Updated On 27 September 2018: Government of The People'S Republic of Bangladesh
Updated On 27 September 2018: Government of The People'S Republic of Bangladesh
Updated On 27 September 2018: Government of The People'S Republic of Bangladesh
27 September 2018
PW2a i
GCC indicated in the PCC. To facilitate the preparation of the PCC, its Clause
Numbers are numbered with the same numbers of the corresponding GCC Clauses.
Contract Forms
This Section contains the form of the Notification of Award (Form PW2a-4) and the
Contract Agreement (Form PW2a-5).
Section 9. Drawings
This Section contains any Drawings that supplement the General and Particular
Specifications for the Works and physical services to be procured.
PW2a
[enter here the name and address of the Procuring Entity]
T E N D E R D O C U M E N T (NATIONAL)
FOR THE PROCUREMENT OF WORKS
[enter here the nature of the works and physical services to be procured]
PW2a iii
Table of
Contents
Section 1. Instructions to Tenderers........................................................................4
A. General........................................................................................................................ 4
1. Scope of Tender............................................................................................................. 4
2. Interpretation.................................................................................................................. 4
3. Corrupt, Fraudulent, Collusive, Coercive (or Obstructive in case of Development Partner)
Practices.................................................................................................................................. 4
4. Eligible Tenderers.......................................................................................................... 7
B. Tender Document.....................................................................................................8
5. Tender Document........................................................................................................... 8
6. Clarification of Tender Document.................................................................................8
7. Addendum to Tender Document...................................................................................8
C. Qualification Criteria.................................................................................................8
8. General Criteria.............................................................................................................. 8
9. Experience Criteria........................................................................................................ 9
10. Financial Criteria............................................................................................................ 9
11. Personnel Capacity........................................................................................................ 9
12. Equipment Capacity....................................................................................................... 9
13. Joint Venture(JV)......................................................................................................... 10
14. Subcontractor(s).......................................................................................................... 10
D. Tender Preparation.................................................................................................10
15. Only one Tender........................................................................................................... 10
16. Cost of Tendering........................................................................................................ 10
17. Issuance and Sale of Tender Document....................................................................10
18. Language of Tender..................................................................................................... 10
19. Contents of Tender...................................................................................................... 10
20. Tender Submission Letter and Bill of Quantities......................................................11
21. Tender Prices............................................................................................................... 11
22. Tender Currency.......................................................................................................... 11
23. Documents Establishing the Eligibility and Qualification of the Tenderer............12
24. Validity Period of Tender............................................................................................12
25. Extension of Tender Validity and Tender Security................................................13
26. Tender Security............................................................................................................ 13
27. Form of Tender Security..............................................................................................13
28. Authenticity of Tender Security..................................................................................13
29. Return of Tender Security........................................................................................... 13
30. Forfeiture of Tender Security......................................................................................13
31. Format and Signing of Tender....................................................................................14
E. Tender Submission.................................................................................................14
32. Sealing, & Marking of Tender.....................................................................................14
33. Deadline for Submission of Tender...........................................................................14
34. Late Tender................................................................................................................... 15
35. Modification, Substitution or Withdrawal of Tender.................................................15
36. Tender Modification..................................................................................................... 15
37. Tender Substitution..................................................................................................... 15
38. Tender Withdrawal....................................................................................................... 15
F. Tender Opening & Evaluation...................................................................................15
39. Tender Opening............................................................................................................ 15
40. Evaluation Process...................................................................................................... 16
41. Preliminary Examination.............................................................................................17
PW2a
42. Technical Examination & Responsiveness...............................................................18
43. Clarification on Tender................................................................................................ 18
44. Correction of Arithmetical Errors...............................................................................18
45. Financial Evaluation.................................................................................................... 19
46. Price Comparison........................................................................................................ 19
47. Negotiations................................................................................................................. 20
48. Post-qualification......................................................................................................... 20
49. Procuring Entity’s Right to Accept any or to Reject Any or All Tenders................20
50. Rejection of All Tenders..............................................................................................20
51. Informing Reasons for Rejection................................................................................21
G. Contract Award.......................................................................................................21
52. Award Criteria.............................................................................................................. 21
53. Notification of Award................................................................................................... 21
54. Performance Security.................................................................................................. 21
55. Contract Signing.......................................................................................................... 22
56. Publication of Notification of Award of Contract......................................................22
57. Debriefing of Tenderers............................................................................................... 22
58. Right to Complain........................................................................................................ 22
Section 2. Tender Data Sheet...............................................................................23
A. General...................................................................................................................... 23
B. Tender Document..................................................................................................23
C. Qualification Criteria..............................................................................................23
D. Tender Preparation................................................................................................25
E. Tender Submission................................................................................................26
F. Tender Opening and Evaluation............................................................................26
Section 3. General Conditions Of Contract........................................................28
A. General.................................................................................................................... 28
1. Definitions.................................................................................................................... 28
2. Communications & Notices........................................................................................ 31
3. Governing Law............................................................................................................. 31
4. Governing Language................................................................................................... 31
5. Documents Forming the Contract and Priority of Documents.................................31
6. Scope of Works............................................................................................................ 32
7. Assignment.................................................................................................................. 32
8. Eligibility....................................................................................................................... 32
9. Gratuities / Agency Fees........................................................................................... 32
10. Possession of the Site.................................................................................................32
11. Procuring Entity’s Responsibilities............................................................................32
12. Contractor’s Responsibilities.....................................................................................32
13. Taxes and Duties.......................................................................................................... 32
14. Contractor’s Personnel...............................................................................................32
15. Subcontracting............................................................................................................. 32
16. Instructions.................................................................................................................. 33
17. Corrupt, Fraudulent, Collusive, Coercive( and Obstructive in case of Development Partner)
Practices................................................................................................................................ 33
B. Time Control........................................................................................................... 34
18. Start Date...................................................................................................................... 34
19. Intended Completion Date........................................................................................... 34
20. Completion of Works................................................................................................... 35
21. Programme of Works................................................................................................... 35
22. Pro-rata Progress......................................................................................................... 35
23. Extension of the Intended Completion Date..............................................................35
C. Quality Control........................................................................................................35
24. Execution of Works...................................................................................................... 35
PW2a
25. Identifying Defects....................................................................................................... 35
26. Testing.......................................................................................................................... 36
27. Rejection of Works....................................................................................................... 36
28. Remedial Work............................................................................................................. 36
29. Correction of Defects................................................................................................... 36
30. Uncorrected Defects.................................................................................................... 36
D. Cost Control............................................................................................................ 37
31. Contract Price.............................................................................................................. 37
32. Bill of Quantities (BOQ)...............................................................................................37
33. Changes in the Quantities and Unit Rate..................................................................37
34. Issue of Variation or Extra Work Order......................................................................38
35. Costing of Variation Orders or Extra Work Orders...................................................38
36. Payment Certificates.................................................................................................... 39
37. Payments to the Contractor........................................................................................ 39
38. Compensation Events................................................................................................. 40
39. Retention Money.......................................................................................................... 41
40. Liquidated Damages.................................................................................................... 41
E. Completion of Contract.........................................................................................42
41. Completion................................................................................................................... 42
42. Taking Over.................................................................................................................. 42
43. Amendment to Contract.............................................................................................. 42
44. Final Account............................................................................................................... 42
45. Release from Performance.......................................................................................... 42
F. Termination............................................................................................................. 42
46. Termination.................................................................................................................. 42
47. Payment upon Termination......................................................................................... 43
48. Property........................................................................................................................ 43
G. Disputes and Settlement........................................................................................44
49. Settlement of Disputes................................................................................................44
Section 4. Particular Conditions of Contract.....................................................45
Section 5. Tender & Contract Forms..................................................................48
Section 6. Bill of Quantities.................................................................................59
Section 7. General Specifications (GS)..............................................................61
Section 8. Particular Specifications...................................................................62
Section 9. Drawings..............................................................................................63
PW2a
Section 1.Instructions to Tenderers
A. General
1. Scope of Tender 1.1 The Procuring Entity, as indicated in the Tender Data Sheet
(TDS) issues this Tender Document for the procurement of
Works and physical services incidental thereto as specified
in the TDS and as detailed in Section 6: Bill of
Quantities. The name of the Tender and the number and
identification of its constituent lot(s) are stated in the TDS.
1.2 The successful Tenderer shall be required to execute the
Works and physical services as specified in the General
Conditions of Contract.
2. Interpretation
2.1 Throughout this Tender Document:
(a) the term “in writing” means communication written
by hand or machine duly signed and includes
properly authenticated messages by facsimile or
electronic mail;
(b) if the context so requires, singular means plural and
vice versa;
(c) “day” means calendar days unless otherwise
specified as working days;
(d) “Person” means and includes an individual, body of
individuals, sole proprietorship, partnership,
company, association or cooperative society that
wishes to participate in Procurement proceedings;
(e) “Tenderer” means a Person who submits a Tender;
(f) “Tender Document” means the Document provided
by a Procuring Entity to a Tenderer as a basis for
preparation of the Tender; and
(g) “Tender” depending on the context, means a Tender
submitted by a Tenderer for execution of Works and
physical services to a Procuring Entity in response
to an Invitation for Tender.
PW2a
as an inducement with respect to an act or
decision or method followed by the Procuring
Entity in connection with a Procurement
proceeding or Contract execution;
b. “fraudulent practice” means the misrepresentation
or omission of facts in order to influence a decision
to be taken in a Procurement proceeding or
Contract execution;
c. “collusive practice” means a scheme or
arrangement between two (2) or more Persons,
with or without the knowledge of the Procuring
Entity, that is designed to arbitrarily reduce the
number of Tenders submitted or fix Tender prices
at artificial, non-competitive levels, thereby
denying the Procuring Entity the benefits of
competitive price arising from genuine and open
competition;
d. “coercive practice” means harming or threatening
to harm, directly or indirectly, Persons or their
property to influence a decision to be taken in
the Procurement proceeding or the execution of
a Contract, and this will include creating
obstructions in the normal submission process
used for Tenders.
e. “Obstructive practice” (applicable in case of
Development Partner) means 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.
