1 | P a g e
NTDCL Report
Submitted By:
Syed Muhammad Ali Shah
Submitted To:
Chief Engineer MP&M
Date: 28/07/2015
2 | P a g e
Instructor: Mr.Gulrez Akhtar
Designation: Senior Manager MP&M
Wapda
The Water and Power Development Authority (WAPDA) is a government-owned public
utility maintaining power and water in Pakistan, although it does not manage thermal power.
WAPDA includes Tarbela and Mangla dams among its resources. Its headquarters are in Lahore.
WAPDA was established in February 1959 to unify the maintenance of infrastructure previously
overseen by provincial agencies. Its Chairmen included outstanding civil servants like Ghulam
Ishaq Khan, Ghulam Faruque Khan and Aftab Ghulam Nabi Kazi who were
subsequently President of Pakistan, Minister for Commerce and Economic Adviser, respectively.
In October 2007, thermal power management was split into the newly formed Pakistan Electric
Power Company (PEPCO)
Initially it has two chief engineers
 East chief engineer
 West chief engineer.
Members of Wapda
Wapda is consisted on four members
 Chairman Wapda (head)
 MD water
 MD power
 MD finance
When these four members have a meeting, it is called "authority meeting"
3 | P a g e
Debundling
If department is too large than debunding is needed. It provides the following things:
 Competition
 Management
 Service
 Performance
 Price control
Area Electricity Board in 1982, in which these distribution companies were named base on the
areas, like LESCO was known at that time as “Lahore Electricity Area Board”
Company Act
In 1994, according to Company Act, distribution companies were formed.
The ultimate goal was to privatize all these distribution companies
PEPCO
It is an independent company. And it has 9 companies under it. Recently another company which
covers tribal areas is came into being known as TESCO. These companies are given below:
 Peshawar
 Islamabad
 Gujranwala
 Lahore LESCO
 Faisalabad FESCO
 Multain MEPCO
 Sakhar
 Hyderabad
 Quetta QESCO
 Trible areas TESCO (tribal electric sully company)
4 | P a g e
Pepco basically has three different parts
1. GENCO
2. NTDC
3. Distribution companies
GENCO
All generation is under GENCO, which produces electricity and sold it to different
companies for distribution. It includes,
 GENCO 1 (Jamshoro, Lakra)
 GENCO 2 (Guddu)
 GENCO 3 (MuzafarGarh)
Wapda
GENCO NTDC DISCO'S
5 | P a g e
NTDC
National Transmission and Dispatch Company, it basially gets bulk power from GENCO.
In 2008, NTDC further sub divided the system.
500KV and 220KV it kept with itself and 132KV and below this voltage, the system was handed
over to DISCO’s.
NTDC formations
NTDC has 11 GM's and so many formations, but some of them are mentioned below:
1. GSC
2. GSO
3. SP (System Protection)
4. TSG (Techinacal Services Group)
5. NPCC (National Power Control Centre)
6. HVSC (High Voltage and Short Circuit)
7. Telecommunication
8. WPPO (Wapda Power Privatization Organization)
9. CPPA (Central Power Purchasing Agency)
10. Planning
11. Designing
12. CCC (Central Contract Cell)
13. Projects
14. CRRK (Chief Resident Representative Karachi)
Detail of some of these formations is given below:
6 | P a g e
Planning Department
 First of all there is "Planning", headed by Chief Engineer.
 PC1 is prepared, with which approval is taken from the government (ECNICl and get a
green signal.
 GOP arrange funding.PC1 includes all the history, cost and brief detail of the project.
 If there is any changing in PC1, than again GOP have to be involved.
 In planning department there is another doctorate which insures whether there is a balance
between supply and demand, after market survey.
Designing Department
 Conductor rating tower size IOS standards of each equipment Each and every detail of
equipment.
 Bidding document is prepared and handover to MP&M.
 Bid is handover to consultant to check which bidder is lowest responsive and cost
effective.
 Report is prepared.
CCC
 Report is sent to this department.
 CCC overlook it, this department has more qualified expertise.
 It can change, that the current bidder is not lowest responsive.
 Approval is given, and this again come to MP&M.MP&M give the contract.
 Contractor prepare the material and then material testing is carried out on their request.
