Sunteți pe pagina 1din 67

Bid Doc for crossing timbers - Table of Contents A

Pakistan Railways
SECTION 1: INVITATION FOR BID

To,
-------------------------------------------
-------------------------------------------

The Project Director, 87-Kms(CTR) LON-SDR section, Pakistan Railways (the


Purchaser) invites sealed bids (Technical & Financial Proposals) for the
procurement of following items on FOR basis.

Tender No: 835-W/8-1/LON-SDR/87 KMS(CTR).


Description: Hard wood crossing timbers of sizes.
Approx. Quantity: 2000Nos/10000Cft.
Approx. Cost: Rs. 40 Million.
Earnest Money: Minimum 2% of the bid price.
Completion Period: Four Months.

2. A complete set of Bidding Documents may be purchased on and after the date of
selling upon submission of a written request from the following office on the
payment of a non-refundable fee of Rs.2500/-.

The Project Director, 87-Kms(CTR) LON-SDR section, Pakistan Railways,


Headquarters Office, Lahore, (Phone No.042-99205049)

3. Bidding will be conducted based on Single Stage - Two Envelope procedure.


4. The Bidders not registered with CCP office must submit a Bid Security (in the form
and amount specified in Bidding Data) and all other documents as stated in the
Bid Documents and must be delivered before the closing date and time at the
address stated in Bid Documents or any extended date as advised through
subsequent addendum, if any. Bids will be opened half an hour thereafter in the
presence of Bidders' representatives who choose to attend.
5. For the Bidders registered with CCP Office no separate / extra Bid Security is
required if required Bid Security falls within the scale of standing security. In case
the required Bid Security exceeds the standing security the procedure for
participation has been specified in Bidding Data.
6. Interested eligible Bidders may obtain further information from the Bidding
Documents available at the address given below.
(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE,
LAHORE.
: 042-99205049. M/W #: 042-2607

Pakistan Railways
TABLE OF CONTENTS

Description Page
No.
SECTION 1 INVITATION TO THE BIDS 1
SECTION 2 INSTRUCTIONS TO THE BIDDERS 2
1 Definitions 2
2 Tendering Procedure 2
3 Scope of bid 2
4 One bid per bidder 2
5 Cost of bidding 2
6 Contents of bidding documents 2
7 Amendment of bidding documents 3
8 Bid security 3
9 Bid validity 4
10 Sealing & marking of bids 4
11 Format and signing of bids 4
12 Dead line for submission of bids 5
13 Bid opening and evaluation of technical proposal 5
14 Evaluation of technical proposal 5
15 Announcement of evaluation and public opening of financial proposal 5
16 Purchasers right to accept any bid and to reject any or all bids 5
17 Award of contract 5
18 Acceptance of all items, any one item or part of an item 6
19 Bidder can quote rate for all items or any No. of items 6
20 Minimum quantity to be offered 6
21 Notification of Award 6
22 Performance Security 7
23 Signing of Contract /Purchase order 7
24 Delivery of Goods 7
25 Integrity pact 7
BIDDING DATA 8
SECTION 3 GENERAL CONDITIONS OF CONTRACT (GCC)
1 Definitions 9
2 Law governing the contract 10
3 Language 10
4 Notices 10
5 Headings 10
6 Scope of the contract 10
7 Fraud and corruption 10
8 Commencement of supply/delivery of goods 11
9 Delivery period and rate of delivery 11
10 Price adjustment 11
11 Force Majeure 11
12 Termination 12
DESCRIPTION Page
No.
SECTION 3 13 Sub-letting of contract 13
14 Liquidity damages 13
15 Extension of delivery period/time 14
16 Patent indemnity 14
17 Warranty 14
18 Technical specifications, drawings, standards and patterns 15
19 Performance security 15
20 Delivery of goods 15
21 Inspection of goods 15
22 Goods expended in tests 16
23 Rejection of goods 16
24 Increase or decrease of contract quantity 17
25 Packing of goods and packing material 17
26 Payment of goods supplied 17
27 Copy right 17
28 Confidentiality 17
29 Amicable settlement 18
30 Dispute settlement 18
31 Taxes and duties 18
32 Treating Purchase Order as fully complied in case of short supply 18
SECTION 4 SPECIAL CONDITIONS OF CONTRACT (SCC) 19
SECTION 5 TECHNICAL PROPOSAL 21
Form Tech -1 – General Information of Bidder 22
Form Tech – 2 – Confirmation of Specification and Delivery Period 23
SECTION 6 FINANCIAL PROPOSAL 24
Form Fin-1 – Rate and Cost offered 25
SECTION 7 APPENDICES 26
Appendix-A - Schedule of Requirements 27
Appendix-B – Standard Format of Bank Guarantee for Bid Security 28
Appendix-C – Evaluation Criteria 30
Appendix-D – Standard Format for Performance Security 31
Appendix-E – Standard Format of Purchase Order 33
Appendix-F – Standard Format of Integrity Pact 36
SECTION 8 SPECIFICATIONS 37
SECTION 9 DRAWINGS 47

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
SECTION 2: INSTRUCTIONS TO BIDDERS
1. Definitions
(a) “Government of Pakistan” means the Government of Pakistan and all its
associated departments, agencies, autonomous/semi-autonomous
bodies, boards, universities and similar other organizations.
(b) "Purchaser" or "Client" or "Employer" means the President of Pakistan
acting through Chief Controller of Purchase, Pakistan Railways.
(c) “Supplier” or "Contractor" means the person, firm or company, private or
government entity, or a combination of the above, whose bid to perform the
Contract has been accepted by the Purchaser and is named as such in the
Purchase Order / Contract Agreement.
(d) “Bid” means the Technical Proposal and the Financial Proposal
submitted by the Bidder.
(e) "Bidders" means the person, firm or company, private or government entity,
or a combination of the above participating in the bidding procedure.
(f) “Goods” means all of the commodities, raw material, machinery and
equipment, and/or other materials that the Supplier is required to supply
to the Purchaser under the Contract.
(g) “Contract” means the Purchase Order or Contract Agreement entered into
between the Purchaser and the Supplier, together with the other
Documents referred to therein, including all attachments, appendices, and
all documents incorporated by reference therein.
(h) "Inspecting Officer" means the person, firm or department nominated by
the Purchaser to inspect the stores on his behalf and the deputies of the
Inspecting Officer so nominated.
2. Tendering Procedure
The Purchaser will select a Supplier / Contractor in accordance with Single
Stage – Two Envelope tendering procedure of Public Procurement Rules, 2004
including all amendments to date.

3. Scope of Bid
The Purchaser wishes to receive bids for the supply of goods as described in
Schedule of Requirements attached as Appendix-A.

4. One Bid per Bidder


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 will be
disqualified.

5. Cost of Bidding
The Bidders shall bear all costs associated with the preparation and submission of
their respective bids and the Purchaser will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
6. Contents of Bidding Documents

Pakistan Railways
The Bidding Documents, in addition to invitation for bids, are those stated below
and should be read in conjunction with any Addenda.
i) Instructions to Bidders & Bidding Data.
ii) General Conditions of Contract (GCC).
iii) Special Conditions of Contract (SCC).
iv) Technical Proposal.
v) Financial Proposal.
vi) Appendixes.
vii) Specifications & Drawings (if any).
7. Amendment of Bidding Documents
At any time prior to the deadline for submission of bids, the Purchaser may modify
the Bidding Documents by issuing addendum. Any addendum thus issued shall be
part of the Bidding Documents.
8. Bid Security
8.1 Each Bidder shall furnish, as part of his bid, a Bid Security in the amount
stipulated in the Bidding Data in Pak Rupees.
8.2 The Bid Security shall be, at the option of the Bidder, in the form of Deposit
at Call or a Bank Guarantee (as per standard format attached as Appendix-
B) issued by a Scheduled Bank in Pakistan in favour of the Purchaser valid
for a period 28 days beyond the Bid Validity date. The Bidder can also
deposit cash amount in Chief Cashier & Treasurer (CCT) office of Pakistan
Railways.
8.3 Deposit at call / Bank Guarantee or Cash with CCT should be in the favour
of Financial Advisor & Chief Accounts Officer, Pakistan Railways,
Headquarters Office, Lahore.
8.4 For the Bidders registered with CCP Office no separate / extra Bid Security
is required if it falls within the scale of standing security. In case the required
Bid Security exceeds the standing security the Bidders have to deposit full
amount of Bid Security as laid down in Sub Clause 8.1, 8.2 and 8.3.
8.5 Registered Bidders are required to submit a certificate to the effect that their
standing security is not committed in any other Bid / Tender / Quotation
under process with Railways.
8.6 Any bid not accompanied by an acceptable Bid Security shall be rejected by
the Purchaser as non-responsive.
8.7 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.
8.8 The Bid Security of the successful Bidder will be returned when the Bidder
has furnished the required Performance Security (if any) and signed the
Purchase Order / Contract Agreement.
8.9 The Bid Security may be forfeited:
(a) If the Bidder withdraws his bid after the deadline of submission;
(b) In the case of successful Bidder, if he fails within the specified time
Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
limit to:
(i) Furnish the required Performance Security; or
(ii) Sign the Purchase Order / Contract Agreement.

9. Bid Validity
9.1 Bids shall remain valid for the period stipulated in the Bidding Data after
the Date of Bid Opening.
9.2 The Purchaser 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 and in such case his Bid
Security will not be forfeited. 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 upto 28 days beyond extended
date.
10. Sealing and Marking of Bids
10.1 As a prerequisite of Single Stage – Two Envelope Bidding procedure the
Technical Proposal and Financial Proposal should be sealed in
separate envelopes.
10.2 The Technical Proposal along with Bid Security and other documents
shall be placed in sealed envelop clearly marked “TECHNICAL
PROPOSAL”. Similarly, the Financial Proposal shall be placed in a sealed
envelope clearly marked “FINANCIAL PROPOSAL” followed by the name
of the assignment, and with a warning “DO NOT OPEN WITH THE
TECHNICAL PROPOSAL.”
10.3 The envelopes containing the Technical and Financial Proposals shall be
placed into an outer envelope and sealed. This outer envelope shall bear
the submission address, tender number and title of bid / tender.
10.4 When Samples are called along-with the Technical Proposal, these shall
be provided in proper packing, bundles, etc., clearly labeled with Bidder's
name, description of item Tender number, etc. Timely delivery of sample
will be the responsibility of the Bidder.

