion, comparison of
figures or arrangement with any other person or persons making a bid for the
Works.

Name………………………….........................................................................................................
...........

In the capacity
of………..…….......................................................................................................…….

Signed…………………………………...........................................................................................
...............

Duly authorized to sign the Bid for and on behalf


of…………..........................................................

Date...............................................................................................................................................
Address………………………………………….……………………………………………………………………
……………………

Witness:

Signature: …………..........................................................

Name...............................................................................................................................................
Address………………………………………….……………………………………………………………………
……………………

Occupation: …………..........................................................

NOR-136W3-2025 FOB-7
Section-III Forms of Bid & appendices
Appendix-A to Bid

SPECIAL STIPULATIONS
Clause
Conditions of Contract

1. Engineer’s Authority to issue Variation in 2.1 2% of the Contract Price stated in the Letter of
emergency Acceptance.
2. Law Applicable 5.1(b) The law to be applied is the law of Islamic Republic
of Pakistan.
3. Amount of Performance Security 10.1 10% of Contract Price stated in the Letter of
Acceptance.
4. Time for Furnishing Programme 14.1 Within 28 days from the date of receipt of Letter of
Acceptance.
5. Minimum amount of third-party Insurance 23.2 Rs. 1,000,000 per occurrence with number of
occurrences unlimited.
6. Time for Commencement 41.1 Within 30 days from the date of receipt of the letter
of acceptance or the date of signing of the contract
agreement whichever is earlier. Notice to
Commence shall be issued by the Engineer.
7. Time for Completion 43.1, 548 days from the date of receipt of Engineer’s
48.2 Notice to Commence.
8. a) Amount of Liquidated 47.1 The maximum amount of liquidated damages shall
Damages be equal to 10% of Contract Price stated in the Letter
of Acceptance. Liquidities damages shall be
deducted from the contract amount for every day or
part of a day, which will elapse between the dates
on which the prescribed time expired and the date
the work is completed at the rate specified in the
contract agreement. The amount of the liquidated
damages for each day of delay in completion of the
whole of the works, or if applicable for any section
thereof, shall be a sum equal to [10 % of the
Accepted Contract Price of the works divided by
one fourth of the number of days specified as
completion time]

In case facility / works are of independent of each


other and part of the facility / works can be used for
its intended purpose, the LD will only be applicable
for the remaining part.
b) Amount of Bonus 47.3 Not Applicable
9. Defects Liability Period 49.1 365 days from the effective date of Taking Over
Certificate.
10. Percentage of Retention Money 60.2 10% of the amount of Interim Payment Certificate.
11. Limit of Retention Money 60.2 10% of Contract Price stated in the Letter of
Acceptance.
12. Minimum amount of Interim Payment 60.2 20% (at least) more than the amount of all applicable
Certificates (Running Bills) retentions and deductions on the said bill.
13. Time of Payment from delivery of Engineer’s 60.10 45 days.
Interim Payment Certificate to the Employer.
14. Mobilization Advance (Interest Free) 60.12 10% of the Contract Price stated in the letter of
Acceptance
15. Increase or Decrease of Cost 70.1 Shall be APPLICABLE as per formulas given in
relevant clause.

NOR-136W3-2025 FOB-8
Section-III Forms of Bid & appendices
Appendix-B To Bid

FOREIGN CURRENCY REQUIREMENTS (Not Used)


(Not Applicable)

1. The Bidder may indicate here in below his requirements of foreign currency (if
any), with reference to various inputs to the Works.

2. Foreign Currency Requirement as percentage of the Bid Price excluding Provisional Sums
_______%.

3. Table of Exchange Rates

Unit of Currency Equivalent in Pak. Rupees

Australian Dollar --------------------------


Euro --------------------------
Japanese Yen --------------------------
U.K. Pound --------------------------
U.S. Dollars --------------------------
--------------------------- --------------------------
--------------------------- --------------------------

NOR-136W3-2025 FOB-9
Section III
Forms of Bid & Appendices
Appendix-C to Bid
PRICE ADJUSTMENT UNDER CLAUSE 70
OF CONDITIONS OF CONTRACT

The source of indices and the weightages or coefficients for use in the adjustment
formula under Sub-Clause 70.1 shall be as follows:
Cost
Description Weightages1 Applicable Index
Element1
1 2 3 4
(i) Fixed Portion (A) 0.25 -
Government of Pakistan (GoP),
Local Labor per Pakistan Bureau of Statistics (PBS)
day Monthly Bulletin of Statistics
(ii) Unskilled Labor 0.15 (b) -Intercity Consumer Prices for
(UL): unskilled labor for Islamabad city2
0.10 (c)
Skilled Labor (L) : -Intercity Consumer Prices for
skilled labor for Islamabad city2
Cement (C):
Government of Pakistan (GoP),
Ordinary Portland Pakistan Bureau of Statistics (PBS)
Cement (OPC) per Monthly Bulletin of Statistics
(iii) metric ton 0.14 (d)
-Intercity Wholesale Prices of
representing all
selected commodities for Islamabad
types of cement
city2
used in the Works
Reinforcing Steel
Bars (S):
½ inch dia round Government of Pakistan (GoP),
MS bars per Pakistan Bureau of Statistics (PBS)
metric ton Monthly Bulletin of Statistics
(iv) representing all 0.18 (e)
-Intercity Wholesale Prices of
types and
Selected Commodities for
dimensions of
Islamabad city 2
Steel
Reinforcement
used in the Works

NOR-136W3-2025 FOB-10
Section III
Forms of Bid & Appendices
Retail Sale Price as notified by
High Speed Diesel
(v) 0.13 (f) Pakistan State Oil (PSO) Limited on
(HSD) per liter (D)
its website
Retail Sale Price as notified by
Altron Premium
(vi) 0.05 (g) Pakistan State Oil (PSO) Limited on
per liter (P)
its website
Total 1.00
Notes:
1. The base cost indices or prices shall be those prevailing on 28 days prior to the latest date for submission of
Bids. Current (Revised) Indices or Prices shall be those prevailing on 28 days prior to the last day of billing
month.
2. Any fluctuation in the indices or prices of materials other than those given above shall not be subject to
adjustment of the Contract Price.

Initials of Signatory to Bid_____________________________

NOR-136W3-2025 FOB-11
Section III
Forms of Bid & Appendices
Appendix-D to Bid

BILL OF QUANTITIES
A. Preamble
General

1. The Schedule of Quantities shall be read in conjunction with the Conditions of


Contract, Specifications and Drawings. The Schedules do not generally give a full
description of the Services to be performed under each item. Bidders shall be deemed
to have read the Technical Specifications and other sections of the Bidding
Documents and reviewed the Drawings to ascertain the full scope of the
requirements included in each item prior to filling in the rates and prices. The entered
rates and prices shall be deemed to include for the full scope as aforesaid, including
overheads and profit.

2. If bidders are unclear or uncertain as to the scope of any item, they shall seek
clarification in accordance with IB 8 prior to submitting their bids.

3. The quantities given in the Schedule of Quantities are estimated and provisional, and
are given to provide a common basis for bidding. The basis of payment will be the
actual quantities of work executed and measured by the Contractor and verified by
the Engineer and valued at the rates and prices entered in the priced Schedule of
Quantities, where applicable, and otherwise at such rates and prices as the Engineer
may fix in accordance with provisions of the Contract.

4. The rates and prices entered in the priced Schedule of Quantities shall, except insofar
as it is otherwise provided under the Contract include all costs of Contractor’s plant,
labor, supervision, materials, execution, insurance, profit, taxes and duties, together
with all general risks, liabilities and obligations set out or implied in the Contract.
Furthermore all duties, taxes and other levies payable by the Contractor under the
Contract, or for any other cause, as on the date 28 days prior to deadline for
submission of Bids, shall be included in the rates and prices and the total Bid Price
submitted by the Bidder. The price shall include all type of taxes except PST.

5. A rate or price shall be entered against each item in the priced Schedule of Quantities,
whether quantities are stated or not. The cost of items against which the Contractor
will have failed to enter a rate or price shall be deemed to be covered by other rates
and prices entered in the Schedule of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in
the items provided in the priced Schedule of Quantities, and where no items are
provided, the cost shall be deemed to be distributed among the rates and prices
entered for the related items of the Works.

NOR-136W3-2025 FOB-12
Section III
Forms of Bid & Appendices
7. General directions and description of work and materials are not necessarily
repeated nor summarized in the Schedule of Quantities. References to the relevant
sections of the Bidding Documents shall be made before entering prices against each
item in the priced Schedule of Quantities.

8. Contractor shall be responsible for arrangement of all consumable materials for


execution of works within the prices quoted in Price schedules/BoQ.

9. Provisional sums if included and so designated in the Schedule of Quantities shall be


expended in whole or in part at the direction and discretion of the Engineer in
accordance with Conditions of Contract.

10. As this a measurement type contract so quantities may increase or decrease and / or
their types may vary resultantly the contract price may change. The Engineer is
authorized to measure such work and accordingly approve the invoices. The
Employer shall not stop payment merely it is beyond the price of the contract.
However, such changes shall immediately be conveyed to Project Management
Office (PMO) NTDC / Change Control Board/ Steering Committee. In case any
irregularity is found, the Employer shall reserve the right to withhold the payments
and recover its loss from any amount due or to be due to the contractor besides other
remedial measures.

Units & Abbreviations

11. Units of measurement, symbols and abbreviations expressed in the Bidding


Documents shall comply with the System International Unites (SI Units).

12. The following abbreviations shall be used in the Price Schedules:

Abbreviation

Pakistani Rupees PKR


Number No.
Kilometre km
Kilogram kg
Cubic Meter Cu.m
Provisional Sums PS
Percent %
Quantity Qty

Pricing

13. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc.,
shall be initialed by the Bidder.

NOR-136W3-2025 FOB-13
Section III
Forms of Bid & Appendices

14. As specified in the Bid Data Sheet prices shall be subject to adjustment in accordance
with the corresponding Appendix-C to Price Bid (Price Adjustment) to the Contract
Agreement.

15. For each item, bidders shall complete each appropriate column in the respective
Schedules, giving the price breakdown as indicated in the Schedules. Prices given in
the Schedules against each item shall be for the scope covered by that item as detailed
in Section 6 (Employer’s Requirements), Technical Specifications, Drawings or
elsewhere in the Bidding Documents.

16. The TOTAL for each Schedule and TOTAL of the Grand Summary shall be deemed
to be the total price for executing and completing the Facilities in accordance with
the Contract, whether or not each individual item has been priced.

17. When requested by the Employer for the purposes of making payments or part
payments, valuing variations or evaluating claims, or for such other purposes as the
Employer may reasonably require, the Contractor shall provide the Employer with a
breakdown of any composite or lump sum items included in the Schedules.

18. Except as otherwise expressly provided under the Conditions of Contract, the unit
rates and lump sum amounts entered in the Price Schedules will be the rates at which
the Contractor will be paid, and shall be deemed to include for the full scope and all
costs incurred by the Contractor in the performance of the Facilities, the provision of
services including his overheads, income tax, super tax, other indirect costs, profits
and costs of accepting the general risks, liabilities and obligations set forth or implied
in the Contract, except for such costs which are specified as reimbursable under the
Contract.

19. Arithmetic errors will be corrected by the Employer as per ITB 31.

20. Price of any other item not specifically covered in the Price Schedules but is required
for the completion, commissioning and operation of the overhead transmission line
shall be deemed to be included in the Schedule of Quantities.

21. The Contractor of any Lot may be required by the Engineer/Employer to carry out
foundation /installation work on any location falling in any other Lot.

22. The Contractor will be responsible for arrangement of all necessary security
measures for protection of Plants, equipment, personnel and other assets of
Contractor or Employer at site until taking over of works by the Employer.

23. The Contractor shall take all the safeguards at site for safety/security of men,
material and machinery at his own responsibility and cost.
NOR-136W3-2025 FOB-14
Section III
Forms of Bid & Appendices

24. The Contractor shall make available and install [10 ] number of WEBCAMs alongside
necessary storage of atleast 06 months and servers for continuous monitoring of site
activities. The Contractor will provide access to the Engineer and Employer’s
designated persons. The placing/location/coverage decision for the installation of
WEBCAMs will be done with the consent of Engineer.

NOR-136W3-2025 FOB-15
Section III
Forms of Bid & Appendices

Appendix-D to Bid

B. WORK ITEMS

1. The Bill of Quantities are divided into separate schedules as follows:

Bill No. (A) Construction of Associated Civil Works


Bill No. (B) Installation/ Erection, Testing & Commissioning
Bill No. (C) Supply of Vehicles
Summary of Bill of Quantities

2. Bidders shall price the Bill of Quantities in local currency only.

NOR-136W3-2025 FOB-16
Section III Forms of Bid & Appendices
(A) BOQ FOR CIVIL WORKS
500/220/132 kV VEHARI SUBSTATION
Unit Price Total Price
S.No Description Unit Qty.
(Rs.) (Rs.)
1 2 3 4 5 4*5
1 Earth Work
Clearing and grubbing of the complete site area for bushes, vegetation trees, roots and weeds etc. as per Drawings,
1.1 Specifications and as directed by the Engineer including dismantling of old civil works if any, disposal of debris away Lot 1
from site to any lead.
Filling, levelling and compaction of the built-up substation area with fill material to raise the level of the area in horizontal
1.2 layers of 200 mm thickness (max) compacted up to 95% modified Proctor Density as per approved Contour Plan and
Specifications and as directed by the Employer representative

1.2.1 Using borrow fill material as per NTDC Specification with compaction 95% proctor density with mechanical means with any Cu.m 35,000
lead and lift for raising (after clearing, grubbing of site, joint level survey will establish the backfilling quantity).
Filling with Using material excavated from the other foundations on site with compaction 95% proctor density with mechanical
1.2.2 Cu.m 15,000
Means
Total of Item No.1
2 500kV Equipment Foundation
500kV Switchyard Equipment/Gantry Foundations:
Supply and Construction of reinforced cement concrete work for Equipments and Gantry foundations having minimum
cylinder crushing strength of 211 kg/ cm2 at 28 days using Portland Cement/Type-V conforming to ASTM C-150 inclusive of
2.1 excavation, cutting, dewatering (if any), lean concrete/P.C.C/blinding layer, reinforcement, shuttering, concreting, curing,
bitumen coating on concrete surface, compacted backfilling, leveling/ grading, slope protection (where necessary), removal of
surplus earth from site area , installation of stubs and anchor bolts, capping & grouting under structure sole and in block-out
etc.
i. Foundation for 500 kV Circuit Breakers (CB) as per Specification and Drawing No. PDD/CG-466 No. 18
ii. Foundation for 500 kV Current Transformer (CT) as per Specification and Drawing No. PDD/CG-467 No. 18
Foundation for 500 kV Disconnector as per Specification and Drawing No. PDD/CG-430 with earthing switch
iii. No. 48
Foundation
iv. Foundation for 500 kV Post Insulator (PI) as per Specification and Drawing No. PDD/CG-468 No. 67
v. Foundation for 500 kV Capacitor Voltage Transformer (CVT) as per Specification and Drawing No. PDD/CG-469 No. 18
vi. Foundation for 500 kV Surge Arrester (SA) as per Specification and Drawing No. PDD/CG-470 No. 12
vii. Foundation for 500 kV Gantry (30.75+9.25m) C1 as per Specification and Drawing No. PDD/CG-583 No. 3
viii. Foundation for 500 kV Gantry (20m) C4 as per Specification and Drawing No. PDD/CG-583 No. 11
ix. Foundation for 500 kV Gantry (20+10.75+9.25) C3 as per Specification and Drawing No. PDD/CG-583 No. 10
x. Foundation for 500 kV Gantry (20+10.75+9.25) C5 as per Specification and Drawing No. NTDC/CIVIL/CG-05 No. 3
xi. Foundation for Local Control Cubicle (LCC) as per Specification and Drawing No. PDD/CG-475 No. 6
xii. Foundation for Line Trap as per Specification and Drawing No. PDD/CG-476 No. 6
xiii. Foundation for Marshalling Kiosk as per Specification and Drawing No. PDD/CG-477 No. 6

NOR-136W3-2025 FOB-17
Section III Forms of Bid & Appendices
Foundation for 500kV Auto transformer including oil collection pits, fire walls, gravel and grating over entire foundation
xiv. alongwith supply and installation of rails on each foundation as well as civil works for neutral bus etc. complete in all respect No. 1
as per Specification and Drawing No. NTDC/CIVIL/CG-12. This includes both banks & One Spare Units.
xv. Complete Civil Works / foundations for nitrogen Injection Explosion Prevention and Fire Protection System Lot 1
xvii Oil and Water Separation Tank Each 1
xviii BK Each 2
xix TACC Each 6
Total of Item No.2
3 220kV Equipment Foundation
220kV Switchyard Equipment/Gantry Foundations:
Supply and Construction of reinforced cement concrete work for Equipment’s and Gantry foundations having minimum
cylinder crushing strength of 211 kg/ cm2 at 28 days using Ordinary Portland Cement(OPC) / Type-V conforming to ASTM C-
3.1 150 inclusive of excavation / cutting, dewatering (if any), lean concrete/P.C.C/blinding layer, reinforcement (Grade 60),
shuttering, concreting, curing, bitumen coating (min two coats) below ± 0 Level on all concrete surfaces, compacted
backfilling, leveling/ grading, slope protection (where necessary), removal of surplus earth from site area as directed by
Engineer, installation of stubs / anchor bolts, capping & grouting under structure sole and in block-out etc.
i. 220kV post insulator (PI) foundation as per drawing No. PDD/CG-543 No. 36
ii. 220kV Single Pole Circuit breakers (CB) foundations as per specifications and drawing No. PDD/CG-538 Set 12
iii. 220kV Current Transformers (CT) foundations as per specification and drawing No. PDD/CG-540 No. 12
iv. 220kV Surge Arrester (SA) foundation as per specification and drawing No. PDD/CG-542 No. 6
v. 220kV Bus/Line Isolators (ISO) foundations as per specification and drawing No. PDD/CG-539 Set. 10
vi. 220kV low level gantry foundation (13+5.5+4m) as per drawing No. PDD/CG-545 No. 12
vii. 220kV low level gantry foundation (13m) as per drawing No. PDD/CG-547 No. 10
viii. 220kV CVT, LT foundation as per specification and drawing No. PDD/CG-540 No. 2
Total of Item No. 3
4 Switchyard Cable Trenches:
Providing RCC cable trenches type 1, 2, 3and 4, inclusive of precast RCC trench covers, all type of connections, slope, rain
4.1 water drainage, supply & installation of tie channels/cable hangers embedded in walls etc. complete as per specification and
drawing including expansion joints.
i. Cable Trench Type-1 Li.m 90
ii. Cable Trench Type-2 Li.m 600
iii. Cable Trench Type-3 Li.m 270
iv. Cable Trench Type-4 Li.m 250
Providing RCC cable trenches type A, B, C & D inclusive of precast RCC trench covers, all type of connections, slope, rain
4.2 water drainage, supply & installation of tie channels/cable hangers embedded in walls etc. complete as per specification and
drawing including expansion joints.
i. Cable Trench Type-A Li.m 60
ii. Cable Trench Type-B Li.m 200
iii. Cable Trench Type-C Li.m 70
iv. Cable Trench Type-D Li.m 150

NOR-136W3-2025 FOB-18
Section III Forms of Bid & Appendices
Supply and construction of cable trench crossing under transformer way and switchyard path complete in all aspects as per
4.3 specification and drawing
i. Culvert for trench Type-1 Li.m 10
ii. Culvert for trench Type-2 Li.m 20
iii. Culvert for trench Type-3 Li.m 10
Supply and construction of draw pit with pumping arrangement for each draw pit individually as per specification and drawing
4.4 No. 2
PDW/TB-354 and its connection with cable trenches.
Design, Supply and Construction of Transformer way road wide 4.5m with rails complete in all aspects as per
4.5 Li.m 175
Specification and drawing No. PDW/TV-488.
4.6 Design, Supply and Construction of PCC road 5.5m wide complete in all aspects as per specification and drawing No. Li.m 50
PDW/TV-2609
Design, Supply and Construction of PCC road 4.5m wide complete in all aspects as per specification and drawing No.
4.7 Li.m 150
PDW/TV-2609
4.8 Design, Supply and Construction of PCC road 4m wide complete in all aspects as per specification and drawing No. PDW/TV- Li.m 700
2609
4.9 Design, Supply and Construction of PCC road 2.5m wide complete in all aspects as per specification and drawing No.
PDW/TV-2609 Li.m 150
4.10 Supply and construction of fencing around switchyard area complete in all respects as per specifications
i. Without retaining wall drawing No. PDW/TB-786. Li.m 240
4.11 Providing and fixing switchyard gate complete in all respects as per specification and drawing No. PDW/TS-512. No. 1
4.12 Supply and laying of 230mm RCC pipes under road complete in all respects. Li.m 500
Supply and installation of PVC conduit approved by Engineer for carrying miscellaneous cables from cable trenches to
4.13 equipment as specified.
i. 50mm (2inch) dia along with accessories (i.e bends, joints) Li.m 2000
ii. 100mm (4inch) dia along with accessories (i.e bends, joints) Li.m 1000
iii. 150mm (6inch) dia along with accessories (i.e bends, joints) Li.m 500
Construction of switchyard surface water / rain / storm water drainage and cable trenches water drainage system, road crossings
its disposal system, draw pits / soakage pits with its efficient disposal system having pumping arrangements (pump having
minimum power 2HP and RCC pipe line minimum dia 225mm (9 inch) with proper jointing and its testing after filling the line
4.14 with water for 24 hrs and noting leakage if any and accordingly make the improvement) to dispose water from switchyard to
switchyard outside area approved by the Engineer complete in all respects including PVC/UPVC pipes with manholes, its lot 1
connection with cable trenches, manhole with covers, as per Specifications and approved Drawing by Engineer
i. 500kV Switchyard
ii. 220kV Switchyard
Total of Item No.4