3.3 Should any corrupt, fraudulent, collusive, coercive (or
obstructive in case of Development Partner) practice of any
kind is determined by the Procuring Entity or the
Development Partner, if applicable, this will be dealt in
accordance with the provisions of the Public Procurement
Act and Rules and Guidelines of the Development Partners.
In case of obstructive practice, this will be dealt in
accordance with Development Partners Guidelines.
PW2a
shall exclude the concerned Tenderer from further
participation in the concerned procurement
proceedings;
(b) Procuring Entity and/or the Development Partner
shall reject any recommendation for award that had
been proposed for that concerned Tenderer;
(c) Procuring Entity and/or the Development Partner
shall declare, at its discretion, the concerned Tenderer
to be ineligible to participate in further Procurement
proceedings, either indefinitely or for a specific period of
time;
(d) Development Partner shall sanction the concerned
Tenderer or individual, at any time, in accordance
with prevailing Development Partner’ sanctions
procedures, including by publicly declaring such
Tenderer or individual ineligible, either indefinitely or
for a stated period of time: (i) to be awarded a
Development Partner-financed contract; and (ii) to
be a nominated sub-contractor, consultant,
manufacturer or Contractor, or service provider of
an otherwise eligible firm being awarded a
Development Partner-financed contract; and
(e) Development Partner shall cancel the portion of the
loan allocated to a contract if it determines at any
time that representatives of the Procuring Entity or
of a beneficiary of the loan engaged in corrupt,
fraudulent, collusive, coercive or obstructive
practices during the procurement or the execution of
that Development Partner financed contract, without
the Procuring Entity having taken timely and
appropriate action satisfactory to the Development
Partner to remedy the situation.
3.5 Tenderer shall be aware of the provisions on corruption,
fraudulence, collusion, coercion (and obstruction, in case of
Development Partner) of the Public Procurement Act,
2006, the Public Procurement Rules, 2008 and others as
stated in GCC Clause 17.
3.6 In further pursuance of this policy, Tenderers, Contractors
and their sub-contractors, agents, personnel, consultants,
service providers shall permit the Government and the
Development Partner to inspect any accounts and records
and other documents relating to the Tender submission and
contract performance, and to have them audited by auditors
appointed by the Government and/or the Development
Partner during the procurement or the execution of that
Development Partner financed contract.
PW2a
4. Eligible Tenderers 4.1 This Invitation for Tenders is open to all potential
Tenderers.
4.2 Tenderers shall have the legal capacity to enter into the
Contract under the Applicable Law.
4.3 Tenderers shall be enrolled in the relevant professional or
trade organisations registered in Bangladesh.
4.4 Tenderers may be a physical or juridical individual or
body of individuals, or company invited to take part in
public procurement or seeking to be so invited or
submitting a Tender in response to an Invitation for
Tenders.
4.5 Tenderers shall have fulfilled its obligations to pay taxes
under the provisions of laws and regulations of
Bangladesh.
4.6 Tenderers and all parties constituting the Tenderer shall
not have a conflict of interest.
4.7 Tenderer in its own name or its other names or also in the
case of its Persons in different names, shall not be under
a declaration of ineligibility for corrupt, fraudulent,
collusive or coercive practices as stated under ITT Clause
3.4 (or obstructive practice, in case of Development
Partner) in relation to the Development Partner’s
Guidelines in projects financed by Development Partner.
4.8 Tenderers are not restrained or barred from participating
in Public Procurement on grounds of poor performance in
the past under any Contract.
4.9 Tenderers shall not be insolvent, be in receivership, be
bankrupt, be in the process of bankruptcy, be not
temporarily barred from undertaking business and it shall
not be the subject of legal proceedings for any of the
foregoing.
4.10 Government-owned enterprise in Bangladesh may also
participate in the Tender if it is legally and financially
autonomous, it operates under commercial law, and it is
not a dependent agency of the Procuring Entity.
4.11 Tenderers shall provide such evidence of their continued
eligibility satisfactory to the Procuring Entity, as the
Procuring Entity will reasonably request.
PW2a
B. Tender Document
5. Tender Document 5.1 The Sections comprising the Tender Document are listed
below, and should be read in conjunction with any
Addendum issued under ITT Clause 11.
C. Qualification Criteria
8. General Criteria 8.1 Tenderers shall possess the necessary professional
and technical qualifications and competence, financial
resources, equipment and other physical facilities,
managerial capability, specific experience, reputation,
and the personnel, to perform the contract, which entails
setting pass/fail criteria, which if not met by the
PW2a
Tenderers, will result in consideration of its Tender as
non-responsive.
8.2 In addition to meeting the eligibility criteria, as stated
under ITT Clause 4, Tenderers must satisfy the other
criteria stated in ITT Clauses 9 to 12 inclusive.
8.3 To qualify for multiple number of contracts/lots in a
package made up of this and other individual
contracts/lots for which Tenders are invited in the Invitation
for Tenders, the Tenderers shall demonstrate having
resources sufficient to meet the aggregate of the qualifying
criteria for the individual contracts. The requirement of
general experience as stated under ITT Sub Clause
9.1(a), and specific experience unless otherwise of
different nature, as stated under ITT Sub Clause
9.1(b)shall not be separately applicable for each individual
lot
9. Experience Criteria 9.1 Tenderers shall have the following minimum level of
construction experience to qualify for the performance of
the Works under the Contract:
(a) a minimum number of years of general experience
in the construction of works as specified in the
TDS; and
(b) specific experience in construction works of a
nature, complexity and methods/construction
technology similar to the proposed Works, in at
least a number of contract(s)and, each with a
minimum value over the period, as specified in
the TDS.
10. Financial Criteria 10.1 Tenderer shall have the following minimum level of
financial capacity to qualify for the performance of the
Works under the Contract.
(a)the average annual construction turnover as specified
in the TDS during the period specified in the TDS;
(b)availability of minimum liquid assets i.e. working
capital or credit line(s) from any scheduled Bank
of Bangladesh, net of other contractual
commitments, of the amount as specified in the
TDS.
(c) The Minimum Tender Capacity as specified in the
TDS.
11. Personnel Capacity 11.1 Tenderers shall have the minimum level of personnel
capacity to qualify for the performance of the Works under
the Contract consisting of key personnel with qualifications
and experience as specified in the TDS.
12. Equipment Capacity 12.1 Tenderness’ shall own suitable equipment and other
physical facilities or have proven access through contractual
arrangement to hire or lease such equipment or facilities for
the desired period, where necessary or have assured
access through lease, hire, or other such method, of the
essential equipment, in full working order, as specified in the
PW2a
TDS.
13. Joint Venture(JV) 13.1 No Joint Venture (JV) shall be permissible under this
Invitation for Tenders. Tenders submitted in the form of JV
shall be considered non-responsive.
D. Tender Preparation
15. Only one Tender 15.1 Tenderers shall submit only one (1) Tender for each lot.
Tenderer who submits or participates in more than one (1)
Tender in one (1) lot of a package or in one (1) package
with one (1) lot will cause all the Tenders of that particular
Tenderer to be rejected.
16. Cost of Tendering 16.1 Tenderers shall bear all costs associated with the
preparation and submission of its Tender, and the
Procuring Entity shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the
Tendering process.
17. Issuance and Sale of 17.1 The Procuring Entity shall
Tender Document make Tender Documents available immediately to the
potential Tenderers, requesting and willing to purchase at
the corresponding price by the date the advertisement has
been published in the newspaper.
18. Language of Tender 18.1 Tenders shall be written in the English language.
Correspondences and documents relating to the Tender
may be written in English or Bangla.
19. Contents of Tender 19.1 The Tender prepared by the Tenderer shall comprise the
following:
(a) Tender Submission Letter (Form PW2a-1) as stated
under ITT Sub Clause 20.1;
(b) Tenderer Information (Form PW2a-2)as furnished in
Section 5: Tender Forms;
(c) the priced Bill of Quantities for each lot as stated
under ITT Sub Clause 20,21 and 22;
(d) the Tender Security as stated under ITT Clauses
26,27 and 28;
(e) the written confirmation authorizing the signatory of
the Tender to commit the Tenderer, as stated under
ITT Sub Clause 31.2;
(f) the Valid Trade License;
(g) documentary evidence of Tax Identification
Number(TIN) and VAT as a proof of fulfilment of
taxation obligations as stated under ITT Sub Clause
4.5;
(h) documentary evidence as stated under ITT Clause
23 establishing the Tenderer’s eligibility and
PW2a
minimum qualifications required to be met for due
performance of the Works and physical services
under the Contract;
(i) document establishing legal and financial autonomy
and compliance with commercial law, as stated under
ITT Sub Clause 4.10 in case of government owned
entity;
(j) tenderer’s past performance information in (Form
PW2A-2A) & documentary evidence for past
performance evaluation and rating matrix as stated
under ITT Sub Clause 40.3;
(k) tenderer’s capacity information in (Form PW2A-2B)
& documentary evidence for tenderers capacity; and
(l) any other document as specified in the TDS.
20.1 Tenderers shall submit the Tender Submission Letter
20. Tender Submission
(Form PW2a-1), which shall be completed without any
Letter and Bill of
alterations to its format, filling in all blank spaces with
Quantities
the information requested, failing which the Tender may
be rejected as being incomplete.
20.2 Tenderers shall submit the priced BOQ using the
form(s) furnished in Section 6: Bill of Quantities.
20.3 If in preparing its Tender, the Tenderer has made errors in
the unit rate or the total price, and wishes to correct such
errors prior to submission of its Tender, it may do so, but
shall ensure that each correction is initialled by the
authorised person of the Tenderer.
21. Tender Prices 21.1 Tenderers shall fill in unit rates or prices for all items of the
Works both in figures and in words as described in the
BOQ. The price to be quoted in the Tender Submission
Letter shall be the total price of the Tender.
21.2 The items quantified in the BOQ for which no unit rates or
prices have been quoted by the Tenderer will not be paid
for, by the Procuring Entity when executed and shall be
deemed covered by the amounts of other rates or prices in
the BOQ and, it shall not be a reason to change the
Tender price.
21.3 All applicable taxes, custom duties, VAT and other levies
payable by the Contractor under the Contract shall be
included in the unit prices and the total Tender price
submitted by the Tenderer.