11. Format and Signing of Bid


11.1 Bidders are particularly directed that the amount entered on the Financial
Proposal shall be for performing the Contract strictly in accordance with
the Bidding Documents.
11.2 All appendices to bid are to be properly completed and signed.
11.3 No alteration is to be made in the Standard Forms of Technical &
Financial Proposals nor in the Appendices thereto except in filling up the
blanks as directed. Any alteration made by the Bidder in the Technical or
Financial Proposals' Standard Forms can be cause of declaring the Bid
non responsive.
11.4 The Bid shall be typed or written in indelible ink and shall be signed by a

Pakistan Railways
person or persons duly authorized to sign on behalf of the bidder. All
pages of the bid shall be initialed and stamped by the person or persons
signing the bid. If on enquiry, it proves that the person signing the bid had
no authority to do so, Purchaser may, without prejudice to other civil and
criminal remedies, may reject the bid, cancel the contract and hold
signatory liable for all costs and damages.
11.5 The bid shall contain no alterations, omissions or additions, except to
comply with instructions issued by the Purchaser, 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.

12. Deadline for Submission of Bids


The Bids must be dropped in the Tender Box as indicated in Bidding Data or sent
to the address/addresses indicated in the Bidding Data and received by the
Purchaser not later than the time and the date indicated in the Bidding Data or
any extension granted thereof. Any Bid received by the Client after the deadline for
submission shall be returned unopened.
13. Bid Opening and Evaluation of Technical Proposals
Bids shall be opened publicly after half an hour of the deadline of their submission.
In first stage only outer envelop of the Bids will be opened to ensure that Technical
and Financial Proposals are sealed in separate envelops. Envelop containing
Technical Proposal will also be opened to check the presence of Bid Security. The
Bidder’s name, separate sealing of Technical & Financial Proposal, the presence
or absence of Bid Security, and such other details as the Purchaser may consider
appropriate, will be announced by the Purchaser at the opening of bids. Financial
Proposals shall remain sealed and securely stored.
14. Evaluation of Technical Proposals
The person or committee, nominated for the purpose shall evaluate the Technical
Proposals on the basis of their responsiveness by applying the Evaluation Criteria
described in the Bidding documents (Appendix-C). A Proposal shall be rejected
by declaring as non responsive if it fails to qualify the specified Evaluation Criteria.
15. Announcement of Evaluation and Public Opening of Financial Proposal
All the Bidders will be informed regarding the evaluation report of Technical
Proposals. The Bidder who's Technical Proposal is declared qualified shall be
informed the date and time for public opening of Financial Proposals. The
Financial Proposals shall be opened in the presence of qualified Bidders, who
choose to attend. All the Bidders will be informed regarding the evaluation report
of Technical Proposals.
16. Purchaser’s Right to Accept any Bid and to Reject any or all Bids
Notwithstanding Clause 15, the Purchaser reserves the right to accept or reject
any Bid, and to annul the bidding process and reject all bids, at any time prior to
award of Contract, without thereby incurring any liability to the affected 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.
Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
17. Award of Contract
17.1 Subject to Clauses 16, the Purchaser will award the Contract to the Bidder
whose bid has been determined to be substantially 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 relevant clause(s).

17.2 The Purchaser, 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 in writing. They shall form part of the records of that bid evaluation
report.
18. Acceptance of all items, anyone item or part of an item
The purchaser reserves to himself the right to accept bids in respect of all items,
any number of items or part thereof. The Bidder(s) will be notified accordingly
through Letter of Acceptance and Bid shall thereupon be considered as bid for the
quantity so accepted. The number and quantity of item(s) so accepted shall be the
basis of Purchase Order / Contract agreement.
19. Bidders can quote rate for all items or any number of items

The Bidders can quote rate for all items or any number of items (if bid is for more
than one item).

20. Minimum quantity to be offered

Minimum quantity to be offered for each item should be as specified in the


Bidding Data. The bids with offered quantity less than the specified in Bidding
Data shall be declared as non responsive and rejected. In case bid is for more
than one item then only those item(s) for which quantity lesser than the specified
has been offered shall be considered as "NIL" and further processing of such
items will not be carried out but without declaring the whole bid as non responsive.
For bids offering quantity of all items lesser than the specified shall be declared
non responsive and rejected.

21. Notification of Award


21.1 Prior to expiration of the period of bid validity prescribed by the Purchaser,
the Purchaser will notify the successful Bidder in writing (“Letter of
Acceptance”) that his Bid has been accepted. This letter shall name the
sum which the Purchaser will pay the Supplier / Contractor in consideration
of the supply of goods and completion of the supply as prescribed by the
Contract.
21.2 No Negotiation with the Bidder having evaluated as lowest responsive or

Pakistan Railways
any other Bidder shall be permitted, however, Purchaser may have
clarification meetings to get clarify any item in the bid evaluation report.
21.3 The notification of award and its acceptance by the Bidder will constitute the
formation of the Contract, binding the Purchaser and the Bidder till signing
of the formal Purchase Order / Contract Agreement.
21.4 Upon furnishing by the successful Bidder of a Performance Security, the
Purchaser will promptly notify the other Bidders that their Bids have been
unsuccessful and return their bid securities.

22. Performance Security


22.1 The successful Bidder shall furnish to the Purchaser a Performance
Security in the form and the amount stipulated in the Bidding Data and the
Conditions of Contract within a period, specified in the Bidding Data after
the receipt of Letter of Acceptance. The Performance Security shall be, at
the option of the Bidder, in the form of Deposit at Call or a Bank Guarantee
(as per standard format attached as Appendix-D issued by a Scheduled
Bank in Pakistan in favour of the Purchaser valid for a period 28 days
beyond the Warrantee Period.
22.2 Failure of the successful Bidder to comply with the requirements of Sub-
Clause 22.1 or Clauses 23 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the Bid Security.

23. Issuance of Purchase Order / Signing of Contract


23.1 Upon receipt of valid Performance Security, the Purchaser will send, within
ten days, the successful Bidder the Purchase Order / Contract Agreement
in the form provided in the Bidding Documents, incorporating all
agreements between the parties. However, the Purchaser may extend the
time period for issuance of Purchase Order / Contract Agreement.
23.2 The Bidder is required to sign the Purchase Order / Contract Agreement (as
per format attached as Appendix- E) within fourteen (14) days of the
receipt of the Purchase Order / Contract Agreement by the successful
Bidder from the Purchaser.

24. Delivery of goods

The Supplier shall, as may be required by the Purchaser, either deliver free at
F.O.R or C&F / C.I.F at place or places detailed in the Bidding Data and / or
Financial Proposal. No goods shall be delivered on Sunday and public holidays
without prior written permission of the Purchaser.

25. Integrity Pact


The Bidder shall sign and stamp the Integrity Pact provided at Appendix-F to Bid
in the Bidding Documents for all Federal Government procurement contracts
exceeding Rupees ten million. Failure to provide such Integrity Pact shall make the
Bidder non-responsive.

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
Instruction to Bidders
Bidding Data
Reference
Clause of
Instructio
DETAILS
n to
Bidders
8.1 Amount of Bid Security:
i) Amount of Bid Security minimum 2% of the Bid price

9.1 Bid Validity


Bid should be valid for a minimum period of 60 days.
12 Dead line for Submission of Bids
The tender should be submitted to Project Director, 87-Kms(CTR)
LON-SDR section, Pakistan Railways, Headquarter Office, Lahore,
on or before 14-01-2016 till 12.00 am and will be opened on the
same date at 12.30 AM publicly in the office of Project Director, 87-
Kms(CTR) LON-SDR section, Pakistan Railways, Headquarter
Office, Lahore.
20 Minimum quantity to be offered

Minimum 70 % of each item.

22 Performance Security
The successful bidder will have to deposit the Performance security
@ 5% of the total value of the order within 14 days from the date of
issue of acceptance. The security will be retained for the period of
warranty.

Pakistan Railways
24 Delivery of Goods
a) Delivery of goods will be F.O.R. (including loading of material into
Railways wagons) at any commercially operative railway station.
b) The loading into railway wagons shall be done by the Supplier in
the presence of Railway Representative.
c) Only 90% payment of the consignment will be made on
production of RR duly verified by the Railway Representative and
Negotiable copy of passing certificate issued jointly by the
committee nominated by Project Director, 87-Kms (CTR) LON-
SDR section, Pakistan Railways, Lahore.
d) Balance 10% payment will be made on receipt of goods at
Sleeper Depot, Haripur Bund and on production of Pink copy of
Material Receipt Note.
e) The Supplier can deliver the goods by road at his own expenses.
Such loading in to the road vehicle shall be made in the presence
of railway representative. For the supply of goods by road 100%
payment can be made subject to production of negotiable copy of
Inspection Certificate and Pink copy of Material Receipt Note.

