RFQ For Repair Office of PMU (21-5-18)
RFQ For Repair Office of PMU (21-5-18)
Ministry of Agriculture
Project Management Unit (PMU)
National Agricultural Technology Program-Phase II Project (NATP-2)
AIC Bhaban (3rd floor), Bangladesh Agricultural Research Council (BARC) Complex
Farmgate, Dhaka-1215
Website: http://natp2pmu.portal.gov.bd
Issued on :
Issued to :
PMU RFQ
Guidance Notes on the use of
The Request for Quotation Document
1. These guidance notes have been prepared by the CPTU to assist a Procuring Entity in the preparation of
Quotation document, using the Standard Request for Quotation, SRFQ, for the procurement of low value
simple Works and physical services. All concerned are advised to refer to the Public Procurement Rules,
2008 issued to supplement the Public Procurement Act, 2006; available on CPTU's website:
http://www.cptu.gov.bd/. Notes and guidance are provided for both the Procuring Entity and the Quotationer.
2. The procurement under Request for Quotation Method (RFQM) shall follow the provisions pursuant to Rules
69 to 73 of the Public Procurement Rules, 2008 in accordance with Section 32 of the Public Procurement
Act, 2006.SRFQ is based upon best national practices that have been adapted to suit the particular needs
of procurement.
3. The use of SRFQ (PW1) applies when a Procuring Entity intends to select a Quotationer (a Contractor) for
the Procurement of Works and physical services under RFQ Method (RFQM) pursuant to Rule 69(3) of the
Public Procurement Rules, 2008.
4. Pursuant to Rule 71(1) and Rule 71(2) of the Public Procurement Rules, 2008, RFQ shall be invited through
letter, Fax or e-mail. RFQ shall not be required to be advertised in the daily newspapers but for the minimum
circulation the Procuring Entity shall publish that advertisement in its website (if any), including posting in the
Notice Board and, shall send with request for publication to the administrative wing of some other Procuring
Entities nearby.
5. Pursuant to Rule 71(3) of the Public Procurement Rules, 2008, RFQ Document shall be issued or made
available to potential Quotationers 'free-of-cost'.
6. The time-limit for Request for Quotation shall in no case exceed ten (10) days pursuant to Rule 71 (4) of the
Public Procurement Rules, 2008.
7. No Securities such as Quotation Security (i.e. the traditionally termed Earnest Money, Tender Security) and
Performance Security shall be required pursuant to Rule 70(6) of the Public Procurement Rules, 2008.
8. Submission, Opening and Evaluation of the Quotations shall respectively be dealt with pursuant to Rule
72(1), Rule 72(2) and Rule73(1) of the Public Procurement Rules, 2008 as specified in the RFQ.
9. The criteria for evaluation, pursuant to Rule 70(4) of the Public Procurement Rules, 2008, shall be pre-
disclosed.
10. Pursuant to Rule 69 (5) of the Public Procurement Rules, 2008 the Quotation for low value simple Works
and physical services shall be on the basis of either 'Unit-Rate' or 'Lump-sum' depending on the level of
estimating the quantity of works. Such two different BoQ formats are attached with the RFQ Document. The
Procuring Entity shall have the option to choose any one of these two BoQs, as appropriate, for a particular
procurement.
11. Splitting the object of Procurement is not permissible pursuant to Rule 69(4) (ka)of the Public Procurement
Rules, 2008.
12. The Procuring Entity shall invite the successful Quotationerto sign the contract, pursuant to Rule 73 (5) of
the Public Procurement Rules, 2008, following recommendations of the Evaluation Committee and approval
thereupon by the Approving Authority.
13. Provision of Retention Money (i.e. the traditionally termed Security Deposit) shall however be kept in
Conditions of Contract pursuant to Rule 28 of the Public Procurement Rules, 2008.
