RFP 178_MEPCO RCC and One Window renovation.pdf - Google ...

10 downloads 137 Views 552KB Size Report
Offices of Multan Electric Power Company (MEPCO), Pakistan. RFP Issuance Date: August 20, 2014. MEPCO SITE SURVEY Dates:
00

REQUEST FOR PROPOSALS (RFP) IRG/PDP/ T2/COM/RCC & OW/MEPCO/2014/178 Renovation of 01 Regional Complaint Centre and 15 One Window Operation Offices of Multan Electric Power Company (MEPCO), Pakistan RFP Issuance Date: August 20, 2014 MEPCO SITE SURVEY Dates: August 26 & 27, 2014 (9:00 A.M. – 3:00 P.M. - Person to contact: Mr. Atif Jawad , Cell # 03365644487 Bidders’ Questions Due Date: August 28, 2014 Closing Date and Time: September 08, 2014, 05:00 P.M. Pakistan Standard Time (PST) International Resources Group (IRG) is hereby requesting the proposals for renovation of 01 regional complaint centre and 15 one window operation offices of Multan Electric Power Company (MEPCO), Pakistan under USAID funded power Distribution Program. . In order to be responsive, proposals must include: 

 

All documentation indicated in Section II and Annex - III Meet the technical specifications as laid out in Annex - I. Submission of proposals must be as hardcopy to IRG Office, House No. 23, Street 19, Sector F 6/2, Islamabad Pakistan on or before the closing date/time. In addition to Hard Copy submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and Financial proposal documents. DVDs should NOT provide new or different information (such as factory/unit background) as they will not be viewed by the Technical Evaluation Committee (TEC) as part of the Technical proposal.

Any questions regarding this solicitation must be submitted to [email protected] no later than 03:00 P.M. Pakistan Standard Time (PST) on August 28, 2014 in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before August 28, 2014 shall be reviewed and considered by IRG. Upon review of the questions, IRG may issue an amendment to the solicitation by email. In addition, amendments will be uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit http://www.pdip.pk/rfq regularly for updates and amendments.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

1

00

Bid/Proposal Submission Instructions The Proposals must be submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the following address: RFP 178 Renovation of 01 Regional Complaint Centre and 15 One Window Operation Offices of Multan Electric Power Company (MEPCO), Pakistan

International Resources Group (IRG) Limited USAID Power Distribution Program, House # 23, Street 19, F-6/2, Islamabad, Pakistan. 

  

 

The inner and outer envelopes shall: o bear the name and address of the Bidder; o be addressed to IRG as per above mentioned address o bear a warning not to open before the time and date for bid opening. o following should be written on top of the envelopes in bold letters  Proposal/Bid/Quote for/in response to RFQ/RFP NO…………  Due Date and Time ……………………………………………… If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the misplacement or premature opening of the bid/proposal. Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and time indicated in the RFQ/RFP. IRG will not consider any bid/proposal that arrives after the deadline. Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the Bidder. The Bidder shall submit, in addition to the Hard Copy, a Soft Copy on USB or CD with the bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is any inconsistency.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

2

00

SECTION I - INTRODUCTION IRG Overview IRG has been contracted by USAID to manage the Power Distribution Program (PDP) in Pakistan. The five year program seeks to foster financial sustainability for participating government-owned electric power Distribution Companies (DISCOs) through performance improvement activities based on the performance improvement action plans developed in the Component 1 of PDP. Summary of the PDP PDP is a five-year, USAID-funded program, the principal goal of which is to improve DISCO’s technical and financial performance through reduction in losses and improvement in revenues and customer services to bring them to a level of well-run utilities as in other progressive countries. Through this program, the United States Government is providing assistance and support to the Government of Pakistan (GOP) in its efforts to reform the power sector to end the current energy crisis. The PDP has the following key objectives: 1. Greatly improved DISCO’s governance and management. 2. Creation of the legal and political space required for DISCOs to be able to operate in a commercially rational manner. 3. Establishment of full-cost recovery tariffs. 4. Introduction of smart meters and other technologies in areas with strong potential for performance improvement. 5. Substantial improvement of Human Resource Management, including the introduction of a performance-based evaluation system. 6. Training and capacity building, including linemen safety and provision of well-equipped training facilities. 7. Substantial reductions in technical and non-technical energy losses, including reduction in energy theft and power factor optimization. 8. Improvement in energy and power factor metering at points of purchase, during flows through network, and end-user sales. The latter will focus initially on large consumption customers. 9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on customer needs, including reduced planned and unplanned outages and voltage fluctuations. 11. Elimination of dependence on/need for GOP subsidies.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

3

00

SECTION II - INSTRUCTIONS FOR PROPOSAL PREPARATION General Instructions:  Bidders must provide proposals directly in their own name to IRG under the terms and conditions hereunder.  Proposals received after the deadline will not be considered.  Technical and Financial proposals shall be submitted in both hard and soft copies. Soft Copies will be in the form of a CD or USB included in the Package/Envelop.  Proposals should concisely address the requirements/specifications as they are presented. Proposals not meeting our requirements/specifications may be rejected.  Bidders shall submit proposals in response to this solicitation in English with all prices stated in Pak Rupees / US$. Bidders may submit modifications to their proposals at any time before the solicitation closing date and time. For any conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of Pakistan on the RFP’s closing date is to be considered for all calculations. Should a contract be awarded to a Pakistani firm, all payments will be made in Pak Rupees.  Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments concerning this RFP/solicitation. Technical Proposal: The bidder‘s technical proposal should include the following information:

1.

