দরপেǎর িবBাপন
বাংলােদশ জাতীয় জাqঘর শাহবাগ, ঢাকা-১০০০
দরপেǎর িবBাপন
২o³&-২o³৯ N4 ´বছের বLQNLেদশ WLতTয় WLqঘর ও শLখL WLqঘেরর িN˨বিণ ´ ত কLWqিN e˫F করLর WΓ
Aত <ÐLtতL e˫F $কLদLর/eরবরLহকLরTর িNকট <4েক দরǎ flহবLN করL ÐLেʑ:
(³) বLQNLেদশ WLতTয় WLqঘেরর ¢¥LগLর শLখLর fleবLবǎ rতির, eরবরLহ ও eQ̝LN чবQ flqBিMক কLW,
(২) 88 NQ tLNLিরেত LহL?Ӆর <বৗБ িবহLেরর <টরLেকLটLর flদেN <টরLেকLটLর <রিeকL rতির ও eQ̝LN কLW,
(৩) বLQNLেদশ WLতTয় WLqঘেরর NিফeLe ´ <কLয়Lট ´ L-র২ чর বLিহের eQBLর, <মরLমত ও flqBিMক কLW,
(8) বLQNLেদশ WLতTয় WLqঘেরর NিফeLe ´ <কLয়Lট ´ -Lর২ чর িভতের eQBLর, <মরLমত ও flqBিMক কLW,
(8) বLQNLেদশ WLতTয় WLqঘেরর NিফeLe ´ <কLয়Lট ´ L-র৩ чর িভতের eQBLর, <মরLমত ও flqBিMক কLW, (৬) VLQক ভবেNর বLিহের রQকরণeহ eQBLর ও <মরLমত কLW,
(R) DিতহLe ও $দT িশ˾কNL িবভLেগর ӑɘণ eQưLr কLW,
(&) বLQNLেদশ WLতTয় WLqঘেরর িবিব¢ ভবN-³ чর বLিহের রQকরণeহ টয়েNেটর দরWL িরবত´N ও eQBLর কLW,
(৯) বLQNLেদশ WLতTয় WLqঘেরর িিʤQ কLW,
(³o) বLQNLেদশ WLতTয় WLqঘেরর tLNLির NQ-& чর িডওরমL িNম´Lণ কLW, (³³) flহeLN মিʛN WLqঘেরর flNeLর ӅিNশ VLরLক <মরLমত কLW,
(³২) flহeLN মিʛN WLqঘেরর flবLিeক <কLয়Lট ´ Lর <মরLমত, eQBLর ও রQকরণ কLW, (³৩) flহeLN মিʛN WLqঘেরর িeিe ক7LেমরL <মরLমত কLW,
(³8) flহeLN মিʛN WLqঘেরর িবিভF rবq7িতক ও <eিNটLরT মLNLমLN чবQ ÐFLিত eরবরLহ কLW, (³8) flহeLN মিʛN WLqঘেরর বL*˅LরT ওয়LেNর Lশ িদেয় чেLচ <রLড rতির ও ӈেNর বLগLেNর <eৗXÐ ´
ব¢ ´ েNর কLW,
(³৬) flহeLN মিʛN WLqঘেরর LeLদ ভবেNর tLNLিরর ওয়LNেLর ও কLে ´ট িরবত´N কLW, (³R) flহeLN মিʛN WLqঘেরর eLদ ভবেNর tLNLিরeRহ রQকরণ কLW,
(³&) flহeLN মিʛN WLqঘেরর NXর মহেNর ২য় তNLয় tLNLিরeRহ রQকরণ কLW,
(³৯) িeেNট̝ ওeমLNT WLqঘেরর িবিব¢ ভবN (বLQেNL ও ডরেমটরT) eQBLর, রBণLেবBN ও *Fয়N (িeিভN, ΝLিNটLরT ও rবq7িতক) কLW,
(২o) চS¢Lম̝ িWয়L ҈িত WLqঘেরর RN ভবেNর <মরLমত ও eQBLরı
দরǎ িবBি˖র িবeNLিরত তNLিদ বLQNLেদশ WLতTয় WLqঘেরর িNWB ওেয়বeLDেট Lওয়L ÐLেবı ওেয়বeLDেটর URL: ▇▇▇.▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇.▇▇▇.▇▇ чD ওেয়বeLDট <4েকD দরǎ িববরণT (িeিড*N) Lওয়L ÐLেব ÐL িবNLRেΙ ডL*NেNLড করL ÐLেবı чD দরǎ দিNেNর শত´LqÐLিয় দরǎ দLিখN
করেত হেবı
<মL. flবqN মিWদ eিচব
বLQNLেদশ WLতTয় WLqঘরı
<ফLN NBর-৯৬R8R৯৬
BANGLADESH NATIONAL MUSEUM SHAHBAG, DHAKA-1000
TENDER REF:বা.জা.জা./েকৗ./ӆত´ ও আq./<ট˅ার/০৩-এ-৬০২/২০১৮-২০১৯/৪১৫৯(০৮) তািরখ: ২১/০৫/২০১৯ িɉ.।
কােজর নাম: চS¢াম̝ িজয়া ҈িত জাqঘেরর Rল ভবেনর <মরামত ও সংBার কাজ ।
Section 1. Instructions to Tenderers
A. General
1. Scope of Tender 1.1 The Procuring Entity, as indicated in the Tender Data Sheet (TDS) wishes to issues these Tender Documents for the supply of Goods, and Related Services incidental thereto, detailed in Section 6: Schedule of Requirements.