 Go head signal is given for production on "mass level".
 They again call for inspection of material after which "Inspection certificate" is awarded.
 Now the process of shipment is carried out.
 Custom is cleared, and material is sent to warehouse.
 Warehouse stacking and each detail of material.
7 | P a g e
GSC
 One GM under which there are two chief engineers
 EHV1 in Lahore
 EHV2 in Hyderabad
 Grid is constructed and handover to GSO
GSO
 GM GSO has the responsibility to operate the grid
 Chief engineer Lahore Multan Faisalabad Hyderabad
 If any fault occurs, than it is the responsibility of GSO staff.
 Line is washed on regular basis
 Insulators are replaced on live line
TSG (Technical Services Group)
 If any fault occurs that is not maintained by GSO, than it is treated by TSG.
 Headed by Chief engineer
System Protection
 It is the main department and we can say the most important unit.
 Operate, setting and functioning of relays
 To keep the system intact and isolate it in case of fault
 It trip the equipment before it got damage
HVSC lab
 It is in RAWAT
 Tests are carried out
8 | P a g e
CPPA
 When IPP's got operational than this department is formed and do agreements with them.
 NEPRA decide tariff rates
 Release of payments and any negotiations with IPP are carried out by this department.
Material Procurement and Management (MP&M)
Department infrastructure
There are basically three sub departments under MP&S
 Procurement
 Material management control
 Inventory
Also there are two supporting sub departments
 Admin
 Finance
9 | P a g e
MP&S
Procurement
Material
Management
Control
Inventory
Kot Lakhpat
Warehouse
Faisalabad
Warehouse
Multain
Warehouse
Jamshoro
Warehouse
Admin Finance
10 | P a g e
Material Procurement
Definition of Procurement
The act of obtaining or buying goods and services.
The process includes preparation and processing of a demand as well as the
end receipt and approval of payment.
Steps in Procurement
It often involves:
(1) purchase planning,
(2) standards determination,
(3) specifications development,
(4) supplier research and selection,
(5) value analysis,
(6) financing,
(7) price negotiation,
(8) making the purchase,
(9) supply contract administration,
(10) inventory control and stores, and
(11) disposals and other related functions.
The process of procurement is often part of a company's strategy because the ability to purchase
certain materials will determine if operations will continue. A business will not be able to survive
if its price of procurement is more than the profit it makes on selling the actual product.
11 | P a g e
Types of Bidding
There are many types of Bidding, but two of them are mostly common
1. Single stage single envelop Bidding
2. Single stage Double envelop Bidding
3. Two stage bidding
Single Stage one-envelope bidding procedure:
In the Single Stage one-envelope bidding procedure, bidders submit one envelope
containing the price proposal and the technical proposal. The envelope is opened in the
presence of bidders’ representatives who choose to attend. The total amount of each bid
and any alternative bid, and other relevant details are read out and recorded. The bid is
evaluated and the award of contract is made to the lowest evaluated substantially
responsive bidder.
The Single Stage one-envelope bidding procedure should be utilized for contracts where
the civil works content is very high and the design works are related to conventional type
of works where there is not likely to be wide variance in the prices such as for roads,
pipelines, industrial buildings and power transmission line projects. This option assumes
prequalification.
Bidding Example
Bidder must submit Earnest Money mentioned above along with the bid in the form of Pay
Order/Demand Draft of the total bid value, not less than 2%, otherwise bid may be rejected.
- Bidders are requested to submit all relevant documents with the bid including acknowledgement
conforming to the terms and conditions of the contract.
- Those bidders who conform to technical specifications & requirements including terms & conditions of
the contract shall be eligible for award of contract.
- Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of
bid.
12 | P a g e
- The bidder may require to furnish proof regarding past experience of similar works and financial
strength to accomplished desired job(s), where adequacy of the bidder is not found to be appropriate, shall
be rejected.
- PSO may ask for any further information and details at any time during evaluation period if required.
- All queries for the subject tender (if any) should be posted on procurement@psopk.com at least 05
working days prior to bid opening date.
- PSO reserve the right to reject all bids according to PPRA rule 33.
- This advertisement is for one time procurement of the Captioned Goods / Services / Work only, which
does not qualify for other similar future jobs in PSO. Sealed bid should be dropped in Tender Box marked
“PROCUREMENT” at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton, Karachi or mailed to
reach this address before aforementioned due date and time.