PMU RFQ
2
c‹
,„'s
14. The Defects Liability Period shall usually remain between 3 and 6 months.
15. The Procuring Entity shall further be required to maintain the record of procurement proceedings pursuant to
Rule 43 of thePublic Procurement Rules, 2008
I'MU RFQ
Government of the People's Republic of Bangladesh
Ministry of Agriculture
Project Management Unit (PMU)
National Agricultural Technology Program-Phase II Project (NATP-2)
AIC Bhaban (3rd floor), Bangladesh Agricultural Research Council (BARC) Complex
Farmgate, Dhaka-1215
Website: www.natp2pmu.gov.bd
To
1. The Project Management Unit (PMU) has been allocated public funds and intends to apply a portion of the
funds to eligible payments under the Contract for which this Quotation Document is issued.
2. Detailed Specifications and, Design & Drawings for the intended Works and physical services are available in
the office of the Procuring Entity for inspection by the potential Quotationers during office hours on all working
days.
4. Quotation shall be completed properly, duly signed-dated each page by the authorized signatory and submitted
by the date to the office as specified in Para 6 below.
5. No Securities such as Quotation Security (i.e. the traditionally termed Earnest Money, Tender Security) and
Performance Security shall be required for submission of the Quotation and execution of the Works (if awarded)
respectively.
6. Quotation in sealed envelope or by fax or through electronic mail shall be submitted to the office of the
undersigned on or before 29/05/2018 at 2:00 Pm. The envelope containing the Quotation must be clearly
marked "Quotation for Refurbishment of Kitchen, Office and Building of Baths and DO NOT OPEN before
29/05/2018, 2:00 Pm . Quotations received later than the time specified herein shall not be accepted.
7. Quotations received by fax or through electronic mail shall be sealed-enveloped by the Procuring Entity duly
marked as stated in Para 6 above and, all Quotations thus received shall be sent to the Evaluation Committee
for evaluation, without opening, by the same date of closing the Quotation.
8. The Procuring Entity may extend the deadline for submission of Quotations on justifiably acceptable grounds
duly recorded subject to threshold of ten (10) days pursuant to Rule 71 (4) of the Public Procurement Rules,
2008.
9. Quotation shall be submitted as per Bill of Quantities of Works and physical services.
PMU RFQ 4
10. All Quotations must be valid for a period of at least 45 days from the closing date o
11. No public opening of Quotations received by the closing date shall be held.
12. Quotationer's rates or prices shall be inclusive of profit and overhead and, all kinds of taxes, duties, fees, levies,
and other charges to be paid under the Applicable Law, if the Contract is awarded.
13. Rates shall be quoted and, subsequent payments under this Contract shall be made in Taka currency. The price
offered by the Quotationer, if accepted shall remain fixed for the duration of the Contract.
14. Quotationer shall have legal capacity to enter into Contract. Quotationer, in support of its qualification shall be
required to submit certified photocopies of latest documents related to valid Trade License, Tax Identification
Number (TIN), VAT Registration Number and Financial Solvency Certificate from any scheduled Bank;
without which the Quotation may be considered non-responsive.
15. Quotations shall be evaluated based on information and documents submitted with the Quotations,by the
Evaluation Committee and, at least three (3) responsive Quotations will be required to determine the lowest
evaluated responsive Quotations for award of the Contract.
16. In case of anomalies between unit rates or prices and the total amount quoted, in the quotation submitted on unit
rate basis, the unit rates or prices shall prevail. In case of discrepancy between words and figures, the former will
govern. In case of quotation submitted on Lump-sum basis, if anomalies found between figures and words, the
words will prevail. Quotationer shall remain bound to accept the arithmetic corrections made by the Evaluation
Committee.
17. The execution of Works and physical services shall be completed within 24 days from the date of
commencement.
18. Letter inviting the successful Quotationer to sign the Contract shall be issued within 1 day of receipt of approval
from the Approving Authority. The Contract shall have to be signed within 3 days of issuing such Letter of
Invitation.