2. Corrupt,
Fraudulent, Collusive or Coercive Practices
3. Eligible
Tenderers
2.1 The Government requires that Procuring Entities, as well as Tenderers and Suppliers shall, during the Procurement proceedings and the execution of Contracts under public funds, ensure-
(a) strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 (Act 24 of 2006);
(b) abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules, 2008;
(c) that neither it’s any officer nor any staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in the Rule 127.
2.2 If corrupt, fraudulent, collusive or coercive practices of any kind determined by the Procuring Entity against any Tenderer alleged to have carried out such practices, the Procuring Entity shall -
(a) exclude the concerned Tenderer from further participation in the particular Procurement proceeding; or
(b) reject any recommendation for award that had been proposed for that concerned Tenderer or;
(c) 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.
3.1 If so specified in TDS, only Enlisted Tenderers of the categories specified in the TDS are eligible to participate in the Tender under Limited Tendering Method (LTM).
3.2 In case of Open Tendering Method, invitation for Tenders is open to all potential Tenderers.
3.3 The Tenderer shall have the legal capacity to enter into the Contract.
3.4 Tenderers and all parties constituting the Tenderer shall not have a conflict of interest pursuant to Rule 55 of the Public Procurement Rules, 2008.
3.5 The 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 2.
3.6 The Tenderer is solvent, e.g. the Tenderer is financially capable to perform the contract for the proposed Procurement.
3.7 The Tenderer shall have fulfilled its obligations to pay taxes under the provisions of laws and regulations of Bangladesh.
B. Tender Document
4. Clarification of Tender Documents
5. Addendum to Tender Documents
4.1 A prospective Tenderer requiring any clarification of the Tender Document shall contact the Procuring Entity in writing at the Procuring Entity’s address indicated in the TDS before two-third of time allowed for preparation and submission of Tender elapses.
5.1 At any time prior to the deadline for submission of Tenders, the Procuring Entity on its own initiative or in response to a clarification request in writing from a Tenderer, may revise the Tender Document by issuing an addendum pursuant to Rule 95 of the Public Procurement Rules, 2008.
C. Tender Preparation
6. Contents of Tender
6.1 The Tender prepared by the Tenderer shall comprise the following:
(a) Tender Submission Letter (Form PG2-1) as furnished in Section 4: Tender Forms, which shall be completed without any alterations to its format, filling in all blank spaces with the information requested, failing which the Tender may be considered as non-responsive as being incomplete;
(b) The completed Price Schedule for Goods and Related Services
(Form PG2-2);
(c) Tender Security as stated under ITT Clause 12 & 13 ;
(d) The completed Specifications Submission and Compliance Sheet
(Form PG2-3);
(e) Written confirmation authorising the signatory of the Tender to commit the Tenderer (Attachment 1 of Form PG2-1);
(f) A certificate issued by the competent authority stating that the Tenderer is a Tax payer having valid Tax identification Number (TIN) and VAT registration number (as applicable);
Valid Trade License;
7. Tender Prices 7.1 Tenders are being invited either for one or more items on an ‘item-by-item’ basis or a single lot or for a number of lots on ‘lot-by-lot’ basis, as specified in the TDS.