21.4 The price of a Contract shall be fixed in which case the unit
prices may not be modified in response to changes in
economic or commercial conditions.
23. Tender Currency 22.1 Tenderers shall quote all prices in the Tender Submission
Letter and in the BOQ in Bangladesh Taka (BDT)
currency.
24. Documents Establishing 23.1 Tenderers shall complete and submit the documentary
the Eligibility and evidence, as applicable to satisfy the following:
PW2a
Qualification of the (a) complete the eligibility declarations in the Tender
Tenderer Submission Letter (Form PW2a-1);
(b) complete the Tenderer Information (Form PW2a-2);
(c) general experience in construction works as stated
under ITT Sub Clause 9.1(a), substantiated by the
year of registration/constitution/licensing in its country
of origin;
(d) specific experience in construction works under
public sector of similar nature and size as stated ITT
Sub Clause 9.1(b), substantiated by Completion
Certificate (s) issued by the relevant Procuring
Entity(s);
(e) average annual construction turnover i.e total
certified payments received for contracts in progress
or completed under public sector for a period as
stated under ITT Sub Clause 10.1(a), substantiated
by Statement(s) of Receipts, from any scheduled
Bank of Bangladesh, issued not earlier than twenty
eight (28) days prior to the day of the original
deadline for submission of Tenders;
PW2a
Security the Tenderers’ consent to an extension of the period of
validity of their Tenders; provided that those Tenderers
have passed the preliminary examination as stated under
ITT Sub Clause 41.2.
25.2 The request and the responses shall be made in writing.
Validity of the Tender Security provided under ITT Clause
27.2 shall also be suitably extended for twenty eight (28)
days beyond the new date for the expiry of the Tender
Validity. If a Tenderer does not respond or refuses the
request it shall not forfeit its Tender Security, but its Tender
shall no longer be considered in the evaluation
proceedings. A Tenderer agreeing to the request will not be
required or permitted to modify its Tender.
27. Tender Security 26.1 Tenderer shall furnish as part of its Tender, in favour of the
Procuring Entity or as otherwise directed on account of the
Tenderer, a Tender Security in original form (not copy) and
in the amount, as specified in the TDS.
26.2 In case of substitution of the Tender as stated under ITT
Sub Clause 37.1a new Tender Security shall be required in
the substituted Tender.
28. Form of Tender Security 27.1 The Tender Security shall be at the Tenderer’s option, be
either in the form of a Bank Draft or Pay Order or Bank
Guarantee.
27.2 The Tender Security shall remain valid for at least twenty
eight (28) days beyond the expiry date of the Tender
Validity.
28.1 The authenticity of the Tender Security submitted by a
29. Authenticity of Tender
Tenderer may be examined and verified by the Procuring
Security
Entity at its discretion in writing from the Bank issuing the
security.
28.2 If a Tender Security is found to be not authentic, the
Procuring Entity may proceed to take measures against
that Tenderer as stated under ITT Sub Clause 3.2.
28.3 A Tender not accompanied by a valid Tender Security
shall be considered as non-responsive.
32. Return of Tender 29.1 No Tender Security shall be returned to the Tenderers
Security before contract signing.
29.2 Unsuccessful Tenderer’s Tender Security will be
discharged or released as soon as possible but within
28 days after the expiry of the Tender Validity period as
stated under ITT Clause 24.
33. Forfeiture of Tender 30.1 The Tender security may be forfeited if a Tenderer:
Security (a) withdraws its Tender after opening of Tenders but
within the validity of the Tender as stated under ITT
Clause 24 and 25; or
(b) refuses to accept a Notification of Award, as stated
under ITT Sub Clause 53.3; or
PW2a
(c) refuses to sign the Contract, as stated under ITT Sub
Clause 55.2; or
(d) does not accept the correction of the Tender price
following the correction of arithmetic errors, as stated
under ITT Clause 44; or
(e) fails to furnish Performance Security as stated under
ITT Sub Clause 54.1;
34. Format and Signing of 31.1 Tenderers shall prepare one (1) original of the
Tender documents comprising the Tender as described in ITT
Clause 19 and clearly mark it “ORIGINAL.” In addition,
the Tenderers shall prepare the number of copies of the
Tender, as specified in the TDS and clearly mark each of
them “COPY.” In the event of any discrepancy between
the original and the copies, the ORIGINAL shall prevail.
31.2 The original and each copy of the Tender shall be typed
or written in indelible ink and shall be signed by the
Person duly authorized to sign on behalf of the Tenderer.
This Tender specific authorization shall be attached to
the Tender Submission Letter (Form PW2a-1). The
name and position held by each Person(s) signing the
authorization must be typed or printed below the
signature. All pages of the original and of each copy of
the Tender, except for un-amended printed literature,
shall be numbered sequentially and signed by the
person signing the Tender.
31.3 Any interlineations, erasures, or overwriting will be valid
only if they are signed or initialled by the Person signing
the Tender.
E. Tender Submission
35. Sealing,& Marking of 32.1 Tenderers shall enclose the original in one (1) envelope
Tender and all the copies of the Tender, in another envelope,
duly marking the envelopes as “ORIGINAL (O)” and
“COPY”. These sealed envelopes will then be enclosed
and sealed in one (1) single outer envelope with all the
relevant particulars of the Tender on the envelopes.
36. Deadline for Submission 33.1 Tenders shall be delivered by hand or by mail, including
of Tender courier services at the address(s) as specified in the TDS
and not later than the date and time specified in the TDS.
PW2a
33.4 The Procuring Entity shall ensure that the Tenders
received at the secondary place(s) are hand-delivered at
the primary place as stated under ITT Sub Clause33.1,
within THREE (3) HOURS after the deadline for
submission of Tenders at the secondary place (s), in case
of MULTIPLE DROPPING as stated under ITT Sub Clause
42.3, as specified in the TDS.
37. Late Tender 34.1 Any Tender received by the Procuring Entity after the
deadline for submission of Tenders as stated under ITT
Sub Clause 33.1 shall be declared LATE and returned
unopened to the Tenderer.
38. Modification, 35.1 Tenderers may modify, substitute or withdraw its Tender
Substitution or after it has been submitted by sending a written notice
Withdrawal of Tender duly signed by the authorized signatory and properly
sealed, and shall include a copy of the authorization;
provided that such written notice including the affidavit is
received by the Procuring Entity prior to the deadline for
submission of Tenders as stated under ITT Clause 33
39. Tender Modification 36.1 Tenderers shall not be allowed to retrieve its original
Tender, but shall be allowed to submit corresponding
modification to its original Tender marked as
“MODIFICATION (M)”.
40. Tender Substitution 37.1 Tenderers shall not be allowed to retrieve its original
Tender, but shall be allowed to submit another Tender
marked as “SUBSTITUTION (S)”.
41. Tender Withdrawal 38.1 Tenderers shall be allowed to withdraw its Tender by a
Letter of Withdrawal marked as “WITHDRAWAL(W)”.
PW2a
Tender Opening Committee (TOC) based on documents
submitted as stated under ITT Sub Clause 35.1.
39.5 Ensuring that only the correct (M), (S), and (O) envelopes
are opened, details of each Tender will be dealt with as
follows:
43. Evaluation Process 40.1 Tender Evaluation Committee (TEC) may consider a
Tender as responsive in the Evaluation, only if it is
submitted in compliance with the mandatory requirements
set out in the Tender Document. The evaluation process
should begin immediately after Tender opening following
four steps:
(a) Preliminary Examination;
(b) Technical Examinations and Responsiveness;
(c) Financial evaluation and price comparison;
(d) Post-qualification of the Tender.
40.2 Tenderers having quoted the tender price more than 10
(Ten) percent above or below the official cost estimate, the
tender will be rejected.
40.3 In case of tie for the lowest evaluated price, the tenderer
PW2a
shall be selected based on the “Past Performance
Evaluation Matrix” to be used in assessing the Tenderer’s
quality as stated below:
44. Preliminary Examination 41.1 TEC shall examine the Tenders to confirm that all
documentation requested in ITT Clause 19 has been
provided, to determine the completeness of each
document submitted.
41.2 TEC shall confirm that the following documents and
PW2a
information have been provided in the Tender. If any of
these documents or information is missing, the Tender
shall be rejected.
(a) Tender Submission Letter;
(b) Priced Bill of Quantities;
(c) Written confirmation of authorization to commit the
Tenderer; and
(d) Valid Tender Security.
PW2a
multiplying the unit price and quantity, the unit
price will prevail and the line item total price shall
be corrected, unless in the opinion of the TEC
there is an obvious misplacement of the decimal
point in the unit price, in which case the total price
as quoted will govern and the unit price will be
corrected; and
(b) if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures,
the amount in words shall prevail, unless the
amount expressed in words is related to an
arithmetic error, in which case the amount in
figures shall prevail subject to (a) and (b) above.
44.2 TEC shall correct the arithmetic errors and shall promptly
notify the concerned Tenderer(s) If the Tenderer that does
not accept the correction of arithmetic errors, its Tender
shall be considered non-responsive.
49. Financial Evaluation 45.1 TEC shall evaluate each Tender that has been
determined, up to this stage of the evaluation, to be
responsive to the requirements set out in the Tender
Document.
45.2 To evaluate a Tender, the TEC shall consider the Tender
price after adjustments for correction of arithmetical errors,
as stated under ITT Sub Clause 44.1.
45.3 Variations, deviations and other factors which are in
excess of the requirements of the Tender Document or
otherwise result in unsolicited benefits for the Procuring
Entity will not be taken into account in the Tender
evaluation.
45.4 To determine the lowest-evaluated lot(s), the TEC will
take into account:
(a) the lowest-evaluated Tender for each lot;
(b) the resources sufficient to meet the qualifying
criteria for the individual lot or aggregate of the
qualifying criteria for the multiple lots.
50. Price Comparison 46.1 TEC will compare all responsive Tenders to determine the
lowest-evaluated Tender, in accordance with ITT
Clause45.
46.2 In the extremely unlikely event that there is a tie for the
lowest evaluated price, the Tenderer with the superior past
performance of works with the Procuring Entity and, if
necessary with the other Procuring Entities, shall be
selected, whereby factors such as quality of Works
executed, complaints history and performance as stated in
ITT sub clause 40.3 shall be selected.