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
SECTION 3: GENERAL CONDITIONS OF CONTRACT (GCC)
For procurement of crossing timbers on FOR Basis through
Single Stage – Two Envelope Bidding Procedure

1. Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(i) “Government of Pakistan” means the Government of Pakistan and all
its associated departments, agencies, autonomous/semi-autonomous
bodies, boards, universities and similar other organizations.
(j) "Purchaser" or "Client" or "Employer" means the President of
Pakistan acting through Chief Controller of Purchase, Pakistan Railways.
(k) “Supplier” or "Contractor" means the person, firm or company, private or
government entity, or a combination of the above, whose bid to perform the
Contract has been accepted by the Purchaser and is named as such in the
Purchase Order / Contract Agreement.
(l) “Bid” means the Technical Proposal and the Financial Proposal
submitted by the Bidder.
(m) "Bidders" means the person, firm or company, private or government entity,
or a combination of the above participating in the bidding procedure.
(n) “Goods” means all of the commodities, raw material, machinery and
equipment, and/or other materials that the Supplier is required to supply
to the Purchaser under the Contract.
(o) “Contract” means the Purchase Order or Contract Agreement entered
into between the Purchaser and the Supplier, together with the other
Documents referred to therein, including all attachments, appendices, and
all documents incorporated by reference therein.
(p) "Inspecting Officer" means the person, firm or department nominated by
the Purchaser to inspect the stores on his behalf and the deputies of the
Inspecting Officer so nominated.
(q) "Applicable Law" means the laws and any other instruments having the
force of law in the Islamic Republic of Pakistan, as those may be issued
and in force from time to time;
(r) "Sub-Contractor" means any entity to which the Supplier sublets any
part of the supply of goods;
(s) "Party" means the Purchaser or the Supplier, as the case may be, and
"Parties" means both of them.
(t) "Special Conditions of Contract (SCC)" such conditions of contract
which specify special / particular conditions applicable to the Contract and
also through these, General Conditions of Contract (GCC) have been
elaborated or modified. SCC will prevail over GCC.

Pakistan Railways
2. Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the
Purchaser and Supplier shall be governed by the Applicable Law.
3. Language
This Contract has been executed in the English language which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract. All the reports and communications shall be in the
English language.
4. Notices
Any notice, request, or consent made pursuant to this Contract shall be in writing
and shall be deemed to have been made when delivered in person to an
Authorized Representative of the Party to whom the communication is addressed,
or when sent by registered mail, telex, or facsimile to such Party at the address of
the Authorized Representative. A Party may change its address for notice by
giving the other Party notice of such change.
5. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
6. Scope of the Contract
This Contract is for the supply of commodities, raw material, machinery and
equipment, and/or other materials as described in Technical and Financial
Proposals.
7. Fraud and Corruption
If the Purchaser determines that the Supplier has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the
Contract, then the Purchaser may, after giving 14 days notice to the Supplier,
terminate the Supplier's Purchase Order / Contract under the Contract and the
provisions of Clause 12 shall apply as if such expulsion had been made under
Sub-Clause 12.1.
For the purposes of this Sub-Clause:

(i) “Corrupt practice” is the offering, giving, receiving or soliciting, directly or


indirectly, of anything of value to influence improperly the actions of another
party;
(ii) “Fraudulent practice” is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation;
(iii) “Collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including influencing improperly
the actions of another party;
(iv) “Coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to influence
Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
improperly the actions of a party;
(v) “Obstructive practice” is deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation or making false
statements to investigators in order to materially impede an investigation
into allegations of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation.
8. Commencement of Supply / Delivery of Goods
The commencement date of delivery or dispatch of goods shall be the time period
specified in SCC from the date of receipt and signing of Purchase Order / Contract
Agreement.
9. Delivery Period and Rate of Delivery
The total Delivery Period for supply of goods and related services under this
contract shall be as specified in SCC. In addition to completion of supply of goods
within the specified time period the Purchaser shall supply the goods at the Rate
of Supply specified in the SCC.
10. Price Adjustment
10.1 The costs of goods to be supplied under this Purchase Order / Contract
shall be firm and final except for the reasons stated in the Sub Clause
10.2. No price adjustment (increase or decrease) shall be allowed during
the original and extended (if any) Delivery Period, unless otherwise
specified in the Contract.
10.2 In the event of any duty of customs or excise on any goods being
imposed, increased, decreased or remitted after the making of any
contract for sale of goods without stipulation as to the payment of duty
where duty was not chargeable at the time of the signing of the Purchase
Order / Contract, or for the sake of such goods duty paid where duty was
chargeable at that time:
(a) If such imposition or increase so takes effect that the duty or
increased duty, as the case may be or any part thereof is paid, the
seller may add so much to the contract price as well as equivalent to
the amount paid in respect of such duty or increase of duty and shall
be entitled to be paid and sue for and recover such addition, and
(b) If such decrease or remission so takes effect that the decreased duty
only or no duty, as the case may be is paid, the buyer may deduct so
much from the contract price as will be equivalent to the decrease of
duty or remitted duty and he shall not be liable to pay or be sued for
or in respect of such deduction.
11. Force Majeure
11.1 Definition

Pakistan Railways
(a) For the purposes of this Purchase Order / Contract, "Force Majeure"
means an event which is beyond the reasonable control of a Party and
which makes a Party's performance of its obligations under the Contract
impossible or so impractical as to be considered impossible under the
circumstances, and includes, but is not limited to, war, riots, civil disorder,
earthquake, fire, explosion, storm, flood or other adverse weather
conditions, strikes, lockouts or other industrial actions (except where such
strikes, lockouts or other industrial actions are within the power of the
Party invoking Force Majeure to prevent), confiscation or any other action
by government agencies.
(b) Force Majeure shall not include
(i) Any event which is caused by the negligence or intentional action of a
Party or such Party's Sub-Contractor or agents or employees, nor
(ii) Any event which a diligent Party could reasonably have been
expected to both (A) Take into account at the time of the conclusion of
this Contract and
(B) Avoid or overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder.
11.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the Contract
shall not be considered to be a breach of, or default under this Contract
insofar as such inability arises from an event of Force Majeure, provided
that the Party affected by such an event; (a) has taken all reasonable
precautions, due care and reasonable alternative measures in order to
carry out the terms and conditions of this Contract; and (b) has informed
the other Party in writing within a reasonable time not later than thirty (30)
days following the occurrence of such an event. The Supplier shall not be
liable for forfeiture of its Performance Security, liquidated damages, or
termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of
an event of Force Majeure.
12. Termination
12.1 Termination for Default
(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Supplier, may terminate the Contract in whole or in
part:

(i) if the Supplier fails to deliver any or all of the Goods within the period specified
in the Contract, or within any extension thereof granted by the Purchaser;

(ii) if the Supplier fails to perform any other obligation under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and
corruption, as defined in GCC, in competing for or in executing the Contract.

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to
GCC Clause 12.1(a), the Purchaser may procure, upon such terms and in such manner
as it deems appropriate, Goods or Related Services similar to those undelivered or
not performed, and the Supplier shall be liable to the Purchaser for any additional
costs for such similar Goods or Related Services. However, the Supplier shall
continue performance of the Contract to the extent not terminated.

12.2 Termination for Insolvency.


The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the
Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be
without compensation to the Supplier, provided that such termination will not prejudice or
affect any right of action or remedy that has accrued or will accrue thereafter to the
Purchaser
12.3 Termination for Convenience.

(a) The Purchaser, by notice sent to the Supplier, may terminate the Contract, in whole or
in part, at any time for its convenience. The notice of termination shall specify that
termination is for the Purchaser’s convenience, the extent to which performance of
the Supplier under the Contract is terminated, and the date upon which such
termination becomes effective.

(b) The Goods that are complete and ready for shipment within twenty-eight (28) days
after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser
at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(i) To have any portion completed and delivered at the Contract terms and prices;
and/or

(ii) To cancel the remainder and pay to the Supplier an agreed amount for
partially completed Goods and Related Services and for materials and
parts previously procured by the Supplier
13. Subletting of Contract
The Supplier shall not sublet or assign this Contract or any part thereof without the
written permission of the Purchaser. In the event of the Contractor's subletting or
assigning this Contract or any part thereof without such permission the Purchaser
shall be entitled to terminate / cancel the Contract by declaring it as default by the
Supplier pursuant to Sub Clause 12.1.
14. Liquidated Damages
Except as provided under GCC Clause 11, if the Supplier fails to deliver any or all
of the Goods by the Date(s) of delivery or at the specified Rate of Delivery
pursuant to Clause 9 of GCC or perform the Related Services within the period
specified in the Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price, as liquidated
damages, at the rate of 0.5% of the value per week or part thereof for the
undelivered goods, up to a maximum deduction of 10% of the Contract Price.

Pakistan Railways
Non supply of goods according to Rate of Delivery specified in GCC Clause 9
shall also be termed as delay in supply of goods and Liquidated Damages shall
be imposed.

15. Extension of Delivery Period / Time


If at any time during performance of the Contract, the Supplier or its subcontractors should
encounter conditions impeding timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 9, the Supplier shall promptly notify the Purchaser in writing of the
delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s
time for performance. At the sole discretion of the Supplier, such Time Extension can either be
with imposition of Liquidated Damages (LD) pursuant to GCC Clause 14 or without
imposition of LD.

Any waiver, modification or extension in Rate of Delivery shall also be governed according to
Sub Clause 15.1.

16. Patent Indemnity


The Supplier shall indemnify and hold harmless the Purchaser and its employees and
officers from and against any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and
expenses, which the Purchaser may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the Contract.

If any proceedings are brought or any claim is made against the Purchaser arising out of the
matters referred to above, the Purchaser shall promptly give the Supplier a notice thereof, and
the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or
claim and any negotiations for the settlement of any such proceedings or claim.

17. Warranty
The Supplier warrants that all the Goods are new, unused, and of the most recent or current
models, and that they incorporate all recent improvements in design and materials, unless
provided otherwise in the Contract.

The Supplier further warrants that the Goods shall be free from defects arising from any
act or omission of the Supplier or arising from design, materials, and workmanship, under
normal use in the conditions prevailing in the country.

Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12)
months after the Goods, or any portion thereof as the case may be, have been delivered to
and accepted.

The Purchaser shall give notice to the Supplier stating the nature of any such defects
together with all available evidence thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.
Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
Upon receipt of such notice, the Supplier shall, within the period specified in the SCC,
expeditiously repair or replace the defective Goods or parts thereof, at no cost to the
Purchaser.

If having been notified, the Supplier fails to remedy the defect within the period specified
in the SCC, the Purchaser may proceed to take within a reasonable period such remedial
action as may be necessary, at the Supplier’s risk and expense and without prejudice to any
other rights which the Purchaser may have against the Supplier under the Contract.

