TRIBAL ELECTRIC SUPPLY COMPANY Document .pdf · 2019-09-12 · TESCO clearly mentioning the grounds...

20
TRIBAL ELECTRIC SUPPLY COMPANY LOCAL BIDDING DOCUMENT TENDER NO.CEx/M(MM)/2018-19/120 Hiring of Testing Agency for Recruitment against vacant positions from BPS-5 and above Manager (Material Management) TESCO Ltd. Room No.206, Shami Road, SakhiChashma, WAPDA H/Q, Peshawar RIC SUPPLY COMPANY \EXPRESSION OF INTEREST

Transcript of TRIBAL ELECTRIC SUPPLY COMPANY Document .pdf · 2019-09-12 · TESCO clearly mentioning the grounds...

TRIBAL ELECTRIC SUPPLY COMPANY

LOCAL BIDDING DOCUMENT

TENDER NO.CEx/M(MM)/2018-19/120

Hiring of Testing Agency for Recruitment against vacant positions from BPS-5 and

above

Manager (Material Management)

TESCO Ltd. Room No.206, Shami Road, SakhiChashma, WAPDA H/Q, Peshawar

RIC SUPPLY COMPANY

\EXPRESSION OF INTEREST

TESCO /M(MM)/2018-19/120

2

TRIBAL AREA ELECTRICITY SUPPLY COMPANY PESHAWAR

Phone # (091) 9212006

Fax # (091) 9212950

Office of the

Chief Executive Officer TESCO 213-WAPDA House Peshawar

Tender Registration No.

/Tender Documents Dated:

TECHNICAL PROPOSAL- TENDER NO.CEx/M(MM)2018-19/120

Name of Bidder /Company Name_______________________________

Due by 11:00 A.M on 31.01.2019

Tender will be opened at 11:30 AM on 31.01.2019

Tender shall remain valid for 90 days after opening date.

Sr.

No DESCRIPTION Considering tentative number of candidates are about 57000 (Tick the column to process applications)

Hiring of Testing Agency for Recruitment against vacant positions from BPS-5 and above

General Public Employee Child

1 BPS-5 to BPS-14 approx.50,000

application

approx. 2,000

applications

2 BPS-17 approx. 5,000 application

NOTE:

No information regarding price/bid security shall be attached with the technical bid

The technical evaluation of bidders will be carried out first for the purpose of pre-qualification, whereas financial bids of only the pre-qualified firms will be evaluated. Minimum marks for pre-

qualification are 70%.

I understand that these figures are based on estimation, in case of less number of applicants as per actual processing; I have no claim over the department.

SIGNATURE OF BIDDER

ADDRESS WITH OFFICE STAMP

TESCO /M(MM)/2018-19/120

3

Note: 1. False/wrong information/report provided by any firm will lead to its rejection in bid. 2. Blacklisted firms and those who are debarred from participation are not eligible to participate

in EOI. 3. Minimum qualifying marks for technical proposal/bid will be 70. 4. The financial bid of only those bidders will be opened who qualify the technical bid. 5. Technical bid has 70% weightage whereas financial bid has 30% weightage. The firm who

secures highest weightage will be awarded the contract. 6. The testing agencies have to submit the requisite certificate duly filled in, regarding the

Declaration of Fees, Commission& Brokerage etc. paid for Goods, Services & Works. INTRODUCTION

a) TESCO Introduction

Tribal Electric Supply Company is a Public Limited Company incorporated under Company’s ordinance 1984, and is registered with SECP. TESCO distributes and supplies electricity to consumer within defined geographical area of Khyber Pakhtunkhwa consisting of 7 Nos Tribal Districts and adjacent FRs. We believe Human Resource is the key asset that will enable TESCO to realize its vision. We also believe that it is the quality of the Human Resources and the effectiveness of its organization structure that will enable TESCO to meet stake holders’ expectations for all times to come.TESCO is a non-statutory company. Presently TESCO HR department is practicing HR management functions, based on service structure of government of Pakistan.

b) Scope of The Work

1. The selected testing agency shall be required to conduct written test and physical test (if required) for hiring of human resources having the qualification/experience and other requirements as per jobs advertisement floated by the company.

2. The work will include receiving, handling and processing of applications, preparing database of the applicants as per TESCO requirement, short listing of the applications as per criteria advertised, sharing the lists of eligible and ineligible candidates with TESCO by clearly mentioning the reasons of ineligibility, managing test centers at desired cities all over Pakistan, generation, printing and issuance of Roll No slips(admission cards) to eligible candidates, preparation of question papers as per syllabus/guidelines provided by TESCO, conduct of examination and result processing and announcement by maintaining secrecy transparency and accuracy, through OMR arrangements. The result (inclusive of academics and written test data) will be communicated to TESCO as per prescribed format (within defined time line) both in hard and soft form.