The first page of the proposal must show the following:

A. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available); B. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items for which prices are offered; C. Names, titles, and telephone and facsimile numbers, and electronic addresses of persons authorized to negotiate on the bidder’s behalf with IRG in connection with this RFP; and D. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office. 2. Short description of company capabilities and portfolio. 3. Past Performance. Bidder shall list at least three major contracts its company has successfully and timely completed during the past three years for the same or similar materials / equipment. Provide the following information for each contract: a) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel; b) Contract number and type; 4. Bidders are to ensure all certifications found in Annex - III, are signed and submitted as part of the proposal. Cost Proposal: The cost proposal that will include the Price Quotation Tables (Annex II) must be submitted. Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 120 (One Hundred Twenty)) days after the due date for proposal submission. All one-time and recurring costs must be fully described. Rates should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a USAID contractor. Pakistani firms will be paid the total amount after deducting

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

4

00 withholding tax, which IRG will pay direct to the Federal Board of Revenues (FBR). GST exemption certificate will be provided by IRG upon supplier’s request.

Bid Bond:

Each bid shall be accompanied with a Bid Bond in the amount of one and half percent (1.5%) of the total value of the bid in the form specified in Annex IV of this RFP. The Bid Bond shall be drawn on a scheduled bank in Pakistan and acceptable to IRG. The Bid Bond shall have a period of validity equal to the period of bid validity. If the Bidder doesn’t submit the Bid Bond along with the bid, it shall be excluded from the competition and shall not be considered for evaluation. In the event a Bidder is notified that they have been selected for award, but fails to execute the contract, the Bid Bond may be encashed by IRG and IRG shall be free to negotiate with any other Bidder.

Performance Bond:

The successful bidder will be required to provide a Performance Bond in the form specified in Annex V, drawn on a scheduled bank in Pakistan and acceptable to IRG as security for the successful completion of the contract. The value of the bond will equal to five percent (05%) of the contract price. The Performance Bond will have validity equal to the full period of contract performance

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

5

00

SECTION III - EVALUATION CRITERIA Bids will be evaluated by IRG for compliance with administrative and technical requirements, previous experience of the Bidder, technical capacity including the nature and quantity of tools and equipment proposed by the Bidder for use on the project and unit prices. IRG may inquire of other clients of Bidder and may obtain any information related to other projects that the Bidder may have executed. IRG may contact any Bidder for clarification or additional information, but Bidders are advised that IRG reserves the right to make decisions based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional negotiations prior to issuance of a purchase order, and may at its sole discretion elect to issue purchase orders to one or more Bidders. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the multiplied unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. IRG will conduct a Technical/Price Weighted evaluation and source selection based on evaluation factors listed below. Technical evaluation factors have a total of 70 points; price evaluation has a total of 30 points. These factors will serve as the standard against which all technical information will be evaluated, and identify the determination factors that bidders should address. IRG intends to evaluate bidders’ proposals in accordance with the Statement of Work in Annex - I of this RFP and make an award to the Bidder achieving the highest combined score proposal (technical and price), demonstrating both technical compliance and price reasonableness. Evaluation of Proposals: The proposals will be evaluated by a technical evaluation committee using the criteria shown below. When evaluating the competing proposals, IRG will consider the written technical/capability information provided by the bidders, and any other information obtained by IRG through its own research. The criteria listed below are presented by major category, so that bidders will know which areas require emphasis in the preparation of their proposals. Bidders should note that these criteria serve as the standard against which all technical information will be evaluated and serve to identify the significant matters which bidders should address. IRG will evaluate Bidders’ proposals in accordance with the technical criteria and weightage shown in the table below. A total 100 points (with a weighting of 70 percent of the total evaluation) are assigned according to the following technical evaluation criteria: Technical Evaluation: Delivery Schedule: General Experience/Past Performance: Conformity with Technical Specification: Experience in Multan Total

15 20 20 15 70

Evaluation of Cost Proposals: Cost proposals submitted will be one of the selection factors and considered in making a best value determination in accordance with (USAID Regulation: FAR Subpart 15.4). Therefore, the closer the technical evaluation scores of the various proposals are to one another, the more important cost considerations will become. Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lower proposed cost or to the Bidder with the highest technical evaluation score. After evaluation of all proposals, IRG RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

6

00 will make the award to the Bidder whose proposal offers the best value (USAID Regulation: FAR 15.101) to IRG considering both technical and cost factors. Evaluation of the cost proposal will consider, but will not be limited to, the following:  



Cost reasonableness; Cost realism and completeness of the cost proposal and supporting documentation. The FAR states that “cost realism means that costs in a Bidder’s proposal are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the various elements of the Bidder’s technical proposal.”; Consistency with the technical proposal;

30 points will be awarded to the lowest responsive bidder while rest of the bids will be allocated points according to following formula: Points of a Bidder = (P1/ P2)* 30 Where: P1= Price of Lowest Responsive Bidder P2= Price of the Bidder