- Bids will be opened in the presence of bidders or their authorised representative having valid authority
letter from their respective company.
Single Stage two-envelope bidding procedure:
The Single Stage two-envelope bidding procedure should be used in situations similar to the Single-
Stage one envelope procedure except that in this case the design concept and skill required
is more advanced although there is not likely to be problems in the evaluation of alternative
proposals for machinery or equipment. The two envelope procedure is preferred so as not
to let the price influence the technical evaluation. This option assumes prequalification to
ensure that only experienced and financially capable firms will submit bids for civil works
Design-Build contracts, and contracts for the fabrication of expensive and technically
complex items.
Where the Public Body considers that the project under reference is not complex
and is below the threshold requiring pre-qualification, it may opt to use the bidding documents for the single
stage without prequalification (Circular N0. 9 of 2012). In such cases the following amendments have to
brought to the documents:
13 | P a g e
Submit proposals regarding work methods, scheduling and resourcing which shall be, provided in sufficient
detail to confirm the bidders’ capability to complete the works in accordance with the Employer’s
Requirements, the specifications and the time for completion.
Two-Stage bidding procedure:
For the Two Stage Bidding the following procedure shall apply:
(a) The first stage bid will consist of a technical bid only, without any reference to
prices, and a list of any deviations to the technical and commercial conditions set
forth in the bidding documents or any alternative technical solutions a Bidder
wishes to offer, and a justification therefore, always provided that such deviations
or alternative solutions do not change the basic objectives of the project. Following
evaluation of the first stage bids, the Employer will invite each Bidder who meets
the minimum acceptable qualification criteria and who has submitted a technically
responsive first stage bid to a clarification meeting, during which the Bidder’s bid
will be reviewed and all required amendments, additions, deletions and other
adjustments will be noted and recorded. Only those bidders submitting a
technically responsive and acceptable first stage bid will be invited to submit a
second stage bid.
(b) The second stage bid will consist of:
(i) an updated technical bid incorporating all changes required by the Employer
or as necessary to reflect any amendment to the bidding documents issued
subsequent to submission of the first stage bid, and
(ii) The commercial bid.
The Two-Stage bidding procedure should be utilized for projects where alternative
technical proposals are possible such as for certain types of machinery or equipment or for
certain types of manufacturing plants. As only experienced bidders are expected to submit
bids for such projects and as prequalification is not generally required for equipment and
machinery, post-qualification of bidders is included in the bidding documents. In the
detailed evaluation of the bidders' technical proposals, the qualifications of the bidders in
respect of experience and financial capacity are evaluated in the first instance and bidders
who do not meet the post-qualification criteria are not considered further.
14 | P a g e
Bidding Document
It includes:
 Bill of quantity
 Technical specifications
 Testing specifications
Types of Evaluation
Two type of evaluation in Bidding
1. Financial evaluation
2. Technical Evaluation
Public Procurement Regulatory Authority (PPRA)
The Public Procurement Regulatory Authority is an autonomous body endowed with
the responsibility of prescribing regulations and procedures for public procurements
by Federal Government owned public sector organizations with a view to improve
governance, management, transparency, accountability and quality of
public procurement of goods, works and services. It is also endowed with the
responsibility of monitoring procurement by public sector agencies/organizations and
has been delegated necessary powers under the Public Procurement Regulatory
Authority Ordinance 2002
CODE OF ETHICS
Code of Ethics for Procuring Officials
All officials of district government and across different CDGs, WASAs, DAs and PHAs involved in
procurement activities covered by these SOPs, are required to comply with the following Code of Ethics.
1. An official shall not use his authority or office for personal gain. Personal advantage includes accepting
or requesting anything of substantial value from bidders, potential bidders or suppliers.
15 | P a g e
2. “Any request for, or solicitation of anything of value by any public official in the course of the exercise
of his duty” shall be considered as corrupt and fraudulent practice.
3. The officials involved in the procurement process shall keep all information regarding the bid
evaluation confidential until the time of the announcement of the evaluation report in accordance with the
requirements of Rule 585.