NOR-136W3-2025 FOB-19
Section III Forms of Bid & Appendices

Unit Price Total Price


S. No Description Unit Qty.
(Rs.) (Rs.)
5 Gravel Work
Supply and placing of river run gravel 40 to 75mm size (in 200mm thick layer) including toe wall (if required) in switchyard
i. cu.m 6500
area as specified and as directed by the Engineer.
Total of Item No. 5
6 Construction of Control House Building & Metering Room
Design, supply and construction of new control house building as well as any work required in existing building as
directed by the Engineer. The scope of work includes but not limited to architectural (including false ceiling as per
instruction of Engineer) & structural work, workshop drawings & calculations which includes relay room, control
room, telecom & SCADA room, workshop, prayer room, small kitchen, offices, wash rooms, sanitary, sewerage, water
i. supply, electrification, lightning protection, fair face bricks, wood work, Tie flooring, steel/aluminum work, Job 1
painting/polishing/white washing, fitting & fixtures, (with material including wire, 18" exhaust fan, 56" fans, bulbs,
tube lights, switches, PVC conduits, sockets, call bell, DBs, butterfly shutter, bath fittings, utensils, wash basins, traps,
almirahs, GI pipes, ladders, hangers and trays for cables,-provision and installation), RCC flooring for covered parking
lot for at least 15 Vehicles, fire hydrant etc. complete in all aspects, ready to use as per specifications
ii Design, supply and construction of Generator room including false ceiling if required as approved by Engineer No. 1
iii. Air Conditioning
Supply, installation, testing and commissioning of DC invertor air conditioners (cooling/heating), units shall be of split unit
type of Mitsubishi Japan Make for the all control house building rooms, mechanical building, relay room building and metering
room except battery room, store, workshop, corridors and stair halls.
a. 1.5 Ton Units No. 9
b. 2 Ton Units No. 10
c. 4 Ton Units No. 8
Total of Item No. 6
7 Extra BOQ items
i) Excavation to any type of soil by any means. cu.m 500
Providing and laying Lean Concrete 140kg/cm2, using coarse sand and screened graded and washed aggregate, in required
ii) shape and design, including forms, molds, shuttering, lifting, compacting, curing, rendering and finishing exposed surface, cu.m 150
complete (but excluding the cost of steel reinforcement, its fabrication and placing in position, etc.)
Providing and laying RCC 210 kg/cm2, using coarse sand and screened graded and washed aggregate, in required shape and
iii) design, including forms, molds, shuttering, lifting, compacting, curing, rendering and finishing exposed surface, complete (but cu.m 150
excluding the cost of steel reinforcement, its fabrication and placing in position, etc.)
Providing of deformed steel bars of ASTM A-615 Grade 60 for reinforced cement concrete, including cutting, bending, laying
iv). in position, making joints and fastenings, including cost of binding wire and labour charges for binding of steel reinforcement Kg 2000
(also includes removal of rust from bars)
v). Providing and laying brick work 229mm (9") thick in foundations, walls etc. s per drawings ans specifications in 1:4 C.M cu.m 125

vi). Providing and laying minimum 1/2" thick cement plaster in 1:4 C.M using ordinary Portland cement wherever required. Sq.m 500

NOR-136W3-2025 FOB-20
Section III Forms of Bid & Appendices

P/F platform of 40x4 mm G.I. strip flat and bottom of G.I. tee iron 50x100x6mm fixing in position including the allied civil
vii). No. 20
works complete in all respect as per Specifications and Drawing
viii). Providing fencing around switchyard area complete in all respects as per Drawings PDW/TB-786 Li.m 50
Total of Item No. 7
Total of Item No.1,2,3,4,5,6 & 7
Notes
1. The quantities mentioned in the BOQ are estimated quantities. These quantities are to be used for bid evaluation purpose only. The actual quantities may vary depending upon detailed
engineering and approved drawings. However, the unit rates for material and service quoted in the BOQ/ bid shall remain firm and final if design is unchanged.

2. The drawings mentioned in BOQ are just for estimation/tender purpose. Foundation design is subjected to change as per site conditions. The offered unit rates shall be adjusted as per
actual civil work quantities based on relevant BOQ items (Break up is to be provided by bidder)/extra BOQ items whichever is minimum

3. Switchyard trenches shall be provided with gradual slope for proper disposal/ drainage of rain water keeping in view the safety of other equipment in the Switchyard. Switchyard paths/
roads shall be provided keeping in view the slope/ level of switchyard, future extension and movement of cranes and its clearance from equipment/ live parts.

4. Switchyard area shall be designed in appropriate levels as per contour plan and ±zero level to be provided by NTDC to minimize cutting and filling with proper provision of rain water
drainage.
5. Any other item deemed necessary by the bidder for the successful completion and smooth operation of the project and not quoted above may also be quoted separately and mentioned
herewith prior to the Bid submission.

6. Any item/ sub-item and its quantity not mentioned above or not quoted separately by the bidder in his bid, shall not be paid after the award of the Contract to the successful bidder.
7. In case of discrepancy between unit price and total price, unit price shall prevail and the payment will be made accordingly.
8. The cost quoted for above Works shall include cost of labor and cost of all accessories/ material/ equipment required for successful completion and operation.
9. This BOQ has been based on drawing provided by o/o CE(SS Design) NTDC. Any change in switchyard layout plan would result in change of scope as given above.

Name of Bidder

Signature of Bidder

NOR-136W3-2025 FOB-21
Section III Forms of Bid & Appendices

(B) Installation/ Erection, Testing &Commissioning


Unit Inland Total Price including
Total
Price Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

1 2 3 4 5 6=5x4 7 8=6+7
A 500kV Equipment
1 Auto Transformers
Assembly, erection/installation, oil dehydration of 525/√3/231/√3/23 kV, 3 x 250 MVA,
Auto-Transformer Banks with all accessories and associated works including but not
limited to main dia connections using Al. pipe/ bundle conductor, neutral bus bar
complete arrangement, insulated bus bar for tertiary interconnection, nitrogen injection
1.1 explosion prevention and fire protection system for transformer banks complete in all Sets 2
respects etc., and control/ power wiring/cabling with local control cubicle complete as
per details given in specifications and drawings.
525//3/231//3/23 kV, 250 MVA, Spare Auto-Transformer Unit complete with outdoor
control cubicles, bushings having extended creepage distance, terminal connectors, MR
1.2 Nos 1
Germany or equivalent make OLTC, Surge Arrestors for Tertiary winding and all other
equipment and accessories as specified.
2 Circuit Breakers:
Circuit Breakers: Assembly and erection/installation of 500kV, 3-pole, 50kA, SF6
Circuit Breaker with steel supporting structure, LCC and all accessories and associated
work including but not limited to main dia connections using Al pipe/bundle conductor Sets 6
and control/ power wiring/cabling with local control cubicle as per details given in
specifications and drawings.
3 Bus & Line Isolators:
Assembly and erection of 500kV, 3pole, 50kA, disconnector switch with or without
earthing blades along with steel supporting structure, LCC and all accessories and
associated work including but not limited to main dia connections using Al Sets 16
pipe/bundle conductor and control/ power wiring/cabling with local control cubicle
as per details given in specifications and drawings.

NOR-136W3-2025 FOB-22
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

4 Current Transformer:
Assembly and erection/installation of 500kV, single pole, 50kA, Current
Transformer along with steel supporting structure, MK Box and all accessories and
Nos 18
associated work including but not limited to main dia connections using Al
pipe/bundle conductor as per details given in specifications and drawings.
5 Voltage Transformer:
Assembly and erection/installation of 500kV, single pole, CVT/CCVT along with steel
supporting structure, MK Box and all accessories and associated work including but not
Nos 18
limited to main dia connections using Al pipe/bundle conductor as per details given in
specifications and drawings.
6 Surge Arrester:
Assembly and erection/installation of 500kV, single pole, Surge Arrester along with
steel supporting structure and all accessories and associated work including but not
Nos 12
limited to main dia connections using Al pipe/bundle conductor as per details given in
specifications and drawings
7 Post Insulator:
Assembly and erection/installation of 500kV, single pole, Post Insulators along with
steel supporting structure and all accessories and associated work including but not
Nos 67
limited to main dia connections using Al pipe/bundle conductor as per details given in
specifications and drawings.
Assembly and erection/installation of gantry columns & beams as mentioned
8
below along with accessories and associated work as per drawing and specification
8.1 Beams
i) 32m Nos 8
ii) 33m Nos 14
8.2 Columns
i) 30.75+9.25m Nos 3
ii) 20+10.75+9.25m C1 Nos. 10
iii) 20+10.75+9.25m C5 Nos 3
iv) 20m Nos 11

NOR-136W3-2025 FOB-23
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

9 Bus Works:

Assembly, erection/installation of Main bus bars (main) and its equipment/strain bus
9.1 connections using bundle conductor/Al. pipe with all accessories, associated hardware, Lot 1
String assemblies and jumpers complete as per specifications and drawings.

Assembly, erection/installation of 500kV over-head strain buses and equipment


9.2 connection using bundle conductors with all accessories, associated hardware, String Lot 1
assemblies and jumpers complete as per specifications and drawings.
Assembly, erection/installation of over-head shield wire along with all accessories and
9.3 hardware and supply of connectors/clamps for 500kV portion of switchyard complete as Lot 1
per specifications and drawings.
B 220kV Equipment
Circuit Breakers: Assembly and erection/installation of 220kV, 3-pole, 50kA, SF6
Circuit Breaker with steel supporting structure, LCC and all accessories and
1 associated work including but not limited to main dia connections using Al Set 4 -
pipe/bundle conductor and control/ power wiring/cabling with local control cubicle as
per details given in specifications and drawings.

Bus & Line Isolators: Assembly and erection/installation of 220kV, 3pole, 50kA,
disconnector switch with or without earthing blades along with steel supporting structure,
2 LCC and all accessories and associated work including but not limited to main dia Set 10
connections using Al pipe/bundle conductor and control/ power wiring/cabling with local
control cubicle as per details given in specifications and drawings.

NOR-136W3-2025 FOB-24
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

Current Transformer: Assembly and erection/installation of 220kV, single pole,


50kA, Current Transformer along with steel supporting structure, MK and all
3 No. 12
accessories and associated work including but not limited to main dia connections using
Al pipe/bundle conductor as per details given in specifications and drawings.

Voltage Transformer: Assembly and erection/installation of 220kV, single pole,


CVT/CCVT along with steel supporting structure, MK Box and all accessories and
4 No. 2
associated work including but not limited to main dia connections using Al pipe/bundle
conductor as per details given in specifications and drawings.
Surge Arrester: Assembly and erection/installation of 220kV, single pole, Surge
Arrester along with steel supporting structure and all accessories and associated work
5 No. 6
including but not limited to main dia connections using Al pipe/bundle conductor as per
details given in specifications and drawings.
Post Insulator: Assembly and erection/installation of 220kV, single pole, Post
Insulators along with steel supporting structure and all accessories and associated work
6 No. 36
including but not limited to main dia connections using Al pipe/bundle conductor as per
details given in specifications and drawings.

Assembly and erection of gantry columns & beams as mentioned below along with
7
accessories and associated work as per drawing and specification

7.1 Beams
i) 18.5m No. 10
ii) 16m No. 9
iii) Strengthening of existing beams including the supply of material in this regard Lot 1
7.2 Columns
i) (13+5.5+4)m No. 12
ii) 13m No. 10
iii) Strengthening of existing beams including the supply of material in this regard Lot 1

NOR-136W3-2025 FOB-25
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

8 Bus Works:
Assembly, erection/installation of Main bus bars (main) and its equipment/ bus
connections using bundle conductor/Al. pipe with all accessories, associated hardware, Lot 1
8.1 String assemblies and jumpers complete as per specifications and drawings.

Assembly, erection/installation of 220kV over-head strain buses and equipment


8.2 connection using bundle conductors with all accessories, associated hardware, String Lot 1
assemblies and jumpers complete as per specifications and drawings.
Assembly, erection/installation of over-head shield wire with all accessories and
8.3 hardware and supply of connectors/clamps for 220kV portion of switchyard complete as Lot 1
per specifications and drawings.
C. Substation General Equipment .
1 AC System
Assembly, erection/installation, testing and commissioning of 11.5/0.415 kV, 3-phase,
630 kVA Pad Mounted Transformer with all accessories and associated works including
1.1 No. 2
cable laying upto 11kV switchgear, complete in all respects as per details given in
specifications and drawings.
Assembly, erection/Installation, cable lying and interconnection of 625kVA, 415V
1.2 Diesel Generator with all associated works including other requisite items and its No. 1
grouting as per specification and drawings
2 DC System
Installation, erection and interconnection (cable laying) of 220V and 110V battery banks
2.1 with all associated works including other requisite items and their grouting as per Set 2
specification and drawings

Excavation, laying, thermite welding, filling and testing of substation underground


earthing mesh for 500,220 & 132kV switchyards, 500,220 & 132kV equipment, cable
trenches, indoor equipment, cable trays, control house building and Mechanical services
building complete including supply of requisite materials (Earthing Moulds,
3 cartridges, earthing connectors (Type-I, II, III etc.), thimble/lugs etc.) as per Lot 1
specifications and drawings . For Substation Earthing, NTDC will only supply
conductor and earthing rods. Supply of all other material including Moulds, earthing
connectors (Type-I, II, III etc.), Cartridges, thimbles, lug etc. are included in the scope of
the contractor.

NOR-136W3-2025 FOB-26
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

Design, supply (including but not limited to all the Cables, Distribution Boxes,
Circuit Breakers, Lights, Relays, Switches, Sockets, Sensors, Fittings & Fixtures,
4 etc required as per specification), Installation, wiring and connections of complete Lot 1
switchyard lighting including all associated works as per specifications and approved
drawings.

Design, supply (including but not limited to all the Cables, Distribution Boxes,
Circuit Breakers, Lights, Relays, Switches, Sockets, Sensors, Fittings & Fixtures,
5 etc required as per specification), Installation, wiring and connections of complete Lot 1
control house building and Mechanical Services Building lighting including all
associated works as per specifications and approved drawings
6 Firefighting System:

Design, Supply, installation, erection and assembly of Fire Detection & Alarm System
(Addressable) and Fire-Fighting System for Control House Building complete in all
aspects as per prevailing NTDC, NFPA, IEEE and international practices along with
6.1 Lot 1
Heat Detector, Heat + Smoke Detector, wiring, Fire Alarm Control Panel, Horn Strobe,
Manual Call Point, CO2 Extinguisher, Dry Powder Extinguisher, Halotron Extinguisher
and Emergency Exits (where applicable) complete in all respects.

Supply and installation of CO2, DCP and Halotron extinguishers for switchyards
6.2
as per prevailing NTDC, NFPA and international practices:
i) CO2 6kG Extinguisher Nos. 15
ii) Halotron, 4kG Extinguisher Nos. 6

iii) Dry Chemical Powder 6kG Extinguisher Nos. 6

iv) CO2 30kG Extinguisher Cart Nos. 6

v) DCP 30kG Extinguisher Cart Nos. 6

Design, Supply (including but not limited to Air terminations, copper strips/conductors,
down conductor system, earth termination system, Joints, clamps etc), Installation &
7 erection of lightning protection system with all accessories and hardware for Control Lot 1
House building, Mechanical Services Building and metering room complete as per
specifications (IEC 62305 for Class LPS 1 protection) and approved drawings.

Testing and Commissioning of each equipment installed in the yard and control house
8 building, Mechanical Services Building, metering room as well as Complete plant/ Grid Lot 1
station complete in all respects as per instructions of Engineers

NOR-136W3-2025 FOB-34
Section III Forms of Bid & Appendices

Unit Inland Total Price including


Price Total
Transportation Inland Transportation
Item Description Unit Qty (PKR) (PKR) (PKR) (PKR)

D. Environmental Management
1 Human Resources
1.1 1
Environmental Officer / Biodiversity Specialist
1.2 For Whole 1
OHS / HSE Officer
construction
1.3 Period 1
Social Safeguards Officer/ Community Liason Officer (CLO)
(Monthly)
1.4 1
Medical Representative / First Aid Provider
2 Health & Safety Management
2.1 Lot 1
Provision of Personal Protective Equipment (PPEs) (For Whole
construction 1
2.2 First Aid Boxes / Kits Period)
3 Mitigation Measures
(For Whole
3.1 Solid / Hazardous Waste Management construction
Period)
Nos. approx.
3.2 Tree Plantation (minimum height 4 feet)
1400
4 Environmental Monitoring
4.1 Water Quality Monitoring For Whole
construction
4.2 Noise Levels Monitoring Period at 1
location
4.3 Ambient Air Monitoring (Quarterly)
Total (to be carried forward to summary of BOQ)
Note:
Civil Works Contractor will be responsible for civil works, installation, testing & commissioning on single responsibility basis except the scope for secondary equipment Contract mentioned
1
in section VI.
2 The installation and cable works of all panels inherent to primary equipment will be responsibility of civil works Contractor.
3 Battery Bank Installation is in the scope of Civil Works Contractor. However, the connection with AC/DC panels is responsibility of secondary equipment Contractor.
4 The material will be allocated by Design (NTDC). Once the material is received by the contractor, its safe handling and any shortage thereof shall be responsibility of the contractor.
The quantities mentioned in BOQ are estimated quantities. The actual quantities may vary depending upon detailed engineering and approved drawings. However, the unit rates for material
5
and service quoted in the BOQ/ bid shall remain firm and final.
The breakup of unit rates for each item/ works quoted in the BOQ shall be provided with the bid in accordance with the design drawings provided with the tender and the work at site shall
6 be executed as per construction drawings provided/ approved by the Employer.

NOR-136W3-2025 FOB-35
Section III Forms of Bid & Appendices

Any other item deemed necessary by the bidder for the successful completion and smooth operation of the project and not quoted above may also be quoted separately and mentioned
7
herewith prior to the Bid submission.
8 Any item/ sub-item and its quantity not mentioned above or not quoted separately by the bidder in his bid, shall not be paid after the award of the Contract to the successful bidder.
9 In case of discrepancy between unit price and total price, unit price shall prevail and the payment will be made accordingly.
10 The cost quoted for above Works shall include cost of labor and cost of all accessories/ material/ equipment required for successful completion and operation.
All the type of Transportation shall be the responsibility of the Civil Works Contractor from any warehouse in Pakistan except secondary equipment’s as mentioned in section VI. The bidder
shall quote the Inland transportation by considering the NTDC warehouse Gatti, Faisalabad for evaluation purpose only. Moreover, after 28 days of signing of contract, the successful bidder
11 shall provide the breakups and unit rates of Inland transportation cost for each equipment as per metric Ton per Kilometer. In case transportation is from a location different then designated
(i-e NTDC warehouse Gatti, Faisalabad) point, the Engineer shall determine the rates pursuant to Clause 52.1.
The Transportation of spare/serviceable material from site to any designated NTDC warehouse is responsibility of the Contractor. After issuance of material re-conciliation report, the
12 Engineer will coordinate allocation and transportation of this material to the designated warehouse. Such transportation cost shall be paid to contractor as per M. Ton per km basis.

Name of Bidder

Signature of Bidder

NOR-136W3-2025 FOB-36
Section III Forms of Bid & Appendices

(C) Supply of Vehicles


Unit Inland Total Price including
Total
Price Transportation Inland Transportation
Item Description Unit Qty & Insurance and Insurance
(PKR) (PKR) (PKR) (PKR)

1 2 3 4 5 6=5x4 7 8=6+7
A Vehicles
1 Providing following Vehicles

1.1 Double Cabin Pick-up 4x4 (Toyota or approved equivalent) 2.8 Litre No. 3

Total (to be carried forward to summary of BOQ)

NOR-136W3-2025 FOB-34
Section III Forms of Bid & Appendices

Summary of Bill of Quantities

Item
Description Total Price (Pak Rs.)
No.
BOQ OF CIVIL WORKS FOR
1
EQUIPMENT FOUNDATION
BOQ FOR INSTALLATION/ERECTION
2 TESTING & COMMISSIONING OF
EQUIPMENT
3. SUPPLY OF VEHICLES
4 PROVISIONAL SUM 103,600,000
GRAND TOTAL to be carried forward to Form of Price
Bid

Name of Bidder

Signature of Bidder

NOR-136W3-2025 FOB-35
Section III Forms of Bid & Appendices
Appendix-E to Bid
Sheet 1 of 2

PROPOSED CONSTRUCTION SCHEDULE


Pursuant to Sub-Clause 43.1 of the General Conditions of Contract, the Works shall be completed on
or before the date stated in Appendix-A to Bid. The Bidder shall provide as Appendix-E to Bid, the
Construction Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the
sequence of work items and the period of time during which he proposes to complete the Works
including the activities like mobilization, survey for stalking, Civil Works (Foundations), Erection of
Towers, Stringing, OPGW Splicing, testing and commissioning of Works to be executed under the
Contract. It shall include but not limited to the following:

Sr. Description of Work Period in months from the


No. effective date of contract
1. Establishment of site office
2. Erection
a) Commencement
b) Completion
3. Testing & Pre-commissioning
a) Commencement
b) Completion
4. Commissioning

To provide the accumulative effective of the activities per month, the bidder shall also provide the
graph/ chart as following:

Sr. No. Description Days(Months)


1. Signing of contract 30 60 90 120 ---------
2. Commencement
3. Mobilization
4. Check Survey
5. Civil Works (Foundations)
6. Erection
7. Stringing
8. Testing & commissioning
The proposed program of Works shall base on the Schedule of Implementation as per Bidding
Documents.

NOR-136W3-2025 FOB-37
Section III Forms of Bid & Appendices
Appendix-E to Bid
Sheet 2 of 2

Note: The bidder shall also indicate the construction crews employed to achieve
the completion target for the following:

Type of Crews No. of Crew Expected


employed Progress/month/crew*
Foundation Crew
Piling Crew
Erection Crew
Stringing Crew
*Mention the required time per tower of a crew to complete a certain activity e.g., foundation etc.

Note: The Engineer while making his determination for extension of time under this clause will take due
consideration of the (committed) resources to be deployed by the Contractor at site in accordance with this
appendix

NOR-136W3-2025 FOB-38
Section III Forms of Bid & Appendices
Appendix-F to Bid

METHOD OF PERFORMING THE WORK

The Bidder is required to submit a narrative outlining the method of performing the
Work. The narrative should indicate in detail and include but not be limited to:

1. Organization Chart indicating head office and field office personnel involved in
management and supervision, engineering, equipment maintenance and
purchasing.

2. Detailed Work Plan depicting the detail of activity (atleast level-04) and the
expectation of cash flows.

3. Mobilization in Pakistan, the type of facilities including personnel


accommodation, office accommodation, provision for maintenance and for
storage, communications, security and other services to be used.