19. The Procuring Entity reserves the right to reject all the Quotations or annul the procurement proceedings.
Distribution:
1. Additional Secretary (PPC), Ministry of Agriculture, Bangladesh Secretariat, Dhaka.
2. Project Director (Additional Secretary), PMU, NATP-2 Project. BARC Complex, Farmgate, Dhaka
3. Data Analyst, PMU, NATP-2 Project, BARC Complex, Farmgate, Dhaka. (To Publish in PMU Website).
5. Notice Board.
6. Office File.
PMU RFQ 5
Quotation Submission Letter
[Use Letter-head Pad]
To:
Project Management Unit (PMU)
National Agriculture Technology Program-Phase-II Project (NATP-2)
AIC Bhaban (3rd floor), Bangladesh Agricultural Research Council (BARC) Complex
Farmgate, Dhaka-1215
Website: http://natp2pmu.portal.qov.bd
I/We, the undersigned, offer to execute in conformity with the Conditions of Contract for execution oftheWorks and
physical services named [insert name of work]
The total Price of our Quotation is [insert amount both in figure and words]
My/Our Quotation shall remain valid for the period stated in the RFQ Document and it shall remain binding upon us
and, may be accepted at any time prior to the expiration of its validity period.
I/We declare that I/we have the legal capacity to enter into a contract with you, and have not been declared ineligible
by the Government of Bangladesh on charges of engaging in corrupt, fraudulent, collusive or coercive practices.
Furthermore, I/we am/are aware of Para 28(e) of the Conditions of Contract and pledge not to indulge in such
practices in competing for or in executing the works.
I/We am/are not submitting more than one Quotation in this RFQ process in my/our own name or other name or in
different names. I/We understand that your written invitation to sign the Contract shall become binding upon us, until
a formal Contract is signed.
I/We have examined and have no reservations to the RFQ Document issued by you on [insert date]
I/We understand that you reserve the right to reject all the Quotations or annul the procurement proceedings without
incurring any liability to me/us.
PMU RFQ
6
Project Management Unit (PMU)
National Agricultural Technology Program-Phase-II Project (NATP-2)
AIC Bhaban (3rd floor), Bangladesh Agricultural Research Council (BARC) Complex
Farmgate, Dhaka-1215
Website: www.natp2pmu.gov.bd
Bill of Quantities
PMU RFQ 7
4r-
BARG Comply t4'
Fowls
0:iika-121$
IK..
ikw
*
Unit rates or prices quoted by Quoted
SI
Description of Items Unit Quantity the Quotationer Amount
No
In figure In words in Taka
1 2 3 4 5 6 7=(4x5)
6 Supplying, fitting and fixing unglazed
homogeneous floor tiles ( RAK or equivalent )
with cement sand (F.M. 1.2) mortar (1.4) base
and raking out the joints with white cement
including finishing etc. all complete in all
respects with all materials and labor.
a) GP homogeneous 300 x 300 mm floor tiles Sqm 20
7 Supplying, fitting and fixing of Plastic Door
including Chowkhat, Door Shutter, best Quality
and resistant to fire all complete in all respects
with all materials and labor
a)Readymade Set 4
b)Wooden- Kitchen Set 1
8 Supplying, fitting, fixing of wodden shelf for Set 1
kitchen having 3 parts-lower, middle and bottom
as per sample, all complete including labor and
materials.
9 Plastic Paint of Approved Quality & Color
delivered from authorized agent of the
manufacturer in Sealed Container, heaving high
water resistance, including surface cleaning from
dust & sand with suitable sand paper scrabing,
making and removing of scaffolding etc all
completed as per direction of PMU .
a)Ceiling for Rooms Sqm 350
b)Ceiling for Corridor Sqm 110
c)Room Walls Sqm 650
d)Over Surfaces of Ceramics Sqm 70
10 Plastic Paint of Approved Quality & Color
delivered from authorized agent of the
manufacturer in Sealed Container, heaving high
water resistance including surface cleaning from
dust & sand, etc all complete with labor and all
materials as per direction of PMU.
Doors and Front Windows Sqm 80
11 Cleaning windows from dusts and Supplying, Sqm 80
fitting and fixing Window Curtains-Vertical
Venetian Blinds made of Polyvinyl of approved
color and design and easy movement and
adjustability etc all completed as per direction
with labor and materials as per direction of PMU.