PW2a
46.3 The successful Tenderer as stated under ITT Sub Clauses
46.1 shall not be selected through lottery under any
circumstances.
52. Negotiations 47.1 No negotiations shall be held during the Tender evaluation
or award with the lowest or any other Tenderer.
53. Post-qualification 48.1 The determination on Post-Qualification shall be based
upon an examination of the documentary evidence of the
Tenderer’s eligibility and qualifications submitted by the
Tenderer, pursuant to ITT Clause 23, clarifications in
accordance with ITT Clause 43 and the qualification
criteria indicated in ITT Clause 8, 9,10,11 and 12. Factors
not included therein shall not be used in the evaluation of
the Tenderer’s qualification.
48.2 In the event that the Tenderer with lowest evaluated
Tender price fails the Post-qualification, the TEC shall
make a similar determination for the Tenderer with the
next lowest evaluated Tender price and so on from the
remaining responsive Tenders, if the evaluated cost of the
Tender is acceptable to the TEC.
54. Procuring Entity’s Right 49.1 The Procuring Entity reserves the right to accept any
to Accept any or to Tender or to reject any or all the Tenders any time prior to
Reject Any or All contract award and, to annul the Procurement
Tenders proceedings with prior approval of the Head of the
Procuring Entity, any time prior to the deadline for
submission of Tenders following specified procedures,
without thereby incurring any liability to Tenderers, or any
obligations to inform the Tenderers of the grounds for the
Procuring Entity’s action.
55. Rejection of All Tenders 50.1 The Procuring Entity may, in the circumstances as
stated under ITT Sub Clause50.2 reject all Tenders
following recommendations from the TEC only after the
approval of such recommendations by the Head of the
Procuring Entity.
PW2a
56. Informing Reasons for 51.1 Notice of the rejection will be given promptly within seven
Rejection (7) working days of decision taken by the Procuring Entity
to all Tenderers and, the Procuring Entity will, upon receipt
of a written request, communicate to any Tenderer the
reason(s) for its rejection but is not required to justify those
reason(s).
G. Contract Award
57. Award Criteria 52.1 The Procuring Entity shall award the Contract to the
Tenderer whose Tender is responsive to all the
requirements of the Tender Document and that has
been determined to be the lowest evaluated Tender,
provided further that the Tenderer is determined to be
Post-qualified in accordance with ITT Clouse 48.
58. Notification of Award 53.1 Prior to the expiry of the Tender Validity period and within
one (1) week of receipt of the approval of the award by the
Approving Authority, the Procuring Entity shall issue the
Notification of Award (NOA) to the successful Tenderer.
53.2 The NOA, attaching the contract as per the sample
(Form PW2a-4) to be signed, shall state :
PW2a
54.4 In the event a Government owned enterprise is the
successful Tenderer, Performance Security, shall not be
required and, in lieu, there shall be Retention Money as
specified in the TDS.
54.5 Performance Security, as stated under ITT Clause 54.1,
may be in the form of a Bank Draft, Pay Order or an
irrevocable unconditional Bank Guarantee in the format
(Form PW2A-6), without any alteration, issued by any
scheduled Bank of Bangladesh acceptable to the Procuring
Entity.
54.6 Within fourteen (14) days from the date of acceptance of
the NOA but not later than the date specified therein, the
successful Tenderer shall furnish the Performance Security
for the due performance of the Contract in the amount as
stated under ITT Sub Clauses 54.1.
54.7 Performance Security shall be required to be valid until a
date twenty-eight (28) days beyond the Intended
Completion Date as specified in Tender Document.
60. Contract Signing 55.1 Within twenty-eight (28) days of the issuance of the
NOA, the successful Tenderer and the Procuring Entity
shall sign the contract.
55.2 Failure of the successful Tenderer to sign the Contract,
as stated under ITT Sub Clause55.1, shall constitute
sufficient grounds for the annulment of the award and
forfeiture of the Tender Security. In that event the
Procuring Entity may award the Contract to the next
lowest evaluated responsive Tenderer, who is
determined by the TEC to be qualified to perform the
Contract satisfactorily.
61. Publication of 56.1 The NOA for contracts of BDT one crore and above shall
Notification of Award of be notified by the Procuring Entity to the Central
Contract Procurement Technical Unit (CPTU) within seven (7) days
of its issuance for publication in their website and that
notice shall be kept posted for not less than a month.
56.2 The NOA for contracts below BDT one crore shall be
published by the Procuring Entity on its Notice Board and
where applicable, on website of the Procuring Entity and,
that notice shall be kept posted for not less than a month.
62. Debriefing of Tenderers 57.1 Debriefing of Tenderers by the Procuring Entity shall
outline the relative status and weakness only of his or
her Tender requesting to be informed of the grounds for
not accepting the Tender submitted by him or her,
without disclosing information about any other Tenderer.
63. Right to Complain 58.1 Tenderer has the right to complain in accordance with the
Public Procurement Act 2006 and the Public Procurement
Rules, 2008.
PW2a
Section 2.Tender Data Sheet
Instructions for completing Tender Data Sheet are provided in italics in parenthesis for the relevant ITT clauses
A. General
ITT 1.1 The Procuring Entity is [insert name of Procuring Entity]
Lot No(s):
[if there is more than one(1) lot, individual lots are to be identified in conformity with Section 6: Bill of
Quantities]
B. Tender Document
ITT6.1 For clarification of Tender Document purposes only, the Procuring Entity’s
address is:
Attention:
Address:
Telephone:
Fax No.:
e-mail address:
and contact Procuring Entity within [insert date]
C. Qualification Criteria
ITT 9.1(a) The minimum number of years of general experience of the Tenderer in the
construction works shall be [insert number] years.
[a minimum of three (3) years would be deemed reasonable; years counting backward from the
date of publication of IFT in the newspaper]
ITT9.1(b) The minimum specific experience in construction works of at least [insert number]
contract(s) of [state the nature, complexity and methods/construction technology ]
successfully completed within the last [insert number] years, each with a value of at
least Tk. [insert amount].
[the minimum number of contracts will depend on the Procuring Entity’s own judgement based
upon its experience in the sector and construction industry. For example, it could be one (1)
contract of similar nature during the last three (3) years or five (5) years or ten (10) years
(whichever appropriate); years counting backward from the date of publication of IFT in the
newspaper]
[the minimum value of the similar works is recommended to be between 50 and 75 percent of the
estimated cost of the proposed work]
[for Tenders where the package contains more than one (1) lot, this qualification requirements, shall
be mentioned separately for each lot in the package]
PW2a
ITT10.1(a) The required average annual construction turnover shall be greater than Tk [insert
amount] over the last [insert number] years.
ITT 10.1(b) The minimum amount of liquid assets i.e. working capital or credit line(s) of the
Tenderer shall be Tk [insert amount]
[usually the required liquid asset is the equivalent of 2-6 months payment flow at the average
construction rate (straight line distribution), accessible or available after taking into account the
financial requirements of existing commitments. The actual period will depend on the speed with
which the Procuring Entity will pay the Contractor’s monthly certificate, allowing time to prepare an
invoice, for the Project Manager’s time to certify it, and at least one month contingency for
preparing the cheque and making actual payment.
Example:
Contract Value: Tk 24 lac
Contract period: 12 months
Assuming work time: 1 month
Invoice period: 0.5 month
Certification Time: 0.5 month
Contingency Time: 1 month
Therefore, the minimum required liquid asset will be Tk.6 lac, i.e. 3 months cash flow based on the above
assumptions.]
[for Tenders where the package contains more than one (1) lot, this qualification requirements shall be
mentioned separately for each lot in the package]
PW2a
ITT 10.1(C) The minimum capacity shall be:[70%-80% of the official estimated cost]
The following formulae shall be used to calculate the Tender Capacity
Assessed Tender Capacity = (A*N*1.5-B)
Where
A=Maximum value of Works performed in any one year during last five years
N= Completion time of the proposed work in years
B= Value of Existing commitments and works to be completed during the next N
Years
For Tenders where the package contains more than one (1) Lot, this qualification
requirement shall be mentioned separately for each lot in the package
Note 1: In case the value of N is less than 12 (twelve) months the value of N shall be
considered as 01 (one)
ITT 11.1 The following key personnel shall have the qualifications and experience mentioned
against each:
Total Works Experience in similar
No Position Experience (Years) works (Years)
[ for Tenders where the package contains more than one (1) lot, this qualification requirement may be
necessary for each lot in the package, subject to the nature of the control required over each package]
ITT 12.1 Tenderers shall own or have proven access to hire or lease of the major
construction equipment, in full working order as follows:
[for Tenders where the package contains more than one (1) lot, this qualification requirement may be
necessary for each lot in the package, subject to the nature of the control required over each package]
PW2a
D. Tender Preparation
ITT 19.1(l) Tenderer shall submit with its Tender, the following additional documents:
ITT 23.1(j) The required reports on the financial standing, such as profit and loss
statements and audited balance sheet shall be for the past [insert number]years.
ITT26.1 The amount of the Tender Security shall be [ insert amount ] in favour of [insert
the name of the beneficiary.
[not exceeding three(3) percent of the official estimated cost but as a fixed amount, in case of a
package with no lot, or number of lots on “lot-by-by basis” Tender]
[for more than one lot in a package, the Tender Security for each lot may be determined on different
percentage basis and , should be mentioned separately]
E. Tender Submission
ITT 33.1 For Tender submission purposes, the Procuring Entity’s address is:
Attention:[state full name with designation of person]
Address: [state detail address including floor and room number]
The deadline for submission of Tenders is :
Time & Date:
ITT 33.3 For Tender submission purposes only, the Procuring Entity’s address is:
[in case of multiple dropping state below the addresses of the PRIMARY PLACE and SECONDARY
PLACES with Time and Date]
Attention: :[ state full name with designation of the person]
Address (PRIMARY PLACE ):
[state detail address including floor and room number]
The deadline for the submission of Tenders is:
Time & Date:
ITT 33.4 The deadline for hand-delivering of the Tenders at the PRIMARY PLACE is:
Time & Date:
[must be within three(3) hours after the deadline for submission of Tenders at the SECONDARY PLACES]
PW2a
F. Tender Opening and Evaluation
ITT 39.1 The Tender opening shall take place at (state below always the Primary Place):
Address: [insert detail address including floor and room number]
Time & Date
G. Contract Award
ITT 54.1 The amount of Performance Security shall be [state percentage] percent of the
Contract Price and the retention money shall be [state percentage] percent of the
Contract Price.