4. The method of executing the Works, the procedures for installation of equipment
and machinery and transportation of equipment and materials to the site.

5. Quality control / Quality assurance measures to be adopted including procedures


to be followed for carrying out all tests required under specifications.

Note: The Engineer while making his determination for extension of time under this clause will take due
consideration of the (committed) resources to be deployed by the Contractor at site in accordance with this
appendix

NOR-136W3-2025 FOB-39
Section III Forms of Bid & Appendices
Appendix-G to Bid

Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements for
each of the positions listed in Section 2. The data on their experience should be supplied using the Form
below for each candidate.

1. Title of position

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

NOR-136W3-2025 FOB-40
Section III Forms of Bid & Appendices
Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for evaluation.

Position*

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employmen
t

Address of employer

Telephone Contact (manager / personnel


officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial
experience relevant to the project.
From* To* Company, Project, Position and Relevant Technical and Management
Experience*

Note: The Engineer while making his determination for extension of time under this clause
will take due consideration of the (committed) resources to be deployed by the Contractor at site in
accordance with this appendix.

NOR-136W3-2025 FOB-41
Section III Forms of Bid & Appendices
Appendix-H to Bid
EQUIPMENT

Form EQ – 1: List of Major Equipment – Related Items

The Bidder will provide on Sheet 2 of this Appendix a list of all major equipment and
related items, under separate heading for items owned, to be purchased or to be
arranged on lease by him to carry out the Works. The information shall include make,
type, capacity, and anticipated period of utilization for all equipment which shall be in
sufficient detail to demonstrate fully that the equipment will meet all requirements of
the Specifications.

Sr Equipment Type and Characteristics Minimum


No. Number
Required
1 Vibrator 01
2 Flatbed Compactor 01
3 Scaffolding 02
4 Crane 01
5 Material Lift Mixture 02
6 Mechanical excavators 03
7 Trucks/Loaders 04
8 General tools for tube connection 03
9 Instruments for testing & 01 Set
commissioning of 500kV AIS plant
including protection & signaling
10 Standard Instruments for erection of AIS 01 Set
plant
11 Gas filling plant 01
12 General tools for erection of 500kV 01 Set
Equipment
13 Relevant T&P and machinery required As per
for successful testing & commissioning requirement
completion of the work
Note: The Engineer while making his determination for extension of time under this clause will take due
consideration of the (committed) resources to be deployed by the Contractor at site in accordance with this
appendix.

NOR-136W3-2025 FOB-42
Section III Forms of Bid & Appendices
Form EQ – 2: List of Major Equipment

Owned Description of Unit Capacity / Condition Present Date of Period of


Purchased or (Make, Model, Rating Location Delivery at Work on
Leased Year) or Source Site Project
1 2 3 4 5 6 7
a. Owned

b. To be
Purchased

c. To be
arranged on
Lease

* Foundation work will involve both dry type foundation and water logged foundation equipment.

NOR-136W3-2025 FOB-43
Section III Forms of Bid & Appendices
Appendix-I to Bid

CONSTRUCTION CAMP AND HOUSING FACILITIES

The Contractor in accordance with Clause 34 of the Conditions of Contract shall


provide description of his construction camp’s facilities and staff housing requirements.

The Contractor shall be responsible for pumps, electrical power, water and electrical
distribution systems, and sewerage system including all fittings, pipes and other items
necessary for servicing the Contractor’s construction camp.

The Bidder shall list or explain his plans for providing these facilities for the service of
the Contract as follows:
1. Site Preparation (clearing, land preparation, etc.).
2. Provision of Services.
a) Power (expected power load, etc.).
b) Water (required amount and system proposed).
c) Sanitation (sewage disposal system, etc.).
3. Construction of Facilities
a) Contractor’s Office. Workshop and Work Areas (areas required and
proposed layout, type of construction of buildings, etc.).
b) Warehouses and Storage Areas (area required, type of construction and
layout).
c) Housing and Staff Facilities (Plans for housing for proposed staff, layout,
type of construction, etc.).
4. Construction Equipment Assembly and Preparation (detailed plans for carrying
out this activity).
5. Other Items Proposed (Security services, etc.).
6. Detail of testing Lab with testing equipment etc.

NOR-136W3-2025 FOB-44
Section III Forms of Bid & Appendices
Appendix-J to Bid

ORGANIZATION CHART
FOR THE
SUPERVISORY STAFF AND LABOR

The Bidder shall provide Organization Chart for the supervisory staff and labor
hereunder which shall meet the requirements of each construction activity. For this
purpose, the Bidder shall ensure that he shall at least deploy the following personnel
for the key positions for each Lot meeting the experience requirements as listed out
hereunder:

Sr Relevant
Position Construction
No. Experience [years]
1 Project Manager 10
2 Construction Manager 07
3 Site Engineer Civil 07
4 Site Engineer Electrical 07
5 Plant erectors 07
6 Testing & Commissioning Engineer 07

The above personnel shall be graduate engineers registered with Pakistan


Engineering Council or equivalent.

Initials of Signatory to Bid_____________________________

NOR-136W3-2025 FOB-45
Section III Forms of Bid & Appendices
Appendix-K to Bid

LIST OF SUBCONTRACTORS

I/We intend to subcontract the following parts of the Work to subcontractors. In


my/our opinion, the subcontractors named hereunder are reliable and competent to
perform that part of the work for which each is listed.

Enclosed are documentation outlining experience of subcontractors, the curriculum


vitae and experience of their key personnel who will be assigned to the Contract,
equipment to be supplied by them, size, location and type of contracts carried out in the
past.

Part of Works Subcontractor


(Give Details) (With Complete Address)
1 2

Note:- The subcontractor will not be replaced without prior approval of the Employer.

NOR-136W3-2025 FOB-46
Section III Forms of Bid & Appendices
Appendix-L to Bid

SOURCES OF MATERIAL
LIST OF MATERIALS LIKE CEMENT, REINFORCING STEEL

The bidder shall list in this Schedule the names of materials forming part of tower foundations such as
cement, reinforcing steel which he intends to procure in connection with this Contract along with the names
and complete addresses of the sources.

Name of Goods/Material/
Equipment Name of Factory Address

Use additional sheets if required.

NOR-136W3-2025 FOB-47
Section III Forms of Bid & Appendices
Appendix-M To Bid

ESTIMATED PROGRESS PAYMENTS

Bidder’s estimate of the value of work which would be executed by him during each of
the periods stated below, based on his Program of Works and the Rates in the Schedule
of Prices,

Period Amounts (Rs.)

Ist Month

2nd Month
3rd Month
4th Month
5th Month

6th Month
7th Month
8th Month
9th Month
10th Month
11th Month
12th Month
Total Bid Price

Initials of Signatory to Bid: ……………………

NOR-136W3-2025 FOB-48
Section III Forms of Bid & Appendices
Appendix-N to Bid

DEVIATIONS

Form D1-Deviations from Contractual Conditions

Deviations if any, which the bidder has taken to the Contractual Conditions in preparation of his bid, must
be listed below.

Sr. No. Clause No. /Section No. Deviations

Note: Attach additional sheets, if necessary.

NOR-136W3-2025 FOB-49
Section III Forms of Bid & Appendices

Form D2-Deviations from Technical Conditions

Deviations if any, which the bidder has taken to the Technical Provisions in preparation of his bid, must be
listed below.

Sr. No. Clause No. /Section No. Deviations

Note: Attach additional sheets, if necessary.

NOR-136W3-2025 FOB-50
Section III Forms of Bid & Appendices
Appendix-O to Bid

INTEGRITY PACT

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.


PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS
IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.________________ Dated __________________


Contract Value: ________________
Contract Title: _________________

[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract,
right, interest, privilege or other obligation or benefit from Government of Pakistan (GoP) or any
administrative subdivision or agency thereof or any other entity owned or controlled by GoP through any
corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has
fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to
give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly
through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director,
promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback,
whether described as consultation fee or otherwise, with the object of obtaining or inducing the
procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from
GoP, except that which has been expressly declared pursuant hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with GoP and has not taken any
action or will not take any action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not
making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this
declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other
obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and
remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to
indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further
pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification,
bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in
whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier:


…………
Signature: …………………… Signature:
…………………………
[Seal] [Seal]

NOR-136W3-2025 FOB-51
Section III Forms of Bid & Appendices

Appendix-P to Bid

BIDDER’S QUALIFICATION FORMS


QF-1 General Information
QF-2 Construction Experience
QF-3 Performance Certificate
QF-4 Current Contract Commitments
QF-5 Financial Data
QF-6 Annual Turnover Data
QF-7 Financial Resources
QF-8 Bank Certificate
QF-9 Pending Litigation

Note:-

1. These forms shall be filled up and furnished by the Bidder and its Joint Venture
partner(s), if any.
2. If necessary, additional sheets may be added to the forms. Each page of each form
should be clearly marked in the right top corner as follows: Form QF1, page 1;
Form QF1, page 2, etc.
3. Some forms will require attachments. Such attachments should be clearly marked
as follows: Attachment 1 to Form QF1, Attachment 2 to Form QF1, etc.

NOR-136W3-2025 FOB-52
Section III Forms of Bid & Appendices

Form QF-1: General Information

Bidder and its Joint Venture Partner(s) and/or Subcontractors are requested to
complete the information in this form. Nationally information of Bidders
should also be provided.

1. Name of Bidder

2. Head office address

3. Local office address (if any)

4. Telephone Contract

5. Facsimile e-mail

6. Place of Year of
incorporation/registration incorporation/registration

7. Main lines of Business

1. Since:

2. Since:

3. Since:

4. Since:

Note:
Copies of following credentials shall be attached:
(a) Copy of incorporation/registration certificate
(b) Organization chart
(c) PEC registration certificate in the appropriate category

Signature and Seal of Bidder:

NOR-136W3-2025 FOB-53
Section III Forms of Bid & Appendices

Form QF-2: Construction Experience


Note: To be filled in accordance with criteria described in clause IB3.1 (b) Section-II of the bidding
documents

(For a period of Last 10 Years)

Name of the Project: ………………..

Order Order Description Value Date of Date of Remarks Has the Contact
Placed by No. of Works of completio actual indicating project been person
(full and order n as per completio reasons running along
address of date contract n for late satisfactoril with
Employer) completio y? (Attach a Teleph
n, if any certificate one
from the No.,
Employer) Fax No.
and
email
address

Signature and Seal of the Bidder………………

Place:

Date:

NOR-136W3-2025 FOB-54
Section III Forms of Bid & Appendices

Form QF-3: Performance Certificate

It is to certify that M/s._____________________________________________ has conducted the following


works against mentioned project.

Sr.No. Contract Designation & Name of Description Date of Date of


No. & address of order Project of Works Commencement Completion
Date placing
authority/User

The above services/Works have been performed against our Project and their performance is found
satisfactory.

Date of issuing ___________________


Signature of issuing authority with seal
Name and designation of issuing authority
Address along with Email, Phone No. and
Fax of issuing authority

Note:
i. In case of those bidders who have provided services to NTDC shall furnish the
details of such works in the above Performa which shall be signed by their
authorized signatory along with seal and certificate is not required from the
Employer in this respect.

In case the performance certificate is not verifiable through the given contact address and email, the
bid may be rejected.

NOR-136W3-2025 FOB-55
Section III Forms of Bid & Appendices

Form QF-4: Current Contract Commitments

Bidders (or each Joint Venture partner) should provide information on their current commitments on
all contracts that have been awarded, or for which a letter of intent or acceptance has been received,
or for contracts approaching completion, but for which an unqualified, full completion certificate has
yet to be issued.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Employer’s Total Contract Outstanding
Contract Remaining Monthly Financial Resources
Name of Contact Value Contract
No. Completion Contract Period Requirement
Contract (Address, Tel, Value
Date in months (Y) b (X / Y)
Fax) (X) a

Total Monthly Financial Requirement for Current Contract Commitments $ . . . . . . . . . . . . . . . . .

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline ($ equivalent
based on the foreign exchange rate as of the same date).
b Remaining contract period to be calculated from 28 days prior to bid submission deadline.
c The monthly commitments calculated from above table will be multiplied with a factor (proposed “3” ) to calculated the total
commitments for 03 months.

NOR-136W3-2025 FOB-56
Section III Forms of Bid & Appendices

Form QF-5: Financial Data


Financial Data for Previous 3 Years
Particular
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income
statements) for the last three years, as indicated above, complying with the following conditions.
 All such documents reflect the financial situation of the Bidder and not sister or parent
companies.
 Historic financial statements must be audited by a certified accountant.
 Historic Financial statements must be complete, including all notes to the financial
statements.
 Historic financial statements must correspond to accounting periods already completed
and audited (no statements for partial periods shall be requested or accepted).

Signature and Seal of the bidder:

NOR-136W3-2025 FOB-57
Section III Forms of Bid & Appendices

Form QF-6: Annual Turnover Data


Name of Bidder/Joint Venture Partner:

Bidder and its Joint Venture Partner(s) are requested to complete the information in this form separately.
The information supplied should be the annual turnover of the Bidder, in terms of the amounts billed to
clients for each year for work in progress or completed. In case of a joint venture, a copy of the Joint
Venture Agreement must be attached. The average Annual Turnover may include turnover of affiliates
and subsidiaries to the extent of shareholding percentage of bidding company provided the turnover is
accrued from similar business activity as the bidding company.

Use a separate sheet for bidder and its Joint Venture partner(s).

Annual turnover data for the following last five (05) fiscal years
Amount Exchange Equivalent Amount (in
Year the currency of Bid)
Currency Rate

Average Annual Turnover

Signature and Seal of Bidder:

NOR-136W3-2025 FOB-58
Section III Forms of Bid & Appendices

Form QF-7: Financial Resources

Form FIN – 3: Availability of Financial Resources

Bidders shall specify proposed sources of financing, such as liquid assets, lines of credit and other
financial means to meet the Bidder’s financial requirements for

(a) its current contract commitments calculated on three (03) months basis, and
(b) the subject contract.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount ($ equivalent)

1 Liquid Assets

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a To be substantiated by a letter from the bank issuing the line of credit.

[Note: No credit line after opening of bids shall be acceptable. Any withdrawal of the credit lines from the bidder’s
creditors during validity of bid shall be considered a withdrawal of bid]

NOR-136W3-2025 FOB-59
Section III Forms of Bid & Appendices

Form QF-8: Bank Certificate

This is to certify that M/s…………………… is a reputed company with a good financial standing.

If the contract for the work, namely,………………… is awarded to the above firm, we shall be able to
provide overdraft/credit facilities to the extent of Rs…………… to meet their working capital
requirements for executing the above contract.

Signature of Senior Bank Manager:____________


Name of the Senior Bank Manager:____________
Address of the Bank:_______________________

Stamp of the Bank


Note: Certificate should be on the letter head of the bank.

 Change the text as follows for Joint Venture:

This is to certify that M/s…………..……………………………… who has formed a JV with


M/s……………………………………………and M/s……………………………………..for participating
in this bid, is a reputed company with a good financial standing.

If the contract for the work, namely……………………………………………………………… is awarded


to the above Joint Venture, we shall be able to provide overdraft/credit facilities to the extent of
Rs…………… to M/s……………………………….. to meet the working capital requirements for
executing the above contract.

[This should be given by each of the JV members in proportion to their financial participation.]

NOR-136W3-2025 FOB-60
Section III Forms of Bid & Appendices
Form QF-9: Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

Year Name of Other Matter of Litigation Amount Value of


Party(s) Dispute where (Court/ involved pending claim
arbitration) as a %age of
net worth

Signature and Seal of the bidder:

NOR-136W3-2025 FOB-61
Section III Forms of Bid & Appendices

STANDARD FORMS

BID SECURITY (Bank Guarantee)

NOR-136W3-2025 FOB-62
Section III Forms of Bid & Appendices
Security Executed on___________________________________________________
(Date)
Name of Surety (Bank) with address__________________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Bidder) with Address:__________________________________________
___________________________________________________________________________
Guaranteed Amount/Sum of Security Rupees_______________(Rs._____________________)
Bid Reference No._______________________________________________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the
said Principal (Bidder) we, the Surety above named, are held and firmly bound unto __________ (Hereinafter
called the 'Employer') in the sum stated above for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators and successors, jointly and severally,. firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has submitted the accompanying
Bid dated ___ for Bid No. ___ for ___ (Particulars of Bid) to the said Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the Bidder furnishes a Bid
Security in the above said sum to the Employer, conditioned as under:

(1) That the Bid Security shall remain in force up to and including the date 28 days after the deadline for
validity of bids as stated in the Instructions to Bidders or as it may be extended by the Employer, notice
of which extension(s) to the Surety is hereby waived;
(2) That the Bid Security of unsuccessful Bidders will be returned by the Employer after expiry of its validity
or upon signing of the C:ontract Agreement; and
(3) That in the event of failure of the successful Bidder to execute the proposed Contract Agreement,
involvement in Corrupt and/or fraudulent practices and/or furnish the required Performance
Security, the entire said sum be paid immediately to the said Employer pursuant to Clause 19.6 of the
Instructions to Bidders for the successful Bidder's failure to perform.

NOW THEREFORE, if the successful Bidder shall,. within the period specified therefor, on the prescribed form
presented to him for signature enter into a formal Contract with the said Employer in accordance with his Bid as
accepted and furnish within fourteen (14) days of his being requested to do so, a Performance Security with good
and sufficient surety, as may be required, upon the form prescribed by the said Employer for the faithful
performance and proper fulfillment of the said Contract or in the event of non-withdrawal of the said Bid within
the time specified for its validity then this obligation shall be void and of no effect, but otherwise to remain in full
force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer the said sum upon first written demand of the
Employer (without cavil or argument) and without recourse to the Principal or any other third party in the necessity
any proceeding whatever judicial or otherwise irrespective of any dispute, difference or disagreement between the
Bidder and the Employer or contestation by any other party/person. We agree that for the purpose of this Bid
Bond, the Employer shall be the sole and exclusive judge for determining whether events listed in ____ above
have occurred and any written demand made in the manner stipulated herein by the Employer shall be conclusive
evidence of the occurrence of one or more of the events listed above. We shall at all times be bound to the first
written demand of the Employer to pay the Employer forthwith the amount hereby agreed and without requiring
the Employer to prove or to show grounds or reasons for such demand, notice of which shall be sent by the
Employer by registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the Principal
(Bidder) has duly performed his obligations to sign the Contract Agreement and to furnish the requisite
Performance Security within the time stated above, or has defaulted in fulfilling the said requirements and the
Surety shall pay without objection the said sum upon demand from the Employer forthwith and without any
reference to the Principal (Bidder) or any other person.

IN WITNESS, WHEREOF, the above bounden Surety has executed the instrument under its seal on the date
indicated above, the name and seal of the Surety being hereto affixed and these presents duly signed by its
undersigned representative pursuant to authority of its governing body.

NOR-136W3-2025 FOB-63
Section III Forms of Bid & Appendices

Witness: Guarantor (Bank)

1. _______________________ Signature__________________

_______________________ Name_____________________
Corporate Secretary (Seal)
Title_______________________
2. ______________________
______________________ ___________________________
Name, Title & Address Corporate Guarantor (Seal)
Name, Title & Address

NOR-136W3-2025 FOB-64
Section III Forms of Bid & Appendices

FORM OF PERFORMANCE SECURITY


(Bank Guarantee)
Guarantee No. ___________________
Executed on _____________________
Expiry date ______________________
Guarantee Amount________________
[Letter by the Guarantor to the Employer]

Name of Guarantor (Bank) with address:


___________________________________________________________________________
___
(Scheduled Bank in Pakistan)
Name of Principal (Supplier or Contractor) with address:
___________________________________________________________________________
___
Guaranteed Amount/Sum of Security against services/works/contracts (express in words and
figures)____________________________________________________.
(Hereinafter referred to as the "Bank/Guarantor" which expression shall be deemed to include
its respective successors-in-interest and assignee and shall be deemed as well to include any
financial institutions which may subsequently become the party).

Letter of Acceptance No.___________________________________


Dated_________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the
request of the said Principal we, the Guarantor above named, are held and firmly bound unto
the _____________________ (hereinafter called the Employer) in the Guaranteed
Amount/Sum stated above for the payment of which sum well and truly to be made to the said
Employer, we bind ourselves, our heirs􀀕 executors, administrators and successors, jointly and
severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has
accepted the Employer's above said Letter of Acceptance for
_____________________________________
____________________________________(Name of Contract) for
the___________________
___________________________________(Project detail etc.)

NOW THEREFORE, if the Principal (Supplier or Contractor as applicable) shall well and truly
perform and fulfill all the undertakings, covenants, terms and conditions of the said Documents
to which reference is here made for all purposes during the original terms of the said Documents
and any extensions thereof that p:iay be granted by the Employer, with or without notice to the
Guarantor, which notice is, hereby, waived and shall also well and truly perform and fulfill all
the undertakings, covenants terms and conditions of the Contract and of any and all
modifications of said Documents tha􀀕 may hereafter be made, notice of which modifications
to the Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in
full force and virtue till the issuance of Warranty Certificate in accordance with Clause ___ ,
Warranty, of Conditions of Contract.

NOR-136W3-2025 FOB-65
Section III Forms of Bid & Appendices

Our total liability under this Guarantee is limited to the Sum stated herein above and it is a
condition of any liability attaching to us under this Guarantee that the claim for payment in
writing shall be received by us within the validity period of this Guarantee which Sum we
irrevocably and unconditionally agree to pay immediately upon any request for payment or
demand received on which/the end __ ( date), failing which we shall be discharged of our
liability, if any, under this Guarantee.

We, ___________________________ (the Guarantor), waiving all objections and defenses


under the Contract, do hereby unconditionally, irrevocably and independently guarantee and
undertake to pay to the Employer without protest, demur, delay and without reference, notice
or recourse to contractor to any other person upon the Employer's first written demand without
cavil or arguments and without requiring the Employer to prove or to show grounds or reasons
for such demand and hereby expressly waive all rights to deny our obligation to the Employer
irrespective of any dispute, difference, ongoing litigation, arbitration proceeding or
disagreement between ___ and ___ , or contestations by any other party or person, any Sum or
Sums up to the :1mount stated above, against the Employer's written declaration that the
Principal has ·refused or failed to perform the obligations under the Contract which payment
will be effected by the Guarantor to Employer's designated Bank & Account Number.