3. The whole process must ensure that all eligible applicants are considered as per different quotas prescribed by the GOP and conveyed by TESCO. The whole process from advertisement of the posts to preparation of merit lists for final interview must take less than 45 days. The assignment will include written test for various positions (BPS 5 and above) in different fields viz Engineering (Electrical & Electronics), Commercial, Technical&Non-Technicalcategories. The Firm will also be responsible to respond/defend and to bear any liability if the process is challenged at any forum/court of law.

Applications Handling: i. The Firm will receive the applications against the advertised posts by assigning an “Application

No.” and with record of “Date of receipt of applications”. This “Application No.” and “Date of receipt of application” should be duly traceable, if required and will be provided to the applicants as acknowledgment of receipt of application.

ii. The firm will develop a valid and reliable database for maintaining the record of all applicants against advertised posts and will ensure the minimum fields of the database as determined by TESCO, the database will be classified information.

iii. The firm must have the ability to process 50,000 or above applications for recruitment of different categories at a single time.

iv. The Firm will be responsible for answering any query raised by the applicants and will resolve/guide the candidates in case of any difficulty/ambiguity faced by them during the application process by maintaining a valid telephone number and a responsive e-mail facility.

v. The Firm will ensure a mechanism that applicants may track their applications and may know the updated status. Moreover, candidates must be intimated/notified via email, SMS, postal letters (only for dispatch of Roll No. Slip) of information regarding application/registration statuses, tests center, Test timings etc. in a timely manner.

TESCO /M(MM)/2018-19/120

4

vi. The screening of the applications will be made by the Firm as per the TESCO provided guidelines and generate the list of ‘Eligible’ and ‘Ineligible’ candidates.

vii. The Firm will send the lists of eligible and ineligible candidates immediately after closing dates to TESCO clearly mentioning the grounds of being not eligible.

viii. The firm will be liable to pay penalty to TESCOon account of deficiencies/faults in information handling/data entry that may hamper the recruitment activities and affect the fairness of process.

Pre Test Tasks i. The firm will issue and communicate Roll No. / ID No. to the eligible candidates to hold their test. ii. The authorized security personnel of the firm will ensure that no mob gathers near the examination

halls / centers. iii. The firm will seek assistance of local police authorities in case of emergency condition. The firm will

arrange test centers / examination halls through its own resources and ensure availability of all requisites at the test centers.

iv. The firm must have a pool of experts from diverse disciplines and must have expertise for setting of question papers according the prescribed and required qualification of the advertised posts, observing strict confidentiality.

v. The written test will be based on the following qualification types as per BPS :

Basic Pay Scales Qualification Type

BPS 5 - 10 Intermediate & Below as per advertisement

BPS 11 - 14 Graduation & Below as per advertisement

BPS 17 Bachelors / Masters and Equivalent as per advertisement

vi. The firm will set and print multiple series objective Type Test Booklets with reference to

syllabus/prescribed/required qualificationas per requirement of TESCO. vii. The firm shalldesign OMR answer sheets with carbon copies where carbon copy of

answersheetswill be retained by the applicant to ensure transparently. viii. The firm will make the delivery as well as collection of Question /Answer Sheets to and from the

examination centers under fool proof security. ix. The firm will enclose the details of their technical capabilities/competencies and infrastructure for all

above processes with also explaining availability of a secured printing press or the printing unit to handle the sensitivity and security/confidentiality involved in the printing activities.

Conduct of Examination (In Multiple cities)

i. The selected executing agency shall conduct Written Test of the shortlisted, eligible registered candidates. The test shall be conducted at the convenient location,at least, in Karachi, Hyderabad,Sukhar, Lahore, Multan, Faisalabad, Peshawar, D.I. Khan, Kohat, Quetta and Islamabad etc.

ii. The firm will make sure the availability of tests centers at least at the locations as mentionedabove to provide ease of access to candidates appearing in nation vide tests.

iii. The firm shall print Center-wise, Roll No. wise, Name wise lists of eligible applicants. iv. The firm will also take attendance on sheets from each center. v. Collection of test materials e.g. Question/answer sheets, etc. on completion of examination and

sealing of answer sheets under supervision of examination observer, center superintendent and authorized officers shall be responsibility of the firm.

vi. Physical/ skill test will be conducted by the agency for the post of ALM as per prescribed criteria. Post Test Requirements

i. The firm will ensure provision of Answer keys on its website under intimation to TESCO within 48 hours from conduct of tests.

ii. The authorized representatives of the firm will collect answer sheets from the candidates at each center and ensure that attendance sheet and number of answer sheets match.

iii. Pre-validate all the answer sheets before scanning and their double scanning of answer sheets iv. Identification of double marking and other errors, highlighted by OMR machine. v. Answer Database to be compared with correct answers to give the score for each applicant. vi. Perform manual counter checking of results randomly. vii. Generation of merit list of candidates for each category as per the guidelines received from TESCO.