7.2 All lots or items as listed in Section 6: Schedule of Requirements must be listed and priced separately on the Price Schedule following the Form PG2-2. The price to be quoted in the Tender Submission Letter shall be the total price of the Tender
8. Tender
Currency
7.3 All applicable taxes, custom duties, VAT and other levies payable by the Contractor under the Contract shall be included in the unit rates, prices and the total Tender price submitted by the Tenderer.
8.1 All prices shall be quoted in Bangladesh Taka.
9. Documents Establishing the Conformity of the Goods and Related services
10. Technical Criteria
11. Validity Period of Tender
9.1 To establish the conformity of the Goods and Related Services to the Tender Documents, the Tenderer shall furnish as part of its Tender the documentary evidence that the Goods and Related services conform to the technical specifications and standards in Section 7, Technical Specifications.
10.1 The completed Specifications Submission and Compliance Sheet details the minimum specification of the goods required. The goods offered must meet this specification, but no credit will be given for exceeding the specification.
11.1 Tenders shall remain valid for the period specified in the TDS after the date of Tender submission deadline prescribed by the Procuring Entity.
11.2 A Tender valid for a period shorter than that specified shall be considered as non- responsive.
12. Tender Security 12.1 Tender Security as specified in TDS.
13. Form of
Tender security
14. Forfeiture of Tender Security
13.1 The Tender Security shall be at the Tenderer’s option, be either in the form of a bank draft or pay order.
13.2 The Tender Security may be in the form of an irrevocable bank guarantee issued by a scheduled Bank of Bangladesh, in the format (Form PG2-4) furnished in Section 5: Tender and Contract Forms.
13.3 The Tender Security shall remain valid for at least twenty eight (28) days beyond the expiry date of the Tender Validity.
13.4 Tender not accompanied by a valid Tender Security shall be considered as non-responsive.
14.1 The Tender security pursuant to Rule 25 of the Public Procurement Rules, 2008 may be forfeited if a Tenderer:
(a) withdraws its Tender after opening of Tenders but within the validity of the Tender; or
(b) refuses to accept a Notification of Award ; or
(c) fails to furnish performance security; or
(d) refuses to sign the Contract ; or
(e) does not accept the correction of the Tender price following the correction of arithmetic errors
D. Tender Submission
15. Deadline for Submission of tenders
15.1 Tenders shall be delivered to the Procuring Entity at the address specified in the TDS and no later than the date and time specified in the TDS. Late submissions will be not be considered.
E. Tender Opening and Evaluation
16. Tender
Opening
17. Evaluation of Tenders
16.1 Tenders shall be opened pursuant to Rule 97 following steps in Part D of Schedule IV of The Public Procurement Rule, 2008 as specified in the TDS but no later than ONE HOUR after expiry of the submission date line.
17.1 The 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 lowest evaluated responsive Tenders.
18. Preliminary Examination
19. Technical Examinations & Responsiveness
18.1 The TEC shall firstly examine the Tenders to confirm that all documentation requested in ITT Clause 6 has been provided. Examination of the compliance, adequacy and authenticity of the documentary evidence may follow the order below:
(a) verification of the completeness of the eligibility declaration in the Tender Submission Letter (Form PG2-1);
(b) verification of the Trade License ;
(c) verification of the eligibility requirements as stated under ITT Clause 3 ;
(d) verification of the written authorization confirming the signatory of the Tenderer to commit the Tender has been attached with Tender Submission Letter (Form PG2-1);
(e) Verification of the Tender Security, if applicable.
18.2 The TEC shall confirm that the above documents and information have been provided in the Tender and the completeness of the documents and compliance of instructions given in corresponding ITT Clauses shall be verified, failing which the tender shall be considered as non-responsive.
19.1 Only those Tenders surviving preliminary examination need to be examined in this phase.
19.2 Secondly, the TEC will examine the adequacy and authenticity of the documentary evidence which may follow the order below:
(a) verification and examination of the documentary evidence and completed Specification Submission Sheet (Form PG2-3) to establish the conformity of the Goods and Related Services to the Tender Documents.
(b) Verification and examination of the documentary evidence that Tenderer has met all the requirements in regards to scope of Supply as stated under Section 6, Schedule of Requirements, without any material deviation or reservation.