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

7

00

SECTION IV - GENERAL TERMS AND CONDITIONS IRG intends to award a contract resulting from this solicitation to the eligible and responsible Bidder whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note the following: 1) Prospective bidders are requested to review FAR and AIDAR clauses incorporated by reference in the section “NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE”. Special attention is invited to clauses 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS Jun 03 and 52.247-64- PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS- Feb-06 2) The Geographic Code for this project is 937. For further information and guidance prospective bidders are requested to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to this solicitation: www.usaid.gov/policy/ads/300/310.pdf 3) IRG may reject any or all proposals if such action is in IRG's interest. 4) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto. 5) The length of the workday for individuals providing/performing services overseas shall coincide with the workday for employees of the USAID and shall follow the workday, workweek policies of IRG. 6) IRG intends to evaluate bids and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial bid should contain the Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and/or to establish a competitive range and conduct discussions with multiple bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon as possible following an award. 7) IRG reserves the right to make multiple awards to a number of bidders/vendors if it is in IRG’s best interest to do so. 8) IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality 9) Payment to the successful bidder will be made as per following schedule; A. In case of FOB Port of Loading based contract/purchase order: I. Supplier will be paid 100% of the total value Materials, on acceptance of materials after successful pre-inspection and delivery to FOB port of Loading, and within 30 days after receipt of the following documentation: o Supplier’s i n v o i c e specifying the items, including the manufacturer and catalog number of each; and the unit prices, quantities and total value of the items for which payment is requested o Packing list for the Materials showing the number of packages and their contents. o Certificates of Origin for all Materials o OEM (Original Equipment Manufacturer) Certificate o Warranty Certificate B. In case of DDP Multan, Pakistan based contract/purchase order, the supplier will be paid as per following schedule; I. Initial Payment Ninety percent (90%) payment shall be made within 30 days after delivery, inspection and acceptance by IRG or designated office of each item required under the Contract/Purchase Order. RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

8

00

II.

Balance Payment and Retention Period 1) IRG shall withhold ten percent (10%) of the total contract value as Retention. The retention period shall be 30 days, beginning after receipt of all goods and materials specified in the purchase order/contract. The purpose of this period is to ensure that the material /equipment supplied by the contractor are free of defects in workmanship and materials. After 30 days the contractor and the IRG shall conduct a review and see if the material/equipment supplied is/are conform to the laid down specifications. The final ten percent (10%) of the total contract price shall then be invoiced per the contract provisions. Subject to the contract invoicing provisions, payment shall then be made within 30 days after receipt of a proper invoice which may be submitted only following the completion of the joint inspection.

10) In the event the Contractor fails to complete the project within the required period, liquidated damages shall be applied for each calendar day, not duly justified by the Contractor to IRG’s satisfaction, by which project delivery is delayed. Liquidated damages of 0.1% of the total price of the Contract will be applied for each day by which delivery of the completed Project is delayed. Such damages shall not exceed ten percent (10%) of the total price of the Contract. 11) IRG reserves the right to monitor the Contractor’s progress to ensure he meets the milestones as determined at the time of award. If it appears that a milestone will be missed, a letter of cure will be issued to the Contractor by IRG that may order Contractor to field more teams or increase the number and qualifications of staff to remain within project timelines. In the event that this efficiency measure is required, any costs associated with additional resources will be funded by the bidder within the ceiling cost of the contract. 12) IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality, at the sole cost of the Contractor. 13) Exchanges with bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. 14) IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG determines that the lack of balance poses an unacceptable risk. 15) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. 16) Unsuccessful bidders will be notified as soon as possible following an award. IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit IRG’s right to use information contained in a proposal if it is obtained from another source without restriction.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

9

00 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause may be accessed electronically at the following web sites: http://www.acquisition.gov/far/ and http://usaid.gov/policy/ads/300/ Where “flow-down” to the subcontractor is appropriate and applicable under these clauses, references to the “Government” shall be interpreted to mean “IRG”, “Contractor” to mean “the subcontractor”, and “Subcontractor” to mean “lower-tier subcontractor(s)”. NUMBER