18. Technical Specifications, Drawings, Standards and Patterns


The Goods and Related Services supplied under this Contract shall conform to the technical
specifications, drawings, patterns and standards mentioned in SCC and/or Technical Proposal.
Supplier shall be deemed to acquire full knowledge of such specifications, drawings, pattern
etc., and acquainted himself with the details thereof and in no circumstances any claim,
whatsoever it is on account of insufficient examination of specifications, drawings etc will be
entertained by the Purchaser. When no applicable standard is mentioned, the standard shall be
equivalent or superior to the official standards whose application is appropriate as national or
international standards.
Wherever references are made in the Contract to codes and standards in accordance with which
it shall be executed, the edition or the revised version of such codes and standards shall be those
specified in the SCC and / or Technical Proposal. During Contract execution, any changes in
any such codes and standards shall be applied only after approval by the Purchaser.
If any dimensions figured upon a drawing differ from those obtained by scaling the drawing the
dimensions as figured upon the drawing shall be taken as correct.
19. Performance Security
19.1 The successful Bidder shall furnish to the Purchaser a Performance Security amounting to 5%
of the accepted cost within a period of 14 days after the receipt of Letter of Acceptance. The
Performance Security shall be, at the option of the Bidder, in the form of Deposit at Call or a
Bank Guarantee (as per standard format attached as Appendix-D issued by a Scheduled Bank
in Pakistan in favour of the Purchaser valid for a period 28 days beyond the Warrantee Period.
19.2 The Performance Security shall be discharged by the Purchaser and returned to the
Supplier not later than twenty-eight (28) days following the date of Completion of the
Supplier’s performance obligations under the Contract, including any Warranty Period,
unless specified otherwise in the SCC.
19.3 In case of termination of contract as per Sub Clause-12.1, the Performance Security will be
forfeited on the value of unsupplied goods without prejudice for taking any other action
against the Supplier.
20. Delivery of Goods
The Supplier shall, as may be required by the Purchaser, either deliver free at
F.O.R or C&F / C.I.F at place or places detailed in the SCC and / or Financial
Proposal. No goods shall be delivered on Sunday and public holidays without
prior written permission of the Purchaser.
21. Inspection of Goods

Pakistan Railways
21.1 Upon receipt of goods at the required location / store the goods will be inspected by Officer (s) /
Officials (s) nominated for the purpose or as described in SCC. The designated Officer (s) /
Officials (s) shall carry out physical inspection of supplied goods and also perform necessary
specified tests in the laboratory or field.
Goods can be inspected and / or tested at Supplier's premises if specified in the SCC. Inspection
and Testing of goods at the premises Purchaser will not absolve him from the responsibility of
safe and proper delivery of goods at designated place / store. For carrying out inspection at
Supplier's premises it is duty of Supplier to inform the Purchaser, in writing regarding the
details of goods ready for inspection.
21.2 Generally tests are carried out by Purchaser's own laboratories / testing equipments, however,
for tests for which equipments / facilities are not available with Purchaser same may be
performed in the premises of Supplier or from any other testing lab. The decision of selecting
the testing lab shall be the sole discretion of Purchaser.
21.3 For tests required by the Contract, Purchaser may be asked to get the material tested from any
source / laboratory other than Supplier's or Purchaser's, the cost of such tests shall be borne by
the Supplier.
21.4 The Purchaser may require the Supplier to carry out any test and/or inspection not required by
the Contract (covered vide Clause 21.3) but deemed necessary to verify that the characteristics
and performance of the Goods comply with the technical specifications codes and standards
under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the
carrying out of such test and/or inspection shall be added to the Contract Price.
21.5 When inspection during manufacture or before delivery or dispatch is required, notice in
writing shall be sent by the Supplier to the Purchaser / Inspecting officer (s) when the stores or
material to the supplied are ready for inspection and test, and no stores shall be delivered or
dispatched or until the inspecting officer has certified in writing that such stores have been
inspected and approved by him.
22. Goods Expended in Tests
If the test(s) proves satisfactory and the consignment is accepted, the quantity of goods or
material expended in test(s) may be paid for by the Purchaser.
If the goods or material fail in test(s) and consignment is rejected, the quantity expended in
test(s) may be treated as not having delivered.
23. Rejection of Goods
23.1 The Purchaser may reject any goods or any part thereof that fail to pass any test and/or
inspection or do not conform to the specifications. If any goods or material are rejected
then without prejudice to the other provisions, the Purchaser shall be at liberty to allow the
Supplier to rectify or replace such rejected goods or parts thereof or make alterations
necessary to meet the specifications at no cost to the Purchaser within a time specified by
the Purchaser.
23.2 The Purchaser may terminate the contract in pursuant to relevant Contract Clauses and recover
from the Supplier any loss the purchaser thereby incurs. In case of repurchase of such material
the Supplier shall not be entitled to any gain on repurchase.
23.3 The Inspector's decision as regards rejection shall be final and binding. He may reject the whole
consignment / lot offered for inspection or any part thereof.
Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
23.4 In the event of any goods sent by rail being rejected at destination the Supplier shall be liable to
pay the full railway freight and same may be recovered from the security or any money due to
him.
23.5 The rejected goods shall lie at the Supplier's risk from the date of rejection and should be
removed within 14 days, unless stated otherwise in the Contract, from the date of rejection.
After such period the Purchaser shall have the rights to dispose off the rejected goods or
material as he thinks appropriate and can charge ground rent as per prevailing rates of Pakistan
Railways.
24. Increase or Decrease of Contract quantity
The Supplier may be required, on adequate notice being given by the Purchaser, to increase
or decrease the Contract quantity of whole Contract or any part thereof. The
increase/decrease in Contract quantity shall in no case be more than fifteen percent (15%).
In case of increase in quantity sufficient Delivery Period in addition to original Delivery Period
will be allowed by the Purchaser.
25. Packing of Goods and Packing Material
The Supplier shall provide such packing of the Goods, unless otherwise provided in the SCC,
as is required to prevent their damage or deterioration during transport to final destination, as
indicated in the Contract. During transportation and loading / unloading, the packing shall be
sufficient to withstand, without limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing case size and weights shall take
into consideration, where appropriate, the remoteness of the goods’ final destination and the
absence of heavy handling facilities at all points in transit.
All packing cases, containers, packing and other similar materials shall, unless otherwise
agreed, be supplied by the Supplier free of charge and will not be returned. Every bale or
packing shall be clearly marked with the Supplier's name, consignee's name, address and gross
weight and shall contain packing-note showing its contents in detail.
26. Payment of Goods Supplied
In consideration of the Services performed by the Contractor under this Contract, the Purchaser
shall make to the Supplier such payments and in such manner as is provided in SCC of this
Contract.
27. Copyright
The copyright in all drawings, documents, and other materials containing data and
information furnished to the Purchaser by the Supplier herein shall remain vested
in the Supplier, or, if they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials, the copyright in such
materials shall remain vested in such third party.
28. Confidentiality
The Supplier, his Sub-Contractor, and the employees of either of them shall not,
either during the term or after the expiration of this Contract, disclose any
proprietary or confidential information relating to the supply of goods under this
Contract, or the Client's business or operations without the prior written consent of
the Client.

Pakistan Railways
29. Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of
or in connection with this Contract or its interpretation.
30. Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one Party
of the other Party's request for such amicable settlement may be submitted by
either Party for settlement in accordance with the provisions of the Arbitration Act,
1940 (Act No. X of 1940) and Rules made there under and any statutory
modifications thereto.
31. Taxes
31.1 For goods manufactured outside the Purchaser's country, the Supplier shall be
entirely responsible for all taxes, stamp duty, license fees, and other such levies
imposed.
31.2 For goods manufactured within the Purchaser's country, the Supplier shall be
entirely responsible for all taxes, stamp duty, license fees etc incurred until
delivery of the contracted goods to the Purchaser.
31.3 If any tax exemptions, reductions, allowances, or privileges may be available to
the Supplier, the Purchaser shall use its best efforts to enable the Supplier to
benefit from any such tax savings.
31.4 The payment to the Supplier of the supplied goods is subject to tax deductions
(Withholding Tax, advance Income Tax, Sales Tax etc) as per prevailing rules and
regulations of Government of Pakistan.
32. Treating Purchase Order / Contract as fully complied in case of short supply
Any Purchase Order / Contract may be treated as fully complied subject to written
request of the Supplier stating the reasons for short supply wherein 95% of the
goods (each item) have been supplied.

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
Section 4: SPECIAL CONDITIONS OF CONTRACT (SCC)
For procurement of Goods on FOR Basis through
Single Stage – Two Envelope Bidding Procedure

The clauses stated in this section will prevail the relevant clauses of General Conditions
of the Contract (Section 3).

Reference
Clause of DETAILS
GCC
8 Commencement of Supply / Delivery of Goods
The successful bidder will start supply within 45 days of the placement
of Purchase order/ Contract agreement.

9 Delivery Period and Rate of Delivery

1 The delivery period will be 10 months.

2 At least fifty percent (50%) of the ordered quantity shall be


supplied within half of the delivery period, and the total supply
shall have to be completed within stipulated delivery period.

21 Inspection of Goods
1. The inspection of the material will be carried out jointly by the
officers nominated by Project Director, Track Rehabilitation, Head
Quarters Office, Lahore.
2. The Supplier will inform Project Director, Track Rehabilitation,
Head Quarters Office, Lahore, in writing to depute
representatives (officers) for inspection of goods / material
(local/abroad) at supplier cost.
3. Pakistan Railways may depute its representatives to inspect the
premises/factory/go-down of the Supplier to access the suitability
in terms of technical aspects, storage etc at the supplier cost.