2) Bid Evaluation/Qualification Criteria

For the purpose of determining the qualified evaluated bid, factor other than price such as Technical credibility of the Bidder will be considered. For this purpose, an evaluation committee will be constituted for evaluation of technical and financial proposals.

TESCO /M(MM)/2018-19/120

5

General Information for Evaluation Criteria:

Following Criteria will be used for short-listing of Firm:

Organizational Structure of the Firm alongwith available required manpower with their qualification and experience.

The firm must provide the list of clients/projects where the bidder has done similar work.

Registration with FBR / PRA under the category of sales & income tax.

List of Human and Financial Resources of the participating firm.

Annual financial turnover of the firm.

3) BIDDING/EVALUATIONPROCEDURES a) Method of Procurement: Single stage two envelope procedure as per PPRA Clause-36(b) technical

and financial bids shall be adopted. 1. The bid shall comprise a single package containing two separate envelopes. Each envelop shall

contain separately the financial proposal and the technical proposal 2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion 3. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened 4. The envelop marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the procuring

agency without being opened 5. The procuring agency shall evaluate the technical proposal in a manner prescribed in advance, without

reference to the price and reject any proposal which does not conform to the specified requirements. 6. The financial proposals shall be opened publicly at a time, date and venue announced and

communicated to the bidders in advance 7. After the evaluation and approval of the technical proposal the procuring agency, shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

4) SPECIAL CONDITIONS a) Conditional Bids / Rates will not be entertained / accepted. b) Bid submission / Tender opening date & timings shall be observed strictly. c) Bidder has to submit the requisite Certificate duly filled in, regarding the Declaration of Fees,

Commission & Brokerage etc paid by you about Goods, Services & Works. d) Cartel / pool rates are strictly prohibited. The firms found involved in collusive practice shall be dealt

under PPRA Rules / PEPCO instructions. e) In case of holiday announced by the Govt. of Pakistan, strike in TESCO or any other reasons what so

ever due to which this office remains closed on the above scheduled tender opening date, the tender will be opened on next working day at same time and place / venue.

5) GENERAL CONDITIONS a) Only one rate / price should be quoted. The rate shall be quoted for full services. Bidders are not

allowed to quote rate partially. b) The prices, exclusive of applicable percentage of sales tax shall be firm and final and not subject to

escalation for any reason what so ever. The conditional prices shall not be accepted. c) The prices should include present duties and applicable taxes. In case the present duties and taxes

are increased or new taxes/duties are imposed by the Govt. during the currency of the Contract, the same will be paid extra on production of documentary evidence. In case of decrease in duties/taxes by Govt., the price will be decreased accordingly.

d) Eligibility Criteria: This bid is open to all firms/individuals meeting the following minimum criteria: i. Individual / Private limited Firms/Companies with Income Tax / GST Certificate (Copies of

appropriate certificates to be attached.) ii. The bidder has not been blacklisted by Govt., Semi Govt. and Autonomous Body (Undertaking

on non-judicial paper of Rs. 100 is to be attached).

TESCO /M(MM)/2018-19/120

6

EVALUATION CRITERIA FOR TESTING AGENCY:

2.2 Testing projects handled for the Government Projects

and relevant to hiring of human resources

20

≤10 5

Documentary

evidence required >10≤20 10

>20 ≤30 15

≥31 20

2.3 Testing projects handled with the tests conducted all

over Pakistan at the same time & date

10

≤10 3

Documentary

evidence required >10≤20 5

>20 ≤30 10

3 Proposed Work Plan 10

Conformity to schedule of requirements/ TORs,

expected work plan, and creative works

Parameters against which technical evaluation

shall be done

Scoring

brackets

Total

Mark

1 Company Profile 25 SECP Registration/ Incorporation Certificate

1.1

No. of years in relevant services: 8

< 3 years 0

≥3< 5 years 2

≥ 5 ≤ 7 years 4

> 7 ≤ 10 years 6

> 10 years 8

1.2 No. of Employees, Relevant Qualifications and

experience of team assigned

12 Consolidated payroll of the employees

1.2.1

Number of permanent employees 3 Employment contract, / certificate of the last one year employment will be required.