4. Official involved in procurement process has to sign a ‘Conflict of Interest’ statement. Concerned
official should declare any personal interest they may have in any procurement that may affect, or may
reasonably be deemed by others to affect, their impartiality in any matter relevant to their duties.
5. During the procurement process, the officials shall not:
i. Bar or restrict availability of bidding documents/other information to a bidder;
ii. Develop specifications to favor a particular vendor;
iii. Split or group the procurements;
iv. Add any condition in the bidding documents which discriminates between bidders or is difficult to
meet.
6 I. Annexure The officials involved in evaluation should not have a Conflict of Interest which means any
association/relationship with the bidders. The Conflict of Interest statement is outlined in Annexure C,
which should be filled and submitted by the members of Procurement Committee.
Code of Ethics for Bidders
The bidders will not involve in “offering, giving, receiving, or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution to the detriment of the
procuring agencies”.
2. The bidders will not “misrepresent the facts in order to influence a procurement process or the
execution of a contract”.
3. The bidders will not involve in “collusive practices (prior to or after bid submission) designed to
establish bid prices at artificial, non-competitive levels and to deprive the procuring agencies of the
benefits of free and open competition”.
16 | P a g e
4. PAs shall ensure that an individual consultant or a consulting firm, for an assignment, shall not be hired
where there is possibility of conflict of interest
5. All procurement for goods, works, services and consultancies, above Rs.500,000 shall be subject to an
integrity pact between PA and suppliers or contractors.
6. The supplier or contractor should not submit any information concerning his qualification, which is
false and materially inaccurate or incomplete otherwise he shall be disqualified from the procurement
proceedings.
7. Suppliers and contractors who are found to be indulged in corrupt or fraudulent practices shall be
debarred from participating in the procurement proceedings.
Material Management Control
Instrucator: Khalid butt
Designation: Manager
 Letter of Acceptance is issued by this
 After this "Letter of Acceptance" is issued, material reach the warehouse in time.
 Insurance
C&P Coordination and Payment
ADP projects
 payment through LC (letter of credit)
 Desperation
 Commitment letter it is against the amount, issued by ADP
Own resources
 Direct payment
 payment through LC
17 | P a g e
Disposal of Material
 500kv tower has a book value
 Grade 20 has an authority to declare material as scrap up to 5 million
 Chief engineer will issue the "Allocation letter"
 Store receive warrant (SRW)
 After receiving of material SS cheque is submitted to field formation issued by Exion
warehouse
 If so many damaged material is accumulated in warehouse, ex ion warehouse inform
Head authorities
 Technical service group (TSG) after having test submit the report to Mp&M that it is not
economical to repair the equipment.
 Survey Committee, submit its report after visiting the market rate to chief engineer
MP&M.
 After this verification committee check the whole scene, whether there is any fake thing.
 After this, procurement process start.
 5% bid security is submitted before the bidding process.
 Successful bidder visit the warehouse in the presence of committee, where material is
releases.
 Cross cheque is issued in the account of Chief Engineer MP&M.
18 | P a g e
Inventory Control
Instructor: Mr.Baig
Important Terms
 Ex-Works
 FCS Free consiney store
 CIF Cost insurance Fred
 NICL National Insurance Corporate Limited
 MRS Material requisition slip
 SS cheque Authority letter
GRN
It is a good receipt note, it is a document after which 10% payment of supplier is released. GRN
has three copies:
 Red (for supplier)
 Black (for head office)
 Blue (for ware house record)
Types of Legers
 Stock Leger
 Value Leger
19 | P a g e
General Information
Conductors
BUS BAR Conductor
 Arbutus/400mm2 is 132KV bus bar conductor
 Hathrawn/600mm is 220KV bus bar conductor
500KV Conductors
 ACSR Drak
220KV Conductors
 ACSR Rayl
 ACSR Greely
 (AAAC is used at this voltage level, where there is a danger of rusting)
132KV Conductors
 ACSR Lynx
11KV Conductors
 ACSR Penthar
 ACSR Ospry
 ACSR Dog
 ACSR Rabbit
 ACSR Goffar
20 | P a g e
220V Conductors
 AAC (All Aluminum Conductor) Wasp Ant Gnat
Grounding mesh
 90mm pure copper conductor
 120mm pure copper conductor
(Complete resistance of grid is 1 ohm)
Neelum Jehulum Details
 280km line from muzaffarabad to Gakhar.