TITLE

DATE

52.202-1

DEFINITIONS

Jan-12

52.203-3

GRATUITIES

Apr-84

52.203-5

COVENANT AGAINST CONTINGENT FEE

Apr-84

52.203-6

RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT

Sep-06

52.203-7

Oct-10

52.203-8

ANTI-KICKBACK PROCEDURES CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY

52.203-10

PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-12

LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

Oct-10

52.204-4

PRINTING/COPYING DOUBLE-SIDED PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED,OR PROPOSED FOR DEBARMENT

May-11

Aug-00

52.211-11

MATERIAL REQUIREMENTS LIQUIDATED DAMAGES – SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT

Sept-00

52.215-2

AUDIT AND RECORDS – NEGOTIATION

Oct-10

52.209-6 52.211-5

Jan-97

Jul-13

52.215-8

ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT

Oct-97

52.215-19

NOTICE OF OWNERSHIP CHANGE

Oct-97

52.216-24

LIMITATION OF GOVERNMENT LIABILITY

Apr-84

52.216-25

CONTRACT DEFINITIZATION

Oct-10

52.216-27

SINGLE OR MULTIPLE AWARDS

Oct-95

52.217-2

CANCELLATION UNDER MULTI-YEAR CONTRACTS

Oct-97

52.217-5

EVALUATION OF OPTIONS

Jul-90

52.217-7

OPTION TO INCREASE QUANTITIES – SEPARATELY PRICED LINE ITEM

Mar-89

52.217-9

OPTION TO EXTEND THE TERM OF THE CONTRACT

Mar-00

52.219-9

SMALL BUSINESS SUBCONTRACTING PLAN

Jul-13

52.219-14

LIMITATIONS ON SUBCONTRACTING

Nov-11

52.219-16

LIQUIDATED DAMAGES – SUBCONTRACTING PLAN

Jan-99

52.222-3

CONVICT LABOR

Jun-03

52.222-21

PROHIBITION OF SEGREGATED FACILITY

Feb-99

52.222-17

NONDISPLACEDMENT OF QUALIFIED WORKERS

Jan-13

52.222-26

EQUAL OPPORTUNITY

Mar-07

52.222-29

NOTIFICATION OF VISA DENIAL

Jun-03

52.222-38

COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING

Sep-10

52.222-50

COMBATING TRAFFICKING IN PERSONS

Feb-09

52.223-6

May-01

52.223-18

DRUG FREE WORKPLACE ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

52.225-18

PLACE OF MANUFACTURE CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED

Sep-06

52.225-19

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

10

Aug-11

Mar-08

00 STATES

Dec-12

52.227-2

PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN – REPRESETATION AND CERTIFICATION NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT

52.227-14

RIGHTS IN DATA – GENERAL ALTERNATE V

Dec-07

52.228-3

WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

Apr-84

52.229-8

TAXES – FOREIGN COST REIMBURSABLE CONTRACTS

Mar-90

52.230-2

COST ACCOUNTING STANDARDS

May-12

52.230-6

ADMINISTRATION OF COST ACCOUNTING STANDARDS

Jun-10

52.225-25

Dec-07

52.232-1

PAYMENTS

Apr-84

52.232-17

INTEREST

Oct-10

52.232-18

AVAILABILITY OF FUNDS

Apr-84

52.232-22

LIMITATION OF FUNDS

Apr-84

52.232-23

ASSIGNMENT OF CLAIMS

Jan-86

52.232-39

UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

Jun-13

52.232-25

PROMPT PAYMENT

Jul-13

52.233-1

DISPUTES

Jul-02

52.233-2

SERVICE OF PROTEST

Sep-06

52.233-3

PROTEST AFTER AWARD Alternate I

Aug-96

52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

52.237-8

RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.237-9

WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.242-1

NOTICE OF INTENT TO DISALLOW COSTS

Apr-84

52.242-3

PENALTIES FOR UNALLOWABLE COSTS

May-01

52.242-4

CERTIFICATION OF FINAL INDIRECT COST RATES

Jan-97

52.242-13

BANKRUPTCY

Jul-95

52.243-1

CHANGES – FIXED-PRICE

Aug-87

52.243-2

CHANGES – COST REIMBURSEMENT ALTERNATE I (APR 84)

Aug-87

52.243-7

NOTIFICATION OF CHANGES

Apr 84

52.244-2

SUBCONTRACTS

Oct-10

52.244-5

COMPETITION IN SUBCONTRACTING

Dec-96

52.244-6

SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS

Jul-13

52.245-1

GOVERNMENT PROPERTY

Apr-12

52.246-23

LIMITATION OF LIABILITY

Feb-97

52.246-25

LIMITATION OF LIABILITY-SERVICES

Feb-97

52.247-64

PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS

Feb-06

52.247-67

SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT

Feb-06

52.248-1

VALUE ENGINEERING

Oct-10

52.249-2

TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

Apr-12

52.249-8

DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

Apr-84

52.249-14

EXCUSABLE DELAYS

Apr 84

52.253-1

COMPUTER GENERATED FORMS

Jan-91

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

11

00

AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES NUMBER

TITLE

DATE

752.202-1

AID DEFINITIONS CLAUSE–GENERAL SUPPLEMENT FOR USE IN ALL AID CONTRACTS

Jan-90

752.202-1

AID DEFINITIONS CLAUSE–SUPPLEMENT FOR AID CONTRACTS INVOLVING PERFORMANCE OVERSEAS

Dec-86

752.204-71

ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD

Jun-93

752.211-70

LANGUAGE AND MEASUREMENT

Jun-92

752.219-8

UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS

752.225-70

SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS

Feb-97

752.225-71

LOCAL PROCUREMENT

Feb-97

752.228-3

WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT)

752.228-70

MEDICAL EVACUATION (MEDEVAC) SERVICES

752.229-70

FEDERAL, STATE, AND LOCAL TAXES

752.245-70

GOVERNMENT PROPERTY – USAID REPORTING

752.245-71

TITLE TO AND CARE OF PROPERTY

Apr-84

752.7001

BIOGRAPHICAL DATA

Jul-97

752.7002

TRAVEL AND TRANSPORTATION

Jan-90

752.7003

DOCUMENTATION FOR PAYMENT

Nov-98

752.7004

EMERGENCY LOCATOR INFORMATION

Jul-97

752.7005

SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS

Oct-97

752.7006

NOTICES

Apr-84

752.7007

PERSONNEL COMPENSATION

Jul-07

752.7008

USE OF GOVERNMENT FACILITIES OR PERSONNEL

Apr-84

752.7009

MARKING

Jan-93

752.7010

CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY

Apr-84

752.7011

ORIENTATION AND LANGUAGE TRAINING

Apr-84

752.7013

CONTRACTOR-MISSION RELATIONSHIPS

Oct-89

752.7014

NOTICE OF CHANGES IN TRAVEL REGULATIONS

Jan-90

752.7015

USE OF POUCH FACILITIES

Jul-97

752.7018

HEALTH & ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINING

Jan-99

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

Jul-07

12

00 752.7019

PARTICIPANT TRAINING

Jan-99

752.7023

REQUIRED VISA FORM FOR PARTICIPANTS

Apr-84

752.7024

WITHDRAWL OF STUDENTS

Apr-84

752.7025

APPROVALS

Apr-84

752.7027

PERSONNEL

Dec-90

752.7029

POST PRIVILEGES

Jul-93

752.7031

LEAVE AND HOLIDAYS

Oct-89

752.7032

INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS

Jan-90

752.7034

ACKNOWLEDGEMENT AND DISCLAIMER

Dec-91

752. 7035

PUBLIC NOTICES

Dec-91

ANTI-FRAUD HOTLINE

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the AntiFraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 0800-84700); email at [email protected]; fax at 021-35390410; postal address at 5-C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