[usually ten(10) percent of the Contract Price but should not be less than 5%. if Performance
Security is kept less than ten(10) percent then the proportion of Retention Money shall be equal to
the percentage-shortfall of ten (10) percent of Performance Security; Maximum twenty-five (25)
percent of the total Contract Price in case the Tender price is significantly below the updated
official estimated cost or unbalanced as a result of front loading only on recommendations of
TEC ]
ITT 54.4 The Retention Money, in lieu of the Performance Security, shall be deducted @
ten (10) percent from the successful Tenderer’s payable invoices during
Contract implementation, if awarded the Contract.
PW2a
Section3.General Conditions Of Contract
A. General
. Definitions 1.1 In the Conditions of Contract, which include Particular
Conditions and these General Conditions, the following
words and expressions shall have the meaning hereby
assigned to them. Boldface type is used to identify the
defined terms:
PW2a
Document including the priced BOQ and the
Schedules submitted by the Contractor to the
Procuring Entity.
PW2a
in the Procuring Entity’s Notification of Award and
further clearly determined in the Contract.
PW2a
(gg) Variation means any change to the Works directly
procured from the original Contractor to cover
increases or decreases in quantities, including the
introduction of new work items that are either due to
change of plans, design or alignment to suit actual
field conditions, within the general scope and
physical boundaries of the contract.
4. Governing Language 4.1 The Contract shall be written in English. All correspondences
and documents relating to the Contract may be written in
English or Bangla.
5. Documents Forming 5.1 The following documents forming the Contract shall be
the Contract and interpreted in the following order of priority:
Priority of Documents
(a) signed Contract Agreement (Form PW2a-5);
(b) Notification of Award (PW2a-4);
(c) the completed Tender ;
(d) the Particular Conditions of Contract;
(e) the General Conditions of Contract;
(f) the Technical Specifications;
(g) the General Specifications;
(h) the Drawings;
(i) the priced Bill of Quantities and the Schedules ; and
PW2a
(j) any other document listed in the PCC forming part of
the Contract.
6. Scope of Works 6.1 The Works to be executed, completed and maintained shall
be as specified in the BOQ, the General and Particular
Specifications and Drawings.
7. Assignment 7.1 Neither the Contractor nor the Procuring Entity shall assign,
in whole or in part, its obligations under the Contract.
10. Possession of the 10.1 The Procuring Entity shall give possession of the Site to the
Site Contractor on the date specified in the PCC. If possession of
the Site is not given by the date specified, the Procuring
Entity will be deemed to have delayed the start of the relevant
activities, and this will be a Compensation Event as stated
under GCC Sub Clause 38.1(a).
11. Procuring Entity’s 11.1 The Procuring Entity shall pay the Contractor, in
Responsibilities consideration of the satisfactory progress of execution and
completion of the Works and physical services, and the
remedying of defects therein, 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 Agreement.
12. Contractor’s 12.1 The Contractor shall execute and complete the Works and
Responsibilities remedy any defects therein in conformity in all respects with
the provisions of the Contract Agreement.
13. Taxes and Duties 13.1 The Contractor shall be entirely responsible for all applicable
taxes, custom duties, VAT and other levies imposed or
incurred inside and outside Bangladesh.
14. Contractor’s 14.1 The Contractor shall employ the key personnel named in the
Personnel Schedule of Key Personnel, as referred to in the PCC, to
carry out the functions stated in the Schedule or other
personnel approved by the Project Manager.
PW2a
responsible for the acts or defaults of any Subcontractor, his
or her agents or employees, as if they were the acts or
defaults of the Contractor.
17. Instructions 16.1 The Contractor shall carry out all instructions of
the Project Manager that comply with the applicable law.
18. Corrupt, Fraudulent, 17.1 The Government and the Development Partner
Collusive, Coercive( and requires that the Procuring Entity as well as the Contractor
Obstructive in case of (including sub-contractors, agents, personnel, consultants
Development Partner) and service providers), shall observe the highest standard of
ethics during the implementation of procurement proceedings
Practices
and the execution of contracts under public funds.
17.2 The Contractor (including sub-contractors, agents,
personnel, consultants and service providers) shall permit the
Government and/or the Development Partner to inspect the
Contractor’s accounts and records and other documents
relating to the submission of Tender and contract
performance, and to have them audited by auditors
appointed by the Government and/or the Development
Partner, if so required.
PW2a
(e) “Obstructive practice” (applicable in case of
Development Partner) means 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.
17.4 Should any corrupt, fraudulent, collusive, coercive
practice ( or obstructive practice in case of Development
Partner ) of any kind, in competing for or in executing the
Contract, is determined by the Procuring Entity, then the
Procuring Entity may, upon giving 28 days’ notice to the
Contractor, terminate the Contractor’s employment under the
Contract and the provisions of Clause 46shall apply as if such
expulsion had been made under sub-clause 46.1
(Termination for Default).
17.5 If corrupt, fraudulent, collusive or coercive (or
obstructive in case of Development Partners) practices of any
kind determined by the Procuring Entity or the Development
Partner against the Contractor alleged to have carried out
such practices, the Procuring Entity and/or the Development
Partner shall:
a) exclude the Contractor from further participation in the
particular Procurement proceeding; or
b) declare, at its discretion, the Contractor to be
ineligible to participate in further Procurement
proceedings, either indefinitely or for a specific period
of time; or
c) PE can debar the Contractor for a period of 1 (one) to
2 (two) years for the procurement of all procuring
entities due to fundamental breach of contract.
17.6 The Contractor shall be aware of the provisions
on corruption, fraudulence, collusion and coercion in Section
64 of the Public Procurement Act, 2006 and Rule 127 of the
Public Procurement Rules, 2008 and in case of Development
Partner financed contract, the Procurement Guidelines of the
Development Partner.
B. Time Control
19. Start Date 18.1 Start Date is the date defined in the PCC and it is the last
date by which the Contractor shall start execution of the
Works under the Contract.
20. Intended Completion Date 19.1 Intended Completion Date is the date calculated from the
Start Date as specified in the PCC, on which it is intended
PW2a
that the Contractor shall complete the Works and physical
services as specified in the Contract and may be revised only
by the Project Manager by issuing an extension of time.
21. Completion of Works 20.1 The Contractor shall carry out the Works in accordance with
the Programme of Works submitted by the Contractor and as
updated with the approval of the Project Manager as stated
under GCC Clause 21 to complete them in all respects by the
Intended Completion Date.
22. Programme of Works 21.1 Within the time stated in the PCC, the Contractor shall submit
to the Project Manager, for approval a Programme showing
the general methods, arrangements, order, and timing for all
the activities in the Works.
C. Quality Control
26. Execution of Works 24.1 The Contractor shall construct, install and carry out the Works
and physical services in accordance with the Specifications
and Drawings as scheduled in GCC Clause 5.
27. Identifying Defects 25.1 The Project Manager shall check the works executed by the
Contractor and notify the Contractor of any Defects found.
Such checking shall not relieve the Contractor from his or her
obligations. The Project Manager may also instruct the
PW2a
Contractor to search for a Defect and to uncover and test any
work that the Project Manager considers may have a Defect.
28. Testing 26.1 The Contractor shall carry out routine Tests of materials and
works based on the progress of works to ensure the quality of
completed works in accordance with standard methods
determined by the Project Manager.
31. Correction of Defects 29.1 The Project Manager shall give notice to the Contractor, with
a copy to the Procuring Entity and others concerned, of any
Defects before the end of the Defects Liability Period,
which begins at Completion Date, and is defined in the PCC.
The Defects Liability Period shall be extended for as long as
Defects remain to be corrected.
29.2 Every time notice of a Defect is given, the Contractor shall
correct the notified Defect within the length of time specified
by the Project Manager’s notice.
32. Uncorrected Defects 30.1 If the Contractor has not corrected a Defect within the time
PW2a
specified in the Project Manager’s notice, the Project
Manager shall assess the cost of having the Defect corrected
by it, and the Contractor shall remain liable to pay the
expenditures incurred on account of correction of such
Defect.
D. Cost Control
33. Contract Price 31.1 The Contract Price shall be as specified in the Contract
Agreement subject to any additions and adjustments thereto,
or deductions there from, as may be made pursuant to
Contract.
34. Bill of Quantities (BOQ) 32.1 The Bill of Quantities shall contain priced items for the
construction, installation, testing, and commissioning work to
be done by the Contractor.
32.3 Items of works quantified in the BOQ for which no rates have
been quoted shall be deemed covered by the amounts at
rates of other items in the Contract and, shall under no
circumstances be paid for, by the Procuring Entity.
35. Changes in the Quantities 33.1 If the final quantity of the work done for any particular item
and Unit Rate increases from the quantity in the BOQ by more than twenty-
five (25) percent,, and, such increase in quantity of that
particular item alone concurrently causes the original
Contract Price to exceed by more than one (1) percent , the
Project Manager shall adjust the unit rate of the item to allow
for the change.
36. Issue of Variation or Extra 34.1 The Project Manager may issue a Variation
Work Order Order to the Contractor to cover increase or decrease in
quantities, including the introduction of new work items
(non-Tendered items) that are either due to change of
plans, design or alignment to suit actual field conditions,
within the general scope and physical boundaries of the
contract.
34.2 The Project Manager may issue an Extra
Work Order to cover the introduction of such new works
necessary for the completion, improvement or protection
of the original works which were not included in the
original contract, on the grounds where there are
subsurface or latent physical conditions at the site
PW2a
differing materially from those indicated in the contract,
or where there are duly unknown physical conditions at
the site of an unusual nature differing materially from
those usually encountered and generally recognized as
inherent in the work or character provided for in the
Contract.