 960MW project.
 Quad bundle transmission line (Maltan conductor to Drack conductor).
 3Lots for procurement for this project.
 Transmission line is divided into three parts for fast track basis.

Material Procurement and Management

  • 1.
    1 | Pa g e NTDCL Report Submitted By: Syed Muhammad Ali Shah Submitted To: Chief Engineer MP&M Date: 28/07/2015
  • 2.
    2 | Pa g e Instructor: Mr.Gulrez Akhtar Designation: Senior Manager MP&M Wapda The Water and Power Development Authority (WAPDA) is a government-owned public utility maintaining power and water in Pakistan, although it does not manage thermal power. WAPDA includes Tarbela and Mangla dams among its resources. Its headquarters are in Lahore. WAPDA was established in February 1959 to unify the maintenance of infrastructure previously overseen by provincial agencies. Its Chairmen included outstanding civil servants like Ghulam Ishaq Khan, Ghulam Faruque Khan and Aftab Ghulam Nabi Kazi who were subsequently President of Pakistan, Minister for Commerce and Economic Adviser, respectively. In October 2007, thermal power management was split into the newly formed Pakistan Electric Power Company (PEPCO) Initially it has two chief engineers  East chief engineer  West chief engineer. Members of Wapda Wapda is consisted on four members  Chairman Wapda (head)  MD water  MD power  MD finance When these four members have a meeting, it is called "authority meeting"
  • 3.
    3 | Pa g e Debundling If department is too large than debunding is needed. It provides the following things:  Competition  Management  Service  Performance  Price control Area Electricity Board in 1982, in which these distribution companies were named base on the areas, like LESCO was known at that time as “Lahore Electricity Area Board” Company Act In 1994, according to Company Act, distribution companies were formed. The ultimate goal was to privatize all these distribution companies PEPCO It is an independent company. And it has 9 companies under it. Recently another company which covers tribal areas is came into being known as TESCO. These companies are given below:  Peshawar  Islamabad  Gujranwala  Lahore LESCO  Faisalabad FESCO  Multain MEPCO  Sakhar  Hyderabad  Quetta QESCO  Trible areas TESCO (tribal electric sully company)
  • 4.
    4 | Pa g e Pepco basically has three different parts 1. GENCO 2. NTDC 3. Distribution companies GENCO All generation is under GENCO, which produces electricity and sold it to different companies for distribution. It includes,  GENCO 1 (Jamshoro, Lakra)  GENCO 2 (Guddu)  GENCO 3 (MuzafarGarh) Wapda GENCO NTDC DISCO'S
  • 5.
    5 | Pa g e NTDC National Transmission and Dispatch Company, it basially gets bulk power from GENCO. In 2008, NTDC further sub divided the system. 500KV and 220KV it kept with itself and 132KV and below this voltage, the system was handed over to DISCO’s. NTDC formations NTDC has 11 GM's and so many formations, but some of them are mentioned below: 1. GSC 2. GSO 3. SP (System Protection) 4. TSG (Techinacal Services Group) 5. NPCC (National Power Control Centre) 6. HVSC (High Voltage and Short Circuit) 7. Telecommunication 8. WPPO (Wapda Power Privatization Organization) 9. CPPA (Central Power Purchasing Agency) 10. Planning 11. Designing 12. CCC (Central Contract Cell) 13. Projects 14. CRRK (Chief Resident Representative Karachi) Detail of some of these formations is given below:
  • 6.
    6 | Pa g e Planning Department  First of all there is "Planning", headed by Chief Engineer.  PC1 is prepared, with which approval is taken from the government (ECNICl and get a green signal.  GOP arrange funding.PC1 includes all the history, cost and brief detail of the project.  If there is any changing in PC1, than again GOP have to be involved.  In planning department there is another doctorate which insures whether there is a balance between supply and demand, after market survey. Designing Department  Conductor rating tower size IOS standards of each equipment Each and every detail of equipment.  Bidding document is prepared and handover to MP&M.  Bid is handover to consultant to check which bidder is lowest responsive and cost effective.  Report is prepared. CCC  Report is sent to this department.  CCC overlook it, this department has more qualified expertise.  It can change, that the current bidder is not lowest responsive.  Approval is given, and this again come to MP&M.MP&M give the contract.  Contractor prepare the material and then material testing is carried out on their request.  Go head signal is given for production on "mass level".  They again call for inspection of material after which "Inspection certificate" is awarded.  Now the process of shipment is carried out.  Custom is cleared, and material is sent to warehouse.  Warehouse stacking and each detail of material.