Pakistan Railways
26 Payment of Goods Supplied
1 In case of supply of goods through Railway, 90% payment will
be made to the Supplier on receipt the of the bill in triplicate
duly verified/certified by nominated inspection committee by
PD, along with the Railways Receipt duly verified by Railway
Representative and Negotiable copy of Inspection Certificate
jointly granted by nominated inspection committee.
2. Balance 10% payment will be made on receipt from the
Supplier balance 10% bill in triplicate duly verified/certified by
nominated inspection committee by PD, along with Material
Receipt Note (Pink copy). The Material Receipt Note will be
prepared by the WKP/Sleeper Depot Haripur Bund on receipt of
stores in good order both in regard to quality and quantity as
per Inspection certificate jointly issued by nominated inspection
committee.
3. For supply of goods by road (at the expense of Supplier), 100%
payment will be made on receipt from the Supplier bill in
triplicate duly verified/certified by nominated inspection
committee by PD, along with Inspection Certificate (Negotiable
copy) and Material Receipt Note (Pink copy) to be issued on
receipt of material in sleeper depot Haripur Bund.
17.
New BOOKING

Clause- In case of supply of goods through Railways, the material will be


booked by the Supplier on Railway Credit Note ‘Freight to pay’ from
SCC-1 the station of dispatch (in presence of Railway Representative) to the
WKP/Sleeper Depot P.R Haripur Bund. Railway Credit Note will be
provided by the Track Supply Officer, P.R. Lahore. The Supplier
must dispatch the RR (duly verified by the Railway representative) to
the consignee immediately or otherwise responsibility for delay or
demurrage will be on Supplier's account.

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
Section 5: Technical Proposal – Standard Forms
Suppliers are required to prepare Technical Proposal as per following format:
TECH-1 General Information of Bidder
TECH-2 Confirmation of Specifications and Delivery Period

NOTE: Technical Proposal must be Sealed in Separate Envelope (Envelope-1)

Pakistan Railways
TECHNICAL PROPOSAL (Envelope-1)
FORM TECH-1 GENERAL INFORMATION OF BIDDER
Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR) due on 14-01- 2016
1. Name of Firm
Registered with CCP or not. If
registered please state the number
and amount of Standing Security
2. Office address
3. Telephone No.
4 Mobile No.
5 Fax No.
6 E. Mail
7 Web Site
8 Sale Tax Registration No.
9 National Tax No.

10 Past experience of relevant field i)


if any
ii)

iii)

iv)

11 Past experience of supply to i)


Railways if any
ii)

iii)

iv)

Name of Firm: ____________________________________

Authorized Signature of Bidder_______________________

Stamp and Date____________________________________

Bid Doc for crossing timbers – 2 Envelope- FOR basis- Technical Proposal- Section-5
Pakistan Railways
TECHNICAL PROPOSAL (Envelope-1)
FORM TECH-2 CONFIRMATION OF SPECIFICATIONS AND
DELIVERY PERIOD
Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR)
due on 14-01-2016

Tender Confirmatio
Offere Country
ed Offere n of 50% Confirmatio
d of origin
Ite Descript Quanti Deliver d Rate supply n of COC /
Deliver Place of /Brand
Tendered Uni ty y of within half Specificatio
m ion of Offere Period
y
Deliver D.P (Yes / n/
inspectio /Manufacturer
Quantity t Period n s Name, if
No. Goods d (D.P) y per No) Drawings
(Month any.
(Month month
s)
s)
1 2 3 4 5 6 7 8 9 10 11 12
Hardwoo
1. d Per
Crossing 2000Nos. Cft
Timbers
10
of sizes
(Approx.10000
Cft)

Name of Firm: ____________________________________

Authorized Signature of Bidder_______________________

Stamp and Date____________________________________

Remarks of Bidder (if any):


___________________________________________
________
___________________________________________
________

Pakistan Railways
SECTION 6: FINANCIAL PROPOSAL – STANDARD FORMS
Suppliers are required to prepare Financial Proposal as per following format:

FIN-1 Rate and Cost offered

NOTE: Financial Proposal must be Sealed in Separate Envelope (Envelope-2)

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 27


FINANCIAL PROPOSAL (Envelope-2)

FORM FIN-1 RATE AND COST OFFERED


Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR) due for opening on 14-01-
2016

Unit Rate (Rs) Cost


Ite Description
Tendered (Rs)
m of Goods/ Unit
Quantity In figures In
No. Service
Words
1 2 3 4 5 6 7

1. Hardwood 2000Nos. Per


Crossing (Approx 10000Cft) Cft
Timbers
of sizes

Total

Name of Firm: ____________________________________

Authorized Signature of Bidder_______________________

Stamp and Date____________________________________

Pakistan Railways
SECTION 7: APPENDICES

Appendix-A Schedule of Requirements


Appendix-B Standard Format of Bank Guarantee for Bid Security
Appendix-C Evaluation Criteria
Appendix-D Standard Format of Bank Guarantee for Performance Security
Appendix-E Standard Format of Purchase Order
Appendix-F Standard Format of Integrity Pact

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 29


Appendix-A

Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR) due on 14-01-2016

SCHEDULE OF REQUIREMENTS

Item
Description of Goods / Sizes Unit Quantity
No.

1 Hard wood Crossing Timbers of Sizes Per 2000 Nos.


Cft (Approx 10000
Cft)

Pakistan Railways
Appendix-B

STANDARD FORMAT OF BANK GUARANTEE FOR BID SECURITY

BID SECURITY
(Bank Guarantee)

Security Executed on ______________________________


(Date)
Name of Surety (Bank) with Address:
__________________________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Bidder) with Address
_______________________________________________
______________________________________________________________________________
___
Penal 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 Project Director/ 87-Kms (CTR) LON-SDR section, Pakistan Railways, Headquarters,
Office Lahore (hereinafter called the 'Purchaser') 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 Purchaser; and

WHEREAS, the Purchaser has required as a condition for considering said Bid that the Bidder
furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistan or from a
foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to the Purchaser,
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 Purchaser, notice of which extension(s) to the Surety is hereby waived;

(2) that the Bid Security of unsuccessful Bidders will be returned by the Purchaser after expiry
of its validity or upon signing of the Contract Agreement; and

(3) that in the event of failure of the successful Bidder to execute the proposed Contract
Agreement for such Services and furnish the required Performance Security, the entire said
sum be paid immediately to the said Purchaser pursuant to relevant Clause of the
Instruction 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
Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 31
Purchaser in accordance with his Bid as accepted and furnish within twenty eight (28) 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 Purchaser for the faithful performance and proper
fulfilment 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 Purchaser the said sum upon first written
demand of the Purchaser (without cavil or argument) and without requiring the Purchaser to
prove or to show grounds or reasons for such demand, notice of which shall be sent by the
Purchaser by registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Purchaser 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 said requirements and the Surety shall pay without objection the said sum upon demand
from the Purchaser 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.

SURETY (Bank)

WITNESS: Signature

1. Name

Title

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2.

__________________________
Name, Title & Address

Pakistan Railways
Appendix-C
Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR)

Evaluation Criteria/Report/Check List

S.
CRITERION YES/NO REMARKS
N.
1 Has the bidder attached/enclosed acceptable bid security of
Rs. 10, 00,000/- (correct in all respect) with technical proposal as
stipulated in the tender?
2 Has the bidder confirmed Railway
Specifications/Drawings/Requirements/Descriptions as stipulated in
this tender?
3 Is the bid validity according to the tender?

4 Has the bidder confirmed delivery period as stipulated in this


tender?
5 Has the bidder confirmed place of delivery as stipulated in this
tender?
6 Is the offer un-conditional?
7 Is the offer complete?
8 Country of origin (if specified by Bidder)? Goods of Israeli origin are
not acceptable

9 Has the bidder indicated its Sales Tax Registration Number?


10 Has the bidder indicated its National Tax Number?
11 Tender conditions observed / agreed or otherwise.
12 Past experience (if any) and previous performance of supplier
13 Defaulter in supplying material to PR in other Purchase Orders.
14 Whether bidder is involved in any litigation with Pakistan Railways?
(Technically approved /
unapproved)
RESULT (RESPONSIVE / NON-RESPONSIVE)

JUSTIFICATION FOR THE RESULT


(if any)

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 33


Appendix-D

STANDARD FORM AT OF BANK GUARANTEE FOR PERFORMANCE SECURITY

FORM OF PERFORMANCE SECURITY


(Bank Guarantee)

Guarantee No.____________________
Executed on _____________________
Expiry date _____________________
[Letter by the Guarantor to the Purchaser]

Name of Guarantor (Bank) with address:____________________________________


(Scheduled Bank in Pakistan)
Name of Principal (Supplier) with address:_________________________________
______________________________________________________________________
Penal Sum of Security (express in words and figures)___________________________
______________________________________________________________________
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 Project Director/87-Kms(CTR)LON-SDR section, Pakistan Railways,
Headquarter Office, Lahore. (hereinafter called the Purchaser) in the penal sum of the
amount stated above for the payment of which sum well and truly to be made to the said
Purchaser, 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 Purchaser's above said Letter of Acceptance for __________________________________
(Name of Supplier) for the _____________________________________(Title of Tender).

NOW THEREFORE, if the Principal (Supplier) 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 Purchaser, 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 void; otherwise to
remain in full force and virtue till all requirements of relevant Clause of Conditions of Contract
are fulfilled.
Our total liability under this Guarantee is limited to the sum stated 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, failing which we shall be discharged
of our liability, if any, under this Guarantee.

We, ____________________________________ (the Guarantor), waiving all objections and

Pakistan Railways
defenses under the Contract, do hereby irrevocably and independently guarantee to pay to the
Purchaser without delay upon the Purchaser's first written demand without cavil or arguments
and without requiring the Purchaser to prove or to show grounds or reasons for such demand any
sum or sums up to the amount stated above, against the Purchaser'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 Purchaser’s designated Bank & Account Number.
PROVIDED ALSO THAT the Purchaser shall be the sole and final judge for deciding whether
the Principal (Supplier) has duly performed his obligations 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 Purchaser forthwith and without any
reference to the Principal or any other person.
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.

_______________
Guarantor (Bank)
WITNESS: Signature

1. Name

Title

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2.