34.3 The Project Manager deems it necessary that
a Variation or Extra Work Order should be issued, he or
she shall prepare the proposed order, the necessary
plans , his or her computations as to the quantities of the
additional Works involved per item indicating the specific
locations where such Works are needed, the date of his
or her inspections and investigations thereon, and the log
book thereof, and a detailed estimate of the unit cost of
such items of work as stated under GCC Clause 35,
together with his or her justifications for the need of such
Variation or Extra Work Order, and shall submit the
same to the Approving Authority.
34.4 The Head of the Procuring Entity may, in
exceptions to the GCC Sub Clause 34.3 and subject to
the availability of funds, in the event of extreme
emergency and when time is of the essence, authorize
the immediate start of work under any Variation or Extra
Work Order; provided that the cumulative increase in the
value of Works not yet duly approved exceeded ten (10)
percent of the adjusted original Contract Price.
34.5 Increase or decrease in the quantities of any
item of work included in the BOQ for the reasons other
than those stated under GCC Sub Clause 34.1 and 34.2,
in particular for field level actual measurements under
this contract (admeasurements), not necessarily
however, shall constitute a Variation.
34.6 All Variations and Extra Work Orders under
the Contract shall be included in the updated Programme
of Works produced by the Contractor.
37. Costing of Variation 35.1 The Contractor shall provide the Project
Orders or Extra Work Manager with a quotation for carrying out the Variation
Orders when requested to do so by the Project Manager. The
Project Manager shall assess the quotation, which shall be
given within seven (7) working days of the request or within
any longer period stated by the Project Manager and before
the Variation is ordered.
PW2a
the Variation. If the item of work in the Variation does not
correspond to an item in the BOQ, the unit rates for the
new items of works shall be determined based on (i) the
direct unit costs used in the original Contract for other items
(e.g. unit cost of cement, steel bar, labour rate, equipment
rental, etc) as indicated in the Contractor’s price breakdown
of the cost estimate, if available or (ii) fixed prices
acceptable to both, the Procuring Entity and the Contractor,
based on market prices. The direct cost of the new work
items based on (i) or (ii) stated herein shall then be
combined with the mark-up factor (i.e. profit, overhead and
VAT) used by the Contractor in its Tender to determine the
unit rate of the new items of work.
38. Payment Certificates 36.1 The basis for payment certificates shall be BOQ
used to determine the Contract price.
39. Payments to the 37.1 The Procuring Entity shall pay the Contractor, the amounts
Contractor certified by the Project Manager within twenty eight (28)
days of the date of each certificate after due adjustments.
PW2a
the PCC, nominated by the Contractor in the currency
specified in the Contract.
41. Performance Security & 39.1The Procuring Entity shall retain Retention Money from the
Retention Money progressive payments due to the Contractor at the
percentage specified in the PCC until completion of the whole
of the Works under the Contract.
39.2 The Procuring Entity shall notify the Contractor of
any claim made against the Bank issuing the Performance
Security.
39.3 On completion of the whole of the Works, the first
half of the total amount retained under GCC Sub Clause
39.1, shall be returned to the Contractor and the remaining
second half after the Defects Liability Period has passed and
the Project Manager has certified in the form of Defects
Corrections Certificate.
39.4 Procuring Entity may claim against the Retention
Money and/or Performance Security if any of the following
events occurs for fourteen (14) days or more.
(a) The Contractor is in breach of the Contract and the
Procuring Entity has duly notified him or her ; and
(b) The Contractor has not paid an amount due to the
Procuring Entity and the Procuring Entity has duly
notified him or her.
39.5 In the event, as stated under GCC Sub Clause
PW2a
39.4, the Contractor is liable to pay compensation under the
Contract amounting to the full value of the Retention Money
or more, the Procuring Entity may call the full amount of the
Retention Money and Performance Security.
39.6 If there is no reason to call the security, the security shall be
discharged by the Procuring Entity and returned to the
Contractor after the Defects Liability period has passed and
the Project Manager has certified in the form of Defects
Corrections Certificates and the Procuring Entity shall not
make any claim under the security, except for amounts to
which the Procuring Entity is entitled under this Contract. In
the event this Contract is significantly below the updated
official estimated cost or unbalanced as a result of front
loading, the Procuring Entity shall call the full amount of the
security in the circumstances stated under GCC Sub Clause
39.5.
42. Liquidated Damages 40.1 If the Contractor fails to complete the Works and physical
services within the Intended Completion Date or extended
Intended Completion Date, the Procuring Entity shall, as
Liquidated Damages, deduct from the Contract Price, a sum
at the percent-rate per day of delay as specified in the PCC,
of the contract value of the uncompleted works or part thereof
completed after the Intended Completion Date or extended
Intended Completion Date, as applicable. The total amount of
Liquidated Damages shall not exceed the amount specified in
the PCC. The Procuring Entity may deduct Liquidated
Damages from payments due to the Contractor. Payment of
Liquidated damages shall not affect the Contractor’s
liabilities.
E. Completion of Contract
44. Completion 41.1 The Contractor shall apply by notice to the Project Manager
for issuing a Completion Certificate of the Works, and the
Project Manager shall do so upon deciding that the work is
completed.
45. Taking Over 42.1 Procuring Entity shall Take-Over the Site and the Works within
seven (7) days of the Project Manager issuing a Completion
Certificate under GCC Sub Clause 41.1
46. Amendment to Contract 43.1 The amendment to Contract shall generally include extension
of time to the Intended Completion Date, increase or decrease
in original Contract price and any other changes acceptable
under the conditions of the Contract.
PW2a
the changes approved, in accordance with the Delegation of
Financial Power or Sub-delegation thereof and ,introduced to
the original terms and conditions of the Contract.
47. Final Account 44.1 The Contractor shall submit with a detailed account of the
total amount that the Contractor considers payable under the
Contract to the Project Manager before the end of the
Defects Liability Period.
44.2 The Project Manager shall certify the Final Payment within
thirty (30) days of receiving the Contractor’s account if the
payable amount claimed by the Contractor is correct and the
corresponding works are completed.
44.3 If it is not, the Project Manager shall issue within thirty (30)
days a Defects Liability Schedule that states the scope of
the corrections or additions that are necessary.
48. Release from Performance 45.1 If any event or circumstance outside the control of the Parties
arises which makes it impossible or unlawful for either or both
parties to fulfil its or their contractual obligations, then upon
notice by either party to the other party of such event or
circumstance, the parties shall be discharged from further
performance, without prejudice to the rights of either party in
respect of any previous breach of the Contract.
F. Termination
49. Termination 46.1 Termination for Default
(a) The Procuring Entity, without prejudice to any other
remedy for breach of Contract, by giving twenty eight
(28) days written notice of default to the Contractor,
may terminate the Contract in whole or in part if the
Contractor causes a fundamental breach of Contract.
(b) Fundamental breaches of the Contract shall include,
but shall not be limited to, the following:
(i) the Contractor stops work for twenty-eight
(28)days when no stoppage of work is shown on
the current Programme and the stoppage has
not been authorized by the Project Manager;
(ii) the Project Manager gives Notice that failure to
correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to
correct it within a reasonable period of time
determined by the Project Manager;
(iii)the Contractor has delayed the completion of the
Works by the number of days for which the
maximum amount of Liquidated Damages can
be paid, as specified in GCC Sub Clause 40.1;
PW2a
the Works or has assigned the Contract without
the required agreement and without the approval
of the Project Manager;
(v) the Contractor, in the judgment of the Procuring
Entity has engaged in corrupt or fraudulent
practices as defined in GCC Clause 17, in
competing for or in executing the Contract.
(vi) PE can debar the tenderer for a period of 1 (one)
to 2 (two) years for the procurement of all
procuring entities due to fundamental breach of
contract.
51. Property 48.1 All Materials on the Site, Plant, Equipment, Temporary
Works, and Works shall be deemed to be the property of
the Procuring Entity if the Contract is terminated because of
the Contractor’s default.
49.2 Arbitration
(a) If the parties are unable to reach a settlement as per
GCC Clause 49.1 within twenty-eight (28) days of
the first written correspondence on the matter of
disagreement, then either party may give notice to
PW2a
the other party of its intention to commence
arbitration.
(b) The arbitration shall be conducted in accordance with
the Arbitration Act (Act No 1 of 2001) of
Bangladesh as at present in force and in the place
shown in the PCC.
PW2a
Section 4.Particular Conditions of Contract
Instructions for completing the Particular Conditions of Contract are provided in italics in
parenthesis for the relevant GCC Clauses.
GCC 5.1 (j) Other documents forming part of the Contract are
[list other documents viz. Schedule of Equipment, Site Investigation Reports, relevant
correspondences prior to signing of the Contract agreement etc.]
GCC 10.1 Possession of the Site to the Contractor shall be given on the following date
The following Key Personnel to carry out the functions stated in the Schedule shall
be employed by the Contractor:
PW2a
GCC 19.1 The Intended Completion Date for the whole of the Works shall be [insert date]
[to be calculated from the Start Date]
GCC 21.1 The Contractor shall submit a Programme for the Works within [insert days] days of
signing the Contract.
[usually ten (10) days or may be less]
GCC 37.3 The particulars of the Bank Account nominated are as follows :
Title of the Account : [insert title to whom the Contract awarded]
Name of the Branch : [insert branch name with code ,if any]
Tel:
Fax:
e-mail address:
[information furnished by the Contractor shall be substantiated by the concerned Bank and
authenticated by the Procuring Entity]
GCC 38.1(e) The following additional events shall also be the Compensation Events:
[list events or state ‘none’ ]
GCC 40.1 The amount of Liquidated Damages is [insert between 0.05 and 0.10] of ONE (1)
percent of the contract value of the uncompleted works or any part thereof
completed after expiry of the Intended Completion Date or extended Intended
Completion Date, as applicable, per day of delay.
T = VxPx n
Where;
PW2a
V= Contract Value of Uncompleted Works , completed after the expiry of the Intended
Completion Date or extended Intended Completion Date, as applicable
P = Percent-rate at which the Liquidated Damages shall be imposed per day of delay
n = No of days delayed for completion of uncompleted works or part thereof after the
applicable.]
The maximum amount of Liquidated Damages for the uncompleted Works or any
part thereof is [insert≤ ten (10)] percent of the final Contract Price of the whole of the
Works.