  • 7.
    7 | Pa g e GSC  One GM under which there are two chief engineers  EHV1 in Lahore  EHV2 in Hyderabad  Grid is constructed and handover to GSO GSO  GM GSO has the responsibility to operate the grid  Chief engineer Lahore Multan Faisalabad Hyderabad  If any fault occurs, than it is the responsibility of GSO staff.  Line is washed on regular basis  Insulators are replaced on live line TSG (Technical Services Group)  If any fault occurs that is not maintained by GSO, than it is treated by TSG.  Headed by Chief engineer System Protection  It is the main department and we can say the most important unit.  Operate, setting and functioning of relays  To keep the system intact and isolate it in case of fault  It trip the equipment before it got damage HVSC lab  It is in RAWAT  Tests are carried out
  • 8.
    8 | Pa g e CPPA  When IPP's got operational than this department is formed and do agreements with them.  NEPRA decide tariff rates  Release of payments and any negotiations with IPP are carried out by this department. Material Procurement and Management (MP&M) Department infrastructure There are basically three sub departments under MP&S  Procurement  Material management control  Inventory Also there are two supporting sub departments  Admin  Finance
  • 9.
    9 | Pa g e MP&S Procurement Material Management Control Inventory Kot Lakhpat Warehouse Faisalabad Warehouse Multain Warehouse Jamshoro Warehouse Admin Finance
  • 10.
    10 | Pa g e Material Procurement Definition of Procurement The act of obtaining or buying goods and services. The process includes preparation and processing of a demand as well as the end receipt and approval of payment. Steps in Procurement It often involves: (1) purchase planning, (2) standards determination, (3) specifications development, (4) supplier research and selection, (5) value analysis, (6) financing, (7) price negotiation, (8) making the purchase, (9) supply contract administration, (10) inventory control and stores, and (11) disposals and other related functions. The process of procurement is often part of a company's strategy because the ability to purchase certain materials will determine if operations will continue. A business will not be able to survive if its price of procurement is more than the profit it makes on selling the actual product.
  • 11.
    11 | Pa g e Types of Bidding There are many types of Bidding, but two of them are mostly common 1. Single stage single envelop Bidding 2. Single stage Double envelop Bidding 3. Two stage bidding Single Stage one-envelope bidding procedure: In the Single Stage one-envelope bidding procedure, bidders submit one envelope containing the price proposal and the technical proposal. The envelope is opened in the presence of bidders’ representatives who choose to attend. The total amount of each bid and any alternative bid, and other relevant details are read out and recorded. The bid is evaluated and the award of contract is made to the lowest evaluated substantially responsive bidder. The Single Stage one-envelope bidding procedure should be utilized for contracts where the civil works content is very high and the design works are related to conventional type of works where there is not likely to be wide variance in the prices such as for roads, pipelines, industrial buildings and power transmission line projects. This option assumes prequalification. Bidding Example Bidder must submit Earnest Money mentioned above along with the bid in the form of Pay Order/Demand Draft of the total bid value, not less than 2%, otherwise bid may be rejected. - Bidders are requested to submit all relevant documents with the bid including acknowledgement conforming to the terms and conditions of the contract. - Those bidders who conform to technical specifications & requirements including terms & conditions of the contract shall be eligible for award of contract. - Information given, if found to be incomplete/ false at any stage, will result in immediate rejection of bid.
  • 12.