PROVIDED ALSO THAT the Employer shall be the sole, exclusive and final judge for
deciding whether the Principal has duly performed his obligations under the Contract or has
defaulted in fulfilling said obligations and any written demand to the Guarantor made in the
manners specified above shall be conclusive evidence of failure to comply with,. ____ and the
Guarantor shall pay without objection any Sum or Sums up to the amount stated above upon
first written demand from the Employer forthwith and without any reference to the Principal
or any other person.

The Guarantee shall be a continuing security and shall remain in operation until ___ after the
expiration, termination of the contract or any extension thereto.
PROVIDED FURTHER THAT until the expiry date of the Guarantee, the Employer shall be
entitled to present written demand(s) to the Guarantor in the manner specified above for any
amount up to the aggregate Guaranteed Amount. The Guarantor agrees that nothing in this
Guarantee shall bar the Employer from presenting multiple written demands to the Guarantor,
provided that the amount claimed in the written demand(s) shall not collectively exceed the
aggregate Guaranteed Amount.
IN WITNESS, WHEREOF, the above-bounden Guarantor has executed this Instrument under
its seal on the date indicated above, the name and; corporate seal of the Guarantor being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority
of its governing body.
Witness: Guarantor (Bank)

1. _______________________ Signature__________________
_______________________ Name_____________________
Corporate Secretary (Seal)
Title_______________________
2. ______________________
______________________ ___________________________
Name, Title & Address Corporate Guarantor (Seal)

NOR-136W3-2025 FOB-66
Section III Forms of Bid & Appendices
FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the ________________
day of __________ (month) 20_____ between
_______________________________________________________________________ (hereafter called the
“Employer”) of the one part and _____________________________________ (hereafter called the
“Contractor”) of the other part.

WHEREAS the Employer is desirous that certain Works, viz _______________ should be executed by
the Contractor and has accepted a Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein.

NOW this Agreement witnesseth as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents after incorporating addenda, if any, except those parts relating to
Instructions to Bidders shall be deemed to form and be read and construed as part of this
Agreement, viz:

(a) The Contract Agreement;


(b) The Letter of Acceptance;
(c) The completed Form of Bid;
(d) Special Stipulations (Appendix-A to Bid);
(e) The Particular Conditions of Contract;
(f) The General Conditions;
(g) The priced Bill of Quantities;
(h) The completed Appendices to Bid;
(i) The Drawings;
(j) The Specifications.
(k) _____________________________ (any other)

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy defects therein in conformity and in all respects with the provisions of the
Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and
completion of the Works as per provisions of the Contract, 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 on the day,
month and year first before written in accordance with their respective laws.

Signature of the Contactor Signature of Employer


______________________ _____________________
(Seal) (Seal)

NOR-136W3-2025 FOB-67
Section III Forms of Bid & Appendices

Signed, Sealed and Delivered in the presence of:

Witness: Witness:

________________________ ______________________________

(Name, Title and Address) (Name, Title and Address)

NOR-136W3-2025 FOB-68
Section III Forms of Bid & Appendices
MOBILIZATION ADVANCE GUARANTEE/BOND

Guarantee No._________________________ Date ______________________________

WHEREAS ______________(hereinafter called the 'Employer') has entered into a Contract for
___________________________________________________________
(Particulars of Contract)
with _________________ (hereinafter called the "Contractor').

AND WHEREAS, the Employer has agreed to advance to the Contractor, at the Contractor's request,
an amount of Rupees _________________________ (Rs _________ ) which amount shall be advanced to
the Contractor as per provisions of the Contract.

AND WHEREAS, the Employer has asked the Contractor to furnish Guarantee to secure the
mobilization advance for the performance of his obligations under the said Contract.

AND WHEREAS, ________________________________________________________


(Scheduled Bank in Pakistan or Insurance Company acceptable to the
Employer)
(hereinafter called the “Guarantor”) at the request of the Contractor and in consideration of the
Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said
Guarantee.

NOW, THEREFORE, the Guarantor hereby guarantees that the Contractor shall use the advance for the
purpose of above mentioned Contract and if he fails and commits default in fulfilment of any of his
obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for
payment not exceeding the aforementioned amount.

Notice in writing of any default, of which the Employer shall be the sole and final judge, on the part of
the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand,
payment shall be made by the Guarantor of all sums then due under this Guarantee without any
reference to the Contractor and without any objection.

This Guarantee shall remain in force until the advance is fully adjusted against payments from the
Interim Payment Certificates of the Contractor or until
_______________________________________whichever is earlier.
(Date)
The Guarantor's liability under this Guarantee shall not in any case exceed the sum of Rupees
_______________________________________(Rs _______________________).

This Guarantee shall remain valid up to the aforesaid date and shall be null and void after the aforesaid
date or earlier if the advance made to the Contractor is fully adjusted against payments from Interim
Payment Certificates of the Contractor provided that the Guarantor agrees that the aforesaid period of
validity shall be deemed to be extended if on the above mentioned date the advance payment is not
fully adjusted.

GUARANTOR

1. Signature _________________
2. Name _________________
3. Title _________________
WITNESS

1. ______________________
______________________
NOR-136W3-2025 FOB-69
Section III Forms of Bid & Appendices
Corporate Secretary (Seal)

2. _______________________ __________________________
(Name Title & Address) Corporate Guarantor (Seal)

NOR-136W3-2025 FOB-70
Section IV General Conditions of Contract

Section IV
General Conditions of Contract

SECTION-IV GENERAL CONDITIONS OF CONTRACT

This bidding document follows the FIDIC conditions of contract for construction works. The Conditions
of Contract Comprise of two Sections: Section-IV – General Conditions of Contract, and Section-V –
Special Conditions of Contract.

All the general Conditions shall be as per the FIDIC documents indicated below. These shall be read
along with the Particular Conditions of Contract for interpretation. In case of any discrepancy between
these General Conditions of Contract and the Particular Conditions of the Contract of Section-V, the
provisions under the latter shall govern.

FIDIC FEDERATION INTERNATIONALE DES INGENIEURS – CONSEILS

CONDITIONS OF CONTRACT
FOR WORKS OF CIVIL
ENGINEERING CONSTRUCTION

FOURTH EDITION 1987

Reprinted 1988 with editorial amendments


Reprinted 1992 with editorial amendments

NOR-136W3-2025 GCC-1
Section-V Special Conditions of Contract

Section V
Special Conditions of Contract

NOR-136W3-2025 SCC-0
Section-V Special Conditions of Contract

TABLE OF CONTENTS

SPECIAL CONDITIONS OF CONTRACT

Clause Title Page

1.1 Definitions
2.1 Engineer’s Duties and Authority
2.3 Engineer’s Authority to delegate
2.7 Engineer Not Liable
2.8 Replacement of the Engineer
5.1 Language(s) and Law
5.2 Priority of Contract Documents
6.1 Custody & supply of Drawing & Document
6.6 Shop Drawings
6.7 As-Built Drawings
10.1 Performance Security
10.4 Performance Security Binding on Variations and Changes
11.1 Inspection of Site
14.1 Programme to be Submitted
14.3 Cash Flow Estimate to be Submitted
14.5 Monthly Progress Report
15.1 Contractor’s Superintendence
15.2 Language Ability of Contractor’s Representative
16.3 Language Ability of Superintending Staff of Contractor
16.4 Employment of Local Personnel
19.3 Safety Precautions
19.4 Lighting Works at Night
20.4 Employer’s Risks
21.1 Insurance of Works and Contractor’s Equipment
21.4 Exclusions
25.3 Remedy on Contractor Failure to Insure
25.4 Compliance with Policy Conditions
25.5 Insurance Company
31.3 Co-operation with Other Contractors
34.2 Rates of Wages and Conditions of Labour
34.3 Employment of Persons in the Service of Others
34.4 Housing for Labour
34.5 Health and Safety
34.6 Epidemics
34.7 Supply of Water
34.8 Alcoholic Liquor or Drugs
34.9 Arms and Ammunition
34.10 Festivals and Religious Customs
34.11 Disorderly Conduct
34.12 Compliance by Subcontractors
35.1 Return of Labor & Contractor’s Equipment
35.2 Records of Safety and Health
35.3 Reporting of Accidents
36.6 Use of Pakistani Materials and Services
41.1 Commencement of Works
47.3 Bonus for Early Completion of Works
48.2 Taking Over of Sections or Parts
49.5 Extensions of Defects Liability Period
51.2 Instructions for Variations
52.1 Valuation of Variations
53.4 Failure to Comply
NOR-136W3-2025 SCC-0
Section-V Special Conditions of Contract

54.5 Conditions of Hire of Contractor’s Equipment


59.4 Payments to Nominated Sub-contractors
59.5 Certification of Payments & Nominated Subcontractors
60.1 Monthly Statements
60.2 Monthly Payments
60.10 Time for Payment
60.11 Secured Advance on Materials
60.12 Financial Assistance to Contractor
63.1 Default of Contractor
65.2 Special Risks
67.1 Engineer’s decision
67.2 Amicable settlement
67.3 Arbitration
68.1 Notices to Contractor
68.2 Notices to Employer and Engineer
69.0 Default of Employer
70.1 Increase or Decrease of Cost
73.1 Payment of Income Tax
73.2 Customs Duty & Taxes
74.1 Integrity Pact
75.1 Termination of Contract for Employer’s Convenience
76.1 Liability of Contractor
77.1 Joint and Several Liability
78.1 Details to be Confidential

NOR-136W3-2025 SCC-0
Section-V Special Conditions of Contract

SPECIAL CONDITIONS OF CONTRACT


(Mandatory Provisions not to be Amended / Substituted except as instructed by PEC)

1.1 Definitions

A. (a) (i) The Employer is: National Transmission and Dispatch Company (NTDC)
Represented by: Chief Engineer (MP&M),
Address: 8th Floor, Shaheen Complex, Edgerton Road, Lahore
Telephone No. 92-42-99202597

(a) (iv) The Engineer is: Chief Engineer (Project Delivery/GSC) NTDC, Multan
House No. 86, Block-L, Shah Rukn e Alam Colony, Multan,
Pakistan.
Phone: +92-61-6564606
Email: ce.pd.mn@ntdc.com.pk

or any other competent person appointed by the Employer, and notified to the
Contractor, to act in replacement of the Engineer. Provided always that except in cases
of professional misconduct, the outgoing Engineers is to formulate his
certifications/recommendations in relation to all outstanding matters, disputes and
claims relating to the execution of the Works during his tenure.

(a)(vi) The following sub-clause 1.1 (a)(vi) is added after sub-clause 1.1(a)(v):

“Bidder or Tenderer” means any person or persons, company, corporation, firm or


joint venture submitting a Bid or Tender.

(b)(v) The following is added at the end of the paragraph:

The word “Tender” is synonymous with “Bid” and the word “Tender Documents”
with “Bidding Documents”.

(b)(ix) The following paragraph is added:

“Programme” means the programme to be submitted by the Contractor in accordance


with Sub-Clause 14.1 and any approved revisions thereto.

(e)(i) The text is deleted and substituted with the following:

“Contract Price” means the sum stated in the Letter of Acceptance as payable to the
Contractor for the execution and completion of the Works subject to such additions
thereto or deductions there from as may be made and remedying of any defects therein
in accordance with the provisions of the Contract.

2.1 Engineer's Duties and Authority

With reference to Sub-Clause 2.1(b), the following provisions shall also apply;

The Engineer shall obtain the specific approval of the Employer before carrying out
his duties in accordance with the following Clauses:

NOR-136W3-2025 SCC-1
Section-V Special Conditions of Contract

(i) Consenting to the sub-letting of any part of the Works under Sub-Clause 4.1
“Subcontracting”.

(ii) Certifying additional cost determined under Sub-Clause 12.2 “Not Foreseeable
Physical Obstructions or Conditions”.

(iii) Any action under Clause 10 “Performance Security” and Clauses 21,23,24 & 25
“Insurance” of sorts.

(iv) Any action under Clause 40 “Suspension”.

(v) Any action under Clause 44 “Extension of Time for Completion”.

(vi) Any action under Clause 47 “Liquidated Damages for Delay” or Payment of
Bonus for Early Completion of Works (PCC Sub-Clause 47.3).

(vii) Issuance of “Taking over Certificate” under Clause 48.

(viii) Issuing a Variation Order under Clause 51,except:

a) in an emergency* situation, as stated here below, or

b) if such variation would increase the Contract Price by less than the
amount stated in the Appendix-A to Bid.

(ix) Fixing rates or prices under Clause 52.

(x) Extra payment as a result of Contractor’s claims under Clause 53.

(xi) Release of Retention Money to the Contractor under Sub-Clause 60.3 “Payment
of Retention Money”.

(xii) Issuance of “Final Payment Certificate” under Sub-Clause 60.8.

(xiii) Issuance of “Defect Liability Certificate” under Sub-Clause 62.1.

(xiv) Any change in the ratios of Contract currency proportions and payments
thereof under Clause 72 “Currency and Rate of Exchange”.

(Note: Employer may further vary according to need of the project)

* (If in the opinion of the Engineer an emergency occurs affecting the safety of life or
of the Works or of adjoining property, the Engineer may, without relieving the
Contractor of any of his duties and responsibilities under the Contract, instruct the
Contractor to execute all such work or to do all such things as may, in the opinion of
the Engineer, be necessary to abate or reduce the risk. The Contractor shall forthwith
comply with any such instruction of the Engineer. The Engineer shall determine an
addition to the Contract Price, in respect of such instruction, in accordance with Clause
52 and shall notify the Contractor accordingly, with a copy to the Employer.)

2.3 Engineer’s Authority to delegate:

NOR-136W3-2025 SCC-2
Section-V Special Conditions of Contract

The following paragraph is added:

The Chief Engineers (Substation Design/Civil/Protection & Control/Telecom) of


NTDC shall act as representative of Engineer for providing in house Engineering
Services including but not limited to the following:

a) Preparation of electrical and civil works drawings/design


b) Review & approval of technical data/ drawings/design
c) Interpretation of the bidding documents
d) Site visits for attending any technical problem if necessary
e) Resolution of disputes
f) Review & approval of all technical matters
g) Allocation of equipment and material

The following Sub-Clauses 2.7 and 2.8 are added:

2.7 Engineer Not Liable

Approval, reviews and inspection by the Engineer of any part of the Works does not
relieve the Contractor from his sole responsibility and liability for the supply of
materials, plant and equipment for construction of the Works and their parts in
accordance with the Contract and neither the Engineer's authority to act nor any
decision made by him in good faith as provided for under the Contract whether to
exercise or not to exercise such authority shall give rise to any duty or responsibility
of the Engineer to the Contractor, any Subcontractor, any of their representatives or
employees or any other person performing any portion of the Works.

2.8 Replacement of the Engineer

If the Employer intends to replace the Engineer, the Employer shall, not less than 14
days before the intended date of replacement, give notice to the Contractor, of the
name, address and relevant experience of the intended replacement Engineer. The
Employer shall not replace the Engineer with a person against whom the Contractor
raises reasonable objection by notice to the Employer, with supporting particulars.

5.1 Language(s) and Law

(a) The Contract Documents shall be drawn up in the English language.


(b) The Contract shall be subject to the Laws of Islamic Republic of Pakistan.

5.2 Priority of Contract Documents

The documents listed at (1) to (6) of the Sub-Clause are deleted and substituted with
the following:
(1) The Contract Agreement (if completed);
(2) The Letter of Acceptance;
(3) The completed Form of Bid;
(4) Special Stipulations (Appendix-A to Bid);
(5) The Special Conditions of Contract;
(6) The General Conditions;
(7) The priced Bill of Quantities;
(8) The completed Appendices to Bid;
NOR-136W3-2025 SCC-3
Section-V Special Conditions of Contract

(9) The Specifications


(10) The Drawings;

All Drawings and Specifications shall be interpreted in conformity with the Contract
and these Conditions. Addendum, if any, shall be deemed to have been incorporated
at the appropriate places in the documents forming the Contract. If any ambiguity or
discrepancy is found in the documents, the Engineer shall issue any necessary
clarification or instruction which shall be binding.

The Contractor shall be responsible for provision of (13) Nos. Copies of the Contract
Agreement free of charge. The documents shall be arranged in the aforementioned
sequence and provided to Employer within 10 days of signing of Contract Agreement.

6.1 Custody and supply of Drawings & Documents

The contractor shall supply a soft copy of such drawings in source file and any other
format specified by the Engineer.

The following Sub-Clauses 6.6 and 6.7 are added:

6.6 Shop Drawings

The Contractor shall submit to the Engineer for review 3 copies of all shop and erection
drawings applicable to this Contract as per provision of relevant Sub-Clause of the
Contract.

Review and approval by the Engineer shall not be construed as a complete check but
will indicate only that the general method of construction and detailing is satisfactory
and that the Engineer’s review or approval shall not relieve the Contractor of any of
his responsibilities under the Contract.

6.7 As-Built Drawings

At the completion of the Works under the Contract, the Contractor shall furnish to the
Engineer 6 copies and one reproducible of all drawings amended to conform to the
Works as built. The price of such Drawings shall be deemed to be included in the
Contract Price.

10.1 Performance Security

The text is deleted and substituted with the following:

The Contractor shall provide Performance Security to the Employer in the prescribed
form. The said Security shall be furnished or caused to be furnished by the Contractor
within 14 days after the receipt of the Letter of Acceptance. The Performance Security
shall be of an amount equal to 10% of the Contract Price stated in the Letter of
Acceptance. Such Security shall, at the option of the bidder, be in the form of bank
guarantee from any Scheduled Bank in Pakistan. The cost of complying with
requirements of this Sub-Clause shall be borne by the Contractor.

The following Sub-Clause 10.4 is added:

NOR-136W3-2025 SCC-4
Section-V Special Conditions of Contract

10.4 Performance Security Binding on Variations and Changes

Performance Security shall remain valid and applicable as interpreted from the
conditions of Contract and amendments on account of time/scope/cost/quality
variations. Further, In case of a change in Contract Price by a factor of more than 15%
on account of reasons stipulated in Clause-55 of Conditions of Contract, the
Performance Security shall be liable for revision.

11.1 Inspection of Site

Bidder shall inspect the site, examine and obtain all information required and satisfy
himself regarding matters and things such as access to site, communication, transport,
right of way, the type and number of equipment and facilities required for the
satisfactory completion of work, the quantity of various sections of the work, the
availability of local labour, availability and rates of materials, local working
conditions, uncertainties of weather, obstructions and hindrances that may arise etc.,
which may affect the work or cost thereof, before submission of his bid. Ignorance of
site conditions shall not be accepted by the owner as basis for any claim for
compensation. The submission of a bid by the bidder will be construed as evidence
that such an examination was made and any later claims/disputes in regard to rates
quoted shall not be entertained or considered by the owner.

If any temporary feeder road within site is considered essential for the proper
execution of the work this shall have to be formed by the Contractor at his own cost
with the prior approval of the Engineer. The Contractor shall organize his own
arrangement to transport his equipment, men and materials in such a manner that the
completion period will not be exceeded on any account.

The rates quoted by Bidder shall be based on his own knowledge and judgement of
the conditions and hazards involved and shall not be based on any representations to
the Engineer.

14.1 Programme to be submitted

The Contractor shall submit a detailed time programme to the Engineer within 28 days
after receipt of Letter of Acceptance.

The Contractor shall also submit a revised programme whenever the previous
programme is inconsistent with actual progress or with the Contractor’s obligations.

Each programme shall be in the form of bar chart or a CPM chart identifying the critical
activities and include:
a) The order in which the Contractor intends to carry out the Works, including the
anticipated timing of each stage of design (if any), Contractor’s Documents,
procurement, delivery to Site, construction, erection and testing.
b) Each of these stages for work by each nominated subcontractor
c) The sequence and timing of site inspections and tests specified in the Contract, and
a supporting report which includes:
i) A general description of the methods which the Contractor intends to adopt,
and of the major stages, in the execution of the Works, and

NOR-136W3-2025 SCC-5
Section-V Special Conditions of Contract

ii) Details showing the Contractor’s reasonable estimate of the number of each
class of Contractor’s Personnel and of each type of Contractor’s Equipment,
required on the Site for each major stage.

Unless the Engineer, within 21 days after receiving a programme, gives notice to the
Contractor stating the extent to which it does not comply with the Contract, the
Contractor shall proceed in accordance with the programme, subject to his other
obligations under the Contract. The Employer’s Personnel shall be entitled to rely upon
the programme when planning their activities.

If, at any time, the Engineer gives notice to the Contractor that a programme fails (to the
extent stated) to comply with the Contract or to be consistent with actual progress and
the Contractor’s stated intentions, the Contractor shall submit a revised programme to
the Engineer in accordance with this Sub-Clause.

The period between the Program updates will be 30 days. If the contractor fails to submit
an updated program in time, any payment due for his current bills will be withheld till
the submission of such programme.

14.3 Cash Flow Estimate to be submitted

The detailed Cash Flow Estimate shall be submitted within 21 days from the date of
receipt of Letter of Acceptance

The following Sub-Clause 14.5 is added:

14.5 Monthly Progress Report

During the period of the Contract, the Contractor shall submit to the Engineer not later
than the 8th day of the following month, copies of Monthly Progress Reports covering:

(1) A Construction Schedule indicating the monthly progress in percentage;


(2) Description of all work carried out since the last report;
(3) Description of the work planned for the next 56 days sufficiently detailed to
enable the Engineer to determine his programme of inspection and testing;
(4) Monthly summary of daily job record;
(5) Photographs to illustrate the status of progress on the Site.
(6) Information about problems and difficulties encountered, if any, and proposals
to overcome the same.
(7) Charts and detailed descriptions of progress, including each stage of design (if
any), Contractor’s Documents, delivery of material to Site, construction,
erection and testing; and including these stages for work by each nominated
Subcontractor.
(8) The details described in Sub-Clause 35.1 [Return of labor & Contractor’s
Equipment]
(9) Copies of quality assurance documents, test results and certificates of Materials.
(10) List of notices given under Sub-Clause 68.1[Notice to Contractor] and notices
given under Sub-Clause 68.2[Notice to Employer & Engineer].
(11) Safety statistics, including details of any hazardous incidents and activities
relating to environmental aspects and public relations.