13

ANNEX - I TECHNICAL SPECIFICATIONS Renovation of 01 Regional Complaint Centre and 15 One Window Operation Offices of Multan Electric Power Company (MEPCO), Pakistan No

Item Main Job 1

1

Dismantling Work

2

Specification MEPCO Regional complaint center (RCC) Renovation MEPCO HQ Multan Dismantling/removing of existing constructed structures, fixtures, tools & equipment’s with all necessary precautionary measures, to make surface ready to receive finishes, stacking useable dismantled materials at designated place and disposal of surplus stuff etc. away from site, (including all masonry work, Concrete work, floor leveling wooden/door, windows, plaster, wooden partition, Electrical/Plumbing or any other item which is required to be demolished/removed but not mentioned above) Note: Doors, windows, lights, steel, & any other reusable items etc to be removed carefully and handed over to Site In-charge. P.C.C FLOORING: Providing and laying Cement Concrete under floors in required panels (thickness and ratio as per requirement, including leveling, compacting, curing, etc. Complete in all respects as per specification and/or as directed by the architect/engineer. P.C.C (1:4:8) 6” thick. P.C.C (1:2:4) 2” thick, top made rough to receive floor finishes.

Quantity 1

1 job

Bricks Masonry (9”) Providing and laying 8” thick wall solid brick masonry set in cement sand mortar 1:4 at any height including scaffolding, curing and finishing etc. Complete in all respects with 18” foundation. New Washroom

Roof Cement Guarder and Slabs CERAMIC TILES (TOILETS) Provide and lay Ceramic Tiles (Matt or Glazed) of approved quality, Master tile for bathroom flooring and walls (Master Tile 12” x 12” with 1:4 cement sand mortar of required thickness to achieve a minimum overall finished floor thickness of 2” setting the tiles with neat cement mortar, grouting the joints ¼” with matching grout of approved supplier, curing, cleaning, finishing & hacking/chipping of existing surface for bonding where necessary, etc. Complete in all respects. Matt Tiles 12”x12” for Floor Glazed Tiles 12”x12” on Walls. Sanitary Works: Provide and fix cost UPVC 4” and/or 6” dia pipes (AGM/DEDEX) including fitting such as tees, elbows, wyc, hangers/supports etc. confirming to BSS for soil waste and went pipes as embedded in floors and walls or suspended from slab or

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

14

Bath Size 5’x7

clamped to wall also includes making sewer connection to existing sewerage disposal system complete in all respects. Providing, fixing, jointing and testing Polypropylene Random (PPR) Pipes make Dadex/AGM or approved equivalent pressure pipe for cold/hot water as per DIN 8077-8078, PN-20 for pipes and DIN 16962, PN-25 for fittings (ploy fusion welded joints) inside building including fittings and specials (sockets, tees, elbows, bends, crosses, reducers, adaptor, plugs and union etc.) supported on walls or suspended from roof slab or run in chases including pipe hangers, supports, cutting and making good the chases and holes, its painting and insulation against sun light complete in all respects. Includes making Water Connection to existing Water supply system. Providing and fixing English seats (Local Brand) Providing and fixing Wash Hand Basin (Local Brand) Fixture Chromium plated towel rails 750mm x 20mm (20”x3/4”) with brackets and C.P screws (Taiwan make) C.P toilet paper holders and coat hook. Plated soap dish of approved quality with C.P screws. Muslim Showers. C.P mixer with C.P pipe. Locking Mirror with polished edges. 3

4

5

Structure Lintels Beams Counter Slab

Repair and Maintenance Civil Works

False Ceiling And Lighting

Supply, Mix, Place, Cure and Compact Concrete type C20 (1:2:4) in Super Structure 50% ¾” down and 50% 1/2” pure well graded crush mixed with 50% stone sand and 50% Clean River sand, Cold twisted reinforcement, fix and remove fair face steel form work & scaffolding complete in all respect After Dismantling the Doors, Windows, Brick walls ready to installation of new doors windows and paint job required plaster works complete in all respects. Providing and laying Laminated gypsum board Tile Ceiling, 24”x24” Elephant Brand or approved equivalent (with aluminum foil at back) in straight, curved, tile or multiple profiles, fixed with imported powder coated aluminum, “T” & “L” section with GIG or CKM ceiling suspension system (grooved design, make DFB or equivalent UT/FUT series), having provisions for light and AC grill. Complete in all respect as per drawing and instruction of Architect.

25 Cft

1 job

550 Sqft

Lighting Down light 45watt Energy Saver installed vertically with good quality holders.

6

Concealed POP Ceiling And LED Spot lights

Providing and fixing plain 8” thick POP false ceiling,(make elephant brand) with metal frame suspension system as per manufacturer’s specifications including cost of tapes, filling of joints as per drawings and instruction of the Consultant complete in all respects.