    12 | Pa g e - The bidder may require to furnish proof regarding past experience of similar works and financial strength to accomplished desired job(s), where adequacy of the bidder is not found to be appropriate, shall be rejected. - PSO may ask for any further information and details at any time during evaluation period if required. - All queries for the subject tender (if any) should be posted on procurement@psopk.com at least 05 working days prior to bid opening date. - PSO reserve the right to reject all bids according to PPRA rule 33. - This advertisement is for one time procurement of the Captioned Goods / Services / Work only, which does not qualify for other similar future jobs in PSO. Sealed bid should be dropped in Tender Box marked “PROCUREMENT” at Ground Floor, PSO House, Khayaban-e- Iqbal, Clifton, Karachi or mailed to reach this address before aforementioned due date and time. - Bids will be opened in the presence of bidders or their authorised representative having valid authority letter from their respective company. Single Stage two-envelope bidding procedure: The Single Stage two-envelope bidding procedure should be used in situations similar to the Single- Stage one envelope procedure except that in this case the design concept and skill required is more advanced although there is not likely to be problems in the evaluation of alternative proposals for machinery or equipment. The two envelope procedure is preferred so as not to let the price influence the technical evaluation. This option assumes prequalification to ensure that only experienced and financially capable firms will submit bids for civil works Design-Build contracts, and contracts for the fabrication of expensive and technically complex items. Where the Public Body considers that the project under reference is not complex and is below the threshold requiring pre-qualification, it may opt to use the bidding documents for the single stage without prequalification (Circular N0. 9 of 2012). In such cases the following amendments have to brought to the documents:
  • 13.
    13 | Pa g e Submit proposals regarding work methods, scheduling and resourcing which shall be, provided in sufficient detail to confirm the bidders’ capability to complete the works in accordance with the Employer’s Requirements, the specifications and the time for completion. Two-Stage bidding procedure: For the Two Stage Bidding the following procedure shall apply: (a) The first stage bid will consist of a technical bid only, without any reference to prices, and a list of any deviations to the technical and commercial conditions set forth in the bidding documents or any alternative technical solutions a Bidder wishes to offer, and a justification therefore, always provided that such deviations or alternative solutions do not change the basic objectives of the project. Following evaluation of the first stage bids, the Employer will invite each Bidder who meets the minimum acceptable qualification criteria and who has submitted a technically responsive first stage bid to a clarification meeting, during which the Bidder’s bid will be reviewed and all required amendments, additions, deletions and other adjustments will be noted and recorded. Only those bidders submitting a technically responsive and acceptable first stage bid will be invited to submit a second stage bid. (b) The second stage bid will consist of: (i) an updated technical bid incorporating all changes required by the Employer or as necessary to reflect any amendment to the bidding documents issued subsequent to submission of the first stage bid, and (ii) The commercial bid. The Two-Stage bidding procedure should be utilized for projects where alternative technical proposals are possible such as for certain types of machinery or equipment or for certain types of manufacturing plants. As only experienced bidders are expected to submit bids for such projects and as prequalification is not generally required for equipment and machinery, post-qualification of bidders is included in the bidding documents. In the detailed evaluation of the bidders' technical proposals, the qualifications of the bidders in respect of experience and financial capacity are evaluated in the first instance and bidders who do not meet the post-qualification criteria are not considered further.
  • 14.
    14 | Pa g e Bidding Document It includes:  Bill of quantity  Technical specifications  Testing specifications Types of Evaluation Two type of evaluation in Bidding 1. Financial evaluation 2. Technical Evaluation Public Procurement Regulatory Authority (PPRA) The Public Procurement Regulatory Authority is an autonomous body endowed with the responsibility of prescribing regulations and procedures for public procurements by Federal Government owned public sector organizations with a view to improve governance, management, transparency, accountability and quality of public procurement of goods, works and services. It is also endowed with the responsibility of monitoring procurement by public sector agencies/organizations and has been delegated necessary powers under the Public Procurement Regulatory Authority Ordinance 2002 CODE OF ETHICS Code of Ethics for Procuring Officials All officials of district government and across different CDGs, WASAs, DAs and PHAs involved in procurement activities covered by these SOPs, are required to comply with the following Code of Ethics. 1. An official shall not use his authority or office for personal gain. Personal advantage includes accepting or requesting anything of substantial value from bidders, potential bidders or suppliers.
  • 15.