NOR-136W3-2025 SCC-6
Section-V Special Conditions of Contract

(12) Comparisons of actual and planned progress, with details of any events or
circumstances which may jeopardize the completion in accordance with the
Contract, and the measures being (or to be) adopted to overcome delays.

These progress reports will be submitted as per the following distribution list:

(1) G.M. Project Delivery (North), NTDC


(2) G.M (P&CM) NTDC
(3) CE (MP&M), NTDC
(4) CE (EHV-II), NTDC Concerned
(5) CE (SS Design), NTDC
(6) PD (EHV) NTDC Concerned
(7) XEN (EHV) NTDC Concerned

During the period of the Contract, the Contractor shall keep a daily record of the work
progress, which shall be made available to the Engineer as and when requested. The
daily record shall include particulars of weather conditions, number of men working,
deliveries of materials, quantity, location and assignment of Contractor’s equipment.

15.1 Contractor’s Superintendence

The Contractor’s authorised representative and his other professional engineers


working at Site shall register themselves with the Pakistan Engineering Council.

The Contractor’s authorized representative at Site shall be authorized to exercise


adequate administrative and financial powers on behalf of the Contractor so as to
achieve completion of the Works as per the Contract.

The following Sub-Clauses 15.2 is added:

15.2 Language Ability of Contractor’s Representative

The Contractor’s authorized representative shall be fluent in the English language.


Alternately an interpreter with ability of English language shall be provided by the
Contractor on full time basis.

The following Sub-Clauses 16.3 and 16.4 are added:

16.3 Language Ability of Superintending Staff of Contractor

A reasonable proportion of the Contractor's superintending staff shall have a working


knowledge of the English language. If the Contractor’s superintending staffs is not
fluent in English language, the Contractor shall make competent interpreters available
during all working hours in a number deemed sufficient by the Engineer.

16.4 Employment of Local Personnel

The Contractor is encouraged, to the extent practicable and reasonable, to employ staff
and labour from sources within Pakistan.

The following Sub-Clauses 19.3 and 19.4 are added:


NOR-136W3-2025 SCC-7
Section-V Special Conditions of Contract

19.3 Safety Precautions

In order to provide for the safety, health and welfare of' persons, and for prevention
of damage of any kind, all operations for the purposes of or in connection with the
Contract shall be carried out in compliance with the Safety Requirements of the
Government of Pakistan with such modifications thereto as the Engineer may
authorise or direct and the Contractor shall take or cause to be taken such further
measures and comply with such further requirements as the Engineer may determine
to be reasonably necessary for such purpose.

The Contractor shall make, maintain and submit reports to the Engineer concerning
safety, health and welfare of persons and damage to property, as the Engineer may
from time to time prescribe.

19.4 Lighting Work at Night

In the event of work being carried out at night, the Contractor shall at his own cost,
provide and maintain such good and sufficient light as will enable the work to proceed
satisfactorily and without danger. The approaches to the Site and the Works where the
night-work is being carried out shall be sufficiently lighted. All arrangement adopted
for such lighting shall be to the satisfaction of the Engineer’s Representative.

20.4 Employer’s Risks

The Employer’s risks are:

Notwithstanding anything contained (in GCC 20.4), the Employer shall not be
responsible, compensate or bear any kind of risk/liability whatsoever in nature.

21.1 Insurance of Works and Contractor’s Equipment

The minimum insurance amounts and deductibles shall be:


(a) For the Works and Materials: Full value of material.
(b) For loss or damage to Equipment: Full value of the loss/damage.
(c) For loss or damage to property (except the Works, Materials, and
Equipment) in connection with Contract: Full value of loss/damage to
property
(d) For personal injury or death:
i) of the Contractor’s employees: In accordance with such applicable laws
in Pakistan
ii) of other people: In accordance with such applicable laws in Pakistan

21.4 Exclusions

The text is deleted and substituted with the following:

There shall be no obligation for the insurances in Sub-Clause 21.1 to include loss or
damage caused by the risks listed under Sub-Clause 20.4 sub paragraph (a) to (h).

NOR-136W3-2025 SCC-8
Section-V Special Conditions of Contract

25.1 Evidence and Terms of Insurance Covers

In line-04 of paragraph-1, the words “including premium payment plan and paid
premium receipts (PPRs)” are added after words “To the Employer”.

Following paragraph is added at the end of existing para to form part of Clause:-

“In case of failure of the Contractor to arrange insurance covers as per required terms
before commencement of works, the Employer reserves right to arrange the necessary
covers by itself and recover the costs from Contractor’s payments including Interim
Payment Certificates and Retention Monies under Clause 60”

25.4 Compliance with Policy Conditions

Delete the text and substitute with the following:

“In the event that the Contractor fails to comply with conditions imposed by the
insurance policies affected pursuant to the contract, the Contractor shall indemnify the
employer against all losses and claims arising from such failure.”

The following Sub-Clause 25.5 is added:

25.5 Insurance Company

The Contractor shall be obliged to place all insurances relating to the Contract
(including, but not limited to, the insurances referred to in Clauses 21, 23 and 24) with
either National Insurance Company of Pakistan or any other insurance company
operating in Pakistan and acceptable to the Employer.

Costs of such insurances shall be borne by the Contractor.

The Contractor shall procure and submit the insurance cover before Date of
Commencement. In case of failure, the contractor shall be fully responsible for any
event and loss and shall indemnify as per insurance cover to be arranged.
Furthermore, the Employer also reserves the right to procure the insurance policies at
risk and cost of the Contractor.

The following Sub-Clause 31.3 is added:

31.3 Co-operation with other Contractors

During the execution of the Works, the Contractor shall co-operate fully with other
contractors working for the Employer at and in the vicinity of the Site and also shall
provide adequate precautionary facilities not to make himself a nuisance to local
residents and other contractors.

The following Sub-Clauses 34.2 to 34.12 are added:

34.2 Rates of Wages and Conditions of Labour


NOR-136W3-2025 SCC-9
Section-V Special Conditions of Contract

The Contractor shall pay rates of' wages and observe conditions of labour not less
favourable than those established for the trade or industry where the work is carried
out. In the absence of any rates of wages or conditions of labour so established, the
Contractor shall pay rates of wages and observe conditions of labour which are not
less favourable than the general level of wages and conditions observed by other
employers whose general circumstances in the trade or in industry in which the
Contractor is engaged are similar.

34.3 Employment of Persons in the Service of Others

The Contractor shall not recruit his staff and labour from amongst the persons in the
services of the Employer or the Engineer; except with the prior written consent of the
Employer or the Engineer, as the case may be.

34.4 Housing for Labour

Save insofar as the Contract otherwise provides, the Contractor shall provide and
maintain such housing accommodation and amenities as he may consider necessary
for all his supervisory staff and labour, employed for the purposes of or in connection
with the Contract including all fencing, electricity supply, sanitation, cookhouses, fire
prevention, water supply and other requirements in connection with such housing
accommodation or amenities. On completion of the Contract, these facilities shall be
handed over to the Employer or if the Employer so desires, the temporary camps or
housing provided by the Contractor shall be removed and the Site reinstated to its
original condition, all to the approval of the Engineer.

34.5 Health and Safety

Due precautions shall be taken by the Contractor, and at his own cost, to ensure the
safety of his staff and labour at all times throughout the period of the Contract. The
Contractor shall further ensure that suitable arrangements are made for the prevention
of epidemics and for all necessary welfare and hygiene requirements.

34.6 Epidemics

In the event of any outbreak of illness of an epidemic nature, the Contractor shall
comply with and carry out such regulations, orders and requirements as may be made
by the Government, or the local medical or sanitary authorities, for purpose of dealing
with and overcoming the same.

34.7 Supply of Water

The Contractor shall, so far as is reasonably practicable, having regard to local


conditions, provide on the Site, to the satisfaction of the Engineer or his representative,
adequate supply of drinking and other water for the use of his staff and labour.

34.8 Alcoholic Liquor or Drugs

The Contractor shall not, otherwise than in accordance with the Statutes, Ordinances
and Government Regulations or Orders for the time being in force, import, sell, give,
barter or otherwise dispose of any alcoholic liquor or drugs, or permit or suffer any
NOR-136W3-2025 SCC-10
Section-V Special Conditions of Contract

such importation, sale, gift, barter or disposal by his Subcontractors, agents, staff or
labour.

34.9 Arms and Ammunition

The Contractor shall not give, or otherwise dispose of to any person or persons, any
arms or ammunition of any kind or permit or suffer the same as aforesaid.

34.10 Festivals and Religious Customs

The Contractor shall in all dealings with his staff and labour have due regard to all
recognised festivals, days of rest and religious and other customs.

34.11 Disorderly Conduct

The Contractor shall at all times take all reasonable precautions to prevent any unlawful,
riotous or disorderly conduct by or amongst staff and labour and for the preservation
of peace and protection of persons and property in the neighbourhood of the Works
against the same.

34.12 Compliance by Subcontractors

The Contractor shall be responsible for compliance by his Subcontractors of the


provisions of this Clause.

35.1 Returns of Labour and Contractor’s Equipment

The Contractor shall submit, to the Engineer, details showing the number of each class
of Contractor’s Personnel and of each type of Contractor’s Equipment on the Site.
Details shall be submitted each calendar month, in a form approved by the Engineer,
until the Contractor has completed all work which is known to be outstanding at the
completion date stated in the Taking Over Certificate for the Works.

The following Sub-Clauses 35.2 and 35.3 are added:

35.2 Records of Safety and Health

The Contractor shall maintain such records and make such reports concerning safety,
health and welfare of persons and damage to property as the Engineer may from time
to time prescribe.

35.3 Reporting of Accidents

The Contractor shall report to the Engineer details of any accident as soon as possible
after its occurrence. In the case of any fatality or serious accident, the Contractor shall,
in addition, notify the Engineer immediately by the quickest available means.

The following Sub-Clause 36.6 is added:

36.6 Use of Pakistani Materials and Services


NOR-136W3-2025 SCC-11
Section-V Special Conditions of Contract

The Contractor shall , so far as may be consistent with the Contract, make the maximum
use of materials, supplies, plant and equipment indigenous to or produced or fabricated
in Pakistan and services, available in Pakistan provided such materials, supplies, plant,
equipment and services shall be of required standard.

41.1 Commencement of Works

The text is deleted and substituted with the following:

The Contractor shall commence the Works on Site within the period named in
Appendix-A to Bid. Thereafter, the Contractor shall proceed with the Works with due
expedition and without delay.

44.1 Extension of Time for Completion

The Existing Text of the provision is deleted and replaced with the following.

The Contractor shall be entitled subject to Clause 44.2 to an extension of the Time for Completion if
and to the extent that completion for the purposes of Clause 43.1 & 48.2 is or will be delayed by any of
the following causes:

(a) a Variation (unless an adjustment to the Time for Completion has been agreed) or other
substantial change in the quantity of an item of work included in the Contract,
(b) a cause of delay giving an entitlement to extension of time under a Sub-Clause of these
Conditions,
(c) exceptionally adverse climatic conditions,
(d) Unforeseeable shortages in the availability of personnel or Goods caused by epidemic or
governmental actions, or
(e) any delay, impediment or prevention caused by or attributable to the Employer, the Employer’s
Personnel, or the Employer’s other contractors on the Site.

If the Contractor considers himself to be entitled to an extension of the Time for Completion, the
Contractor shall give notice to the Engineer in accordance with Clause 44.2. The Engineer shall after
due consultation with the Employer and the Contractor, determine the amount of such extension and
shall notify the Employer and Contractor accordingly. The Engineer while making his determination
for extension of time under this clause will take due consideration of the (committed) resources to be
deployed by the Contractor at site in accordance with Appendix-E, F, G & H to bid. While determining
each extension of time under this Clause, the Engineer shall review previous determinations and may
increase, but shall not decrease, the total extension of time.

The Engineer shall make his determinations and notify the finalized/approved determination within
reasonable time but not later than 90 days after submission of interim/final particulars by the
Contractor in pursuance of this Clause as per prevalent SoPs .

46.2 Progress Reports

The Contractor shall submit to Engineer and Employer the daily, weekly, monthly
progress reports and cash flow projections on the format approved by the Engineer.
The monthly reports shall be submitted within 05 days from completion of the
respective month.

NOR-136W3-2025 SCC-12
Section-V Special Conditions of Contract

The following Sub-Clause 47.3 is added:

47.3 Bonus for Early Completion of Works

No bonus is admissible for the project.

48.2 Taking Over of Sections or Parts

For the purposes of para (a) of this Sub-Clause, separate Times for Completion shall
be provided in the Appendix-A to Bid “Special Stipulations”.

49.2 Completion of Outstanding Works and Remedying Defects

The following sub-clause is included at end of existing text

c) Provide detailed Completion Report alongwith As built data/drawings, material


reconciliation reports and Hard and Soft Copies of site records/data to the
Engineer for information and approval prior to expiry of Defect Liability Period.
One copy shall also be provided to Employer for reference.

d) Return balance/surplus materials to designated NTDC warehouses as per material


re-conciliation reports dully approved by the Engineer. All Coordination in
allocation and handing over of material will be carried out through Engineer of the
Project.

The following Sub-Clause 49.5 is added:

49.5 Extensions of Defects Liability Period

The provisions of this Sub-Clause shall apply to all replacements or renewals of plant
and equipment carried out by the Contractor to remedy defects and damage as if the
replacements and renewals had been taken over on the date they were completed. The
Defects Liability Period for the Works shall be extended by a period equal to the period
during which the Works cannot be used by reason of a defect or damage. If only a part
of the Works is affected the Defects Liability Period shall be extended only for that
part. In neither case shall the Defects Liability Period extend beyond two (2) years from
the date of taking over.

51.1 Variations

The Sub-Clause (a), (b), (c), (d), (e) & (f) are deleted and replaced with following text

(a) changes to the quantities of any item of work included in the Contract (however,
such changes do not necessarily constitute a Variation if and to the extent that
change is due to Clause 55.1 and 56.1),
(b) changes to the quality and other characteristics of any item of work,
(c) changes to the levels, positions and/or dimensions of any part of the Works,
(d) omission of any work unless it is to be carried out by others,
(e) any additional work, Plant, Materials or services necessary for the Permanent
Works, including any associated Tests on Completion, boreholes and other
testing and exploratory work, or
(f) Changes to the sequence or timing of the execution of the Works.
NOR-136W3-2025 SCC-13
Section-V Special Conditions of Contract

51.2 Instructions for Variations

At the end of the first sentence, after the word “Engineer", the words “in writing “are
added.

52.1 Valuation of Variations

In the tenth line, after the words “Engineer shall” the following is added:

Within a period not exceeding one-eighth of the completion time subject to a minimum
of 56 days from the date of disagreement whichever is later.

53.4 Failure to Comply

This Sub-Clause is deleted in its entirety.

54.5 Conditions of Hire of Contractor’s Equipment

The following paragraph is added:

The Contractor shall, upon request by the Engineer at any time in relation to any item
of hired Contractor’s Equipment, forthwith notify the Engineer in writing the name
and address of the Owner of the equipment and shall certify that the agreement for
the hire thereof contains a provision in accordance with the requirements set forth
above.

The following Sub-Clauses59.4 & 59.5 are added:

59.4 Payments to Nominated Subcontractors

The Contractor shall pay to the nominated Subcontractor the amounts which the
Engineer certifies to be due in accordance with the subcontract. These amounts plus
other charges shall be included in the Contract Price in accordance with Clause 58
[Provisional Sums], except as stated in Sub-Clause 59.5 [Certification of Payments].

59.5 Certification of Payments & Nominated Subcontractors

Before issuing a Payment Certificate which includes an amount payable to a


nominated Subcontractor, the Engineer may request the Contractor to supply
reasonable evidence that the nominated Subcontractor has received all amounts due
in accordance with previous Payment Certificates, less applicable deductions for
retention or otherwise. Unless the Contractor:

a) submits reasonable evidence to the Engineer, or


b) i) satisfies the Engineer in writing that the Contractor is reasonably entitled
to withhold or refuse to pay these amounts, and
ii) submits to the Engineer reasonable evidence that the nominated
Subcontractor has been notified of the Contractor’s entitlement,

Then the Employer may (at his sole discretion) pay direct to the nominated
Subcontractor, part or all of such amounts previously certified (less applicable
NOR-136W3-2025 SCC-14
Section-V Special Conditions of Contract

deductions) as are due to the nominated Subcontractor and for which the Contractor
has failed to submit the evidence described in sub-paragraphs (a) or (b) above. The
Contractor shall then repay, to the Employer, the amount which the nominated
Subcontractor was directly paid by the Employer.

60.1 Monthly Statements

In the first line after the word “shall”, the following is added:
“on the basis of the joint measurement of work done under Clause 56.1,”

In Para (c) the words “the Appendix to Tender” are deleted and substituted with the
words “Sub-Cause 60.11 (a)(6) hereof”.
(in case Clause 60.11 is applicable)

The Last Paragraph starting from word “Notwithstanding” and ending with word
“Employer” is deleted

60.2 Monthly Payments

In the first line, “28” is substituted by “14”.

60.3 Payment of Retention Money


a) The following text is added at the end:

“In addition to above, release of this retention money is subject to issuance of


GRN/SRS by In charge of designated NTDC Warehouse for balance material of
the project as per material reconciliation report along with certification from In
charge of the Warehouse of completeness and healthiness of the returned material.
The material reconciliation report shall be duly vetted by Chief Engineer (T/L)
Design as per as-built profile of the project.”

60.10 Time for Payment

No interest is applicable on any delay at the part of the employer. Second Para starting
from “In the event of failure” and ending on “under clause 69 otherwise” is deleted.

The following Sub-Clause 60.11, 60.12 & 60.13 is added:

60.11 Secured Advance on Materials

a) The Contractor shall be entitled to receive from the Employer Secured Advance
against an indemnity bond acceptable to the Employer of such sum as the
Engineer may consider proper in respect of non-perishable materials brought
at the Site but not yet incorporated in the Permanent Works provided that:

(1) The materials are in accordance with the Specifications for the
Permanent Works;

(2) Such materials have been delivered to the Site and are properly stored
and protected against loss or damage or deterioration to the satisfaction
of the Engineer but at the risk and cost of the Contractor;

NOR-136W3-2025 SCC-15
Section-V Special Conditions of Contract

(3) The Contractor’s records of the requirements, orders, receipts and use
of materials are kept in a form approved by the Engineer, and such
records shall be available for inspection by the Engineer;

(4) The Contractor shall submit with his monthly statement the estimated
value of the materials on Site together with such documents as may be
required by the Engineer for the purpose of valuation of materials and
providing evidence of ownership and payment therefor;

(5) Ownership of such materials shall be deemed to vest in the Employer


and these materials shall not be removed from the Site or otherwise
disposed of without written permission of the Employer; and

(6) The sum payable for such materials on Site shall not exceed 75 % of
the (i) landed cost of imported materials, or (ii) ex-factory / ex-
warehouse price of locally manufactured or produced materials, or (iii)
market price of other materials.

(b) The recovery of Secured Advance paid to the Contractor under the above
provisions shall be affected from the monthly payments on actual consumption
basis.

60.12 Financial Assistance to Contractor

Financial assistance shall be made available to the Contractor by the Employer by


providing a Mobilization Advance in the following way:

(a) An interest-free Mobilization Advance of 10 % of the Contract Price stated in the


Letter of Acceptance shall be paid by the Employer to the Contractor in two equal
parts upon submission by the Contractor of a Mobilization Advance
Guarantee/Bond for the full amount of the Advance in the specified form from a
Scheduled Bank in Pakistan.

(1) First part within 14 days after signing of the Contract Agreement or date of
receipt of Engineer’s Notice to Commence, whichever is earlier; and

(2) Second part within 42 days from the date of payment of the first part, subject
to the satisfaction of the Engineer as to the state of mobilization of the
Contractor.

(b) The Contractor is to use the advance payment only to pay for Equipment, Plant,
Materials, and mobilization expenses required specifically for execution of the
Contract. The Contractor shall demonstrate that advance payment has been used
in this way by supplying copies of invoices or other documents to the Employer/
Engineer.

(c) The Mobilization Advance shall be adjusted through percentage deductions made
at the rate of 10% of the amount of all Interim Payment Certificates until such time
as the advance payment has been adjusted; provided that the advance payment

NOR-136W3-2025 SCC-16
Section-V Special Conditions of Contract

shall be completely repaid to the time when 80% of the Contract Price has been
certified for payment.

(d) In case the part of advance payment remain unadjusted before completion of
works/issuance of Taking Over Certificate under Clause 60.3 , the Contractor shall
be bound to pay back the amount to the Employer within 28 days of receipt of
notice from Employer. In case of non-receipt of payment, Employer has the right
to recover from the balance payments due under the Contract including Retention
Monies due under Clause 60.3.

(e) The Bank Guarantee will remain effective until the advance payment has been full
set off. However, such Guarantee shall be progressively reduced by the amount
repaid by the Contractor as indicated in Interim Payment Certificates of the
Engineer issued in accordance with provisions of this Contract (The amount will
be assumed repaid only when the employer has paid the monies against Interim
Payment Certificate and not merely on issuance of interim payment certificate).
The advance payment shall not be subject to retention.

60.13 Employer’s/Engineer’s Right to withhold payments

a) Notwithstanding the terms of Clause 60.2 & 60.3 or any other Clause of the
Contract, no amount will be certified by the Engineer for payment/paid by
Employer until the Performance Security/Advance Payment Security, if required
under the Contract, has been provided by the Contractor, approved by the
Employer and is valid for the required duration stated in the Contract Clause 10.2
and 60.12.

b) In case of Contractor’s non-compliance with reporting requirements under Clause-


46.2 and insurance requirements under Clause 20 of Conditions of Contract.

c) If there is any ambiguity in the payment/claim or Interim Payment Certificate, the


Employer may withheld the payment to such extent and may process the
remaining amount. In such case, the withheld amount may be included in the next
Payment Certificate alongwith clarification for ambiguity pointed out by
Employer.

d) In case of Contractor’s non-compliance with the laws/regulations of the tax


authorities’ (Federal/Provincial), the Employer reserves the right to withhold the
payments for ensuring the necessary compliance.