Number of employees ≤ 50 1

Number of employees >51 3

1.2.2

Relevant Qualifications and experience of team 9

Relevant Experience with educational certifications

and but ≤5 years experience in the field

4

Relevant Experience with educational certifications

and >5 years experience in the field

9

1.3 Quality Compliance 5 Valid ISO 9001 or 27001 Certification

2 Relevant Experience / Projects 40

2.1

Testing Projects Handled so far 10

≤100 3

Documentary

evidence required

>100 ≤200 5

≥200 10

TESCO /M(MM)/2018-19/120

7

3.1 Proposed work plan NOT relevant to Schedule of

Requirements/ TORs Conformity to schedule of

requirements/ TORs, expected work plan, and

creative works relating to the contract as required by

the bidding documents

0

3.2 Proposed work plan relevant to Schedule of

Requirements/ TORs /work plan, and methodology of

testing/project relating to the contract as required by

the bidding documents

07

3.3 Proposed work plan relevant to Schedule of

Requirements/ TORs /work plan, and methodology of

testing/project with the innovative best proposed

mechanism of Testing for hiring of human resources

meeting the criteria beyond the mentioned

expectations validating the transparency/merit

10

4 Financial Strength / disclosure of the Firm

1

Audited Financial

Statements of the last

five years

4.1 Financial disclosure/ compliance -Annual audited accounts (01) mark for each year 5 years & above (max marks 05)

5

- Assets worth each 10 million (01 mark) to the maximum of

50 million and above (max marks 05)

5

5 Staffing – human resource strength

1

5

a) Engr/Technical experts

5 Consolidated payroll

of the employees be

attached. i. PhD Engr 2.5

ii. MSc Engr 1.5

iii. BSc Engr 1

b) Financial experts 5

-do-

i. PhD 2.5

ii. MS/M.Phil 1.5

iii. Master (MBA/M.Com or equivalent) 1.0

c) Management experts

5

-do- i. PhD 2.5

ii. MS/M.Phil 1.5

iii. Master (MBA/MPA/MA HR or equivalent) 1

TOTAL 100

10

15

TESCO /M(MM)/2018-19/120

8

1 The bidder shall comply qualification Criteria.

2 Only the bids declared eligible shall be further evaluated.

3 Those bidders who received 70 marks or more than 70 marks in technical bid shall be eligible to be declared as responsive bidders.

4 The Financial Bid of only responsive bidder will be opened.

5 The contract will be awarded to the qualified bidder upon accumulative marks scored in both i.e. technical + financial bids.

6 Formula For calculation of Financial Marks = Lowest offer/quoted rate*total mark of financial i-e 30 Marks

7 Optional/Conditional Bid will not be accepted.

Financial Bid Marks = 30

Technical Bid Marks = 100

Technical Bid qualifying Marks = 70 %

1. Bid will be considered non-responsive if the bidder’s previous performance, against WAPDA/DISCOs/local / international contracts /work orders is found un-satisfactory.

2. Any deviations in tender specification shall be liable for the rejection of bid/ EOI. 3. Arithmetical errors will be rectified on the following basis: - * If there is a discrepancy between the words and figures the amount in words shall prevail.

* If there is a discrepancy between the total tender price entered in form of tender and the total shown in schedule of prices the amount stated in the Form of tender will be corrected by the contracting officer in accordance with the corrected schedule of prices.

4. Tenders indicating the delivery/ completion of work beyond date specified in tender schedule will be declared non-responsive.

5. The bidder must be registered with income tax and sales tax department.

e) Bid may be rejected forthwith if:- (1) The bidder submits substantially incomplete bid or only the copies of the bid are submitted without

original bid. (2) The bid is submitted on other than the prescribed from or is incomplete or conditional. (3) The bid is illegible in any material / equipment, part or contains alternations, additions, deletions,

erasers or other irregularities. (4) Submitted by a bidder who has previously failed to perform properly works of similar nature (5) Bid is in some way connected with bids submitted under names different from his own. (6) The offer is not accompanied with schedule of technical data and schedule of deviation (if any) duly

filled in and signed (in duplicate). f) Payment Clause:

50% will be directly charged from the applicant by the Testing Agency& the remaining 50% will be paid by TESCO upon submission of bill having attendance sheet.

g) Submission Of Bid: The complete offer in Duplicate (Original &One Copy) should be filled as under:-

i. The original Bid and other enclosed documents shall be typed or written in indeletible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the bidder to the Contract.

ii. The letter of authorization shall be indicated by written power-of-attorney accompanying the Bid. iii. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or

persons signing the Bid. iv. The Bid shall contain no interlineations, erasures or over-writing except as necessary to correct

errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

v. The bidder shall clearly mention all information precisely regarding bid validity, delivery schedule, terms of payment and the schedule of technical data / Literature. Any incomplete information as required shall render the offer for rejection.

vi. The tender prepared by the tenderer and all correspondences and documents relating to the tender shall be written in English Language.

vii. No tender may be modified by a tenderer after dead line for submission of tender.

h) Sealing & Marking Of Bids:

TESCO /M(MM)/2018-19/120

9

1. The bidder shall seal the original and each copy of the bid in an inner envelope, duly marking the envelope as “Original” or “Copy”. The inner envelope shall then be enclosed in an outer envelope.