20. Clarification on Tender
21. Correction of Arithmetical Errors
22. Financial Evaluation
23. Price
Comparison
19.3 TEC may consider a Tender as responsive in the evaluation, only if comply with the mandatory requirements as stated under Clause 19.2
20.1 The TEC may ask Tenderers for clarifications of their Tenders, including breakdowns of unit rates, in order to assist the examination and evaluation of the Tenders.
20.2 If a Tenderer does not provide clarifications of its Tender by the date and time set in the TEC’s written request for clarification, its Tender shall not be considered in the evaluation.
21.1 The TEC shall correct any arithmetic errors that are discovered during the examination of Tenders, and shall promptly notify the concerned Tenderer(s) of any such correction(s) pursuant to Rule 98(11) of the Public Procurement Rule, 2008.
21.2 Any Tenderer that does not accept the correction of the Tender amount following correction of arithmetic errors as determined by the application of ITT Sub-Clause 21.1 shall be considered as non-responsive.
22.1 Thirdly the TEC, pursuant to Rule 98 of the Public Procurement Rules, 2008, will evaluate each Tender that has been determined, up to this stage of the evaluation, to be responsive to the mandatory requirements set out in the Tender Document
22.2 To evaluate a Tender in this stage, the Procuring Entity shall consider the following:
(a) Verification and examination of the Price Schedule for Goods and Related Services (Form PG2-2);
(b) Evaluation will be done for each Item or lot by lot;
(c) Adjustment for correction of arithmetical errors
23.1 The TEC shall compare all responsive Tenders to determine the lowest- evaluated Tender.
24. Negotiation 24.1 No negotiations shall be held during the Tender evaluation or award with the lowest or any other Tenderer pursuant to Rule 99 of the Public Procurement Rules, 2008.
25. Post-
qualification
25.1 After determining the lowest-evaluated responsive tender as sated under ITT Sub-Clause 23.1, the TEC pursuant to Rule 100 of the Public Procurement Rules, 2008, shall carry out the Post-Qualification of the Tenderer.
F. Contract Award
26. Notification of Award
27. Performance Security
26.1 Prior to the expiry of the Tender validity period and within seven (7) working days of receipt of the approval of the award by the Approving Authority , the Procuring Entity pursuant to Rule 102 of the Public procurement Rules, 2008, shall issue the Notification of Award (NOA) to the successful Tenderer.
27.1 The amount of Performance Security shall be 10% (Ten) of the Contract Price
27.2 Within Seven (7) working days from the date of acceptance of the Notification of Award (NOA) but not later than the date specified therein, the successful Tenderer shall furnish the Performance Security
27.3 The Performance Security shall be in the form of a Bank draft, pay order issued by any scheduled bank of Bangladesh acceptable to the Procuring Entity.
28. Validity of Performance Security
29. Authenticity of Performance Security
30. Contract Signing
31. Right to Complain
28.1 The Performance Security shall be required to be valid until a date twenty eight
(28) days beyond the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations.
29.1 The Procuring Entity shall verify the authenticity of the Performance Security submitted by the successful Tenderer by sending a written request to the branch of the bank issuing the Pay Order, Bank Draft or irrevocable Bank Guarantee in specified format
30.1 Within fourteen (3) working days of the issuance of Notification of Award, the successful Tenderer and the Procuring Entity shall sign the contract provided that the Performance Security submitted by the Tenderer is found to be genuine.
31.1 Any Tenderer has the right to complain if it has suffered or likely to suffer loss or damage due to a failure of a duty imposed on the Procuring Entity to fulfill its obligations in accordance with Section 29 of the Public Procurement Act 2006 and pursuant to Part 12 of Chapter Three of the Public Procurement Rules, 2008.
