C.
1 OFFICE OF THE EXECUTIVE ENGINEER
BUILDINGS DIVISION-III (W&S DEPTT.) KARACHI.
(@ 2 nd . Floor, State Life Buildings No.3, Dr. Ziauddin Ahmed Road, Karachi.
NO. TC/G-55/ 101 of 2025 Karachi Dated. 15 / 05 / 2025
SEALED NOTICE INVITING TENDERS
Sealed tenders are invited as per S.P.P Rules 2010 (Amended up-to-date), from the contractors /
companies / firms / interested persons on Standard Bidding Documents (SBDs) for procurement of the
following works.
Estimated 5% Bid
Cost (Rs. in Contractors Specialized Tender Security in Completion
S.# Name of work million) Category Code (s) Fees millions period
Construction / Reconstruction of Basic C-5 24-
1. Mother Child Health Care Unit at Malir-II, 26.720 & Above CE-1, & CE- 5000 1.336 Months
Karachi. 10
2. Establishment of MCH & emergency C-4 24-
services Hospital at UC Razaqabad, 84.115 & Above CE-1, & CE- 5000 4.206 Months
Main National Highway, Malir-Karachi. 10
S.# Particulars 1st Attempt 2nd Attempt (In case of
un- responded tender)
Last date of receipt of application and issuance of 13.06.2025 30.06.2025
1
tenders after publication of the NIT in newspaper up to
09.30 A.M.
Tender will be received back up to 10:00 A.M and open 13.06.2025 30.06.2025
2
on the same day at 10:30 A.M.
2 Eligibility / Mandatory.
i) Valid Registration Certificate up-to June -2025 and onwards with Pakistan Engineering Council in
relevant category and specialized codes as mentioned against each work.
ii) Experience in similar nature of work(s) executed during the last five years:
i. At least one similar nature of work having minimum cost 80% of the estimated cost of the work.
ii. At least two similar nature works each having minimum cost 50% of the estimated cost.
iii) Bio data of Engineering and Technical staff working with the firm.
iv) Average Annual Financial Turnover not less than equivalent cost of the scheme / project during
last five years. (Turnover will be evaluated from annual returns and Audit Reports.
v) Annual Audit Reports of last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 from
(ICAP) registered audit firm. Audit report issued other than (ICAP) registered audit firms will not be
accepted.
vi) List of Machinery involved in Buildings Construction and equipment available with documentary
evidence its ownership / rented.
vii) At-least 20% or more annual average balance is required in the last 05 years i.e., 2019-20, 2020-21,
2021-22, 2022-23 and 2023-24 to the estimated cost of work applied. Fresh Bank Certificate (in original)
must be attached stating annual average balance of given period.
viii) Bank Statement must be provided for the last 05 years i.e 2019-20, 2020-21, 2021-22, 2022-23 and
2023-24 starting from 1st July to 30th June for each year separately.
ix) Registration with Income Tax Department NTN certificates with activate status with Federal Board of
Revenue.
2
x) Annual Income Tax returns of last five years i.e 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24
xi) Registration Certificate of Sindh Revenue Board Government of Sindh (SRB) certificate (with Active
Status).
xii) Each page of the technical proposal must be numbered and attested by the owner of firm / company
along with its stamp.
xiv) Evaluation Criteria, sub-criteria, for the evaluation of Full Technical Proposals is based on Yes / No OR
Pass/Fail if a bidder fails to obtain yes or pass in any criteria or sub-criteria then he/it shall not be
qualified.
3 Method of Procurement (Single Stage -Two Envelops)
4 Bidding / Tender Documents.
i) Contract documents and other terms and conditions can be seen or downloaded from the official website
of SPPRA i.e., “https://ppms.pprasindh.gov.pk”. The tender fee amount to PK Rs. 5000/- and the bid
security mentioned above in the shape of Call Deposit/Pay order/Bank Guarantee from any scheduled
bank of Pakistan in favour of the Executive Engineer, Buildings Division-III, Karachi on account of
(Name of firm) should be attached with the Technical Bid / Tenders, otherwise such tenders will not be
entertained / accepted.
ii) The tender will be opened in the presence of the Procurement Committee / participating contractors /
firms and their authorized representatives, who may wish to be present,
iii) Bid shall comprise Single Package containing two separate envelops. Each envelop contain separately
the Financial Proposal and the Technical Proposal Envelop shall be marked technical proposal and
Financial Proposal in bold and legible letters to avoid confusion.
iv) TECHNICAL PROPOSAL opened, shall be evaluated for technical qualification of the firms. Financial
bids / proposals of the technically qualified firms shall be opened on the date and time that will be
communicated in writing to all the qualified contractors / firms in advance. Financial bids / proposals of
technically non responsive shall be returned to the respective bidders un-opened.
v) The bid security of the technically responsive bidders but reject due to higher rate will be returned back
after-the issuance of work order to the successful bidder.
vi) In case of any member of procurement committee happens to be out of Head Quarter on the date of
opening bids will be submitted and opened on next working day on same schedule.
vii) Joint venture will not be allowed.
viii) Fresh affidavit with effect that all the documents / particulars / machinery information furnished are
true and correct. In case of Bogus / Tempered or false information / certificates provided by the
company / firm shall be liable to be black listed at any stage.
ix) Details of owner along with CNIC on Judicial Stamp paper (in original), a representative should have
authority on Judicial Stamp Paper from owner (in original). Authority other than Judicial Stamp paper
will not be accepted and such tender will Not be entertained.
x) In case of Firm, giving full particulars of Directors / Proprietors or other connected along with Power
of Attorney. In case opening sole proprietors such undertaking on fresh Affidavit be furnished.
xi) Undertaking on stamp paper (in original) that firm is not involved in any kind of litigation with, any
departmental rift, abandoned or unnecessary delay in completion of any work.
xii) Undertaking on fresh affidavit (in- original) that the firm / company is not currently black listed
by any of the Government Department whether Federal or Provincial.
xiii) The Tenders should be submitted along with the above required documentation / information if any of
such required documents / information lacking then the tender will not be considered by the procuring
committee and no such documents will be accepted after dropping date and time.
Place of submission. Inquiries and opening will be at following place & contact.
3
Address: Office of the undersigned situated in the premises of office of Superintending Engineer,
Works & Services Department, Karachi at the 2nd.Floor, State life Buildings No.3, Dr. Ziauddin
Ahmed Road, Karachi.
Terms & Conditions
a) Under following conditions bid will be rejected: -
i) No conditional electronic and telegraphic bids / Tenders shall be accepted.
ii) Bids not accompanied by bid security of required amount and manner.
iii) Bids received after specified date and time.
b) Bid Validity period 90 - days.
EXECUTIVE ENGINEER
BUILDINGS DIVISION-III
KARACHI
Copy f.w.cs to: -
1. The Chief Engineer, (Buildings) Karachi, for favour of his kind information.
2. The Superintending Engineer Works & Services Department, Karachi, for favour of his kind information.
3. The Director Information (Advertisement) Public relation Department Block -96 Sindh Secretariat Government of
Sindh Karachi along with Copies of the advertisement for its publication in Mass circulating Newspaper in insertion
Only.
4. The Assistant Engineer Buildings Sub-Division (all) Karachi for information.
5. The Members of Procurements Committees - Buildings Division-III, Karachi, for information.
6. Notice Board / Drawing Branch/Head Clerk, for information.
EXECUTIVE ENGINEER
BUILDINGS DIVISION-III
KARACHI