63.1 Default of Contractor

The following para is added at the end of the Sub-Clause:

Provided further that in addition to the action taken by the Employer against the
Contractor under this Clause, the Employer may also refer the case of default of the
Contractor to Pakistan Engineering Council for punitive action under the Construction
and Operation of Engineering Works Bye-Laws 1987, as amended from time to time.

65.2 Special Risks

The text is deleted and substituted with the following:

NOR-136W3-2025 SCC-17
Section-V Special Conditions of Contract

The Special Risks are the risks defined under Sub-Clause 20.4 sub paragraph (a) to (h).

67. 3 Arbitration

In the sixth to eight lines, the words “shall be finally settled .......... appointed under such
Rules” are deleted and substituted with the following:

shall be finally settled under the provisions of the Arbitration Act, 1940 as amended or
any statutory modification or re-enactment thereof for the time being in force

The following paragraph is added:

The place of arbitration shall be Lahore, Pakistan.

68.1 Notices to Contractor

The following paragraph is added:

For the purposes of this Sub-Clause, the Contractor shall, immediately after receipt of
Letter of Acceptance, intimate in writing to the Employer and the Engineer by registered
post, the address of his principal place of business or any change in such address during
the period of the Contract.

68.2 Notices to Employer and Engineer

For the purposes of this Sub-Clause, the respective addresses are:

a) The Employer: National Transmission and Despatch Company (NTDC).


Chief Engineer (MP&M), NTDC,
8th Floor, Shaheen Complex,
Egerton Road, Lahore-Pakistan
Telephone No. 92-42-99202597
Fax No. 92-42-99202173
E-mail address: cempm@ntdc.com.pk

b) The Engineer : Chief Engineer (Project Delivery/GSC) NTDC, Multan


House No. 86, Block-L, Shah Rukn e Alam Colony, Multan,
Pakistan.
Phone: +92-61-6564606
Email: ce.pd.mn@ntdc.com.pk

69.0 Default of Employer

This clause with all sub clauses is deleted in its entirety.

70.1 Increase or Decrease of Cost

Sub-Clause 70.1 is deleted in its entirely.

NOR-136W3-2025 SCC-18
Section-V Special Conditions of Contract

The amounts payable to the Contractor, pursuant to Sub-Clause 60.1, shall be adjusted
in respect of the rise or fall in the cost of labor, materials, and other inputs to the Works,
by applying to such amount the formula prescribed in this Sub-Clause.

(a) Other Changes in Cost

To the extent that full compensation for any rise or fall in costs to the Contractor is not
covered by the provisions of this or other Clauses in the Contract, the unit rates and
prices included in the Contract shall be deemed to include amounts to cover the
contingency of such other rise or fall of costs.

(b) Adjustment Formula

The adjustment to the monthly statements in respect of changes in cost shall be


determined from the following formula:-

Where:

Pn is a price adjustment factor to be applied to the amount for the payment of the work
carried out in the subject month, determined in accordance with Paragraph 60.1 (a), and
with Paragraphs 60.1 (b) and (e), where any variations and day work are not otherwise
subject to adjustment;

A is a constant, specified in Appendix-C to Bid, representing the nonadjustable portion


in contractual payments;

b, c, d, etc., are weightages or coefficients representing the estimated proportion of each


cost element (labour, cement and reinforcing steel etc.) in the Works or Sections thereof,
net of Provisional Sums and Prime Cost; the sum of A, b, c, d, etc., shall be one;

Ln, Mn, En, etc., are the current cost indices or reference prices of the cost elements for
month “n”, determined pursuant to Sub-Clause 70.1(d), applicable to each cost element;
and

Lo, Mo, Eo, etc., are the base cost indices or reference prices corresponding to the above
cost elements at the date specified in Sub-Clause 70.1(d).

(c) Sources of Indices and Weightages

The sources of indices shall be those listed in Appendix-C to Bid, as approved by the
Engineer. As the proposed basis for price adjustment, the Contractor shall have
submitted with his bid the tabulation of Weightages and Source of Indices if different
than those given in Appendix-C to Bid, which shall be subject to approval by the
Engineer.

(d) Base, Current, and Provisional Indices

The base cost indices or prices shall be those prevailing on the day 28 days prior to the
latest date for submission of bids. Current indices or prices shall be those prevailing on

NOR-136W3-2025 SCC-19
Section-V Special Conditions of Contract

the day 28 days prior to the last day of the period to which a particular monthly
statement is related. If at any time the current indices are not available, provisional
indices as determined by the Engineer will be used, subject to subsequent correction of
the amounts paid to the Contractor when the current indices become available.

(e) Adjustment after Completion

If the Contractor fails to complete the Works within the Time for Completion prescribed
under Clause 43, adjustment of prices thereafter until the date of completion of the
Works shall be made using either the indices or prices relating to the prescribed time for
completion, or the current indices or prices, whichever is more favorable to the
Employer, provided that if an extension of time is granted pursuant to Clause 44, the
above provision shall apply only to adjustments made after the expiry of such extension
of time.

(f) Weightages

The weightages for each of the factors of cost given in Appendix-C to Bid shall be
adjusted if, in the opinion of the Engineer, they have been rendered unreasonable,
unbalanced, or inapplicable as a result of varied or additional work executed or
instructed under Clause 51. Such adjustment(s) shall have to be agreed in the variation
order.

The following Sub-Clauses 73.1, 73.2, 74.1, 75.1, 76.1, 77.1 and 78.1 are added:

73.1 Payment of Income Tax

The Contractor, Subcontractors and their employees shall be responsible for payment
of all their income tax, super tax and other taxes on income arising out of the Contract
and the rates and prices stated in the Contract shall be deemed to cover all such taxes.

73.2 Customs Duty & Taxes


Provincial Sales Tax

Contractor will submit the invoice inclusive of Provincial Sales Tax. Provincial Sales
Tax shall be charged by the contractor and payments will be subject to income tax and
sales tax withholding as per Rules mentioned in Federal or Respective Provincial Laws
only to those entities appearing in Active Taxpayer list (ATL) for both income and
Sales Tax.. Copy of sales tax return will be will be provided by the contractor. In case
of non-registration with the relevant provincial authority, the tax will be deducted
from the amount due or to be due to the contractor.

74.1 Integrity Pact

If the Contractor or any of his Subcontractors, agents or servants is found to have


violated or involved in violation of the Integrity Pact signed by the Contractor as
Appendix-O to his Bid, then the Employer shall be entitled to:

(a) recover from the Contractor an amount equivalent to ten times the sum of any
commission, gratification, bribe, finder’s fee or kickback given by the Contractor
or any of his Subcontractors, agents or servants;
(b) terminate the Contract; and
NOR-136W3-2025 SCC-20
Section-V Special Conditions of Contract

(c) recover from the Contractor any loss or damage to the Employer as a result of such
termination or of any other corrupt business practices of the Contractor or any of
his Subcontractors, agents or servants.

The termination under Sub-Para (b) of this Sub-Clause shall proceed in the manner
prescribed under Sub-Clauses 63.1 to 63.4 and the payment under Sub-Clause 63.3
shall be made after having deducted the amounts due to the Employer under Sub-Para
(a) and (c) of this Sub-Clause.

75.1 Termination of Contract for Employer's Convenience

The Employer shall be entitled to terminate the Contract at any time for the Employer's
convenience after giving 56 days prior notice to the Contractor, with a copy to the
Engineer. In the event of such termination, the Contractor:

(a) shall proceed as provided in Sub-Clause 65.7 hereof; and


(b) shall be paid by the Employer as provided in Sub-Clause 65.8 hereof.

76.1 Liability of Contractor

The Contractor or his Subcontractors or assigns shall follow strictly, all relevant labour
laws including the Workmen's Compensation Act and the Employer shall be fully
indemnified for all claims, damages etc. arising out of any dispute between the
Contractor, his Subcontractors or assigns and the labour employed by them.

77.1 Joint and Several Liabilities

If the Contractor is a joint venture of two or more persons, all such persons shall be
jointly and severally bound to the Employer for the fulfilment of the terms of the
Contract and shall designate one of such persons to act as leader with authority to bind
the joint venture. The composition or the constitution of the joint venture shall not be
altered without the prior consent of the Employer.

78.1 Details to be Confidential

The Contractor shall treat the details of the Contract as private and confidential, save
in so far as may be necessary for the purposes thereof, and shall not publish or disclose
the same or any particulars thereof in any trade or technical paper or elsewhere
without the prior consent in writing of the Employer or the Engineer. If any dispute
arises as to the necessity of any publication or disclosure for the purpose of the
Contract, the same shall be referred to the decision of the Engineer whose award shall
be final.

NOR-136W3-2025 SCC-21
Section-VI Specifications (Technical Provisions & Special Provisions)

Section VI - Specifications (Technical Provisions & Special


Provisions)

This Section contains the Specifications, the Drawings, Supplementary Information that describe
the Works to be procured, Personnel Requirements and Equipment Requirements.

Table of Contents
Specifications .................................................................... 6-Error! Bookmark not defined.

Drawings ............................................................................................................................... 6-3

Supplementary Information Regarding Works To Be Procured ..... 6-Error! Bookmark


not defined.

NOR-136W3-2025 SP-1
Section-VI Specifications (Technical Provisions & Special Provisions)

Specifications
(Please refer to Annexure-A of this document, provided as soft copy)

NOR-136W3-2025 SP-2
Section-VI Specifications (Technical Provisions & Special Provisions)

Drawings
(Please refer to Annexure-B of this document provided as soft copy)

NOR-136W3-2025 SP-3
Section-VI Specifications (Technical Provisions & Special Provisions)

Supplementary Information
Regarding Works To Be Procured

1 ACQUAINTANCE WITH SITE

The Contractor shall be deemed to have inspected and examined the substation Site
and its surroundings and information available in connection therewith before
submitting his Bid, as to the form and nature thereof, including the subsurface
conditions, the hydrological and climatic conditions, the extent and nature of work,
goods and materials necessary for the completion of the Work, the means of access
to the Site and the accommodation he may require and, in general, shall be deemed
to have obtained all necessary information, subject as above mentioned, as to risks,
contingencies and all other circumstances which may influence or affect his Bid.

2 DESCRIPTION OF PROJECT

The Requirement
It is required that civil works, erection, testing and commissioning of following works
in accordance with the Contract Documents and drawings:
Complete Civil Works, Erection, Testing & Commissioning for Upgradation of
Existing 220kV Vehari Grid Station to 500kV Vehari Grid Station under NTDC
Own Resources

2.1 POSSESSION OF SITE

Save, in so far as the Contract may prescribe, the extent of portions of the Site of
which, the Contractor is to be given possession from time to time and the order in
which such portions shall be made available to him and subject to any requirement
in the Contract as to the order in which work shall be executed, NTDC shall, give to
the Contractor possession of so much of the Site as may be required to enable the
Contractor to commence and proceed in accordance with the program referred to in
Clause 14.1 of General Conditions of Contract and otherwise in accordance with such
reasonable proposals of the Contractor as he shall, by notice in writing to the
Employer, make and will, from time to time as work proceeds, give to the Contractor
possession of such further portions of the Site as may be required to enable the
Contractor to proceed with due dispatch in accordance- with the said programme or
proposals (as the case may be). If the Contractor suffers delay or incurs expense from
failure on the part of Employer to give possession in accordance with the terms of
this Clause the Employer shall grant an extension of time for the completion of the
Work and certify such sum as, in his opinion, shall be fair to cover the expense
incurred which sum shall be paid by NTDC.

2.2 LOCATION OF SITES

Site is located adjacent to the 220kV Switchyard of existing 220/132kV Vehari


substation. The same is shown in the tender drawings (General layout and switchyard
layout plan)

It is further informed that the above details are tentative and subject to change.

3 SITE CONDITIONS

3.1 Site Conditions and Meteorological Data

(1) The Site is subject to dust/thunder and insects and vermin are prevalent. Particular
care in design and packing of Goods must therefore, be taken to prevent ingress and

NOR-136W3-2025 SP-4
Section-VI Specifications (Technical Provisions & Special Provisions)

effect of wind, dust, insects and vermin and to ensure resistance to attack by insects
and vermin.

(2) NTDC does not guarantee the correctness of any data provided herein nor any
interpretations, deductions or conclusions relative to subsurface conditions at Site.
The Contractor must form his own opinion of the character of the work and of the
materials to be excavated. He must make his own interpretations, and satisfy himself
by his own investigations and research regarding all conditions affecting the work to
be done. The Contractor must assume all responsibility for deductions and
conclusions as to the nature or conditions of the materials to be excavated and of
doing other work affected by the geology at the Site.

4 MATERIAL AND WORKMANSHIP

4.1 Material and Workmanship

(1) All materials, manufacture, testing and workmanship of material and Work, shall
comply with the requirements of the Contract Documents. Material, Work or parts
which are not covered by the Specifications given herein, shall comply with the
applicable standards, rules, codes and regulations of the Internationally approved
standardizing bodies as indicated in these Contract Documents.

(2) The intent of these Specifications is that the materials and workmanship of Work
under this Contract should be equal to or superior than those actually described
herein. Reference to a brand or manufacture, if made, is only for the sake of
comparison as to type, design, character or quality of the Goods or parts and
materials described and not be interpreted as eliminating other Goods and materials
of equal performance, quality and durability.

(3) In choosing materials and their finishes due regard shall be given to the conditions
prevailing at Site.

(4) All matters relating as to the acceptability or otherwise of the Goods, Work and
materials offered under this Contract shall be decided by the Employer whose
decision shall be final.

4.2 Extent of Specifications

The extent of the Contract Documents is to provide for the Work herein specified to be
fully complete in every detail for the function designated. All Goods, materials, fittings,
accessories, apparatus, labour or services which are not specifically mentioned in the
Contract Documents, but which, in the opinion of the Employer, are usual or necessary
for the satisfactory completion of the Work shall be deemed to be included in the
Contract Documents and shall be provided by the Contractor without extra cost to
NTDC.

5 WORK BY CONTRACTOR (SCOPE)


5.1 Scope of Work

The scope of the work to be executed under this Contract comprises of but not limited
to following:
Construction of Control House buildings, Mechanical Services building, equipment
foundations, trenches along with covers, switchyard ways, transformer ways, fencing
and associated Civil Works etc., shifting of plant and equipment from NTDC
warehouses to the site of work(s), erection, testing and commissioning of equipment at
500/220 kV Vehari substation in accordance with the Contract Documents, BOQ and
drawings.
1. The main electrical equipment, included but not limited to that given at clause
08 herein to be installed, tested and commissioned at the grid station will be

NOR-136W3-2025 SP-5
Section-VI Specifications (Technical Provisions & Special Provisions)

provided by NTDC, however, it will be the responsibility of the contractor to


transport the equipment from NTDC warehouses situated at Lahore and/or
Multan and/or Faisalabad and/or Jamshoro and/or Hyderabad to the project
site and store the same in a safe environment / custody till completion /
installation of it and successful testing / commissioning of the project.
2. For all kinds of civil works the Contractor shall follow specifications revised,
up to date referred in technical provisions of this tender but not limited to it.
3. Any other work not mentioned above but deemed necessary by the contractor
or Employer for the completion of the work and its successful/smooth
operation will be considered a part of the scope of work under the contract.
4. Design (civil works) of the project is not a part of the scope. As such all the
relevant civil work, drawings have been made a part of the bidding document.
Any drawing missing will be provided to the successful bidder on if and when
required basis.
5. The quantities mentioned in the BOQ are estimated quantities and are to be
used for bid evaluation purpose only. The actual quantities can vary
depending upon the approved design and soil bearing capacity. However, the
unit rates for material and services quoted in the offer shall remain firm and
final.

5.2 DESCRIPTION OF THE WORK

The description of work includes construction of civil work including equipment and
gantry foundations, trenches along with covers, switchyard ways, transformer ways,
construction of Control House Building, Mechanical Services Building etc. erection,
testing & commissioning of the AIS Plant/ equipment required in this regard, in
accordance with the approved drawings to be supplied by the Employer.

The description of work shall include but not limited to the following:

a) Construction of Civil works including Control House building, Mechanical


Services Building, equipment foundations, cable trenches, switchyard paths,
transformer way, switchyard fence etc.
b) Transportation from NTDC Warehouses, assembly, erection, installation complete
with accessories, dehydration (where applicable), wiring, testing and
commissioning, complete in all respects of the A.I.S. Plant comprising of the
following equipment:

 500/220 Auto Transformer Banks along with their complete accessories,


control cubicles

 500kV & 220kV SF6 circuit breakers together with supporting structures,
control cubicles and operating mechanism.

 500kV & 220kV disconnectors together with their supporting structure,


operating mechanisms and control cabinets.

 500kV & 220kV current transformers together with supporting structures and
secondary terminal box.

 500kV & 220kV voltage transformers alongwith supporting structures and


secondary terminal boxes.

 444kV & 198kV surge arresters, alongwith supporting structures and


operation counters.

NOR-136W3-2025 SP-6
Section-VI Specifications (Technical Provisions & Special Provisions)

 Post insulators together with supporting structures.

 500kV, 220kV Gantries (Beams & Columns)

 Pad mounted transformers

 Diesel Generator

 Battery Banks

 Conductors

 Hardware & Connectors

 11kV Cables

 Any other material/equipment necessary for completion of Substation

c) Erection and installation of the grid station hardware/equipment comprising of but


not necessarily limited to the following: -

 Overhead strain/rigid tubular bus work, line and transformer take-off


conductors and shield wires.
 Substation underground earthing system and its connection with
equipment/panels.
 Conductor/Rigid tubular equipment interconnection work.
 Switchyard Lightning protection

d) Construction of cable trenches, draw pits and culverts in the switchyard alongwith
cable supports inside the trenches as detailed in drawings.

e) Construction of equipment foundations including erection of foundation bolts and


steel mounting channels for all the extension equipment in the switchyard and for
indoor equipment.

f) Construction of foundation for steel structures as detailed in relevant drawings, and


erection of steel structures according to the approved drawings.

g) Providing and laying of gravel in switchyard.

h) Strengthening of existing columns & Beams in existing 220kV Switchyard. In this


regard, the contractor shall provide:

 Structure Model (Steel Support Structures, Gantries, Columns, Beams etc.) as


per proposed switchyard layout plan using existing/proposed modification in
gantries.
 Sag-Tension Calculations
 Loading Trees of new and existing Steel Support Structures and Gantries etc.
 Fabrication/Assembly drawings of Steel Support Structures, Gantries,
Columns, Beams etc.

i) Design, supply, installation testing and commissioning of switchyard lighting system


as per tender specification and approved drawings/data. In this respect contractor will
supply all material/equipment including but not limited to lights (Philips or
equivalent make), cables, switches, relays, boxes, sensors, control equipment,
pipes/conduits, all fixture & fittings etc.

NOR-136W3-2025 SP-7
Section-VI Specifications (Technical Provisions & Special Provisions)

j) Design, Supply, Installation, testing and commissiong of lightning protection system


with all accessories and hardware for Control House building, Mechanical Services
Building and metering room complete as per specifications (IEC 62305 for Class LPS 1
protection) and approved drawings. In this respect contractor will supply all
material/equipment including but not limited to Air terminations, copper
strips/conductors, down conductor system, earth termination system, Joints, clamps
etc

k) Any other civil work not mentioned above but necessary for successful completion of
switchyard indoor/outdoor equipment and including construction of control building
and mechanical services building.
l) All other ancillary items for the completion of the work not specifically mentioned
above.

m) To provide technical staff, labour, contractor’s equipment and consumables in testing


and commissioning of all Plant and accessories for satisfactory operation.

n) The quantities for both electrical and civil work have been indicated in the schedule of
prices. Single line diagrams, switchyard layouts and other relevant drawings will also
help in understanding the scope of work for the substation.

o) All necessary provisions in context of civil works shall be made/ carried out for ready
connection of SCADA and Remote control system if required.

Installation, wiring/cabling, testing and commissioning of all secondary equipment


alongwith their schemes including Marshaling Kiosks, Control Panels, Protection Panels,
Synchronizing Panel, Event Recorder Panel, Fault Recorder, AC/DC Auxiliary supply
panels, parallel operation of 500/220kV Transformers, 11kV incoming/outgoing panels,
Battery Chargers & all related protection/control schemes of switchyard equipment (i.e.
Auto transformers, Circuit Breaker, Isolators, Earth switch, CTs, PTs etc.) are not included
in the scope of work. In the said context following works are not included in scope of this
tender:

a) Installation, wiring, testing and commissioning of control panels, relay panels,


metering panels, marshaling Kiosk, AC/ DC Auxiliary Panels, event fault recorders,
etc.

b) Laying and connection of all cables for A.C. and D.C. distribution systems for
auxiliaries of AIS plants except switchyard lighting system involved in the scope of
work.

c) Laying in trenches and connection & termination of all control cables, for control and
protection systems.

d) Necessary interconnection/interfacing wiring of all switchyard equipment and


indoors panels.

The manufacturer/supplier of the secondary equipment will be responsible for installation


testing and commissioning of the same within the completion period of this contract. However,
timely installation, wiring testing and commissioning of primary equipment ready for
wiring/interconnection with secondary equipment, construction of control house building,
trenches etc. and necessary coordination with contractor, responsible for the secondary work, is
the responsibility of contractor under this contract. Any delay in this respect will be treated on
the part of contractor under this contract. The contractor will provide sufficient time, at least 100
days, in program referred to in Clause 14.1 of General Conditions of Contract for installation
testing and commissioning of secondary equipment.

NOR-136W3-2025 SP-8
Section-VI Specifications (Technical Provisions & Special Provisions)

5.3 EXTENT OF SPECIFICATIONS

5.3.1 The extent of the Contract Documents is to provide for the work herein specified to be
fully complete in every detail for the function designated. All fittings, accessories,
apparatus or labours, which are not specifically mentioned in the Contract Documents,
but which, in the opinion of the Project Director are useful or necessary for the
satisfactory completion of the work shall be deemed to be included in the Contract
without extra charges to NTDC. Where standard is specified other than national or
International standards, which promise to confer equal or better quality, will also be
acceptable providing that the copies of such standards and the English Translation are
submitted with the bid.

5.3.2 The information pertaining to details of installation at Substation provided with these
documents are for the general guidance of the Contractor only and any errors or
omissions in this information shall neither absolve the Contractor from his
responsibility of providing a functional and operative system fully conforming to the
technical requirements of the system as specified or as can be reasonably inferred from
the specifications, nor entitle him to claim by adjustments in prices or schedule on this
account.