In the event of discrepancy between them the Original shall prevail. 2. The inner and outer envelopes shall be: (i) addressed to the procurer at the following address:

Director MMTESCO, WAPDA House, Shami Road, Peshawar, Tender No 120 and the words “DO NOT OPEN BEFORE _(11:30)_ ON _(31/01/2019)_” shall be written on them.

(ii) Bids envelop shall clearly be marked “Testing Agency for TESCO” (iii) In addition to above, 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.” (iv) If the outer envelope is not sealed and marked, the procurer will assume no responsibility for the

bid’s misplacement or its premature opening. i) Late Bid:

Bidder will himself be responsible for ensuring that his bid is submitted in accordance with the instructions stated herein. Any bid not submitted by the deadline prescribed for submission of Bids will not be considered even if it becomes late as a result of circumstances beyond the Bidder’s control. Any tender received by the procurer after the date and time of tender opening will be returned un-opened to such tenderer.

j) Clarifications / Amendment of Bid Schedule:

1. At any time prior to the deadline for submission of Bids, the procurer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Bidding Documents by amendment.

2. The prospective Tenderers requiring any clarification (s) in respect of tender documents may notify the procurer i.e. DirectorMMTESCOPeshawar in writing on FAX091-9212950 or at the mailing address of said office. Procuring agency will examine the request for clarification of the Tender Documents which it receives not later than 7-days prior to the dead-line for the submission of tenders and if needed will issue the clarification/amendment of the Tender Documents at-least 7-days before the date of submission of Tenders (without identifying the source of enquiry) to all prospective tenderers who have purchased the Tender Documents.

3. The amendment will be notified in writing or cable to all prospective Bidders who have received the Bid schedule / Bidding documents and will be binding on them.

4. In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their Bids, the procurer may at its discretion extend the deadline for the submission of Bids.

k) Force Majeure: The right of TESCO to terminate the Contract, or to claim penalty or liquidated damages shall be subject to the following circumstances, provided as a result of all or any of these events there has been delay in the Performance of the firms, or the Contract has become incapable of being performed:-

1. Act of God; 2. Act of State, 3. War or any Act of the Enemy; 4. Lock outs, Riots or Civil Commotion; 5. Injunction granted by a Court of Competent jurisdiction not resulting from any fault of the

Manufacturer or Suppliers; l) Responsibility For Executing The Contract:

The firm will be entirely responsible for the successful execution of the contract in all respects in accordance with the terms and conditions as specified in the contract including the schedule.

m) Failure And Termination: 1. If bidder fails to deliver the services in accordance with the agreed upon timelines, the procurer

shall be entitled at his option either; (a) To recover from the firm, liquidated damages levied at the rate of two percent (2%) per month or

a fraction thereof, subject to a maximum of ten percent (10%) of the Contract Price, (i) Where un-delivered service/deliverable hold up the use of other Services /deliverables,

liquidated damages shall be levied on the total value of the Contract. (ii) The recovery of liquidated damages mentioned above can be effected from any payment due

to you from any unit of TESCO/DISCOs/GENCOs/NTDC/WAPDA,

TESCO /M(MM)/2018-19/120

10

(b) To purchase services from elsewhere without notice to you at your risk and cost, the services not delivered, without canceling the contract in respect of the consignment not yet due for delivery.

(c) To cancel the contract at the firms risk and cost (d) In the event of action being taken under (b) or (c) above, the firm shall be liable for any loss which

the procurer may suffer on the account; but you shall not be entitled to any gain on repurchase made against the work order.