__________________________
Name, Title & Address

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 35


Appendix-E
STANDARD FORMAT OF PURCHASE ORDER
Purchase Order No._______________________ Dated____________________
THIS Purchase Order issued on the _____day of________(month) of 20__ for the procurement
of _______________________________________________ (Title of Tender) bearing tender
No. __________________________ to M/s _____________________________ (The Supplier)
WHEREAS Chief Controller of Purchase (the Purchaser) is desirous that goods (tabulated in Bill
of Quantities attached as Annexure-1) should be supplied by the Supplier, for which the Bid has
already been accepted and remedy any defects therein.
The goods are required to be supplied in accordance with the details regarding Description of
Stores, accepted rate, place of delivery, delivery period etc as specified in Annexure-2 to
Purchase Order.
The following documents after incorporating addenda, if any shall be deemed to form and be
read and construed as part of this Purchase Order, viz:
(a) The Purchase Order;
(b) The Letter of Acceptance;
(c) The completed Form of Financial Proposal;
(d) General Conditions of the Contract (GCC);
(e) Special Conditions of the Contract (COC);
(f) The Specifications.
(h) The Drawings.
(k) _____________________________ (any other)
In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Contractor hereby covenants with the Purchaser to execute and complete the
supply of goods and remedies defects therein in conformity and in all respects with the
provisions of the Contract.
The Purchaser hereby covenants to pay the Supplier, in consideration of the supply of the goods
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.

(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE, LAHORE.
: 042-99205049. M/W #: 042-
2607

ACCEPTANCE
The terms and conditions as set out in this Purchase Order are hereby accepted.

Name and Designation:

Date:
Company Stamp:

Pakistan Railways
Annexure-2 to Purchase Order
Purchase Order No.________________
Dated____________________________
1. Stock code No.

2. Description of Stores.

3. Quantity ordered

4. Unit.

5. Rate.

6. Total Cost.

7. Rate of delivery.

8. Consumer Depot Cost Centre


No.
9. Receiving Depot Cost Centre
No.
10. Name of consignee
11. Requirement.
12. Funds allocated
11. Allocation Code.
12. Place of inspection.

(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE, LAHORE.
: 042-99205049. M/W #: 042-2607

Authorized Signature of Supplier

Date:
Company Stamp:

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7 37


(Annexure-2 to Purchase Order)
Advertised Tender No: - 835-W/8-1/LON-SDR/87 KM

BILL OF QUANTITES
Item Descriptio Sizes Quantity Rate Total value
No. n (Nos./Cft) Rs. for (Rs.)
Per/Cft
1 Procurement of Hard wood Crossing Timbers of Sizes

Hard wood Per


a. Of Sizes 2000 Nos
Crossing Cft
(Approx.10000cft)
Timbers
Total

(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE, LAHORE.
: 042-99205049. M/W #: 042-2607

Pakistan Railways
APPENDIX- F

INTEGRITY PACT

_____________________________ (The 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 controller by it (GoP) through any contract business
practice. Without limiting the generality of the foregoing _______________ (The
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 kick back, whether described as consultation fee or otherwise, with
the object or including 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.
______________________ (The 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.
______________________ (The 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 void able at the option of GoP.
North withstanding any right and remedies exercises by GoP in this regard,
_________________(The 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 interest, privilege or other obligation or benefit in
whatsoever form from GoP.

Name & Signature _____________________


Stamp & date _________________________

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


SECTION 7: APPENDICES

Appendix-A Schedule of Requirements


Appendix-B Standard Format of Bank Guarantee for Bid Security
Appendix-C Evaluation Criteria
Appendix-D Standard Format of Bank Guarantee for Performance Security
Appendix-E Standard Format of Purchase Order
Appendix-F Standard Format of Integrity Pact

Pakistan Railways
Appendix-A

Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR) due on 14-01-2016

SCHEDULE OF REQUIREMENTS

Item
Description of Goods / Sizes Unit Quantity
No.

1 Hard wood Crossing Timbers of Sizes Per 2000 Nos.


Cft (Approx 10000
Cft)

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


Appendix-B

STANDARD FORMAT OF BANK GUARANTEE FOR BID SECURITY

BID SECURITY
(Bank Guarantee)

Security Executed on ______________________________


(Date)
Name of Surety (Bank) with Address:
__________________________________________________
(Scheduled Bank in Pakistan)
Name of Principal (Bidder) with Address
_______________________________________________
______________________________________________________________________________
___
Penal 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 Project Director/ 87-Kms (CTR) LON-SDR section, Pakistan Railways, Headquarters,
Office Lahore (hereinafter called the 'Purchaser') 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 Purchaser; and

WHEREAS, the Purchaser has required as a condition for considering said Bid that the Bidder
furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistan or from a
foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to the Purchaser,
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 Purchaser, notice of which extension(s) to the Surety is hereby waived;

(2) that the Bid Security of unsuccessful Bidders will be returned by the Purchaser after expiry
of its validity or upon signing of the Contract Agreement; and

(3) that in the event of failure of the successful Bidder to execute the proposed Contract
Agreement for such Services and furnish the required Performance Security, the entire said
sum be paid immediately to the said Purchaser pursuant to relevant Clause of the
Instruction to Bidders for the successful Bidder's failure to perform.

Pakistan Railways
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
Purchaser in accordance with his Bid as accepted and furnish within twenty eight (28) 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 Purchaser for the faithful performance and proper
fulfilment 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 Purchaser the said sum upon first written
demand of the Purchaser (without cavil or argument) and without requiring the Purchaser to
prove or to show grounds or reasons for such demand, notice of which shall be sent by the
Purchaser by registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Purchaser 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 said requirements and the Surety shall pay without objection the said sum upon demand
from the Purchaser 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.

SURETY (Bank)

WITNESS: Signature

1. Name

Title

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2.

__________________________
Name, Title & Address

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


Appendix-C
Advertised Tender No: - 835-W/8-1/LON-SDR/87 KMS(CTR)

Evaluation Criteria/Report/Check List

S.
CRITERION YES/NO REMARKS
N.
1 Has the bidder attached/enclosed acceptable bid security of
Rs. 10, 00,000/- (correct in all respect) with technical proposal as
stipulated in the tender?
2 Has the bidder confirmed Railway
Specifications/Drawings/Requirements/Descriptions as stipulated in
this tender?
3 Is the bid validity according to the tender?

4 Has the bidder confirmed delivery period as stipulated in this


tender?
5 Has the bidder confirmed place of delivery as stipulated in this
tender?
6 Is the offer un-conditional?
7 Is the offer complete?
8 Country of origin (if specified by Bidder)? Goods of Israeli origin are
not acceptable

9 Has the bidder indicated its Sales Tax Registration Number?


10 Has the bidder indicated its National Tax Number?
11 Tender conditions observed / agreed or otherwise.
12 Past experience (if any) and previous performance of supplier
13 Defaulter in supplying material to PR in other Purchase Orders.
14 Whether bidder is involved in any litigation with Pakistan Railways?
(Technically approved /
unapproved)
RESULT (RESPONSIVE / NON-RESPONSIVE)

JUSTIFICATION FOR THE RESULT


(if any)

Pakistan Railways
Appendix-D

STANDARD FORM AT OF BANK GUARANTEE FOR PERFORMANCE SECURITY

FORM OF PERFORMANCE SECURITY


(Bank Guarantee)

Guarantee No.____________________
Executed on _____________________
Expiry date _____________________
[Letter by the Guarantor to the Purchaser]

Name of Guarantor (Bank) with address:____________________________________


(Scheduled Bank in Pakistan)
Name of Principal (Supplier) with address:_________________________________
______________________________________________________________________
Penal Sum of Security (express in words and figures)___________________________
______________________________________________________________________
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 Project Director/87-Kms(CTR)LON-SDR section, Pakistan Railways,
Headquarter Office, Lahore. (hereinafter called the Purchaser) in the penal sum of the
amount stated above for the payment of which sum well and truly to be made to the said
Purchaser, 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 Purchaser's above said Letter of Acceptance for __________________________________
(Name of Supplier) for the _____________________________________(Title of Tender).

NOW THEREFORE, if the Principal (Supplier) 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 Purchaser, 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 void; otherwise to
remain in full force and virtue till all requirements of relevant Clause of Conditions of Contract
are fulfilled.
Our total liability under this Guarantee is limited to the sum stated 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, failing which we shall be discharged
of our liability, if any, under this Guarantee.

We, ____________________________________ (the Guarantor), waiving all objections and


Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7
defenses under the Contract, do hereby irrevocably and independently guarantee to pay to the
Purchaser without delay upon the Purchaser's first written demand without cavil or arguments
and without requiring the Purchaser to prove or to show grounds or reasons for such demand any
sum or sums up to the amount stated above, against the Purchaser'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 Purchaser’s designated Bank & Account Number.
PROVIDED ALSO THAT the Purchaser shall be the sole and final judge for deciding whether
the Principal (Supplier) has duly performed his obligations 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 Purchaser forthwith and without any
reference to the Principal or any other person.
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.

_______________
Guarantor (Bank)
WITNESS: Signature

1. Name

Title

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2.

__________________________
Name, Title & Address

Pakistan Railways
Appendix-E
STANDARD FORMAT OF PURCHASE ORDER
Purchase Order No._______________________ Dated____________________
THIS Purchase Order issued on the _____day of________(month) of 20__ for the procurement
of _______________________________________________ (Title of Tender) bearing tender
No. __________________________ to M/s _____________________________ (The Supplier)
WHEREAS Chief Controller of Purchase (the Purchaser) is desirous that goods (tabulated in Bill
of Quantities attached as Annexure-1) should be supplied by the Supplier, for which the Bid has
already been accepted and remedy any defects therein.
The goods are required to be supplied in accordance with the details regarding Description of
Stores, accepted rate, place of delivery, delivery period etc as specified in Annexure-2 to
Purchase Order.
The following documents after incorporating addenda, if any shall be deemed to form and be
read and construed as part of this Purchase Order, viz:
(a) The Purchase Order;
(b) The Letter of Acceptance;
(c) The completed Form of Financial Proposal;
(d) General Conditions of the Contract (GCC);
(e) Special Conditions of the Contract (COC);
(f) The Specifications.
(h) The Drawings.
(k) _____________________________ (any other)
In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Contractor hereby covenants with the Purchaser to execute and complete the
supply of goods and remedies defects therein in conformity and in all respects with the
provisions of the Contract.
The Purchaser hereby covenants to pay the Supplier, in consideration of the supply of the goods
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.