Section 2. Tender Data Sheet
Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in italics and under lined mentioned for the relevant ITT clauses. | |
ITT Clause | Amendments of and Supplements to, Clauses in the Instruction to Tenderers |
A. General | |
ITT 1.1 | The Procuring Entity is: Director General, Bangladesh National Museum |
The Name of the Tender is: চS¢াম̝ িজয়া ҈িত জাqঘেরর Rল ভবেনর <মরামত ও সংBার কাজ। Tender Ref: বL.WL.WL./েকৗ./ӆত´ ও flq./<ট˅Lর/o৩-ч-৬o২/২o³&-২o³৯/8³8৯(o&) তLিরখ: ২³/o8/২o³৯ িɉ.ı | |
B. Tender Document | |
ITT 4.1 | The following are the offices of the Procuring Entity or authorised agents for the purpose of providing the Tender Document: Bangladesh National Museum, Shahbag, Dhaka. |
ITT 4.2 | For clarification of Tender purposes only, the Procuring Entity’s address is: Attention: Secretary Address: Bangladesh National museum Telephone: ▇▇▇▇▇▇▇, Fax No.: ▇▇▇▇▇▇▇ |
C. Preparation of Tender | |
ITT 7.1 | Tenders are being invited for single lot. |
ITT 11.1 | The Intended Completion Date for the whole of the Works shall be 25.06.2019. |
ITT 12.1 | The amount of the Tender Security shall be: Tk.03% (Three percent) of the Quoted prices only any schedule bank Pay order/Bank draft In favour of Secretary, Bangladesh National Museum, Shahbag, Dhaka-1000. |
D. Submission of Tender | |
ITT 15.1 | For Tender submission purposes only, the Procuring Entity’s address is: Attention: Secretary, Bangladesh National Museum, Shahbag, Dhaka-1000. Address: 1. Bangladesh National Museum, Shahbag, Dhaka-1000. 2. ▇▇▇▇▇ ▇▇▇▇▇▇ Museum, Nowabbari, Dhaka-1100. The deadline for submission of Tenders is: Time & Date: Within 12.00 Noon on 11 June, 2019. |
E. Opening of Tenders | |
ITT 16.1 | The Tender opening shall take place at: Bangladesh National Museum. Address: Shahbag, Dhaka-1000. Time & Date: At 02.00 PM. on 11 June, 2019. |
Section 3. General Conditions of Contract
1. Definitions 1.1 The following words and expressions shall have the meaning hereby assigned to them. Boldface type is used to identify the defined term:
(a) Completion Schedule means the fulfilment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract;
(b) Contract Agreement means the Agreement entered into between the Procuring Entity and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein;
(c) Contract Documents means the documents listed in the Contract Agreement, including any amendments thereto;
(d) Contract Price means the price stated in the Notification of Award and thereafter as adjusted in accordance with the provisions of the Contract;
;
(e) Day means calendar days unless otherwise specified as working days;
(f) Delivery means the transfer of ownership of the Goods from the Supplier to the Procuring Entity in accordance with the terms and conditions set forth in the Contract;
(g) Goods means raw materials, products and equipment and objects in solid, liquid or gaseous form, electricity, and related Services if the value of such Services does not exceed that of the Goods themselves ;
(h) Government means the Government of the People’s Republic of Bangladesh;
(i) Procuring Entity means a Entity having administrative and financial powers to undertake Procurement of Goods, Works or Services using public funds;
(j) Related Services means Services linked to the supply of Goods contracts;
(k) Supplier means a Person under contract with a Procuring Entity for the supply of Goods and related Services under the Act;
(l) Writing means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail.
2. Corrupt,
Fraudulent, Collusive or Coercive Practices
2.1 The Government requires that Procuring Entities, as well as Tenderers and Suppliers shall, during the Procurement proceedings and the execution of Contracts under public funds, ensure-
(a) strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 (Act 24 of 2006);
(b) abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules, 2008;
(c) That neither it’s any officer nor any staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in the Rule 127.
3. Documents Forming the Contract & the order of precedence
4. Assignment of Rights
5. Supplier’s Responsibilities
6. Procuring Entity’s Responsibilities
2.2 If corrupt, fraudulent, collusive or coercive practices of any kind determined by the Procuring Entity against any Tenderer alleged to have carried out such practices, the Procuring Entity shall -
(a) exclude the concerned Tenderer from further participation in the particular Procurement proceeding; or
(b) reject any recommendation for award that had been proposed for that concerned Tenderer or;
(c) 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.
3.1 The following documents forming the Contract shall be in the following order of precedence, namely :
(a) the signed Contract Agreement;
(b) the Notification of Award;
(c) The Tender and the appendices to the Tender;
(d) Particular Conditions of Contract;
(e) General Conditions of Contract;
(f) Technical Specifications;
(g) Priced Schedule and schedule of requirements and ;
(h) Other Documents as appropriate.
4.1 The Supplier shall not assign his rights or obligations under the Contract, in whole or in part.
5.1 Delivery of the Goods and completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Section 6: Schedule of Requirements. The documents to be furnished by the Supplier shall be specified in the PCC
6.1 The Procuring Entity shall pay the Supplier, in consideration of the provision of Goods and Related Services, the Contract Price under the provisions of the Contract at the times and manner prescribed in the Contract Agreement.