5.4 SITE CONDITIONS AND METEOROLOGICAL DATA

The sites are subject to high temperature, dust storms and insects and vermin are
prevalent. Particular care in design must therefore, be used to prevent ingress of dust,
insects and vermin and to ensure resistance to attack by insects and vermin therefore
special care should be taken while designing foundations etc.

Meteorological data of the Substation in respect of the following parameters may be


taken into account for designing purpose.

1. Temperature, °C Max
Min

2. No. of Thunder Storm days/year Max


Min

3. No. of Fog days per year Max


Min

4. No. of Rain fall days/year Max


Min

5. No. of Drizzles/year Max


Min

6. Relative humidity (%) yearly Max


Min

7. Pressure in mill bars (Station Max


Level) Min

8. Rain fall in a month, cm Max


Min

9. Rain fall in 24 hours, cm Max

NOR-136W3-2025 SP-9
Section-VI Specifications (Technical Provisions & Special Provisions)

Min

10. Wind, km/hour Max

5.5 RECOMMENDED VALUES FOR DESIGN

The material to be installed in the switchyard and covered by these Specifications shall be for
outdoor use and shall be suitable in every way for continuous service. The conditions under
which it will operate are to be considered throughout.

5.6 AMBIENT TEMPERATURE

Maximum temperature 50 oC
Maximum average temperature 35 oC
For 24 hours period
Minimum temperature -2 oC

Relative Humidity

The relative humidity may approach 100 percent. During the monsoon high humidity
may persist for many days along with temperature ranging from 30 oC to 40 oC.

Wind Loading
Wind maximum gusts velocity of 160 km/hr. For 5 seconds acting at a height of 10
meters above ground level.

5.7 ERECTION EQUIPMENT TO BE PROVIDED BY NTDC

No erection equipment or tool(s) shall be provided to the contractor by NTDC for the
works.

5.8 RELATION OF THE WORKS TO EXISTING EQUIPMENT

Except as otherwise specified or as constrained by the Contractor’s standard design,


the Works shall generally conform to equipment in layout, control functions and any
other feature intrinsic to the orderly and safe operation of the substations as to which
requirements the Contractor shall be responsible for satisfying himself. Prior to
commencement of Works the Contractor shall visit the Site(s) to be knowledgeable of
the detailed requirements.

6 DRAWINGS

6.1 Drawings in Contract

6.1.1 Specification Drawings

The specification drawings contained in Annexure-B of the Bidding Documents show


the scope of Work to be performed by the Contractor. These are only reference
drawings.

6.1.2 Tender Drawings

The drawings provided in the tender shall not be used for execution of the Work
unless the Employer gives specific instructions/ approval for such use.

NOR-136W3-2025 SP-10
Section-VI Specifications (Technical Provisions & Special Provisions)

6.1.3 Construction Drawings

The Work shall be performed in accordance with the detailed construction drawings.

The drawings provided with the bidding document are the reference drawings to be
used for filling of BOQ only.

The actual construction / work drawings will be issued by the Engineer (Design
office, NTDC) to the successful bidder on, “if and when required” basis.

6.1.4 Detail Drawings

All the basic/ scope drawings, specifications, schemes and any other information
shall be provided by the Employer to the successful contractor on if and when
required basis in due time and in logical order to facilitate proper coordination.
However, allied engineering drawings (electrical/mechanical), required for the
successful completion of the project shall be responsibility of the contractor, but the
contractor will be liable for the Employer’s approval before the implementation of
such drawings (allied drawings).

6.1.5 Drawings, Data and Instruction Manuals

The following working drawings shall be provided by Employer.

i. Single Line Diagram


ii. Switch Yard Layout
iii. General Layout Plan
iv. Foundation Plan
v. Switch Yard Earthing Plan
vi. Switchyard Lightning Protection Drawing
vii. Substation control schematics
viii. Control diagrams of circuit breakers and disconnectors
ix. Substation protection schematics
x. Constructional details regarding civil works of all electrical and mechanical
equipment
xi. Equipment layout drawings
xii. Setting drawings
xiii. Structural and architectural drawings of all civil works
xiv. Interconnection wiring diagrams for all electrical equipment
xv. Cable schedules
xvi. Such other drawings as are required by the Employer to demonstrate that all
parts of the Plant being erected conform to the requirements of the
Specifications.

6.2 Data Other than Drawings

All of the applicable requirements of this Clause with reference to drawings shall be
provided by the Employer and shall apply equally to catalogues, cuts, illustrations,
printed specifications, or other data.

6.3 SUBMISSION AND APPROVALS

6.3.1 Drawings for Approval

Drawings for approval shall be distributed through international / national couriers


to addresses and in number as specified in Clause 6.3.6 hereof.

All drawings submitted for approval shall be provided with a blank white space,
approximately 90 mm in height by 120 mm in width, near the lower right-hand corner
to be used for notations by the Engineer.

NOR-136W3-2025 SP-11
Section-VI Specifications (Technical Provisions & Special Provisions)

6.3.2 Approval of Drawings

(1) If the drawing provided by the Employer to the Contractor stamped


"APPROVED" he may immediately proceed with the Work. Any drawing
marked "APPROVED" by the Employer shall be known as an "Approved
Drawing".

(2) If the drawing is returned to the Contractor stamped "APPROVED EXCEPT


AS NOTED" he may proceed with the Work taking into account the
corrections and comments noted on the drawing.

(3) If the Contractor does not agree with exceptions taken by the Engineer, the
Contractor shall state in his letter of re-submission his reasons for not
complying with the Engineer's exceptions. Revision number and date and
description of change shall be shown on all drawings or calculations
revised.
6.3.3 Work Prior to Provision of Drawings by NTDC

Any work done prior to the supply of detailed work drawings by the contractor and
approval of the same by Engineer/Employer, shall be at the Contractor's risk. The
Employer shall have the right to request additional details and to require the
Contractor to make any change in the design, which are necessary to conform to the
provisions and intent of these Specifications and such changes shall be made without
additional cost to NTDC. The supply of drawings by the Employer shall not be
construed as a complete check but will indicate only that the general method of
construction and detailing is satisfactory. These drawings shall not be held to relieve
the Contractor of the obligations to meet all the requirements of these Specifications
or of the responsibility for the correctness of the drawings or for correct fit of
assembled Goods furnished by the NTDC.

6.3.4 Sequence of Submission

The sequence of submission of all drawings shall be such that all information is
available for checking each drawing when it is received.

6.3.5 Drawings and Revisions

All issued drawings and data shall form a part of the Contract. If revisions are made
after a drawing has been issued, the revised drawing shall be considered final and
become a part of the contract.

6.3.6 Distribution of Drawings and Documents

The distribution of drawings and documents to be maintained by the contractor shall


be as follows.

Employer NTDC/
Documents Head | Site Project Total
Office | Office: Director

Construction schedules
made in MS- Project . 2 1 1 4

Record (As-Built) Drawings 2 - 4 6

Reproducible transparency 1 - 1 2
Record (As-Built) Drawings

Record (As-Built) Drawings 1 - 1 2


on computer compact diskette

NOR-136W3-2025 SP-12
Section-VI Specifications (Technical Provisions & Special Provisions)

(CD) using AutoCAD software

Codes and standards 1 - 1 2

Approved test procedure 1 2 2 5

Insurance Certificates 1 1 2 4
Receiving reports 1 1 2 4

Damage reports 1 1 2 4

Erection progress Reports 2 1 2 5

List of Construction and


Erection Equipment 1 1 1 3

Operation & Maintenance 3 - 12 15


Manual of Air Conditioning
Plant /Units

Project Completion Reports 3 - 12 15

Correspondence to NTDC 1 1 1 3

Correspondence to the
Engineer's Head Office 1 1 1 3

Correspondence to the
Engineer's Site Office 1 1 1 3

6.3.7 RECORD DRAWINGS (NOT APPLICABLE)

The Contractor shall furnish to the Employer two (2) complete sets of all Record
Drawings and Data prior to issue of the Taking-over Certificate. The Contractor shall
also furnish to the Employer one (1) Mylar polyester base full size reproducible and
one copy on computer compact diskette (CD) using AutoCAD, of all final Record and
other drawings which, in the opinion of the Engineer, may be required for the erection,
construction of civil Work operation and maintenance, for identification of parts and
for ordering replacement parts and materials. The Mylar reproducible shall be 50/70
microns thick, double matte film, wash off film, printed on the front.

6.3.8 OWNERSHIP OF DRAWINGS AND DATA ETC.

All the drawings, details, bill of materials and any other information or documents
furnished by the Contractor shall become the property of NTDC and shall be non-
returnable. NTDC will have the right to use this property.

7 STANDARDS AND TYPICAL DESIGN

7.1 General

The Specifications cite or imply International Standards and typical design for Work,
Goods and materials. Other equivalent Standards and typical designs are equally
acceptable provided that they in no way detract from the quality, safety, operability of
the Work, Goods and materials furnished. However, when standards or typical design
other than those cited or implied are offered by a bidder, he shall set forth in his bid
the alternative standards proposed so that a direct comparison can be made before
Contract Award. Each specific difference from the Specifications shall be clearly
indicated by the bidder. If the bidder sets no alternatives forth, it will be assumed that

NOR-136W3-2025 SP-13
Section-VI Specifications (Technical Provisions & Special Provisions)

Work, Goods and material will be in accordance with the International Standards and
typical design as cited or implied in the Specifications.

Where the documents provide requirements for material or Goods or Work by


specifying a standard such as, for example, one of the international standard
organizations, which has its origin in one country, it is not the intention to restrict the
requirements solely to that standard and that country. Other standards, including
standards of other countries will be accepted provided the requirements thereof in the
sole opinion of the Engineer are at least equal to the requirements of the standards
specified. The Bidder may propose to the Employer an equivalent standard other than
that specified, in which case he shall submit the proposed standard and all other
information required by the Employer and shall submit written demonstration that his
proposed standard is equivalent to or superior to the one specified herein. The
submission must be made in English language. Moreover the bidder shall also supply
copy of the latest revision of the standards used in his design.

7.2 Applicable Standards and Codes

(1) All Goods, materials, Work and design shall be generally in accordance
with latest revision of the standards specified in the Technical Provisions
except where specifically directed otherwise. If these Specifications conflict
with any or all the standards stated in the Technical Provisions, these
Specifications shall have precedence and shall govern.

(2) In case deviation from the above standards is minor, the approval of the
Employer may be given to the use of other national standards prevalent in
the country of manufacture. No departure from the standard specified will
be considered after the Contract has been awarded unless specific
authorization is requested in writing from the Engineer.

8 ELECTRICAL EQUIPMENT TO BE SUPPLIED BY NTDC

The following substation equipment shall be supplied to the Contractor by NTDC for
subject project as per scope:

1. 500/220kV Auto Transformer Banks with allied accessories.


2. 500kV & 220kV SF6 power circuit breakers with supporting structures,
operating mechanisms.
3. 500kV & 220kV disconnecting switches with and without earthing blades
alongwith supporting structures and operating mechanisms.
4. 500kV & 220kV current transformers alongwith supporting structures and
marshalling kiosks.
5. 500kV & 220kV coupling capacitors voltage transformer / potential transformer
alongwith supporting structure, and marshalling kiosk.
6. 500kV & 220kV Gantries (Beams & Columns).
7. 444kV & 198kV metal oxide surge arresters alongwith supporting structures
and operation counters.
8. 500kV & 220kV Post insulators alongwith insulator assemblies as detailed on
the drawings.
9. Bus bar conductor (strain/tubular) and associated hardware, and accessories.
10. Tubular equipment interconnection alongwith hardware.
11. Shield wire for switchyard and its tension assemblies.
12. Underground earthing conductor and rod only.
13. Control cables and power cables except the cables for all lighting systems.
14. 11kV Cables
15. Battery Banks
16. 11kV Switchgear (To the respective contractor)
17. Control and relay panels, metering and recorder panels, event recorder. (To the
respective contractor)

NOR-136W3-2025 SP-14
Section-VI Specifications (Technical Provisions & Special Provisions)

18. AC and DC auxiliary services panels. (To the respective contractor)


19. Battery Chargers (To the respective contractor)
20. Marshalling kiosks. (To the respective contractor)
21. Diesel Generator along with accessories
22. Pad Mounted Transformers and allied accessories

The exact dimensional details of the substation will be supplied later to the successful
bidder.

9 TRANSPORTATION AND PACKING

9.1 Packing

(1) The Contractor shall pack all parts of the Goods / materials (to be supplied
by NTDC) for transportation in accordance with the requirements of the
Contract Documents and in the best possible manner to withstand damage
or loss from repeated handling and extremes of climate during transport
and storage at Site. All parts of the Goods and materials shall be packed so
as to guarantee safe transportation of the Goods and materials from NTDC
stores to the Site under any conditions and limitations that may be
encountered. The manner of packing shall be such that it protects the
Goods, and other material against breakages, damages and losses from the
factory until its arrival at its final destination at the Site.

(2) The final packing shall be such that the weight and dimensions of packages
are within reasonable limits in order to facilitate handling, storage and
transportation.

9.2 Lifting

The method of lifting, type of equipment and type of slings, used for handling the
conductor reels are subject to approval by the Engineer. The wooden reels are so
constructed as to be supported either on an axle through the arbor hole or by the reel
flange. When an axle supported from above lifts the reels, a spreader bar must be
employed to prevent reel damage by inward pressure on reel flange. In no case shall
metallic slings or other metallic equipment come in contact with conductor or
overhead shield wire or ground wire.

9.3 Slings

If the use of slings is necessary, these shall be of a flexible type and preferably manila
rope or other non- metallic materials. The use of steel wire, mesh or chain link slings
is prohibited unless they are covered with rubber hose or some similar material.

9.4 Cost of Transportation

(1) The contractor shall be responsible (bear the cost) for the transportation of
goods/plant/equipment being supplied by NTDC from its warehouses to
the site. Majority of the said goods/plant/equipment being supplied by
NTDC will be from Lahore and/or Multan and/or Faisalabad and/or
Jamshoro warehouses but not limited to. The Contractor shall insure these
goods/plant/equipment from NTDC warehouse to the site at the rate of
100% of the equipment cost.

(2) The Contractor shall insure and transport the Goods, materials and his
Equipment from its place of manufacture or origin to the Site and shall be
solely responsible for selection of routes and carriers, and expediting in
order that all shipments are safely and expeditiously transported to the Site.

NOR-136W3-2025 SP-15
Section-VI Specifications (Technical Provisions & Special Provisions)

(3) The Contractor shall be solely responsible for satisfying himself at the time
of transportation as to the adequacy of the road surfaces and structures. All
costs related with reinforcement of roads, structures, diversions and the
like, if any, should be borne by the Contractor. The Contractor shall advise
the concerned authorities in advance of the proposed transit of the heaviest
and largest items of Goods and Equipment and shall comply with
instructions given by said authorities.

(2) Within the limits imposed by law, the Contractor shall be entitled to utilize
all the roads and other communication facilities existing in the country, to
the same extent as any other user.

9.5 Unloading and Storage at the Site

(1) The Contractor shall unload all Goods and other material (except Spare
Parts) at the Site. Items for permanent installations shall be properly stored
and shall be protected as required to prevent damage or deterioration of
any type. Storage/ Stacking methods shall be such as to cause minimum
inconvenience to others and shall be arranged to facilitate inspection.

(2) All Goods and other material storage shall comply with the requirements
of the Specifications or to the approval of the Engineer.

(3) The Contractor shall be held responsible for all costs of damage to the
equipment and steel structures (including replacement) after they are
handed over to him at the NTDC Stores. Before accepting material at the
Store the Contractor shall ensure himself as to its acceptable condition, if,
in the contractor’s opinion some material is unacceptable, he shall so inform
the Project Director.

(4) Lifting of pieces, which are galvanized or painted, shall be by hand or by


hemp rope on as approved by the Engineer, or by wire rope which is
suitable covered with rubber or similar material lifting by steel chains is
prohibited. Steel pieces shall not be dropped, thrown, or skidded over steel,
concrete or rock surfaces.

(5) When steel components are stored temporarily they shall be blocked on
wood & separated to prevent damage.

9.6 Ownership of Packing Materials

All packing boxes, reels, shipping containers except those containers, which are not
the property of the Contractor, planking covers, etc, shall become the property of
NTDC. All the packing materials shall be handed over to NTDC immediately after
storage requirements of the Goods or part thereof and other materials are over.

9.7 Receiving Reports and/ or Damage Reports

(1) The Contractor shall prepare and submit receiving reports to NTDC and
the Employer to cover shipments received and checked at the job Site
and/or storage area. Shipment on arrival at the job Site and/or storage area
shall be unloaded, opened, and carefully checked by the Contractor in the
presence of a designated representative of the Engineer / NTDC for any
loss and damages in transit. In the event of loss and/or damage, the
Contractor shall immediately report to NTDC/Engineer. Prompt action
shall be taken by the Contractor with intimation to Engineer/NTDC, to
record and remedy the damaged or missing item(s) and it shall be ensured
that the deliveries meet the final delivery dates and/or commissioning
dates.

NOR-136W3-2025 SP-16
Section-VI Specifications (Technical Provisions & Special Provisions)

(2) In all cases of irreparable damage, the Contractor shall immediately notify
the original manufacturer(s) for re-manufacture and supply of the
damaged part(s).

10 SHOP INSPECTION AND ORDERS FOR MATERIALS

10.1 Inspection

Unless otherwise authorized by the Employer no material or equipment shall be


shipped / transported from its point of original manufacture or final shop assembly
before it has been inspected and approved by the Engineer.

10.2 Material Orders

The Contractor shall, if requested, provide the Employer with un-priced copies of the
Contractor's purchase orders for material or approved sub-contracted supply at the
time any such orders are placed. The Contractor shall also provide the Employer with
any other relevant information requested to ensure proper expediting and
scheduling of the deliveries.

10.3 Acceptance of Materials

The approval by the Employer of any material or equipment prior to transportation


shall in no way relieve the Contractor of any of his responsibilities for meeting all of
the requirements of the Specifications and shall not prevent subsequent rejection if
such material or equipment is later found to be defective or not conforming to the
Specifications.

11 SCHEDULE, PROGRESS REPORTS AND MEETINGS

11.1 Schedule

The Contractor shall carry out the Work in accordance with the dates/ periods
specified in Schedule provided by the contractor and approved by the Employer,
which shall be provided. The Contractor shall regularly review the Schedule and
notify the Employer promptly of any revisions, which in his view may be required
from time to time.

11.2 Form of Schedule

The Schedule shall be a detailed CPM (critical path method) type, time scaled
according to calendar dates and Project month numbers. The CPM for planning,
scheduling, and controlling will be used for the Contract. The Contractor shall submit
a schedule showing the logical sequence in which the Work will be carried out in
sufficient detail to satisfy the Employer that the Work is thoroughly planned and
meets all the requirements of the Contract Documents. In preparing the Schedule, the
Contractor shall fully take into account the requirements (and possibilities) for inland
transportation.

11.3 Erection/Construction

(1) The delivery of components and parts of the Goods/ Material should be so
estimated so as to permit erection work and construction work to proceed in
an orderly manner so that the required Commissioning Dates can complete the

NOR-136W3-2025 SP-17
Section-VI Specifications (Technical Provisions & Special Provisions)

Work. The Contractor in preparing and regularly reviewing the Schedule in


respect of the erection work shall comply with the requirements of contract.

(2) The Contractor shall promptly bring to the attention of the Employer any
amendment to the Schedule, which in his view may at any time be required to
ensure that the Commissioning Date/ Periods will be met.

(3) Prior to steel erection, the Contractor shall examine the existing work on which
this work is in any way dependent (that is, verify elevations & dimensions of
foundations including anchor bolts & embedded angles) & report to the Site
Engineer any errors on discrepancies that may affect the Contractor’s work.

(4) Should the Contractor encounter any foundation surfaces or anchor bolts &
embedded parts, which do not match the structural steel he shall immediately
notify the Site Engineer. If in the opinion of the Site Engineer the discrepancy
is due to misplacement of the concrete, anchor bolts or embedded parts the
Contractor will be required to rectify the defect, all at his own expense & to the
satisfaction of the Engineer. If in the opinion of the Engineer, the discrepancy
is due to faulty fabrication of the structural steel, then the rectification of the
defect shall be the responsibility of the Manufacturer(s) of the Plant.

(5) Unless otherwise specified, the Contractor shall assemble & erect the
switchyard structures to the tolerance dictated by ASTM or equivalent DIN
Standards.

(6) The erection tolerance on a post insulator support structure & a lightning
arrestor support structure shall be such that a plumb line passing through the
centre of the bolt circle on the top plate of the structure shall pass within +/- 6
mm of the location lines shown on the drawings. The anchor bolts in the
structural foundation shall be located to within +/- 6 mm of the location lines
shown on the drawings.

(7) The top plate of the Post Insulator support structures shall be aligned so that
the center line of the plate shall be parallel to the longitudinal axis of the bus it
is supporting, to a tolerance of 3 mm over the length of the plate.

(8) The top plate of the bus support structure shall be level within 3 mm

(9) All other structures shall be erected-plumb or level within plus or minus a
tolerance or 1 in 1000 & according to ASTM OR EQUIVALENT DIN Standards.

(10) The structural steel shall be assembled and erected in such a manner as to
ensure that members are not subjected to any damage or undue stress.

(11) Sections or portions of the structure shall be assembled and bolted on the
ground so that they can readily be lifted in consecutive manner & connected
together in the air to form a complete structure. Care shall be taken to prevent
damage to the steel pieces or galvanizing thereof. The tools & method of
assemble shall be subject to the approval of the Engineer but generally only
flat non-adjustable or socket type wrenches shall be used.

(12) During assemble & erection, reaming or holes is prohibited unless the
Engineer gives his approval, which shall be based solely on deviations in the
fabrication of the steel. The non alignment of holes in connecting members if
due to faulty erection procedures shall be corrected by the Contractor at his
own expense.

(13) Driving of pins through the bolt holes for the purpose of enlarging the holes is
prohibited.
NOR-136W3-2025 SP-18
Section-VI Specifications (Technical Provisions & Special Provisions)

(14) Structures shall be erected in accordance with the erection drawings, plumb
and true in all respects. Bolts shall be of the length specified & shall ensure that
members rest on the shank of bolt.