ACCEPTANCE
The terms and conditions as set out in this Purchase Order are hereby accepted.

Name and Designation:

Date:
Company Stamp:

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


Annexure-2 to Purchase Order

Purchase Order No.________________


Dated____________________________
1. Stock code No.
2. Description of Stores.
3. Quantity ordered

4. Unit.
5. Rate.
6. Total Cost.
7. Rate of delivery.
8. Consumer Depot Cost Centre
No.
9. Receiving Depot Cost Centre
No.
10. Name of consignee
11. Requirement.
12. Funds allocated
11. Allocation Code.
12. Place of inspection.

(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE, LAHORE.
: 042-99205049. M/W #: 042-2607
Authorized Signature of Supplier

Date:
Company Stamp:

Pakistan Railways
(Annexure-2 to Purchase Order)
Advertised Tender No: - 835-W/8/LON-SDR/87 KM

BILL OF QUANTITIES
Item Descriptio Sizes Quantity Rate Total
No. n (Nos./Cft Rs. for value (Rs.)
) Each/Cft
1 Procurement of Hard wood Crossing
Timbers

Hard wood 12' x 10'' x Each


a. 1900
Crossing 6'' Cft
9576
Timbers
Total

(Sana-ullah-Khan)
XEN
For Project director/87-Kms
PR, HQ OFFICE, LAHORE.
: 042-99205049. M/W #: 042-2607

Bid Doc for crossing timbers - Table of Contents B


Pakistan Railways
APPENDIX- F

INTEGRITY PACT

_____________________________ (The 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 controller by it (GoP) through any contract business
practice. Without limiting the generality of the foregoing _______________ (The
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 kick back, whether described as consultation fee or otherwise, with
the object or including 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.
______________________ (The 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.
______________________ (The 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 void able at the option of GoP.
North withstanding any right and remedies exercises by GoP in this regard,
_________________(The 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 interest, privilege or other obligation or benefit in
whatsoever form from GoP.

Name & Signature _____________________


Stamp & date _________________________

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


Section 8: Specifications

The Suppliers are required to supply the wooden sleepers as per Railways
Standard Specifications for hard wood of 1983. Copy of these specifications is
attached.

Pakistan Railways
PAKISTAN RAILWAYS
PROJECT DIRECTORATE/87-KMS (C.T.R) ON LON-SDR SECTION,
PAKISTAN RAILWAYS HEADQUARTERS OFFICE, LAHORE .

No. 835-W/8-1/LON-SDR/87-Kms. Dated: 23-12-2015.


TENDER NOTICE

Sealed Tenders based on Through Rates and Single Stage Two Envelope
procedure, are invited by the Project Director/ Replacement of 87-Kms Metal
Sleepers (LON-SDR) Section, Pakistan Railways, Head Quarter Office, Lahore for
procurement of 2000 Nos. Hardwood Crossing Timbers of Sizes from the
Firms/Contractors/Suppliers having PEC license/registration in appropriate
category with upto date renewal.

Tender Documents can be purchased from the office of the under signed during
office hours on cash payment of tender cost of Rs.2500/- each (non-refundable).

Tenders may be dropped in the box placed in the office of Project Director, 87
Kms Metal Sleepers (LON-SDR), Pakistan Railways Headquarters Office, Lahore
upto 11:00 hours on 14-01-2016 which will be opened at 11:30 hours on the same date
in the presence of bidders or their representatives.

Further details or any information, if required, can be down loaded from Railway
website www.pakrail.com.pk as well as PPRA website www.ppra.org.pk .

(Sana Ullah Khan)


FOR PROJECT DIRECTOR/87-KMS (CTR)
PR, HQ OFFICE LAHORE.
: 042-99205049. M/W #: 042-2607

Copy for information and further necessary action to:-


1- The Additional General Manager/IBU, Pakistan Railways, Headquarter Office Lahore.
2- All Divisional Superintendents, Pakistan Railways.
3- The F.A & C.A.O Pakistan Railways Headquarter Office Lahore.
4- Director/I.T Pakistan Railways Headquarter Office Lahore with the request to display the above
tender Notice on Railway Website as well as PPRA Website.
5- Accounts Officer/Project, Pakistan Railways, Headquarter Office Lahore.
6- J.O/Confidential, Pakistan Railways, Headquarter Office Lahore.
7- Dy. Director-III (PPRA) Cabinet division FB building G-5/2 Islamabad.

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


DRAWINGS

The Suppliers are required to supply the goods as per Railways Standard
Drawings No.78 of TSO. Copy of these drawings is attached.

Pakistan Railways
SPECIFICATIONS

OF
HARD WOOD SLEEPERS, 1983
FOR
BRIDGES, POINTS & CROSSINGS.

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


CHAPTER 1

SCOPE

These specifications define the defects and lay down their permissible limits, for the

procurement of special size sleepers (timbers) for bridges, points & crossing. A list of

the species of durable and semi durable hard wood which shall be accepted as special

size sleepers and their average useful life in the track, as assessed by Pakistan

Railways, has also been given in Chapter 5.

Pakistan Railways
CHAPTER 2

GENERAL REQUIREMENTS

1. General:

Sleepers shall be sawn and not hewn from sound logs obtained from healthy trees.
These shall free from spongy or brittle wood and straight, with ends cut square and
parallel. Theses shall be completely free of bark.

2. Dimension:

The sizes shall be as specified in the Tender Enquiry.

3. Seasoning period:

The minimum seasoning period for the sleepers shall be that specified in the grading
rules / specifications of the National Railways of the country of supply, but these
must be seasoned for an appropriate period so that their moisture content may not
be more then 20% at the time of their offering for inspection at the source.

4. Grading:
Special size sleepers (timbers) of first grade/class shall only be acceptable.

5. Clamps:

Clamps would be provided on both ends of each special size sleeper (timber) as per
Pakistan Railway’s Sketch No. 78 (Copy enclosed).

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


CHAPTER 3

DEFINITIONS

In these specifications, the following definitions shall apply;-

1. CENTER-CUT Sleeper that is free from the pith or core of the log in both end faces.
SLEEPER (Fig 2)
2. CENTER-HEART Sleeper that includes in one or both of its end faces the pith or core
SLEEPER of the log. (Fig 3)
3. DEFECT An abnormality or irregularity that lowers the life of a sleeper by reducing
its normal strength.
4. DECAY Decay or rot in a sleeper is produced by certain fungi which cause serious
loss of strength. It consists of brittle patches of wood. Moulds and sap
stains are acceptable because it is not caused by wood-destroying fungi
and are, therefore, considered harmless in a sleeper.
5. HEART Same as pith. It means the soft core occurring in the structural center of a
log around which the growth rings of a tree are formed.
6. HEART- Sleepers with the Heart-line moving from a broad to a narrow face or from
WANDEING on broad face to the other broad face are said to contain wandering heart
(Fig 13 & 14)
7. INSECT-ATTACK There are several kinds of borers that attack timber particularly sap wood.
Of these the larvae of beetles is common, though debarked logs or
sleepers after conversion seldom come under attack.
8. KNOT A portion of a branch which has become embedded in the wood by the
material growth of tree. A knot is measured by taking the diameter which
is the men of two diameters taken at right angles to each other Knots are
classified as follows;-
Sound Knot: it is solid across its face, and except for it own pith is as
hard as or harder than the surrounding wood to which it is firmly joined. It
shows no sign of decay and is usually darker in colour than the
surroundings wood.
Unsound (Decayed) Knot: A knot which is softer than the surrounding
wood because it contains decay. If the decay is advance there may be a
hole in the center of the knot and the sides of the hole contain decay.
Loose of Hollow Knot: A knot which has fallen out or likely to fall out,
leaving a hole with sides free from decay.
9. OUT OF SHAPE Distorted sleepers containing one or more of the following defects:-
Crook or Spring: A curvature of the narrow face of a sleeper along its
length. It is measured at its deepest portion from a line stretched from end

Pakistan Railways
to end along the middle of the narrow surface. (Fig. 8-a)
Cup : A Curvature of the broad face of a sleeper along its width. It is
measured from a straight edge placed anywhere across the width of the
sleeper. (Fig. 8-b)
Twist: A spiral distortion of a sleeper. (Fig. 8-c)

Warp: A curvature of the broad faces of a sleeper along its length. It is


measured at its deepest portion from a line stretched from end to end in
the middle of the broad face in which the bend occurs. (Fig. 8-d)

10. PERPENDICULAR A sleeper in which annual or growth rings as seen at its end faces appear
GRAIN nearly at right angles to the width of the sleeper. Not permissible in any
type of sleepers. (Fig. 7)
11. QUARTER SAWN When sawn from a log of such a size that at least four sleeper can be cut
from a section, each one of them is called Quarter sawn. The heart-line in
such sleepers may appear at the corner. This defect is more noticeable in
sleepers swan from a log of small section. If it is of a considerable size, a
split is likely to develop in the heart-line.
When the heart-line is visible either on narrow or broad face, it shall be
permissible only in sleepers of more than 10”x7” cross section. (Fig. 4)
12. RAIL SEAT The areas in a sleeper which bear the bearing plates or chairs supporting
the rail.
(Fig. 1)
The location of rail seat varies in case of Points & Crossing Sleepers and
cannot be fixed hence the whole portion leaving 12” on either end of a
sleeper will be taken as rail seat.
In case of bridge timbers, the dimensions shall be as under:-
Description Width of Rail Distance of Rail
Seat Seat from End
9’ Bridge timbers for BG 12" 13' ½''
6’ Bridge timbers for NG 7" 11' ½''
5’ Bridge timbers for NG 6'' 11''
The distance of location of rail seat from the ends of a longer sleeper must
be increased by half the amount by which the sleeper is longer than the
above dimensions.
13. RUPTURED END The broken end of a sleeper. Not permissible in any type of sleepers.