12 Aluminium partition and Hinged/Sliding door for Sqm 8
entrance gate of PMU with min. 6mm tinted
glass having Aluminium sections with thickness
min 2mm including fixing handles, angle cleat,
rubber gasket, bolting device, locking
arrangement, screws , wheel, mohair lining etc
complete with materials and labor as per
PMU RFQ
8
Unit rates or prices quoted by Quoted
SI the Quotationer Amount
Description of Items Unit Quantity
No in Taka
In figure In words
1 2 3 4 5 6 7=(4x5)
direction of PMU
13 Repair of ceiling of bath of conference room with LS LS
water resistant concreting, plastering and paints
complete in all respect with labor and materials
as per direction of PMU.
14 Making arrangement for Ablution for two LS LS
persons including making sittings, pipes for
water, valves, grates, sockets, pilar cock/bib
cock, drain etc complete in all respect with
labor and materials as per direction of PMU.
Sub-Total : Part-A (Civil Works)
Part-B: Internal Sanitary & Water Supply Works
1 Supplying, fitting and fixing European type Each 5
glazed combi closet, 700 x 410 x 795 mm size.
a) Special colour selected by PMU
2 White glazed vetreous W/H Wash Basin, 500 x Each 5
440 x 210 mm in size:
3 Connection Pipe - Standard quality Each 6
4 Basin Waste- Standard quality Each 3
5 Magic Pipe - Standard quality Each 3
6 450 x600 mm size and 5 mm thick unframed Each 4
super quality mirror:
7 Push Shower -Standard quality Each 5
8 Glass (Plate) shelf - Standard quality Each 5
9 Standard quality Towel Rail: Each 5
10 Toilet Paper Holder -Standard quality Each 5
11 Soap Tray: Porcetain soap tray (coloured) Each 5
12 Liquid Soap Case Each 5
13 Sink best Quality Each 1
14 125 mm dia stainless steel floor grating: Each 5
15 100 mm dia inside dia best quality u-PVC soil, Rm 10
waste and ventilation pipe:
16 u-PVC Pressure Waste Pipe
a) 100 mm dia u-PVC 'P' or 'S' Trap Each 6
b) 100 mm dia u-PVC Y or T-Y Cleanout Each 4
18 G.I. Pipe - best quality
a) 12.5 mm dia G.I. pipe with all thickness 3.25 Rm 10
mm, outside diameter min 21.1 mm, weight 1.45
kg/m, can withstand min 50 kg/cm2 hydraulic,
pressure.
b)20 mm dia G. I. Pipe with wall thickness 3.25 Rm 10
mm. outside diameter min 26.6 mm, weight 1.90
kg/m, can withstand min 50 kg/cm2 hydraulic
pressure.
PMU RFQ 9
Unit rates or prices quoted b )'-'."----
Quoted
SI
Description of Items Unit Quantity the Quotationer Amount
No
In figure In words in Taka
1 2 3 4 5 6 7(4x5)
c) 25 mm dia G.I. Pipe with wall thickness 4.05 Rm 10
mm, outside diameter min 33.4 mm, weight 2.97
kg/m, can withstand min 50 kg/cm2 hydraulic
pressure.
19 Groove Cutting for concealng of G.I. pipe work -
best quality -
a)Groove Size 40 x 40 mm (For laying 12 mm to Rm 10
20 mm dia pipes)
b) Groove Size 75 x 75 mm (For 25 mm to 40 Rm 10
mm dia pipes)
20 G.I. Gate Valve - best quality
a)12 mm brass gate valve. Each 6
b)20 mm brass gate valve. Each 6
c)25 mm brass gate valve. Each 6
21 G.I. Union- best quality
a)12 mm dia G.I. Union Each 6
b)20 mm dia G.I. Union Each 6
c)25 mm dia G.I. Union Each 6
22 Pilar Cock- best qulaity Each 2
23 Two in One Bib Cock: Each 4
24
C.P. Conceals/Surface Stop Cock: -
a. Angle Stop cock concealed (general) Each 6
25 Bucket &Mog Each 3
PMU RFQ 10
Unit rates or prices quoted by Quoted
SI Description of Items Unit Quantity the Quotationer Amount
No In figure In words in Taka
1 2 3 4 5 6 7=(4x5)
Total : Part-(A+B+C)
[ insert number] number corrections made by me/us have been duly initialed in this page of BoQ. My/Our Offer is
valid
untildd/mm/yv[insert Quotation Validity date].