2. If during the course of execution of contract, the firm is black-listed by DISCOs/GENCOs/NTDC/WAPDA/TESCO, or any other Govt. Organization, the procurer may proceed with all or any of the actions detailed below:

(a) To allow the contract to run its course till completion in accordance with the terms and conditions of Contract

(b) To stop further services with or without financial repercussions (c) To cancel the contract with or without reservation or rights

3. While determining liquidated damages the procurer shall not consider any of the following circumstances, a cause under “FORCE MAJEURE” and shall not allow any relaxation in the liquidated damages on the account:-

(a) Delay on the part of the contractor in the arrangement of requirements under its scope (b) Defect or failure occurring to any module/deliverable installed at the contractor works during the

currency of the contract The procurer may proceed with all or any of the actions detailed below:

a) To allow the contract to run its course till completed in accordance with the terms and conditions of Contract.

b) To stop further services with or without financial repercussions; c) To cancel the contract with or without reservation or rights.

n) Confidentiality / Non-Disclosure Agreement (NDA) The Contractor shall keep confidential all Company (TESCO) data and information connected with the business of the Company (TESCO) or which comes to the Contractor’s knowledge under or as a result of the Contract and shall not disclose to any third party or use it other than for performance of the Services except: -

With the prior written contact of the Company (TESCO); or By requirement of law

o) Arbitration / Resolution Of Disputes i. Any difference or dispute arising out of or in connection with the contract which cannot be

amicably resolved shall be referred to Arbitration in Peshawar, Pakistan, to two Arbitrators, one to be appointed by each party for such difference/dispute. Fee of the Arbitrator appointed by the Company shall be paid by the “Company” and fee of the Arbitrator appointed by the Contractor shall be paid by the “Contractor”. In case of the judgment of the said Arbitrators being at variance, the matter shall be referred to an “Umpire”, who shall be appointed by both the said Arbitrators. The Umpire shall be retired judge of a High Court or the Supreme Court of Pakistan. Fee of the Umpire shall be paid half by the Company and half by the Contractor. Such Arbitrators and Umpire shall proceed to adjudicate the dispute in accordance with the Arbitration Act, 1940 as amended from time to time.

ii. The agreement shall be governed by Pakistan Law and the arbitration language shall be in English.

iii. During the course of arbitration, the Contractor shall not suspend the performance of his responsibilities and obligation under the Contract unless authorized by TESCO in writing to do so.

p) Termination of Contract

i. Either party shall be entitled to terminate the contract on a prior written notice of threemonths, without being required to assign any reason for the same.

ii. In the event, the contractor defaults on any/all of its obligations under the contract and/or the employer finds the contractor’s performance to be unsatisfactory, the employer shall give a 14-day notice to the contractor requiring it to rectify the same. Should the contractor fail to rectify its default/unsatisfactory performance within the notice period, the employer shall be entitled to terminate the contract forthwith.

iii. On termination, the contractor shall be liable to provide the employer with any/all records / information of the work executed by him, during the pendency of the contract.

iv. If the contractor fails to comply with the terms of contract as per agreed stipulation and conditions, the company reserves the right to blacklist that poor performer to create an embargo from entering into any future contracts apart from termination of existing contract. A

TESCO /M(MM)/2018-19/120

11

show cause notice/charge sheet will be served before this action in order to provide an opportunity to the contractor to defend his position within a stipulated time and decision of the company will be final.

q) Rejection of The Bid: i. TESCO reserves the right to reject any or all bids without mentioning any reason or which

do not meet the intent of the specifications or where there is evidence of lack of competition. ii. TESCO is not bound to accept the lowest priced bid or any particular bid or any part of a bid. iii. In case of rejection as per sub-clause i) & (ii), TESCO will not be responsible to pay the

expenses or losses which may be incurred by any tenderer/bidder in preparation of his bid. r) Bid Bond:

i. Bidders are required to submit a bid bond in the form of a bank draft or bank guarantee or a pay order/CDR from a scheduled bank in Pakistan value of which shall not be less than 2 % of total quoted value for 90-days including the sales tax favoring Tribal Electric Supply Company Ltd.

ii. This amount shall be liable to be forfeited, if the lowest evaluated bidder fails to honor its bid or tries to wriggle out of his commitments due to any reason, whatsoever either before announcement of the contract or after award of contract to the successful bidder.

iii. The Bid Bond must be enclosed with the Financial Bid and a certificate in this regard be accompanied with technical proposal without mentioning the value (in Rs.) of the Bid Bond.

iv. If a Firm/Contractor fails to provide bid bond of required value i.e. 2 % (to be calculated considering tentative number of candidates are about 50,000 (fifty thousand) of total value of contract the financial bid shall stand disqualified.

v. Bid Bond must be attached with Financial proposal under separate sealed envelope whereas all other relevant/ technical document should be attached with Technical proposal.

s) Performance Warranty Bond/ Guarantee i. Within 15 days after the notification of award of contract, the successful contractor shall

furnish a Performance Bond Guarantee on the stamp paper (Specimen attached, Annex - 6), value of which shall be equal to 10 %(to be calculated considering tentative number of candidates are about 50,000 (fifty thousand) of the total value of contract for 18-months including the sales tax on a bank draft/pay order or bank guarantee favoring Tribal Electric Supply Company Ltd. This amount shall remain valid for 12 months after end of agreement.