7. Acceptance 7.1 Acceptance by the Procuring Entity shall be completed in the form of an Acceptance Certificate, unless any defects in the supply, any damage during transportation or any failure to meet the required performance criteria of the supply.
7.2 The appropriate Technical Inspection and Acceptance Committee of the Procuring Entity must commence the inspection and acceptance process within twenty-four (24) hours from delivery of the goods, and shall complete the same as soon as practicable.
8. Contract Price 8.1 The Contract Price shall be specified in the PCC
9. Transportation 9.1 The Supplier is required under the Contract to transport the Goods to a specified place of destination as specified in Section 6: Schedule of Requirements.
10. Terms of Payment 10.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:
On Delivery and Acceptance: 100% percent of the Contract Price of the Goods delivered shall be paid after submission of documents specified in GCC Clause 5, supported by the Acceptance Certificate issued by the Procuring Entity as per GCC Clause 7
11. Performance Security
11.1 The proceeds of the Performance Security shall be payable to the Procuring Entity as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
12. Inspections & Tests
11.2 The Performance Security shall be discharged by the Procuring Entity and returned to the Supplier not later than Thirty (30) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations as stated under GCC Clause 13, provided that there are no claims field against the supplier.
12.1 The Procuring Entity shall have the right to test the Goods to confirm their conformity to the Contract specifications. The supplier shall at its own expense and at no cost to the Procuring Entity, carry out all such tests of the Goods and related services as are specified in the Contract.
13. Warranty 13.1 A warranty shall be required from the Supplier for a minimum period as may be specified in the PCC.
14. Delays in Delivery and Extensions of Time
15. Liquidated Damages
16. Termination for Default
17. Contract
Amendment
18. Settlement of Disputes
14.1 The Supplier must deliver the Goods or perform the services procured within the period prescribed by the Procuring Entity, as specified in the Contract.
14.2 The Procuring may extend original contract time, the extension shall be ratified by the Parties by amendment of the Contract as stated under GCC Clause 17.
15.1 Subject to the grant of time extensions by Procuring Entity, if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery and/or perform the Related Services within the period specified in the Contract, the Procuring Entity shall , without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the 0.5 percent of the Contract Price of the delayed Goods or unperformed Related Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction (10% of the Total Contract Price) . Once the maximum is reached, the Procuring Entity may terminate the Contract as stated under GCC Clause 16.
16.1 The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation:
(a) The Supplier fails to perform any other obligation under the Contract;
(b) If the Supplier, in the judgment of the Procuring Entity has engaged in corrupt, fraudulent, collusive or coercive practices, as stated under GCC Clause 2, in competing for or in executing the Contract;
(c) When deduct able amount due to liquidated damage reaches its maximum as stated under GCC Clause 15.
16.2 Termination of a contract for default is without prejudice to other remedies available to the Procuring Entity for breach of contract, such as payment of liquidated damages and other, if there are grounds for the latter.
17.1 Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.
17.2 The Procuring Entity, in accordance with their Delegation of Financial Powers, may amend the Contract to reflect the changes introduced to the Original terms and Conditions of the Contract.
18.1 Amicable Settlement:
The Procuring Entity and the Supplier shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.
Section 4. Particular Conditions of Contract
Instructions for completing the Particular Conditions of Contract are provided, as needed, in the notes in italics mentioned for the relevant GCC clauses. | |
GCC Clause | Amendments of, and Supplements to, Clauses in the General Conditions of Contract |
GCC 5.1 | The following documents shall have to be submitted with the tender. Failing submission of any documents as stated below the tender will be treated as Non-responsive. 1. Up to date Copies of Trade License (2018-2019). 2. Up to date Income tax certificate (2018-2019). 3. VAT Registration Certificate with BIN. 4. Valid E-TIN Certificate. 5. Photo copy of National ID card of the Tenderer. 6. The Tenderer shall have minimum 05(Five) years working experience of similar type of works in any Govt./Semi govt/ Autonomous bodies/established organization(Years counting backward from the date of publication of IFT). 7. Work completion certificate with work order mentioning minimum Tk. 08 (Eight) Lac of similar type of works in a single work order in any Govt./Semi govt/ Autonomous bodies/established organization. 8. Liquid Asset of Tk. 10(Ten) Lac with Bank transaction & Solvent Certificate of last 03(Three) Months. 9. Documents of average Annual Turnover for minimum Tk. 10 (Ten) Lac over last 01(One) years shall have to be submitted with Tender (Years counting backward from the date of publication of IFT). 10. All copies duly attested by the 1st class Gazetted Officer with designation, Seal and mobile phone numbers shall have to be submitted with tender. N.B If any declaration/certificate/document submitted by the Tenderer along with the tender is found fake/forge/false, the tender security (▇▇▇▇▇▇▇ money) shall be forfeited & The tender shall be declared informal, void and Non-Responsive. |
GCC 8.1 | The Contract price is: [insert the contract Price] |
GCC 13.1 | The Defects Liability Period is 12 (twelve) months. |
Section 5. Tender Forms & Contract Forms
Form Title
Tender Forms
PG2 – 1 Tender Submission Letter
PG2 – 2 Price Schedule for Goods & Related Services
Forms PG2-1 to PG2-2 comprises part of the Tender and should be completed as stated in ITT Clause 6.