    15 | Pa g e 2. “Any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” shall be considered as corrupt and fraudulent practice. 3. The officials involved in the procurement process shall keep all information regarding the bid evaluation confidential until the time of the announcement of the evaluation report in accordance with the requirements of Rule 585. 4. Official involved in procurement process has to sign a ‘Conflict of Interest’ statement. Concerned official should declare any personal interest they may have in any procurement that may affect, or may reasonably be deemed by others to affect, their impartiality in any matter relevant to their duties. 5. During the procurement process, the officials shall not: i. Bar or restrict availability of bidding documents/other information to a bidder; ii. Develop specifications to favor a particular vendor; iii. Split or group the procurements; iv. Add any condition in the bidding documents which discriminates between bidders or is difficult to meet. 6 I. Annexure The officials involved in evaluation should not have a Conflict of Interest which means any association/relationship with the bidders. The Conflict of Interest statement is outlined in Annexure C, which should be filled and submitted by the members of Procurement Committee. Code of Ethics for Bidders The bidders will not involve in “offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution to the detriment of the procuring agencies”. 2. The bidders will not “misrepresent the facts in order to influence a procurement process or the execution of a contract”. 3. The bidders will not involve in “collusive practices (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the procuring agencies of the benefits of free and open competition”.
  • 16.
    16 | Pa g e 4. PAs shall ensure that an individual consultant or a consulting firm, for an assignment, shall not be hired where there is possibility of conflict of interest 5. All procurement for goods, works, services and consultancies, above Rs.500,000 shall be subject to an integrity pact between PA and suppliers or contractors. 6. The supplier or contractor should not submit any information concerning his qualification, which is false and materially inaccurate or incomplete otherwise he shall be disqualified from the procurement proceedings. 7. Suppliers and contractors who are found to be indulged in corrupt or fraudulent practices shall be debarred from participating in the procurement proceedings. Material Management Control Instrucator: Khalid butt Designation: Manager  Letter of Acceptance is issued by this  After this "Letter of Acceptance" is issued, material reach the warehouse in time.  Insurance C&P Coordination and Payment ADP projects  payment through LC (letter of credit)  Desperation  Commitment letter it is against the amount, issued by ADP Own resources  Direct payment  payment through LC
  • 17.
    17 | Pa g e Disposal of Material  500kv tower has a book value  Grade 20 has an authority to declare material as scrap up to 5 million  Chief engineer will issue the "Allocation letter"  Store receive warrant (SRW)  After receiving of material SS cheque is submitted to field formation issued by Exion warehouse  If so many damaged material is accumulated in warehouse, ex ion warehouse inform Head authorities  Technical service group (TSG) after having test submit the report to Mp&M that it is not economical to repair the equipment.  Survey Committee, submit its report after visiting the market rate to chief engineer MP&M.  After this verification committee check the whole scene, whether there is any fake thing.  After this, procurement process start.  5% bid security is submitted before the bidding process.  Successful bidder visit the warehouse in the presence of committee, where material is releases.  Cross cheque is issued in the account of Chief Engineer MP&M.
  • 18.
    18 | Pa g e Inventory Control Instructor: Mr.Baig Important Terms  Ex-Works  FCS Free consiney store  CIF Cost insurance Fred  NICL National Insurance Corporate Limited  MRS Material requisition slip  SS cheque Authority letter GRN It is a good receipt note, it is a document after which 10% payment of supplier is released. GRN has three copies:  Red (for supplier)  Black (for head office)  Blue (for ware house record) Types of Legers  Stock Leger  Value Leger
  • 19.
    19 | Pa g e General Information Conductors BUS BAR Conductor  Arbutus/400mm2 is 132KV bus bar conductor  Hathrawn/600mm is 220KV bus bar conductor 500KV Conductors  ACSR Drak 220KV Conductors  ACSR Rayl  ACSR Greely  (AAAC is used at this voltage level, where there is a danger of rusting) 132KV Conductors  ACSR Lynx 11KV Conductors  ACSR Penthar  ACSR Ospry  ACSR Dog  ACSR Rabbit  ACSR Goffar
  • 20.
    20 | Pa g e 220V Conductors  AAC (All Aluminum Conductor) Wasp Ant Gnat Grounding mesh  90mm pure copper conductor  120mm pure copper conductor (Complete resistance of grid is 1 ohm) Neelum Jehulum Details  280km line from muzaffarabad to Gakhar.  960MW project.  Quad bundle transmission line (Maltan conductor to Drack conductor).  3Lots for procurement for this project.  Transmission line is divided into three parts for fast track basis.