96 Sqft

LED Lights High light LED. Including cost of cabling and connections through proper ducting, Circuit Breaker Complete in all respect 7

Providing and fixing porcelain Tiles on Floor and Skirting, glazed

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

15

550 Sqft

Floor Tiles

8

9

Internal Paint

Doors& Windows

full body porcelain Tiles 16”x16” for main flooring, setting in Stile dry bond (with cement), with matching color imported Grout. Complete in all respect, including curing, cleaning, finishing & backing/chipping of existing surface for bonding where necessary, etc. (at any elevation). Provide and apply with Roller, Paint (ICI/Nippon or equivalent) minimum three coats of approved shade over a coat of primer to internal plastered surfaces, base preparation consisting of rubbing with sand stone, filling the uneven surface with putty, rubbing with sand paper and preparation of smooth surface perfect in all respects. Complete in all respect Glass Doors Providing, fabrication & fixing 12mm thick clear glass Middle East/Saudi Arabia or equivalent clear glass with gasket size and shape, including bolts, nuts, screws aluminum channel, handle 1.5’ long, floor machine, locks etc Complete in all respects 3’x7’ single leaf (2 Nos) 6’x7’ flash door (1 Nos)

1800Sqft

Wooden Door Single Leaf Wooden Door having best quality wooden frame with ½” thick double MDF (anti termite treated) Shutter pasted together with wood cladding 3/8” thick both side with Vgrooves in natural color polish with machine including stainless steel 16 SWG plates at handle, stainless steel sheets 16 SWG on bottom stiles, Cost also includes all kinds of best quality hardware, handles, locks, latches, hold fasts, stopper and tower bolt. Complete with all respect. 2.5’x7’ single leaf (1 Nos) Windows Providing and Fixing of Aluminum Windows with 1.6”mm aluminum and 5mm Glass, one fixed and one slider, Color dark brown. 4’x4’ (1Nos) 6’x4’ (2Nos)

10

Customer Services Counter

11

Sitting

12

HVAC Works

Construction of wooden counter of Size (10’ x 4’ depth 16”) Make in 4 individual units 2.5” length. Including cost of polished marble ¾” thick on lower and upper top. 12mm Glass on front side high 18” with 4 customer delivery panels. 4 drawer fixed unit. Consisting Wooden structure of imported Partal 1-1/2”x2” with ½” thick imported MDF sheet cladding on both sides, including cost of lamination/plywood sheets wherever necessary. Cost also includes key board trays on imported rollers runners, handles, locks and 4” S.S skirting, 4 Semi Executive Revolving Chairs -5 wheels 4 Unit of 3 Steel chairs bench, Each Gage 20, Credence 27 Kg Installation of (PDP procured) Split Air conditioners 1.5 Ton including USA copper piping up to 25 feet with installation & testing complete in all respect; including control wiring from

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

16

2 Ea

13

Electrical Work

outdoor unit to indoor with 2 x 1.5mm.sq. + 1 x 1.5 mm.sq wire drawn in PVC “D’ class cable, AGE or Pioneer). The return and supply copper tubing to be sized as per manufacturer’s recommendation and to be drawn in separate Aeroflex insulators. Including cost of UPVC pipes Popular or Beta, M.S angle iron for outdoor units. Job includes fittings such as tees, elbows, unions, reducers, sockets, Teflon tapes for jointing, hangers, supports, sleeves, including testing and commissioning, Servicing and installation. Installation of 12 light points, 8 power points and main control point good quality. Installation of energy savers 24 watts each Philips or equivalent with fancy imported roof holder.

15 Light Points 8 Power Points 25 energy saver 3 Main Control Panels

14

15 16 No

Wall Bracket Fans

Back Wall of Customer Services Counter Blinds

Wooden Shelves and cupboards make with MDF and PVC with polish steel MEPCO logo display and LED Spot lights. Size: 10’x8’ Screen Fabric Rollup Blinds (3 windows)

Item

Specification One window room’s renovation 15 x at different locations of Multan Circle Providing and fixing porcelain Tiles on Floor and Skirting, glazed full body porcelain Tiles 16”x16” or 18”x18” for main flooring, setting in Stile dry bond (with cement), with matching color imported Grout. Complete in all respect, including curing, cleaning, finishing & backing/chipping of existing surface for bonding where necessary, etc. (at any elevation).

Main Job 2 1

2

3

Wall Bracket Fans of sizes 18” dia, plastic body, louvers, all necessary fixing accessories and Wring with duckting, make Asia, Climax, National/ Air guard Complete in all respects.

Floor Tiles

False Ceiling And Lighter

Door & Windows

Providing and laying Laminated gypsum board Tile Ceiling, 24”x24” Elephant Brand or approved equivalent (with aluminum foil at back) in straight, curved, tile or multiple profiles, fixed with imported powder coated aluminum, “T” & “L” section with GIG or CKM ceiling suspension system (grooved design, make DFB or equivalent UT/FUT series), having provisions for light and AC grill. Complete in all respect as per drawing and instruction of Architect.

10

1 72 Sqft Quantity 15

2700 Sqft

2700 Sqft

Lighting Down light 45watt Energy Saver installed vertically with good quality holders.