ii. If the contractor fails to comply with any terms and conditions of the contract, his performance bond shall be forfeited. Decision of TESCO in this respect shall be final and binding on the contractor.

t) Validity of Bid:

i. Bidder’s offer must remain valid for a period of 90 days from closing date of the tender / date of opening of bids.

ii. TESCO, however, may request for extension of validity of bids without any change in quoted price and other terms and conditions. The bidder(s) may refuse to extend validity of their bid beyond their quoted validity.

u) Extension of Contract

The contract can be extended upto 1 year, on same rates along with same terms and conditions subject to satisfactory performance certificate issued by the Director General (HR) or any officer appointed by CEO, TESCO.

6) DOCUMENTS / SAMPLES / CERTIFICATES TO BE SUBMITTED ALONGWITH THE BID:

1. Certificate that General Conditions of Contract for purchases by PEPCO / WAPDA dated 12/08/1984 amended up to date and latest purchase procedure PPRA-2004 (amended to date) are acceptable to the bidder and are hereby agreed to by the bidder.

2. Certificate that the services will be provided as per the terms and conditions as laid out in the bidding document. 3. Declaration of fees, commission and brokerage etc. payable by the suppliers of goods, services and works in contracts worth Rs.10

Million or more. 4. Letter of authorization from the service provider indicating written power-of-attorney must be accompanied the Bid. 5. Satisfactory performance certificate issued by previous clients 6. Deposit receipt of tender fee in original. 7. Undertaking on Non-Judicial paper of Rs. 100, that the Bidder has not been blacklisted by Govt., Semi Govt. and Autonomous Body 8. Photocopy of National Tax Certificate of the Firm/Contractor/Service provider 9. Valid Professional Tax clearance certificate 10. Information of the firm/ service provider (Format at Annexure-1) 11. Information as mentioned in “Performa for Evaluation Criteria. 12. Summary of project with name of the clients handled in last 4-10 years as per attached format (Annexure-2) 13. Names and short CV’s of the proposed experts as per attached format (Annexure-3)

TESCO /M(MM)/2018-19/120

12

14. Bid Security and performance guarantee as per attached format at (Annexure 6 & 7) 15. Any other document in support of Claim

NOTE: Bid Bond must be attached with Financial Proposal under separate sealed envelope whereas all other relevant/ technical documents/information should be attached with the Technical Proposal.

TESCO /M(MM)/2018-19/120

13

(Annexure-1)

INFORMATION FORM

[Name of Entity]

Assignment: _____________________

Project: _____________________

Date: _____________________

1. Name of consultant/ Service provider

Address

Telephone No(s)

Fax Number

E-mail Address

ii) Description of the firm [owner ship/Organization]

iii) Experience (No. of years)

iv) No. of man power required to deployed for this project with their specifications and related

experience

v) Additional information (if any but relevant)

Yours Truly,

Name of authorized representative

Position:

Date:

TESCO /M(MM)/2018-19/120

14

(Annexure 2)

(FORM-A)

(NAME OF THE SERVICE PROVIDER FIRM)

SUMMARY LIST OF PROJECT HANDLED

(Services carried out in similar project)

Sr. No

Name of the

project

location Province / Country

Client Cost of Project

Implementation Start--------------------

- Completion-----------

Total cost of the services

Scope of services

1

2

3

Only relevant scope of services be selected

TESCO /M(MM)/2018-19/120

15

(Annexure-3)

(Form–B)

FORMAT OF CURRICULUM VITAEOF PROPOSED EXPERTS TO BE DEPLOYED

(To be filled by Service provider firm)

(Against nominated positions as provided in evaluation criteria)

1. Name of the Firm :

2. Name of the Nominee :

3. Academic Qualification :

4. Years with the Firm :

5. Relevant Experience :

6. Required Computer Skills : :

7. Languages (In speaking, reading and writing as Degree of Proficiency

Excellent-Good-Fair-Poor)

8. Certification I, the undersigned, certify that, to the best of My knowledge and belief, the se bio-data correctly describes Myself, my qualifications and my experience. Signature: Dated: day/month

TESCO /M(MM)/2018-19/120

16

Annexure-4

INTEGRITY PACT DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC-

PAYABLE BY THE SUPPLIERS OF GOODS. SERVICES & WORKS IN Contract Number: _____________________ 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 or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice. Without limiting the generality of tire foregoing, [name of Supplier] represents and warrants that it has frilly 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 tire 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 tire 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 right 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. _________________ _________________ [TESCO] [Seller/Supplier]

TESCO /M(MM)/2018-19/120

17

Annexure-5

FORM TO TENDER SECURITY

(Bank Guarantee)

Guarantee No.______________

Executed on________________

Expiry Date________________

Letter by the Guarantor to the Procurer.