14. SAPWOOD The outer layers of wood immediately below the bark containing lining
cells of a tree. This is generally lighter in colour and is less durable.
It is measured at its widest portion along the surface in the direction at
right angles to the length of sleeper. If it is present at both the edges, the
sum of the width along both the edges will be the measure of the
sapwood. (Fig. 2)

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


15. SEPARATION OF These are of the following types:-
FIBRES (a) Crack. Longitudinal opening of fibers, seen on the broad and narrow
faces and not reaching the end. (Fig. 9)
(b) Felling Crack. Crack that occurs across the grain developed during
felling operations. (Fig. 10)
(c) Heart Crack. This term is analogous to heart split.
(d) Split. A separation of fibers of wood along the grain seen on the broad
and narrow faces and extending to the end of a sleeper. (Fig. 9)
(e) End Split. A split involving either two broad or narrow faces, or a
broad face and narrow face, and seen at the end face as an opening.
(Fig. 10)
(f) Heart Split. A split in the heart line. (Fig. 12 & 15)
(g) Shakes.
A partial or complete separation of fiber tissues and seen at the end face.
The shakes are classified as under (Fig. 11):-
(i) Heart-Shake. A Shake starting from the region of center-heart and
continuing in the sleeper section towards its
periphery. If such a shake extends to a broad or
narrow face it is known as heart split. (Fig. 11 & 12)

(ii) Cup-Shake. A Shake along the annual growth rings. Such a


shake often goes deep into the sleeper. Sometimes
it appears as sharply defined parallel cracks running
along the broad or narrow face of a sleeper not
necessarily reaching up to the ends. (Fig. 11)
(iii) Star Shake. A number of heart shakes starting from the
center-heart and extending towards the periphery.
(Fig. 11)

All type of cracks shakes and splits shall not fall or be likely to extend in
the near future toward spike lines. All heart, radial and star shakes shall
be clamped and they shall not be considered as defects.

16. WANE Lack of wood along the edge of a sleeper.

This is measured at its deepest portion along the surface in the direction
at right angles to the length of the sleeper. If this is present along both the
edges, the sum of the depths along both the edge will be the measure of
the wanes. {Fig. 16 (a) & 16 (b)}

Pakistan Railways
CHAPTER 4
SPECIFICATIONS FOR SPECIAL SIZE HARD WOOD SLEEPERS, CROSSING AND
BRIDGE TIMBERS.

PERMISSIBLE DEFECTS

Sr Type of Defect Specials Remarks


.
N
o
1 2 3 4
1. Center-Heart a. Sleepers of 5" thickness Centre heart at one or both end
(Sound & tight) clamped of sleeper shall be accepted in
center-heart on one or both end not more than 10% of the
faces within 2'' of broad faces. sleepers passed at any
b. Sleeper of 5" & over thickness inspection.
clamped center heart-
anywhere.

2. Heart-Wandering Heart line appearing only on the Sleepers with heart appearing
narrow face, but not away from the either on broad faces or in the rail
heart-side by more than 1". seat area shall be rejected.
3. Insect attack One number per every square foot None shall fall on the spike line.
of peripheral area none exceeding No hole made by short hole bore
1/2" diameter. irrespective of number shall be
considered as defect.
4. Knots
(a) Sound Any number anywhere not Knots should not be so clustered
exceeding 2" diameter. as to make the sleeper liable to
break. No knot should fall in the
spike line. Sound knots less than
1/2" Diameter shall be ignored.
(b) Loose a) Bridge Sleepers: Not allowed
hollow, decayed with in the rail seat area.
or unsound Elsewhere any number not
exceeding 2" diameter provided
two knots do not fall within the
same cross section of sleeper.
b) Points & Xings Sleepers: Any
number but none exceeding 1"
diameter provided two knots do
not fall within the same cross
section of a sleeper.

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


5. Out of shape
a. Crook or spring Up to 1/4" per foot length

b. Cup Up to 1/2" per foot length

c. Warp Up to 1/8" per foot length but not


exceeding 2" for length of 16' and
above
d. Twist Permitted, provided that 1/4" adzing
can remove it
6. Sapwood i. Bridge Sleeper: For a 1) Sapwood may be permitted
distance of 6" on either side in an over size sleeper to
of centre line of the rail seat the extent in addition of the
the amount of sapwood excess in size (i.e. plus
should not exceed 25% and usual tolerance)
elsewhere should not
exceed 50% of any surface 2) When wane occurs in a
dimension for semi-durable sleeper the sum total of the
woods. For durable woods, actual measured wane &
the amount of sapwood sapwood should not
should not exceed 25% exceed the tolerance of the
under rail seat and 331/3% sapwood.
elsewhere of any surface
dimension.
ii. Points & Crossing
Sleepers: For a distance of
12" from either end may be
permitted up to 50%.
Elsewhere should not
1/3
exceed 33 % of any
surface dimension for both
durable & semi-durable
woods.
7. Separation of
fibers
a) Cracks. i. Along the grain, one or Crack along the grain should not
more numbers not fall on the spike line.
exceeding total length of 30"
and none exceeding 1"
depth on broad & narrow
faces.
ii. Across the grain, any
number and length but not
exceeding 1/4" depth.
b) Splits End splits extending over the full
Only one split each of maximum depth of the sleeper should be
gaps 1/8" at both ends. The length adequately clamped.
of the split or total length of two
splits shall not exceed 1" in every 1'
length of sleeper.
c) Cup Shake Only one cup shake in the same

Pakistan Railways
i. Any number not exceeding growth ring shall be allowed.
3" in length of the arc, and
not with in two inches of any
edge.

ii. Cup shakes which are not


visible in the end face but
appear as parallel cracks on
the broad face (breast side)
shall not also fall within 12"
from the end of the sleeper.

8. Size tolerances In calculating the volume for


a) Oversize Up to 5% in length, width & purpose of payment both
thickness. oversize and undersize shall be
b) Undersize ignored. No undersize sleeper
Up to 11/4% in length and 21/2% in shall be out of shape. The
both width & thickness (the number undersize is not permissible in
of undersize sleepers shall not both the width and thickness of
exceed 5% of the total supply). the same sleeper.
9. Wane i. Bridge sleepers: Under rail Where wane occurs in sleeper.
seats up to 121/2% of any The sum total of the actual
surface dimension and measures of wane and sapwood
elsewhere up to 25%. should not exceed the tolerance
ii. Points & Crossings for sapwood.
sleepers: For a distance of
12" from either end up to
25" of any surface
dimension elsewhere up to
15%.
10. Decay Up to 3/8" within rail seat area and Sleepers shall be presented for
elsewhere up to 3/4". inspection only after the decay
has been chiseled down to the
sound wood.
11. General In case the limits of tolerances for any defects listed against items 1,
2,3,4,6 & 7 prescribed by the Specifications of the National Railways
and or Timber Grading Rules of the country of the supply are more rigid
than Pakistan Railways Specification then the former should be
applicable.

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7


CHAPTER 5
SPECIES OF HARDWOOD ELIGIBLE FOR USE AS RAILWAY
SLEEPERS
a) The species of wood which are considered suitable for use as “Special size sleepers
(timbers) and their
anticipated average life in the Track” is given in the table below:
Sr. Trade Name Botanical Name Life as
No sleeper in
Railway
Track
BURMA
1 Paud-auk Pterocarpus, Marcrocarpus 15 Years

2 Pyinkado Xylia dolarbriformis 20 Years


3 Thitya Shorea Obtusa 15 Years
4 Ingyin Pentacme suavis 15 Years
MALAYSIA
1 Balau i. Shorea Foxworthi 20 Years
ii. Shorea Levis 20 Years
iii. Shorea Maxwillana 20 Years
INDIA & NEPAL
Sal Shoria Robusta 20 Years
PHILLIPINES
Yakal Shoria Gisok 20 Years
INDONESIA NORTH BORNEO
Selangan Batu i. Shorea Foxworthi 20 Years
ii. Shorea Levis 20 Years
iii. Shorea Maxwillana 20 Years
AFRICA
1 Ekki Lophria alata and proocers 20 Years
2 Okan Cylicodisous gabunensis 20 Years

3 Mkelekele (Messanda) Erytrophleum guineanse 20 Years


SOUTH AMERICA
1 Mora Mora Excelsa 15 Years
2 Acapu Vocacapoua Americano 15 Years
3 Cumari-Augelin Coumarounaodorats 15 Years

Pakistan Railways
b) If a tendered chooses to offer any species other than the above, he should submit
documentary evidence of the use of such a species for special size sleepers on other
Railways, indicating their service life in track and also furnish the following additional
information about this wood:

1. Trade and Scientific Name


2. Locality of occurrence
3. Air dry density
4. Shrinkage or retention of shape
5. Natural durability
6. Treatability with preservative oils or chemicals
7. Behaviors in the track if used as railway sleepers in the exporting country
8. Condition of seasoning at the time of shipment
9. Strength data
i) Modulus of elasticity
ii) Compression perpendicular to grain
iii) Hardness
iv) Spike holding capacity

Samples of the wood offered (of 6" x 4" x 1" sizes) should also accompany the tender. If
such offers are not accompanied by full particulars, information and samples, as stated
above, these will be ignored altogether.
The suitability, life and annual service cost of sleepers shall be assessed by Railway
Board taking into account the evidence furnished and other information available with
the Board. The decision of the Railway Board in respect of the suitability of the species,
the life of the sleepers, durability, etc, will be final and unchallengeable.

Bid Doc for Goods – 2 Envelope- FOR basis- Appendices- Section-7

S-ar putea să vă placă și