PMU RFQ 11
Technical Specification
Technical Specification for Refurbishment of Kitchen , Office Space and Building of Baths.
Package No.: WD/PMU-01
The contractor must not damage or do defect to the existing structures, fittings, fixing and equipment.
Replacement by contractors own cost in case of damage or defect.
The contractor will maintain Measurement Book and Payments will be made on actual works done.
SI No Technical Specification
1 Dismantling kitchen partition and bath and floor, removing of electrical wires, cables, Sink, kitchen
wooden shelf, Chipping of unserviceable plaster including old mortar, Cleaning the work site ,
stacking out and taking away the garbage from the floor with necessary arrangement.
2 125 mm brick work with first class brick in superstructure in cement sand (F.M. 1:2) mortar ( 1:4) ,
scaffolding and curing at last for 7 days etc. all complete in all respects.
PMU will the places of Baths. First class bricks, sand and cement must have prior approval of
PMU
3 Supplying , fitting, fixing of RCC Pre-cast lintel made with compressive strength fc = 25 Mpa at 28
days, and reinforcement 3 - 12mm dia bars at top and 3 -12 mm dia bars at top with 8 mm dia rings
at 4" c/c , including binding bars, casting, shuttering , curing all complete in all respects.
Pre-cast lintels before placing over doors openings must receive prior approval of PMU.
5 Minimum 12 mm thick cement sand (F.M. 1.5) plaster (1.4) including washing of sand cleaning the
surface, scaffolding and curing at least for 7 days, etc. all complete in all respect .
Sand and cement must have prior approval of PMU
6 Supplying, fitting and fixing glazed wall tiles (RAK or equivalent) with on 20 mm thick cement sand
(F.M. 1.2) mortar (1.3) base and raking out the joints with white cement including cutting, laying etc
complete all respect .
Tiles color and size must have prior approval of PMU.
7 Supplying, fitting and fixing unglazed homogeneous floor 300 x 300 tiles ( RAK or equivalent) with
cement sand (F.M. 1.2) mortar (1.4) base and raking out the joints with white cement including
finishing etc. all complete in all respects.
Tiles color and size must have approval of PMU.
8 Plastic and wooden Doors including Chowkhat , Best Quality Readymade- Plastic- for baths and
Wooden for kitchen .
Doors must have prior approval of PMU.
PMU RFQ 12
9 Supplying, fitting, fixing of wooden shelf for kitchen having 3 parts - lower, middle and 1:?1?3vnr'25 per
sample, all complete including labor and materials.
The contractor shall prepare a drawing of Kitchen Self and must have approval of PMU before
making.
The contractor shall prepare a sketch/ drawing of the shelf and must have prior approval of
PMU before execution.
10 Plastic Paint of Approved Quality & Color delivered from authorized agent of the manufacturer in
Sealed Container, heaving highly water resistance, including surface cleaning room dust & sand with
suitable sand paper scrabing, making and removing of scaffolding etc all complete with labor and
materials.
Finishing of surface cleaning, Paint and Sealed containers must receive prior approval of PMU
before opening .
11 Paint on Ceramic walls of Approved Quality & Color delivered from authorized agent of the
manufacturer in Sealed Container, heaving highly water resistance for drying including surface
cleaning from dust & sand with suitable sand paper scrabing, making and removing of scaffolding
etc all complete with labor and materials
Finishing of surface cleaning, Paint and Sealed containers must receiveprior approval of PMU
before opening .
12 Supplying, fitting and fixing Window Curtains - Vertical Venetian Blinds made of Polyvinyl of
approved color and design and easy movement and adjustability etc all completed as per direction
with labor and materials.
The contractor must clean the windows from dusts etc before setting the curtains.
Cleaning windows, color , quality and fitting arrangements of Vertical Venetian Blinds must
receive prior approval of PMU.