60 Ea

Glass Doors

Doors

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

17

4

Internal Paint

5

Visitor Chairs

6

Electrical Work

7

Wall Bracket Fans

8

Blinds

Providing, fabrication & fixing 12mm thick clear glass Middle East/Saudi Arabia or equivalent clear glass with gasket size and shape, including bolts, nuts, screws aluminum channel, handle 1.5’ long, floor machine, locks etc Complete in all respects

7’x3’. Qty (15) Total Area 320 Sqft

Windows Providing and Fixing of Aluminum Windows with 1.6”mm aluminum and 5mm Glass, one fixed and one slider, Color dark brown.

Window 5’x4’ Qty (15)’ Total Area 305 Sqft

Provide and apply with Roller, Paint (ICI/Nippon or equivalent) minimum three coats of approved shade over a coat of primer to internal plastered surfaces, base preparation consisting of rubbing with sand stone, filling the uneven surface with putty, rubbing with sand paper and preparation of smooth surface perfect in all respects. Complete in all respect Supply of half back steel visitor chairs (Local) with hand rest, Leather type cover filling or steel Installation of 3 light points, 3 power points and 1 main control point good quality in each room.

15 Different Location Total Area 8500 Sqft

Wall Bracket Fans of sizes 18” dia, plastic body, louvers, all necessary fixing accessories and Wring with duckting, make Asia, Climax, National/ Air guard Complete in all respects. Screen Fabric Rollup Blinds (15 Windows)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

60 Ea 45 Light Points 45 Power Points Main Control Point 15

30 350 Sqft

18

ANNEX – II QUOTATION TABLE Renovation of 01 Regional Complaint Centre and 15 One Window Operation Offices of Multan Electric Power Company (MEPCO), Pakistan Item Work

Description

Qty.

Main Job # 01 MEPCO Regional complaint center (RCC) Renovation MEPCO HQ Multan

1

2

Dismantling Work

New Washroom

Dismantling/removing of existing constructed structures, fixtures, tools & equipment’s with all necessary precautionary measures, to make surface ready to receive finishes, stacking useable dismantled materials at designated place and disposal of surplus stuff etc. away from site, (including all masonry work, Concrete work, floor leveling wooden/door, windows, plaster, wooden partition, Electrical/Plumbing or any other item which is required to be demolished/removed but not mentioned above) Note: Doors, windows, lights, steel, & any other reusable items etc to be removed carefully and handed over to Site In-charge. P.C.C FLOORING: Providing and laying Cement Concrete under floors in required panels (thickness and ratio as per requirement, including leveling, compacting, curing, etc. Complete in all respects as per specification and/or as directed by the architect/engineer. P.C.C (1:4:8) 6” thick. P.C.C (1:2:4) 2” thick, top made rough to receive floor finishes. Bricks Masonry (9”) Providing and laying 8” thick wall solid brick masonry set in cement sand mortar 1:4 at any height including scaffolding, curing and finishing etc. Complete in all respects with 18” foundation.

I job

1 job

Roof Cement Guarder and Slabs CERAMIC TILES (TOILETS) – Size5’ x 7’ Provide and lay Ceramic Tiles (Matt or Glazed) of approved quality, Master tile for bathroom flooring and walls (Master Tile 12” x 12” with 1:4 cement sand mortar of required thickness to achieve a minimum overall finished floor thickness of 2” setting the tiles with neat cement mortar, grouting the joints ¼” with matching grout of approved supplier, curing, cleaning, finishing & hacking/chipping of existing surface for bonding where necessary, etc. Complete

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

19

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Item Work

Description

Qty.

in all respects. Matt Tiles 12”x12” for Floor Glazed Tiles 12”x12” on Walls. Sanitary Works: Provide and fix cost UPVC 4” and/or 6” dia pipes (AGM/DEDEX) including fitting such as tees, elbows, wyc, hangers/supports etc. confirming to BSS for soil waste and went pipes as embedded in floors and walls or suspended from slab or clamped to wall also includes making sewer connection to existing sewerage disposal system complete in all respects. Providing, fixing, jointing and testing Polypropylene Random (PPR) Pipes make Dadex/AGM or approved equivalent pressure pipe for cold/hot water as per DIN 8077-8078, PN20 for pipes and DIN 16962, PN-25 for fittings (ploy fusion welded joints) inside building including fittings and specials (sockets, tees, elbows, bends, crosses, reducers, adaptor, plugs and union etc.) supported on walls or suspended from roof slab or run in chases including pipe hangers, supports, cutting and making good the chases and holes, its painting and insulation against sun light complete in all respects. Includes making Water Connection to existing Water supply system. Providing and fixing English seats (Local Brand) Providing and fixing Wash Hand Basin (Local Brand) Fixture Chromium plated towel rails 750mm x 20mm (20”x3/4”) with brackets and C.P screws (Taiwan make) C.P toilet paper holders and coat hook. Plated soap dish of approved quality with C.P screws. Muslim Showers. C.P mixer with C.P pipe. Locking Mirror with polished edges.

3

Structure Lintels Beam Counter Slab 22Cft

Supply, Mix, Place, Cure and Compact Concrete type C20 (1:2:4) in Super Structure 50% ¾” down and 50% 1/2” pure well graded crush mixed with 50% stone sand and 50% Clean River sand, Cold twisted reinforcement, fix and remove fair face steel form work & scaffolding complete in all respect

4

Repair and maintenance civil works

After Dismantling the Doors, Windows, Brick walls ready to installation of new doors windows and paint job required plaster works complete in all respects.