Contract Forms PG2 – 5 Notification of Award PG2 – 6 Contract Agreement
Forms PG2-5 to PG2-6 comprises part of the Contract.
Tender Submission Letter (Form PG2 – 1)
[This letter shall be completed and signed by the Authorized Signatory Preferably, on the Letterhead pad of the Tenderer].
Lot No:
Tender Package No:
Invitation for Tender No:
Date :
To:
[Name and address of Procuring Entity]
In accordance with ITT Clauses 7, the following prices apply to our Tender:
Taka [state amount in figures]
and Taka [state amount in words]
The Tender Price is: (ITT Clause 7)
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 Document (ITT Sub-Clause 11.1) 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 / in the amount stated in the Tender Document (ITT Clause 12) and valid for a period of 28 days beyond the Tender validity date;
c) We, declare that we are eligible to participate in this Tender and meet the eligibility criteria specified in the Tender Document (ITT Clause 3);
d) furthermore, we are aware of ITT Clause 2.2 concerning such practices and pledge not to indulge in such practices in competing for or in executing the Contract;
e) We understand that your written Notification of Award shall become a binding Contract between us, until a formal Contract is prepared and executed.
[insert signature of authorized representative of the Tenderer] |
[insert full name of signatory with National ID] |
[insert designation of signatory] |
Signature:
Name:
In the capacity of:
Duly authorized to sign the Tender for and on behalf of the Tenderer
Attachment 1: Written confirmation authorizing the above signatory (ies) to commit the Tenderer
Price Schedule for Goods & Related Services (Form PG2-2)
Invitation for Tender No: | Date: | ||
Tender Package No: | Package Description: | [enter description as specified in Section 6] | |
Tender Lot No: | Lot Description: | [enter description as specified in Section 6] |
A: PRICE OF GOODS (Including Spare Parts, Related Services if any) AND DELIVERY SCHEDULE
1 | 2 | 3 | 4 | 5 | 6 |
Item No . | Description Of Item | Unit | Quantity | Unit price to be quoted in figure & words. | Total price |
Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if Contract is awarded and Shall be delivered price in final destination or at point of delivery.
Note 2: The Tenderer will complete these columns as appropriate following the details specified in Section 7: Schedule of Requirements.
Signature: | [insert signature of authorized representative of the Tenderer] |
Name: | [insert full name of signatory with National ID] |
In the capacity of: | [insert designation of signatory] |
Duly authorized to sign the Tender for and on behalf of the Tenderer |
C:\Users\shahid\Desktop\tender_zia_museum_main_bhaban_19.doc
Notification of Award (Form PG2 - 5)
Contract No: Date:
To:
[Name of Contractor]
This is to notify you that your Tender dated [insert date] for the supply of Goods and related Services for [name of 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].