13 Aluminium partition and Hinged/Sliding door for entrance gate of PMU with min. 6mm glass
havingAluminium sections with thickness min 2mm including fixing handles, angle cleat, rubber gasket,
bolting device, locking arrangement, screws , wheel, mohair lining etc complete with materials and
labor as per direction of PMU
Thickness, color and required dimensions of Aluminium sections and glass must have prior
approval of PMU.
The contractor must provide standard quality of SANITARY & WATER SUPPLY WORKS and must obtain
prior approval of PMU of the materials before use .
1 Supplying, fitting and fixing European type glazed combi closet, 700 x 410 x 795 mm size.
a. Special colour selected by PMU
2 Supplying, fitting and fixing Long Pan with footh-rest, 585 x 445 x 290 mm size and colour to be
selected by PMU.
3 Supplying, fitting and fixing Glazed Porcelain Low-down, 490 x 190 x 350 mm size and colour to
be selected by PMU
4 White glazed vetreous W/H Wash Basin, 500 x 440 x 210 mm in size:
5 Connection Pipe
PMU RFQ 13
6 Basin Waste `J
7 Magic Pipe:
8 450 x600 mm size and 5 mm thick unframed super quality mirror:
9 Push Shower of standard quality
10 Glass (Plate) shelf of standard quality
11 Super Quality Towel Rail of standard quality
12 Toilet Paper Holder of standard quality
13 Soap Tray
a. Porcetain soap tray (coloured)
14 Liquid Soap Case
15 Sink best Quality
16 125 mm dia stainless steel floor grating:
18 100 mm dia inside dia best quality uPVC soil, waste and ventilation pipe:
19 uPVC Pressure Waste Pipe of standard quality
a.100 mm dia uPVC 'P' or 'S' Trap of standard quality
b.100 mm dia uPVC Y or T-Y Cleanout of standard quality
20 G.I. Pipe of standard quality
a.12.5 mm dia G.I. pipe with all thickness 3.25 mm, outside diameter min 21.1 mm, weight 1.45
kg/m, can withstand min 50 kg/cm2 hydraulic, pressure.
b.20 mm dia G. I. Pipe with wall thickness 3.25 mm. outside diameter min 26.6 mm, weight 1.90
kg/m, can withstand min 50 kg/cm2 hydraulic pressure.
c.25 mm dia G.I. Pipe with wall thickness 4.05 mm, outside diameter min 33.4 mm, weight 2.97
kg/m, can withstand min 50 kg/cm2 hydraulic pressure.
21 Groove Cutting for concealing of G.I. pipe work:
a.Groove Size 40 x 40 mm (For laying 12 mm to 20 mm dia pipes)
b.Groove Size 75 x 75 mm (For 25 mm to 40 mm dia pipes)
22 G.I. Gate Valve:
a.12 mm brass gate valve.
b.20 mm brass gate valve.
c.25 mm brass gate valve.
23 G.I. Union:
a.12 mm dia G.I. Union
b.20 mm dia G.I. Union
c.25 mm dia G.I. Union
24 Pilar Cock
PMU RFQ 14
tosko. Pig
4,2
..4
BARC Comply 1
F anng ate Se-
a Dhats-1215
,,,... /
94' * PitU *
25 Two in One Bib Cock:
24 C.P. Conceals/Surface Stop Cock:
a. Angle Stop cock concealed (general)
26 Bucket &Mog
27 Repair of ceiling of bath of conference room with water resistant concreting ,plastering and
paints complete in all respect with labor and materials
28 Ablution arrangement for two persons including making sittings, pipes for water , valves,
grates, sockets, pillar cock/bib cock, drain etc complete in all respect with labor and materials.
Ablution arrangement will be shown by PMU
The contractor must provide standard quality of ELECTRIC SUPPLY WORKS and must obtain prior
approval of PMU of the materials before use .
Light/exhaust
Conduit wiring:
IC-2x2.5 sq.mm BYA cable with ECC of 2.5 sq.mm BYA with PVC pipe of minimum inner dia
20mm having minimum wall thickness 1.5mm.