Name of Guarantor (Bank) with

address:__________________________________________________________________

Name of Principal (Bidder) with address:

_______________________________________________________________

Penal Sum of Security (express in words and figures):

_______________________________________________________

L.O.I/Contract No.__________________________ Dated __________

Letter of Acceptance No._____________________ Dated __________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid 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 “Procurer”) in the sum of the amount 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 Principal has accepted the Procurer’s above said Letter of Acceptance for ____________________________________________ (name of Contract) for the _____________________________________________(Name of Project) NOW WHEREAS, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings, covenants, terms and conditions of the said Documents during the original terms of the Said Documents and any extensions thereof that may be granted by the Procurer, 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 that may hereafter be made, notice of which modifications to the Guarantor being hereby waived, then, this obligation to be null and void; otherwise to remain in full force and effect till________________(Date). We, _____________________________________(the Guarantor), waiving all objections and defenses under the Contract, do hereby irrevocably and independently guarantee to pay to the Procurer without delay upon the Procurer’s first written demand without cavil or arguments and without requiring the Procurer to prove or to show grounds or reasons for such demand any sum or sums up to the amount stated above, against the Procurer’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 Procurer’s designated Bank & Account Number i.e ______________________ PROVIDED ALSO THAT the Procurer shall be the sole and final judge for deciding whether the Principal (Contractor) has duly performed his obligation under the Contract or has defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated above upon first written demand from the Procurer forthwith and without any reference to the Principal or any other person. IN WITNESS WHEREOF, the above bounden Guarantor has executed this Performance Guarantee 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.

__________________

TESCO /M(MM)/2018-19/120

18

(Guarantor (Bank)

Witness 1: Name : ______________________

CNIC NO. _____________________ Signature__________________

Witness 2: Name : ______________________

CNIC NO. _____________________ Signature__________________ ______________________ Title. ___________________

(Corporate Secretary (Seal)

2. ______________________ ____________________________

_______________________ ____________________________ (Name, Title & Address) (Corporate Guarantor)

TESCO /M(MM)/2018-19/120

19

Annexure-6

PERFORMANCE GUARANTEE FORM FORM OF PERFORMANCE SECURITY

(Bank Guarantee)

Guarantee No.______________

Executed on________________

Expiry Date________________

Letter by the Guarantor to the Procurer.

Name of Guarantor (Bank) with address:______________________________________________

Name of Principal (Bidder) with address: ______________________________________________

Penal Sum of Security (express in words and figures): ___________________________________

L.O.I/Contract No.__________________________ Dated __________

Letter of Acceptance No._____________________ Dated __________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid 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 “Procurer”) in the sum of the amount 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 Principal has accepted the Procurer’s

above said Letter of Acceptance for ____________________________________________ (name of Contract)

for the _____________________________________________(Name of Project)

NOW WHEREAS, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings,

covenants, terms and conditions of the said Documents during the original terms of the Said Documents and

any extensions thereof that may be granted by the Procurer, 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 that may hereafter be made,

notice of which modifications to the Guarantor being hereby waived, then, this obligation to be null and void;

otherwise to remain in full force and effect till________________(Date).

We, _____________________________________(the Guarantor), waiving all objections and defenses under

the Contract, do hereby irrevocably and independently guarantee to pay to the Procurer without delay upon the

Procurer’s first written demand without cavil or arguments and without requiring the Procurer to prove or to

show grounds or reasons for such demand any sum or sums up to the amount stated above, against the

Procurer’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 Procurer’s designated Bank & Account Number i.e

_________

PROVIDED ALSO THAT the Procurer shall be the sole and final judge for deciding whether the Principal

(Contractor) has duly performed his obligation under the Contract or has defaulted in fulfilling said obligations

and the Guarantor shall pay without objection any sum or sums up to the amount stated above upon first

written demand from the Procurer forthwith and without any reference to the Principal or any other person.

IN WITNESS WHEREOF, the above bounden Guarantor has executed this Performance Guarantee 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.

__________________

(Guarantor (Bank)

Witness 1: Name : ______________________

CNIC NO. _____________________ Signature__________________

Witness 2: Name : ______________________

CNIC NO. _____________________ Signature__________________

______________________ Title. ___________________

(Corporate Secretary (Seal)

2. ______________________ ____________________________

_______________________ ____________________________

(Name, Title & Address) (Corporate Guarantor)

TESCO /M(MM)/2018-19/120

20