You are thus requested to take following actions:
i. accept in writing the Notification of Award within seven (7) working days of its issuance pursuant to ITT Sub-Clause 26.1
ii. furnish a Performance Security in the specified format and in the amount of Tk [state amount in figures and words] ,within seven (3) working days of acceptance of this Notification of Award but not later than (specify date), in accordance with ITT Clause 27
iii. sign the Contract within fourteen 3(Three) working days of issuance of this Notification of Award but not later than (specify date), in accordance with ITT Clause 30
You may proceed with the execution of the supply of Goods and related Services 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
▇▇▇▇ authorized to sign for and on behalf of [name of Procuring Entity]
Date:
Contract Agreement (Form PG2 - 6)
THIS AGREEMENT made the [day] day of [month] [year] between [name and address of Procuring Entity] (hereinafter called “the Procuring Entity”) of the one part and [name and address of Supplier] (hereinafter called “the Supplier”) of the other part:
WHEREAS the Procuring Entity invited Tenders for certain goods and related services, viz, [brief description of goods and related services] and has accepted a Tender by the Supplier for the supply of those goods and related services in the sum of Taka [Contract Price in figures and in words] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLL OWS:
1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract hereafter referred to.
2. The following documents forming the Contract shall be in the following order of precedence, namely :
(a) the signed Form of Contract Agreement;
(b) the Notification of Award
(c) The Tender and the appendices to the Tender
(d) Conditions of Contract;
(e) Technical Specifications;
(f) Price Schedules and Schedule of Requirements and;
(g) other document, if any
3. In consideration of the payments to be made by the Procuring Entity to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Entity to provide the goods and related services and to remedy any defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and related 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.
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.
For the Procuring Entity: For the Supplier:
Signature Print Name Title
In the presence of Name
Address
Seal and signature | S.A.E. | Asstt. Engineer (C.C.) |
of the Contractor. | B.N.M. | Bangladesh National Museum |
বLQNLেদশ WLতTয় WLqঘর শLহবLগ ঢLকL-³oooı
কােজর নাম : চS¢াম̝ িজয়া ҈িত জাqঘেরর Rল ভবেনর <মরামত ও সংBার।
It. No | Description | Quantity | Unit | Unit Price to be quoted in figure & words | Total Tk. |
Item No-01. | Supplying and making door and window frames (Chowkat) for all floors with matured seasoned wood of required size including painting two coats of coal tar to the surface in contact with wall, fitting and fixing in position etc. all complete and accepted by the E/C. For wooden Verandah Beam Chittagong Teak. | =00.82 | Cum. | ||
Item No-02. | Supplying matured seasoned wood and making roof truss of any size with wall plates as per design including supplying, fabricating and hoisting, scaffolding, fitting and fixing in position with bolts, nuts, painting two coats of coal tar etc. all complete and accepted by the E/C. | =01.34 | Cum. | ||
Item No-03. | Supplying, fitting and fixing 38mm thick finished well matured seasoned (minimum 250 mm wide plank) wooden grooved single panel flush door shutters with top and middle rail 100mm x 38mm, bottom rail 225mm x 38mm and style 100mm x 38mm, having vertical panels 100mm x 38mm including keeping 6mm x 12mm even groove all around and minimum 12mm grooved lap to each panel. Providing 4 (four) nos best quality 100mm long iron hinges, 12mm dia best quality 200mm and 250mm long iron socket and tower bolts, 2 (two) nos heavy type best quality nicket plated handles, 1 (one) no best quality hasp bolt, hinged cleats, wooden buffer blocks including supply of necessary nails ans screws, finishing by sand papering etc. complete in all floors as per drawing and accepted by the E/C. Chittagong Teak. | =07.31 | Sqm. | ||
Item No-04. | Scrapping of old paint from wood. | =208.68 | Sqm. | ||
Item No-05. | Renewing of painting with synthetic black enamel paint to plinth and skirting: 2 coats (wood painting also). | =247.92 | Sqm. | ||
Item No-06. | Clearing chocked up masonry surface drain. | =200.00 | Meter |
Draftsman Bangladesh National Museum.
Assistant Engineer (C.C.) Bangladesh National Museum.
-02-
It. No | Description | Quantity | Unit | Unit Price to be quoted in figure & words | Total Tk. |
Item No-07. | Labour for taking out C.I. sheet roofing (Rid gin). | =76.20 | Sqm. | ||
Item No-08. | Cleaning Rain Water Down Pipe. | =165.00 | Meter | ||
Item No-09. | 0.27 mm thick galvanized iron plain sheet ridging with 300mm lap on either side fitted and fixed with galvanized bolts and nuts etc. all complete and accepted by the E/C. | =125.00 | Meter | ||
Total Tk.= |
Total Tk. (In words) :
Draftsman Bangladesh National Museum.
Assistant Engineer (C.C.) Bangladesh National Museum.
Seal and Signature of contractor:………………………………………………………………
Full Address:…………………………………………………………………………………...