2 Gang Switch, Brand: Dynamic/MEP or equivalent
a.lGang Tway SP Switch:
b.4 Gang 1way SP Switch:
3 Exhaust Fan Round of standard quality
4 Light Fitting
a. Supplying , fitting & fixing of bath-room LED light
5 Switch Board
6 Piano Switch
7 Fan Regulator
PMU RFQ 15
Project Management Unit (PMU)
National Agricultural Technology Program-Phase-II Project (NATP-2)
AIC Bhaban (3rd floor), Bangladesh Agricultural Research Council (BARC) Complex
Farmgate, Dhaka-1215
Website: www.natp2pmu.gov.bd
To:
[name of Contractor
[address
This is to notify you that your Quotation dated [ddimm/yy] for the execution of the Works and physical services
named[insert name of work] for the Contract Price of Tk [state amount in figures and in words]as corrected,
has been approved by the competent authority.
You are thus requested to attend the office of the undersigned to sign the Contract within[insert days]of issuing
this Letter of Invitation; butin no case later than [specify dd/mm/yy].
You may proceed with the execution of the Works only upon signing the Contract. You may also please note that this
invitation 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.
PMU RFQ 16
Ar
Contract Agreement
THIS AGREEMENT made on this [insert day]day of [insert month and year] between[name and address of
Procuring Entity] (hereinafter called "the Procuring Entity") of the one part and
[name and address of
Contractod(hereinafter called "the Contractor") of the other part:
WHEREAS the Procuring Entity invited Quotation for certain Works and physical services named [insert name of
Works] and has accepted the Quotation submitted by the Quotationerfor the execution of those works in the sum of
Taka [insert 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 Letter of Invitation
(c) the Conditions of Contract
(d) the Specifications
(e) the Design and Drawings
(f) the priced Bill of Quantities
(g) any other document listed anywhere in the Contract.
3. In consideration of the payments to be made by the Procuring Entity to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Procuring Entity to execute and complete the works
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 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.
Name
Designation
National ID No.
In the presence of
Name
PM U RFQ
17
p BARC Cow/O:1
4
2:1 Dtaarir91
ki- 11 J "el
b
Conditions of Contract
1. Conditions of Contract contained herein shall be binding upon both the contracting parties for the purpose of
administration and management of this Contract.
2. Implementation and interpretation of these Conditions of Contract shall, in general, be under the purview of the
Public Procurement Act, 2006 and the Public Procurement Rules, 2008.
3. The Contractor shall have to commence the Works within 3 days of signing of the Contract Agreement and
complete in conformity in all respects with the provisions of the Contract within 24 days
4. The Contractor shall immediately submit to the Procuring Entity a Programme of Works showing the timing for
all the activities and components of Works.
5. The Contractor shall maintain Pro Data progress of the Works. Progress shall be determined in terms of the
value of the works executed.
6. The Contractor shall be entitled to an extension of the Intended Completion Date if the Procuring Entity delays
in handing over the Site or if Force Majeure situation occurs or for any other reasons acceptable to the
Procuring Entity on justifiable grounds duly recorded.
7. The Procuring Entity shall check and verify the Works executed by the Contractor and notify the Contractor of
any Defects found.
8. Notwithstanding any testing and examination, the Procuring Entity by visual inspection or field tests may
instruct the Contractor to:
a. remove and replace any works or part thereof which is not in accordance with the Contract,
b. remove and re-execute any other work or part thereof which is not in accordance with the Contract,
and
c. execute any work which is urgently required for the safety of the Works.
9. The Contractor shall submit to the Procuring Entity the progressive invoices for estimated value of works
executed less the cumulative amount certified previously.
10. The Contractor shall be entirely responsible for payment of all taxes, duties, fees, and such other levies under
the Applicable Law.
11. Notwithstanding any other practice, the method of measurement and mode of payment shall be based on the
type of the Contract corresponding to the Bill of Quantities
Unit-rate Basis
Measurement shall be made of the net quantity of each item of the Works actually executed
in accordance with the Bill of Quantities. No progressive payment shall be made . The
Procuring Entity shall make payments to the Contractor in Taka currency, while the Final
payment shall be made upon fulfilment of all contractual obligations by the Contractor.