GCC47.1 The percentage to apply to the contract value of the works not completed,
representing the Procuring Entity’s additional cost for completing the uncompleted
Works, is [insert between 10 and 20] percent.
GCC 49.2(b) The arbitration shall be conducted in the place mentioned below;
[state name of place with location and district ]
PW2a
Section 5.Tender & Contract Forms
Form Title
Tender Forms
PW2A-2C Bank Guarantee for Tender Security (when this option is chosen)
Contract Forms
Clause 5.
PW2a
Tender Submission Letter (Form PW2a-1)
[This letter should be completed and signed by the Authorised Signatory
preferably on the Letter-Head Pad of the Tenderer]
To: Date :
[Name and address of Procuring Entity]
In accordance with ITT Clauses 21& 22, the following prices apply to our Tender:
The Tender Price is: Taka [state amount in figures]
(ITT Clause 21.3 & 22.1) and Taka[state amount in words]
In signing this letter, and in submitting our Tender, we also confirm that:
(a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub
Clause 24.1) and it shall remain binding upon us and may be accepted at any
time before the expiration of that period;
(b) a Tender Security is attached in the form of a [pay order/ bank draft/bank
guarantee] in the amount stated in the Tender Data Sheet (ITT Sub Clause 26.1)
and valid for a period of twenty eight (28) days beyond the Tender Validity date;
(c) we have examined and have no reservations to the Tender Document, issued
by you on [insert date];including Addendum to Tender Document No(s) [state
numbers] , issued in accordance with the Instructions to Tenderers (ITT Clause
7). [insert the number and issuing date of each addendum; or delete this
sentence if no Addendum has been issued];
(d) we are not a Government owned entity as defined in ITT Sub Clause 4.10;
or
we are a Government owned entity, and we meet the requirements of ITT Sub
Clause 4.10;
(e) We, declare that we are eligible to participate in this Tender and meet the
eligibility criteria specified in the Tender Document (ITT Clause 4);
(f) furthermore, we are aware of ITT Clause 3.4 concerning such practices and
pledge not to indulge in such practices in competing for or in executing the
Contract;
(g) we are not participating as Tenderers in more than one Tender in this Tendering
process. We understand that your written Notification of Award shall constitute
the acceptance of our Tender and shall become a binding Contract between us,
until a formal Contract is prepared and executed;
Signature: [insert signature of authorised representative of
the Tenderer]
Name: [insert full name of signatory with National ID
Number]
In the capacity of: [insert capacity of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
PW2a 49
Tenderer Information (Form PW2a-2)
[This Form should be completed only by the Tenderer, preferably on its Letter-Head Pad]
Name of Contract
[insert name]
Award date [insert date]
Completion date [insert date]
Total Contract Value [insert amount]
Procuring Entity’s Name& [insert details]
Address
2.4 Liquid Assets available to meet the construction cash flow [ITT Sub Clause 10.1(b)]
No Source of Financing Amount Available
In order to confirm the above statements the Tenderer shall submit, as applicable, the documents
mentioned in ITT Sub Clause 23.1(f).
PW2a
2.5 Contact Details [ITT Sub Clause 23.1 (j)
Name, address, and other contact details of Tenderer’s Bankers and other Procuring Entity(s)
that may provide references, if contacted by this Procuring Entity
2.6 Qualifications and Experience of Key Personnel Proposed for Contract administration and
management [ITT Sub-Clause 23.1(g)]
Name Position Years of Experience
2.7 Construction Equipment Proposed to Carry out the Contract [ITT Sub-Clause 23.1(h)]
Owned, leased or to be
Item of Equipment Condition purchased
(new, good, average, poor) (state owner, lessor or
seller)
PW2a 51
Tenderer’s Past Performance Information (Form PW2A-2A)
Invitation for Tender No: IFT No]
Tender Package No: [ Package No]
Lot No (when applicable) [Lot No)]
Date of IFT Publication:
Name of the Tenderer:
(A) List of Successfully Completed Contract during the last 5 years from IFT Date
under the organization of the Procuring Entity inviting tender:
SL Name of Works Contract Value of works Date of actual
No Contract completion
1
2
3
PW2a
Tenderer’s Capacity Information (Form PW2A-2B)
Invitation for Tender No: IFT No]
Tender Package No: [ Package No]
Lot No (when applicable) [Lot No)]
Date of IFT Publication:
Name of the Tenderer:
PW2a 53
Bank Guarantee for Tender Security (Form PW2A-2C)
[This is the format for the Tender Security to be issued by any scheduled Bank of Bangladesh in accordance with
ITT Clause 26 & 27]
We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to
submit to you its Tender dated [date of Tender] (hereinafter called “the Tender”) for the execution
of the Works of [description of works] under the above Invitation for Tenders (hereinafter called
“the IFT”).
Furthermore, we understand that, according to your conditions, the Tender must be supported by
a Bank Guarantee for Tender Security.
At the request of the Tenderer, we [name of Bank] hereby irrevocably unconditionally undertake
to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk
[insert amount in figures and words] upon receipt by us of your first written demand accompanied
by a written statement that the Tenderer is in breach of its obligation(s) under the Tender
conditions, because the Tenderer:
a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender
Security; or
b. refused to accept the Notification of Award (NOA) within the period as stated under ITT; or
c. failed to furnish Performance Security within the period stipulated in the NOA; or
d. refused to sign the Contract Agreement by the time specified in the NOA; or
e. did not accept the correction of the Tender price following the correction of the arithmetic
errors as stated under ITT.
(a) if the Tenderer is the successful Tenderer, upon our receipt of a copy of the Contract
Agreement signed by the Tenderer ; or
(b) if the Tenderer is not the successful Tenderer, twenty-eight (28) days after the
expiration of the Tenderer’s Tender Validity period, being [date of expiration of the
Tender Validity plus twenty-eight (28) days ].
Consequently, we must receive at the above-mentioned office any demand for payment under
this guarantee on or before that date.
Signature Signature
PW2a
Letter of Commitment for Bank’s Undertaking for Line of Credit
(Form PW2a-3)
[This is the format for the Credit Line to be issued by any scheduled Bank of Bangladesh in accordance with ITT
Clause23.1 (f)]
We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to
submit to you its Tender (hereinafter called “the Tender”) for the execution of the Works of
[description of works] under the above Invitation for Tenders (hereinafter called “the IFT”).
Furthermore, we understand that, according to your conditions, the Tenderer’s Financial Capacity
i.e. Liquid Asset must be substantiated by a Letter of Commitment of Bank’s Undertaking for Line
of Credit.
At the request of, and arrangement with, the Tenderer, we [name and address of the Bank]do hereby
agree and undertake that [name and address of the Tenderer] will be provided by us with a revolving
line of credit, in case awarded the Contract, for execution of the Works viz. [ insert name of the
works], for an amount not less than BDT [in figure] ( in words) for the sole purpose of the execution of
the above Contract. This Revolving Line of Credit will be maintained by us until issuance of
“Taking-Over Certificate” by the Procuring Entity.
In witness whereof, authorised representative of the Bank has hereunto signed and sealed this
Letter of Commitment.
Signature Signature
PW2a 55
Notification of Award (Form PW2a-4)
[Name of Contractor]
This is to notify you that your Tender dated [insert date] for the execution of the Works for
[name of project/Contract] for the Contract Price of Tk [state amount in figures and in words],
as corrected and modified in accordance with the Instructions to Tenderers, has been
approved by [name of Procuring Entity].
i. accept in writing the Notification of Award within seven (7) working days of its
receiving in accordance with ITT Sub Clause 53.3.
ii. furnish a Performance Security in the specified format and in the amount of
TK. [state amount in figures and words], within fourteen (14) days of issuance
of this letter but not later than [specify date], in accordance with ITT clause 54.
iii. sign the Contract within twenty-eight (28) days of issuance of this Notification
of Award but not later than (specify date), in accordance with ITT Sub Clause
55.1.
You may proceed with the execution of the Works only upon completion of the above tasks.
You may also please note that this Notification of Award shall constitute the formation of this
Contract which shall become binding upon you.
We attach the draft Contract and all other documents for your perusal and signature.
Signed
Date:
PW2a 56
Contract Agreement (Form PW2a-5)
THIS AGREEMENT made the (day) day of between [name and address of Procuring Entity]
(hereinafter called “the Procuring Entity”) of the one part and [name and address of
Contractor] (hereinafter called “the Contractor”) of the other part:
WHEREAS the Procuring Entity invited Tenders for certain works, viz, [brief description of
works] and has accepted a Tender by the Contractor for the execution of those works in the
sum of Taka [Contract price in figures and in words] (hereinafter called “the Contract Price”).
2. The documents forming the Contract shall be interpreted in the following order of priority:
(a) the signed Contract Agreement
(b) the Notification of Award
(c) the completed Tender
(d) the Particular Conditions of Contract
(e) the General Conditions of Contract
(f) the Technical Specifications
(g) the General Specifications
(h) the Drawings
(i) the priced Bill of Quantities and the Schedules
(j) any other document listed in the PCC forming part of the Contract.
4. The Procuring Entity hereby covenants to pay the Contractor in consideration of the
execution and completion of the works and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the Contract at
the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Bangladesh on the day, month and year first written above.
Signature
Name
National ID No.
Title
In the presence of
Name
Address
PW2a 57
Bank Guarantee for Performance Security (Form PW2A-6)
[This is the format for the Performance Security to be issued by any scheduled Bank of Bangladesh in accordance with
ITT Clause]
To:
We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract]
(hereinafter called “the Contract”), the execution of works [description of works] under the Contract.
Furthermore, we understand that, according to your conditions, the Contract must be supported by a
Bank Guarantee for Performance Security.
At the request of the Contractor, we [name of Bank] hereby irrevocably unconditionally undertake to
pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert
amount in figures and in words] upon receipt by us of your first written demand accompanied by a
written statement that the Contractor is in breach of its obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified therein.
This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the above-
mentioned office any demand for payment under this guarantee on or before that date.
Signature Signature
Section 6. Bill of Quantities
(b) when a Contract has been entered into, to provide a priced BOQ for use in
the periodic valuation of Works executed.