(15) The legs & principal bracings of all panels of the structure shall be erected &
bolted at a lower elevation before proceeding to a higher level.

(16) Members of each panel shall be installed as erection procedure. The Engineer
must approve any deviation from this procedure in writing.

(17) Punching: when instructed by the Site Engineer, bolt threads shall be punched
with steel point or chisel at the surface of the tightened nut. Where lock nuts
or lock washers are provided punching will not be required but the nuts shall
be properly tightened.

(18) Step Bolts: These shall be installed in each tower as it is erected.

(19) Drifting / Filling: Holes shall not be enlarged by drifting / Filling

(20) Installation of Bolts: Head of bolts shall be installed at the out side face of the
structure whenever possible. Lock washers shall be used with all bolts. Bolts
shall not be tightened with adjustable wrenches.

(21) Nuts & bolts shall be tightened to an amount corresponding to the full effort
of a man using a 300 mm ratchet wrench, or & instructed by Site Engineer.

11.4 Progress Reports

(1) The Contractor within 15 days from the date of the Letter of Acceptance
shall submit in writing for the approval of Employer a Schedule for the
erection, testing and commissioning of the Goods/Material and
construction of the associated civil work.

(2) The submission to or approval by the Engineer/NTDC of such Schedule


etc. shall not relieve the Contractor of any of his duties or responsibilities
under the Contract.

(3) At monthly intervals after submission of the Schedule, the Contractor shall
submit to the Employer up to five (5) copies of a written detailed progress
report in an approved form together with copies of the above mentioned
Schedule indicating the stage reached in design, approval of drawings,
ordering and procurement of materials, erection/construction, in
percentage terms. Such monthly reports shall show the actual progress
plotted against the scheduled progress. These reports shall be accompanied
by such photographs, diagrams, bar charts, and curves in approved
standard form, as may be required by the Engineer. The reports shall be
forwarded not later than the 8th of the subsequent month. The numbers of
copies shall be as stipulated in the Specifications or as instructed by the
Engineer.

(4) The Employer shall at all reasonable times be afforded access to the
Contractor and any Sub-Contractor's premises for the purpose of
ascertaining progress.

11.5 Meetings

(1) Soon after the date of signing of Contract, the Employer will, with the
approval of NTDC require a conference with NTDC and the Contractor at

NOR-136W3-2025 SP-19
Section-VI Specifications (Technical Provisions & Special Provisions)

a place mutually agreed upon, to discuss scheduling of drawings, and other


similar problems, which may be pertinent to the completion of the Project.

(2) At monthly intervals or from time to time during the execution of the
Contract, the Employer may call meetings, either in his Offices or at the
Contractor's Offices in Pakistan or NTDC's office as is deemed necessary
for the purpose of progress monitoring and proper execution of the
Contract.

(3) As required by the Engineer, responsible representatives of the Contractor


shall attend such meetings.

(4) All expenses incurred by the Contractor for attending such meetings shall
be borne by the Contractor and shall not be reimbursable.

12. SITE FACILITIES AND SERVICES

Attention is drawn to the obligations of the Contractor to make his own arrangements
at his own expense for Services or facilities provided to his employees. Any cost
incurred by the Contractor in respect of any of such Site facilities or services under
the Contract shall be deemed to be included in the rates and prices in the Price
Schedule and no separate payment, therefore, will be made to the Contractor.

12.1 Accommodation

(1) The Contractor shall provide and maintain at his cost residential
accommodation and transportation facilities for his own use.

(2) The Contractor shall provide and maintain such housing accommodation
and amenities as he may consider necessary for all of his supervisory staff
and labor employed for the purposes of or in connection with this Contract
including all fencing, electricity, supply, sanitation, cook houses, fire
prevention, water supply and other requirements in connection with such
housing accommodation or amenities.

12.2 Site Offices

(1) The Contractor shall carry out investigation, design and construction of the
Site office required for execution of the work and submit such design in
writing to the Employer and obtain his approval.

(2) The location of the site office will also be submitted to the Employer for
approval prior to the construction of the same.

(3) The Contractor shall, at his expense, carry out maintenance and
management of the above office.

(4) After completion of the work, the Contractor shall dismantle or leave the
above office intact subject to the approval of the Engineer.

12.3 Work yards and Storage Areas

(1) No storage site shall be provided by NTDC to store Goods, materials or


equipment. The Contractor shall procure, furnish, provide and arrange for
all the necessary services and be responsible for the construction and
maintenance of the necessary construction campus, offices and
warehouses; and perform all other work necessary for completion of the
Work described herein in strict conformance with these Specifications.

NOR-136W3-2025 SP-20
Section-VI Specifications (Technical Provisions & Special Provisions)

(2) The Contractor shall provide his own watchman service to ensure security
and safety of the Goods, materials and Work prior to NTDC taking over the
Work.

12.4 Temporary Buildings

(1) The Contractor shall provide and maintain all temporary structures
required including warehouses, changes, change houses for workmen,
sheds, etc. He shall also provide his own field office complete with
telephone so that he or his official representative can be contacted by NTDC
and/or Employer at all times.

(2) Such temporary buildings and/or utilities shall remain the property of the
Contractor and shall be removed by him at his expense upon the
completion of the Work and the Site reinstated to its original condition, all
to the approval of the Engineer.

13 EXPEDITING

The Contractor shall provide the Employer with un-priced copies of the Contractor's Purchase
Orders for material or approved Subcontracted Work at the time any such orders are placed. The
Contractor shall also provide the Employer with any other relevant information requested to
ensure proper expediting and scheduling of the Work.

14 PAYMENT FOR WORK REQUIRED BY SPECIAL PROVISIONS

Unless expressly excluded, the cost of all work required by the "Special Provisions" shall be
considered to be included in the price and amounts quoted in the "Price Schedule".

15 COMMUNICATIONS TO THE ENGINEER

Pursuant to the definition of Engineer, the Employer has established a Project Office at Lahore to
which the Contractor shall address all communications for the approval of designs and drawings
etc., as follows:

Chief Engineer Substation Design (NTDC)


143 – WAPDA House, Lahore - Pakistan.
Tel: +92-42-99202190
Fax: +92-42-99202502

Or

An Engineer (individual or firm) designated by the Employer.

The Employer will establish a Site Office to supervise the Site activities. The address of the
Engineer's Office at Site shall be communicated to the Contractor at that stage.

16 TROPICALIZATION

General

In choosing materials and their finishes due regard shall be given to the weather conditions
under which material may be called upon to work. Requirements are detailed below and in the
technical provisions.

Metal

Iron and steel shall in general be painted or galvanized as appropriate. Painting shall be in
accordance with the technical provisions. Indoor parts may alternatively have chromium or
copper-nickel plating or other approved protective finish. Small-iron and steel parts (other than

NOR-136W3-2025 SP-21
Section-VI Specifications (Technical Provisions & Special Provisions)

stainless steel) of all instruments and electrical equipment, the cores of electro-magnets, and the
metal parts of the relays and mechanism shall be treated in approved manner to prevent rust,
cores etc. which are built up of lamination or cannot for any other reason be anti-rust treated,
shall have all exposed parts thoroughly cleaned and heavily enameled, lacquered or
compounded. When it is necessary to use dissimilar metal in Contact, these shall be so selected
that the potential difference between them in the electro-chemical series is no greater than 0.5
volt. If this is not possible the contact surfaces of one or both of the metal shall be electro-plated
or otherwise finished in such a manner that the potential difference is reduced to within the
required limits, or, alternatively, the two metal shall be insulated from each other by an approved
insulating material or a coating or approved varnish compound.

Screw, Nuts, Springs, Pivots etc.

The use of iron and steel shall be avoided in instruments and electrical relays wherever possible
steel screws, when used, shall be zinc, cadmium or chromium plated or may be of corrosion
resisting steel when plating is not possible owing to tolerance limitations. All wood screws shall
be dull nickel plated brass or other approved finish. Instruments screws (except those forming
part of a magnetic circuit) shall be of brass bronze. Springs shall be non-rusting material, e.g.
phosphor bronze shall be silver, as far as possible. Pivots and other parts for which nonferrous
material is unsuitable shall be of an approved stainless steel, where possible.

Fabrics, Cork, Paper etc.

Fabrics, cork, paper and similar materials, which are not subsequently to be protected by
impregnation, shall be adequately treated with an approved fungicide. Sleeving and fabrics
treated with linseed oil, linseed oil varnishes shall not be used.

Wood

The use of wood in material shall be avoided. When used, wood work shall be of thoroughly
seasoned teak or other approved wood which is resistant to fungal decay and free from shakes
and warp, sap and wane, knots faults and other blemishes. All wood work shall be treated in
approved manner to protect it against the ingress of moisture and from the grown of fungus and
termite attack, unless it is naturally resistant to those causes of deterioration. All joints in wood
work shall be dovetailed or tongued and pinned, if practicable. Metal fittings where used shall
be of non-ferrous material.

Adhesives

Adhesives shall be specially selected to ensure the use of type, which are impervious to moisture,
resistant to mould grown, and not subject to the ravages of inspects. Synthetic resin cement only
shall be used for jointing wood. Casein cement shall not be used.

17 Reference Drawing (Annexure-B) Tender Document

General Notes
i) The drawings provided in the tender are only reference drawings and they shall not be used
for execution of the Work unless the Employer/ Engineer gives specific instructions/
approval for such use.

ii) The drawings contained in Annexure-B are the property of NTDC/ WAPDA and are
intended for the purpose of providing information to assist bidders in preparing proposal
for bid. Use of these drawings for any purpose other than that intended is prohibited except
with the express permission of NTDC.

iii) These drawings are included to define and illustrate the general design specifications
detailed/ allied designing shall be the responsibility of the contractor and shall be subjected
to the approval of the Engineer.

NOR-136W3-2025 SP-22
Section-VI Specifications (Technical Provisions & Special Provisions)

iv) Bid drawings are not intended to show all details of equipment and shall not be interpreted
as indicating any limitation to the scope of works. However, equipment shown on these
drawings is included in the scope of work.

v) The Contractor shall be responsible for ensuring proper functional requirements of the
various equipment and shall be responsible for furnishing any additional pieces of
equipment for making modifications in the equipment as desired and/or approved by the
Engineer, to achieve proper coordination with various components offered in the bid.

vi) The Contractor shall supply all auxiliary equipment/material and devices, which are not
listed but are necessary for proper performance of the systems described in the bid
drawings and documents.

18 Health, Safety and Environmental Protection Requirements

18.1 Organization and Personnel

18.1.1 Organization

The Contractor shall maintain up-to-date project organization charts, which shall be
submitted to the Employer in the event of any changes. The Contractor shall
determine which job categories are of significance to health and safety, and
qualification requirements for such jobs shall be established.

18.1.2 Key Positions

Key positions include individuals assigned to management / supervisory positions


as listed in the Contract.

The appointment, transfer and replacement of personnel to all key positions shall be
subject to the Employer's prior approval. Key positions shall be on a full-time basis,
unless otherwise agreed with the Employer. Environmental Social Health and Safety
(ESHS) personnel in key positions shall be committed to continue through the
Contract period in order to maintain continuity.

Ensure that Works Contractors mobilize:


 An Environmental Officer / Biodiversity Specialist / for the duration of
the construction phase (one specialist – Master’s Degree in Environmental
Engineering / Sciences with 05 years of professional experience in project
implementation).
 OHS / HSE expert, on site, to guarantee the detailed OHS/HSE diligences
implementation and safety conditions for employees. The contractor will
have its dedicated OHS / HSE expert, who will monitor contractor’s
compliance with OHS/HSE contractual requirements. (one specialist for
each construction site – Master’s Degree in Environmental Engineering /
Sciences with OHS/HSE Certification and 5 years of professional
experience in project implementation).
 Social Safeguards Officer / Community Liaison Officer (CLO), who will
provide support for communications with local communities. CLO will be

NOR-136W3-2025 SP-23
Section-VI Specifications (Technical Provisions & Special Provisions)

field-based (on the site of works). (One specialist – Master’s Degree in


Sociology/Social Work or related social sciences with 05 year of
professional experience in project implementation.
 Medical Representative (one specialist – Valid certificate/degree in first-
aid and emergency medical treatment from Pakistan Safety Council
Approved Institution with 2 years of professional experience in project
implementation site).

Note: All the CVs for above mentioned positions shall be forwarded to
Environment and Social Impact Cell (ESIC), PMU, NTDC, 619-WAPDA House,
Lahore for the approval before hiring.

18.2 Environmental, Social and HS Requirements (ESHS)

The Contractor shall at all times carry out its business and operations in compliance
with all applicable national environmental, land, occupational health & safety and
social laws and regulations in Pakistan. In addition, the Contractor and all sub-
contractors shall comply with and adhere to:
 The world Bank Environmental & Social Standards (ESSs)
 The World Bank Group General Environmental, Health and Safety
Guidelines (April 2007). Following EHS guidelines are relevant to the
proposed project during the construction and operation phase:
 General EHS Guidelines: Issues associated with the construction and
operation of maintenance facilities are addressed in the General EHS
Guidelines with other key element like Environment and OHS at
workplace as well as for community.
 EHS Guidelines for Construction Materials Extraction: Issues associated
with sourcing of construction materials are presented in the EHS
Guidelines for Construction Materials Extraction.
 Environmental, Health and Safety Guidelines for Wastewater and
Ambient Air Quality: EHS issues associated with wastewater treatment
projects, which occur during the construction and operation phase, along
with recommendations for their management are included in the
guidelines
 EHS Guidelines for Electric Power Transmission and Distribution (April
2007). The EHS Guidelines for Electric Power Transmission and
Distribution provide information relevant to power transmission between
a generation facility and a substation, in addition to power distribution
from a substation to consumers located in residential, commercial, and

NOR-136W3-2025 SP-24
Section-VI Specifications (Technical Provisions & Special Provisions)

industrial areas. These EHS Guidelines discussed the environmental issues


during the construction phase of power transmission and distribution
projects including following:
 Terrestrial habitat alteration
 Aquatic habitat alteration
 Electric and magnetic fields
 Hazardous materials

It also defines the hazards associated with the Occupational health and safety
and Community Health and Safety.
 BS8000 Standard and specifically its elements on child labor, forced or
compulsory labor, health and safety, freedom of association and right to
collective bargaining, discrimination, disciplinary practices, working
hours and remuneration.
 Workers' Accommodation: Processes and Standards.
 Provisions of the Environmental and Social Management Plan (ESMP) and
all sub-plans.
 Prepare a Construction-ESMP (C-ESMP) before mobilization compliant
with all NTDC’s E&S commitments (in particular those taken through the
overall ESMP). Obtain its approval from ESIC NTDC This C-ESMP will
cover Environmental, Social, Health and Safety aspects.
 Implement the measures foreseen in C-ESMP.
 Produce monthly ESHS reports concerning the implementation of the C-
ESMP-.
 obtain its approval from ESIC NTDC.
 Implementation of the mitigation measures as detailed in ESMP and C-
ESMP at each construction site.
 Contractors will be bound through contract to take actions against all the
special and general provisions of the contract document.
 Provision of proper PPEs to the workers and train them for their proper
use
 Prepare and submit the monthly, quarterly, biannually, annually and final
progress reports to ESIC-NTDC.
 Report immediately to SC and ESIC-NTDC in case of any accidents or
incidents including environmental and social incidents.
 To conduct the environmental and H&S training to the workers / labor.

NOR-136W3-2025 SP-25
Section-VI Specifications (Technical Provisions & Special Provisions)

The ESMP and all sub-plans shall form part of the Contract and shall be
binding on the Contractor and all of the Contractor’s sub-contractors. The
Contractor shall monitor and report on the ESHS performance of the
Contractor’s sub-contractors.

The Contractor shall be required to customize the overall ESMP and to develop
a site- and works specific Construction Environmental and Social Management
Plan (C-ESMP), including all necessary sub-plans. The C-ESMP and subplans
plans will be prepared/updated by Contractor and approval from PMU-
NTDC will be sought before start of construction activities as indicated below:
 Site Specific C-ESMP / Site Management Plans (including site restoration,
rehabilitation Plan, soil and erosion management plan)
 Tree Plantation / Reforestation Sub-Plan / Environmental Mitigation and
Monitoring Plan (including biodiversity management plan/re-vegetation
plan)
 Occupational Health and Safety Management Plan including risk
assessment plan
 Waste Management Sub-Plan / including Hazardous Waste Management
Plan
 Camp Management Plan
 Influx Management Plan including how to manage the labor Influx of
workers from outside the project area
 Disaster Management Sub-Plan
 Emergency Preparedness and Response Plan
 Resource Conservation Sub-Plan
 Traffic Management Sub-Plan / including Material Transportation Plan
 Blasting Management Plan (if applicable)
 Labelling of all sites with hazardous materials with Material Safety Data
Sheet (MSDS)
 Air Quality and Noise Management Plan
 Water Pollution Prevention Management Plan
 Complying with the safety precautions for the construction workers as per
International Labor Organization (ILO) Convention No. 62, as far as
applicable to the Project Contract.
 Labor Force Management Plan; including grievance mechanism for
workers, workers accommodation plan and water management plan as
well as addressing inclusive employment for both men and women;

NOR-136W3-2025 SP-26
Section-VI Specifications (Technical Provisions & Special Provisions)

 Change Management Sub-PlanCode of conduct for workforce, including


specific GBV/SEA/VAC1 Code of Conduct for all personal involved the
project (Contractor, Subcontractor, Supervising Engineer, Employer’s
representative on site) and be intolerant of, and enforce disciplinary
measures for GBV/SEA and VAC incidents.
 In case of archaeological and/or cultural heritage discoveries, the works
are stopped and the public authorities competent in the matter is alerted
to determine the appropriate measures to conduct.

NOTE:- Contractor will make sure that all above mentioned plans including C-ESMP must be
prepared and approved from NTDC/AFD.

The Contractor will be responsible for ensuring that all Contractor and sub-
contractors personnel receive ESHS induction training prior to starting work,
a work-site orientation and on-the-job or formal training prior to being
assigned for a job.

The Contractor shall apply best practice international standards (World Bank
Group General Environmental, Health and Safety Guidelines (April 2007) and
the EHS Guidelines for Electric Power Transmission and Distribution (April
2007) with regard to overall occupational health and safety and the use of
personal protective equipment, work procedures (for tower erection and
maintenance) and equipment operation.
In-house training for the project staff including contractor, consultant and the
supervision staff of the Proponent will be ensured through the provision of
one-day basic training and one-day advanced training, covering
environmental and social aspects of the development projects in general, and
implementation requirements with emphasis on the roles and responsibilities
of the PMU-NTDC and the contractor staff while executing the environmental
and social management and monitoring plan in particular.

18.2.1 Training Plan for the Project Staff during Construction Stage

18.2.2 Notification of accidents and incidents

The Contractor shall promptly, but in any event within two (2) workdays after
the occurrence of any of the events set out in this Sub-clause, supply to the
Employer details of any incident of an environmental nature (including
without limitation any explosion, spill or workplace accident which results in
death, serious or multiple injuries or material environmental contamination)
or any incident of a social nature (including without limitation any violent
labor unrest or dispute with local communities), occurring on or nearby any
site, plant, equipment or facility of the Employer which has or is reasonably
likely to have a material negative impact on the environment, the health, safety
and security situation, or the social and cultural context, together with, in each
case, a specification of the nature of the incident or accident and the on-site and
off-site effects of such events and (ii) details of any action the Contractor
proposes to take in order to remedy the effects of these events, and shall keep
the Employer informed about any progress in respect of such remedial action.
NOR-136W3-2025 SP-27
Section-VI Specifications (Technical Provisions & Special Provisions)

18.3 OHS Management Plan

18.3.1 General

The Contractor shall be responsible for the safety of all workers and other
persons entering the Works and shall, at his own expense (where not otherwise
stated) and to the approval of the Employer, take all measures necessary to
provide a safe workspace for all workers following the requirements from the
OHS Standards defined in this contract, deploying applicable engineer
controls, administrative measures and personnel protective gear.
 Prepare specific health and safety procedure for each significant health and
safety risk.
 Prepare specific health and safety procedure for each significant health and
safety risk (risks of electrocution, risks related to road traffic, risks related
to excavation for towers, etc.).
 Provide health prevention and response measures (in particular in the
context of Covid-19) as well as safety equipment according to the type of
construction activities.
 Organize training of employees (whatever their working contract) on E&S
items (as but no limited: waste management, health including COVID-19,
safety, GBV, chance find archaeological and/or cultural heritage
discoveries, etc.
 Provision of proper safety and diversion signage, particularly at urban
areas and at sensitive/accident-prone spots.
 The communicable disease of most concern during construction phase, like
Sexually-Transmitted Disease (STDs) such as HIV/AIDS, will be
prevented by successful initiative typically involving health awareness;
education initiatives; training heath workers in disease treatment;
immunization program and providing health service.
 The Contractor will ensure that the site is restricted for the entry of
irrelevant people particularly children.
 Timely public notification on planned construction works.
 The Contractor will ensure the provision of medicines, first aid kits,
ambulance etc. at the camp site.
 Moreover, proper planning will be done for food storage, setting up of
kitchens, production of sewage may result in multiplication of rodents like
rats, mice and shrew etc. and vectors like mosquitoes, bugs and flies which

NOR-136W3-2025 SP-28
Section-VI Specifications (Technical Provisions & Special Provisions)

will have a negative impact; • Work areas will be cordoned off where
necessary
 Contractor will instruct their staff to use Personnel Protective Equipment
(PPE) to enhance the safety.
 Safety lookouts will be built to prevent people and vehicles from passing
at the time of hot or cold work
 Permission/permit system for Hazardous works.
 Matrix of OHs Responsibilities (including OHS responsibilities and
accountability for contract Manager, field engineers, foreman and task
leaders, OHS personnel, and all staff.
 Provision of Personal Protective Equipment (PPEs).

18.4 Instrumental Environmental Monitoring

Instrumental Environmental Monitoring Testing of air, water and noise


samples for quality monitoring will be done by an EPA certified laboratory.
The contractor shall seek approval of ESIC-NTDC for the selection of
laboratory. The frequency of these tests will be on quarterly basis from each
monitoring point as mentioned in the BOQ.

NOR-136W3-2025 SP-29

You might also like