12. The Contractor's rates or prices shall be inclusive of profit and overhead and, all kinds of taxes, duties, fees,
levies, and other charges to be paid under the Applicable Law.
PMU RFQ
18
13. The total Contract Price is BDT [insert figure]BDT[in words].
14. No works under Extra Work Orders shall be permissible and, works under Variation Orders (except in case of
Lump-sum basis)shall under no circumstances exceed fifteen (15) percent of the Contract Price subject to
threshold specified in Rule 69 (1) and 69 (6) (ka) & (ga) of the Public Procurement Rules, 2008, as appropriate.
15. The Procuring Entity contracting shall amend the Contract incorporating required approved changes
subsequently introduced to the original Conditions of Contract in line with Rules, where necessary.
16. The Procuring Entity shall retain or in other words deduct from each progressive payment due to the Contractor
at the rate of ten (10) percent as Retention Money (i.e. the traditional Security Deposit) until completion of the
whole of the Works under the Contract.
17. The Contractor shall apply by notice to the Procuring Entity for issuing a Completion Certificate of the Works,
and the Procuring Entity shall do so upon deciding that the work is completed.
18. The Procuring Entity shall, within seven (7) working days after receiving the Contractor's application:
a. issue the Completion Certificate to the Contractorstating that the Works were completed in
accordance with the Contract, or
b.reject the application, giving reasons and specifying the works required to be done/redone by
the Contractor to enable issuance of the Completion Certificate.
19. The Procuring Entity shall Take-Over the Site and the Works not later than seven (7) working days of issuing
the Completion Certificate.
20. The Procuring Entity may issue a notice for correction of Defects within fourteen (14) days from the Contractor's
request for Final Payment stating the scope of corrections or additions that are necessary.
21. The Defects Liability Period of the Works shall be 180 days starting from the date of issuing the Completion
Certificate by the Procuring Entity.
22. After the Defects Liability Period has passed and, the Procuring Entity has certified in the form of Defects
Corrections Certificate that all Defects notified by the Procuring Entity to the Contractor before the end of this
period have been corrected.
23. The Defects Liability Period may be extended for as long as the Defects notified by the Procuring Entity remain
to be corrected.
24. If the Contractor has not corrected a Defect within the time specified in the Procuring Entity's notice, the
Procuring Entity shall assess the cost of having the Defects corrected by it, and the Contractor shall remain
liable to pay the expenditures incurred on account of correction of such Defects.
25. The Contractor shall keep the Procurement Entity harmless and indemnify from any claim, loss of property or
life to himself/herself, his/her workmen or staff, any staff of the Procurement Entity or any third party while
executing the work. Any claim arising out of execution of the works shall be settled by the Contractor at his/her
own cost and responsibility.
26. Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end
of the Defects Liability Period shall be remedied by the Contractor at the Contractor's own cost, if the loss or
damage arises from the Contractor's acts or omissions.
PMl RFQ 19
••
27. The Retention Money shall be returned to the Contractor within twenty one (21) days after expiry of the Defects
Liability Period.
28. The Procuring Entity may, by written Notice sent to the Contractor, terminate the Contract in whole or in part at
any time, if the Contractor:
a) fails to sign the Contract or commence the Work within the specified time.
b) fails to achieve satisfactory progress of Works in accordance with the Programme of Works.
c) fails to complete the Work as per design, drawing and specifications.
d) after receipt of a written notice from the Procuring Entity does not remedy its failure within the time
period specified therein.
e) in the judgement of the Procuring Entity, has engaged in any corrupt, fraudulent, collusive or coercive
practices in competing for or in executing the Work.
0 fails to perform any other obligation(s ) under the Contract.
29. The Procuring Entity and the Contractor shall use their best efforts to settle amicably all possible disputes
arising out of or in connection with this Contract or its interpretation.
30. The Contractor shall be subject to, and aware of provision on corruption, fraudulence, collusion and coercion in
Section 64 of the Public Procurement Act, 2006 and Rule 127 of the Public Procurement Rules, 2008.
PMU RFQ 20