(c) a separate item for tests that may be required to be carried out to ensure the quality
of materials and works.
In order to attain these objectives, the items in the Bill of Quantities should be grouped into
sections to distinguish between those parts of the Works that by nature, location, access, timing,
or any other special characteristics may give rise to different methods of construction, phasing of
the Works, or considerations of cost. General items common to all parts of the Works may be
grouped as a separate section in the Bill of Quantities. Consistent with these requirements, the
layout and content of the BOQ should be as simple and brief as possible. Quantities should be
computed net from the Drawings, unless directed otherwise in the Contract, and no allowance
should be made for bulking, shrinkage, or waste. Quantities should be rounded up or down where
appropriate and spurious accuracy should be avoided.
The quantities given in the Bill of Quantities are estimated and provisional, and are given to
provide a common basis for Tendering. The basis of payment will be the actual quantities of work
ordered and carried out, as measured by the Contractor and verified by the Project Manager and
valued at the rates or prices quoted in the priced Bill of Quantities, where applicable, and
otherwise at such rates or prices as the Project Manager may fix within the terms and conditions
of the Contract.
The method of measurements of completed works for payment shall be based on metric system
unless otherwise unavoidable.
THIS GUIDANCE NOTES FOR PREPARING A BILL OF QUANTITIES ARE INTENDED ONLY
AS INFORMATION FOR THE PROCURING ENTITY OR THE PERSON DRAFTING THE
TENDER DOCUMENT. THIS SHOULD NOT BE INCLUDED IN THE FINAL DOCUMENT
PW2a
Bill of Quantities
Name of Works:___________________________________________________________
IFT No.____________ Package No.______________Lot No._________
Unit Rate Amount
Item Code Description
Item no. Unit Quantity In
(if any) of Item In words In figures In words
figures
1 2 3 4 5 6 7=6 8=5x6 9=8
to be filled in by the Procuring Entity to be quoted and filled in by the Tenderer
100 General Items
101 04-548-08 Excavate m3 35 Tk.55.15 Taka Fifty Tk.1,930.25 Taka One
[example] [example] topsoil to [example] [example] Five and [example] Thousand
maximum...... Paisa Nine
[example]
[example] Fifteen Hundred
ample
Only Thirty and
[example] Paisa
Twenty Five
Only
[example]
102
& so on
Sub-total of 100 for General Items
PW2a
Section 7.General Specifications (GS)
Notes on Specifications
A set of precise and clear specifications is a prerequisite for Tenderers to respond realistically
and competitively to the requirements of the Procuring Entity without introducing deviations or
conditionalities in their Tenders. In the context of national competitive Tendering, the
specifications must be drafted to permit the widest possible competition and, at the same time,
present a clear statement of the required standards of workmanship, materials, and
performance of the works to be procured. Only if this is done will the objectives of economy,
efficiency, and fairness in procurement be realized, responsiveness of Tenders be ensured, and
the subsequent task of Tender evaluation facilitated. The specifications should require that all
materials to be incorporated in the Works be new, unused, of the most recent or current models,
and incorporate all recent improvements in design and materials, unless provided otherwise in
the Contract.
Samples of specifications from previous similar projects are useful in this respect. Most
specifications are normally written specially by the Procuring Entity or Project Manager to suit
the Contract Works in hand. There is no standard set of Specifications for universal application
in all sectors, but there are established principles and practices, which are reflected in these
documents.
There are considerable advantages in standardizing General Specifications for repetitive Works
in recognized public sectors, such as highways, ports, railways, urban housing, flood control,
drainage and irrigation, and water supply, where similar conditions prevail. The General
Specifications should cover all classes of workmanship, materials, and equipment commonly
used in construction, although not necessarily to be used in a particular Works Contract.
Deletions or addenda should then adapt the General Specifications to the particular Works.
Such General Specifications are those issued by the specialised ministries/professional bodies
in Bangladesh and/or those of the International Standards Organisation (ISO)
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for materials, and workmanship, recognized national standards should
be used as much as possible. Where other particular standards are used the specifications
should state that materials, and workmanship that meet other authoritative standards, and which
ensure substantially equal or higher quality than the standards mentioned, will also be
acceptable.
Provision as such be kept that wherever reference is made in the Contract to specific standards
and codes to be met by the materials to be furnished, and work performed or tested, the
provisions of the latest current edition or revision of the relevant standards and codes in effect
shall apply, unless otherwise expressly stated in the Contract.
PW2a
Section 8.Particular Specifications
PW2a
Section 9.Drawings
Notes on Drawings
Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section or annexed in a separate folder. The Drawings shall be dated, numbered and
show the revision number.
PW2a
FORMAT
LOGO
Commencement of Works
To:
[Name of Contractor]
[Address)
Contract Reference:
Pursuant to GCC Sub Clause 19 of the above mentioned Contract Agreement, this is to notify
you that the following precedent conditions have been duly fulfilled:
Signed
Date:
PW2a
FORMAT
CONTRACT AMENDMENT
Contract No.
Amendment No.
Contract No. [insert number/year] by and between the [insert Procuring Entity’s name] and [insert
Contractor’s legal title] for the contract named [insert name of the Works and physical services] is amended
as follows:
_________________________________________________________________
and so on .
The effective date of this Amendment is [insert effective date] or upon execution whichever is later.
THIS AMENDMENT, consisting of [insert number] page(s) and [insert number] attachment(s), is
executed by the persons signing below who warrant that they have the authority to execute this
Amendment under the original Contract.
IN WITNESS WHEREOF, the Procuring Entity and the Contractor have signed this Amendment.
Signature Signature
PW2a
Title Date Title Date
FORMAT
LOGO
[Insert Full Contact Details of Issuing Authority]
Office Memo no: _________ Date: _________
COMPLETION CERTIFICATE
Certified that the Works under the Contract has been executed and completed in all respects in strict
compliance with the provisions of the Contract including all plans, designs, drawings, specifications and all
modifications thereof as per direction and satisfaction of the Project Manager/Engineer-in Charge/Other
(specify). All defects in workmanship and materials reported during construction have been duly corrected.
PW2a
__________________________________________________
Name and Signature of the Issuing Authority with Designation
(A) List of Successfully Completed Contract during the last 5 years from IFT Date under
the organization of the procuring entity inviting tender and business share value of the
tenderer is less than or equal to 75% of the official cost estimate of the tender.
SL Name of Works Value of work
No
1
2
3
(B) List of On-Going works / Current Commitment of the tenderer under any
Organization.
SL Name of On-Going Works Contract Business Share Value of
No and Current Commitments work
1
2
3
PW2a
Tenderer’s Past Performance Evaluation (Form PW3-PPE)
Invitation for Tender No:
Tender Package No:
Lot No (if applicable):
Date of IFT Publication:
Official Cost Estimate of the tender:
A C
Score1= ×140 Score2= ×100 E
B D Score3= × 60
F
A= Number of Completed C= Value of Completed E= Value of On-Going Contracts
Contracts of the Tenderer Contracts of the Tenderer of the Tenderer
B= Highest Number of D= Highest Value of Completed F= Highest Value of On-
Completed Contracts among the Contracts among the Tenderers Going Contracts among the
Tenderers Tenderers
B=
D=
F=
Winner:
Notes:
1. If the total score of all the tenderer is zero, then the tender shall be recommended for
re-tender.
2. In case of highest equal total score, the winner shall be selected according to score 1, If
score 1 is equal then the winner shall be selected according to score 2. Otherwise all
tenders shall be rejected for retender.
PW2a
FORMAT
Invitation for Tenders (IFT)
The Invitation for Tenders (IFT) is a copy of the standard format as appears on the website and used for
published advertisement that provides relevant and essential information to help Tenderers to decide
whether or not to participate in the particular Tender. This is provided in the Tender Document for
information only. This should not be included in the FINAL DOCUMENT.
Invitation for Tenders
[This is the website format and as used for published advertisement.
It is included in this document for information only]
GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH
1 Ministry/Division < select > V
2 Agency < select > V
3 Procuring Entity Name < type in name >
4 Procuring Entity Code Not used at present
5 Procuring Entity District < select > V
6 Invitation for < select > V < select > V < select > V
7 Invitation Ref No < type in name >
8 Date < select > V
KEY INFORMATION
9 Procurement Method < select > V < select > V
FUNDING INFORMATION
10 Budget and Source of Funds < select > V
11 Development Partners (if applicable) < type in name >
PARTICULAR INFORMATION
12 Project / Programme Code (if applicable) < use MOF code >
13 Project/ Programme Name (if applicable) < use MOF name >
14 Tender Package No. < type in name >
15 Tender Package Name < type in name >
Date
16 Tender Publication Date < select > V
17 Tender Last Selling Date < select > V
[up to the day prior to the day of Deadline for
Submission]
Date Time
18 Tender Closing Date and Time < select > V < select > V
19 Tender Opening Date and Time < select > V < select > V
20 Name & Address of the office(s) Address
- Selling Tender Document (Principal) < type in name >
- Selling Tender Document (Others) < type in name >
NO CONDITIONS APPLY FOR SALE ,PURCHASE OR DISTRIBUTION OF TENDER DOCUMENTS
- Receiving Tender Document < type in name >
- Opening Tender Document < type in name >
INFORMATION FOR TENDERER
21 Brief Eligibility and Qualification of Tenderer < type in name >
22 Brief Description of Works < type in name >
23 Brief Description of Physical Services < type in name >
24 Price of Tender Document (Tk) < type in price >
Lot No Identification of Lot Location Tender Security Completion Time in
Amount (Tk) Weeks / Months
25 1 < type in name > < type in name > <type in> <type in>
PROCURING ENTITY DETAILS
26 Name of Official Inviting Tender < type in name >
27 Designation of Official Inviting Tender < type in name >
28 Address of Official Inviting Tender < type in name >
29 Contact details of Official Inviting Tender < Tel. No.> <Fax No.> <e-mail>
30 The Procuring Entity reserves the right to reject all the Tenders or annul the Tender proceedings
<select> : these fields are “pop-up” fields and the procuring entity will only have to select the correct name, address or
date in order to complete the form.
<type in name> : these fields are to be completed by typing in the relevant data.
PW2a