5

False ceiling and Lighting 550 Sqft

Providing and laying Laminated gypsum board Tile Ceiling, 24”x24” Elephant Brand or approved equivalent (with aluminum foil at back) in straight, curved, tile or multiple profiles, fixed with imported powder coated aluminum, “T” & “L” section with GIG or CKM ceiling suspension system (grooved design, make DFB or equivalent UT/FUT series), having provisions for light and AC grill. Complete in all

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

1 job

I job

1 job

20

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Item Work

Description

Qty.

respect as per drawing and instruction of Architect. Lighting Down light 45watt Energy Saver installed vertically with good quality holders.

6

7

8

Concealed POP Ceiling And LED Spot lights 86 Sqft

Floor Tiles 550 Sqft

Internal Paint 1800Sqft Doors& Windows

9

Providing and fixing plain 8” thick POP false ceiling,(make elephant brand) with metal frame suspension system as per manufacturer’s specifications including cost of tapes, filling of joints as per drawings and instruction of the Consultant complete in all respects. LED Lights High light LED. Including cost of cabling and connections through proper ducting, Circuit Breaker Complete in all respect Providing and fixing porcelain Tiles on Floor and Skirting, glazed full body porcelain Tiles 16”x16” for main flooring, setting in Stile dry bond (with cement), with matching color imported Grout. Complete in all respect, including curing, cleaning, finishing & backing/chipping of existing surface for bonding where necessary, etc. (at any elevation). Provide and apply with Roller, Paint (ICI/Nippon or equivalent) minimum three coats of approved shade over a coat of primer to internal plastered surfaces, base preparation consisting of rubbing with sand stone, filling the uneven surface with putty, rubbing with sand paper and preparation of smooth surface perfect in all respects. Complete in all respect Glass Doors Providing, fabrication & fixing 12mm thick clear glass Middle East/Saudi Arabia or equivalent clear glass with gasket size and shape, including bolts, nuts, screws aluminum channel, handle 1.5’ long, floor machine, locks etc Complete in all respects 3’x7’ single leaf (2 Nos) 6’x7’ flash door (1 Nos) Wooden Door Single Leaf Wooden Door having best quality wooden frame with ½” thick double MDF (anti termite treated) Shutter pasted together with wood cladding 3/8” thick both side with V-grooves in natural color polish with machine including stainless steel 16 SWG plates at handle, stainless steel sheets 16 SWG on bottom stiles, Cost also includes all kinds of best quality hardware, handles, locks, latches, hold fasts, stopper and tower bolt. Complete with all respect. 2.5’x7’ single leaf (1 Nos)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

1 job

1 job

1 job

01 job

21

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Item Work

Description

Qty.

Windows Providing and Fixing of Aluminum Windows with 1.6”mm aluminum and 5mm Glass, one fixed and one slider, Color dark brown. 4’x4’ (1Nos) 6’x4’ (2Nos)

10

Customer Services Counter

11

Seating Arrangemen t

12

HVAC Works

13

Electrical Work

14

Wall Bracket Fans

15 16

Back Wall of Customer Services Counter Blinds 72 Sqft

Construction of wooden counter of Size (10’ x 4’ depth 16”) Make in 4 individual units 2.5” length. Including cost of polished marble ¾” thick on lower and upper top. 12mm Glass on front side high 18” with 4 customer delivery panels. 4 drawer fixed unit. Consisting Wooden structure of imported Partal 1-1/2”x2” with ½” thick imported MDF sheet cladding on both sides, including cost of lamination/plywood sheets wherever necessary. Cost also includes key board trays on imported rollers runners, handles, locks and 4” S.S skirting, 4 Semi Executive Revolving Chairs -5 wheels 4 Unit of 3 Steel chairs bench, Each Gage 20, Credence 27 Kg Installation of (PDP procured) Split Air conditioners 1.5 Ton including USA copper piping up to 25 feet with installation & testing complete in all respect; including control wiring from outdoor unit to indoor with 2 x 1.5mm.sq. + 1 x 1.5 mm.sq wire drawn in PVC “D’ class cable, AGE or Pioneer). The return and supply copper tubing to be sized as per manufacturer’s recommendation and to be drawn in separate Aeroflex insulators. Including cost of UPVC pipes Popular or Beta, M.S angle iron for outdoor units. Job includes fittings such as tees, elbows, unions, reducers, sockets, Teflon tapes for jointing, hangers, supports, sleeves, including testing and commissioning, Servicing and installation. Installation of 15 light points, 8 power points and 3 main control point good quality. Installation of energy savers 25 watts each Philips or equivalent with fancy imported roof holder. Wall Bracket Fans of sizes 18” dia, plastic body, louvers, all necessary fixing accessories and Wring with duckting, make Asia, Climax, National/ Air guard Complete in all respects. Wooden Shelves and cupboards make with MDF and PVC with polish steel MEPCO logo display and LED Spot lights. Size: 10’x8’ Screen Fabric Rollup Blinds (3 windows)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

01 job

2 Ea

01 job

10 Ea

1 job 1 job

22

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Item Work

Description

Qty.

Main Job # 2 One window room’s renovation 15 x at different locations of Multan Circle

1

2

3

Floor Tiles 2,700 Sqft

False Ceiling (2,700 Sqft) And Lighting 60 energy savers

Door & Windows

Providing and fixing porcelain Tiles on Floor and Skirting, glazed full body porcelain Tiles 16”x16” or 18”x18” for main flooring, setting in Stile dry bond (with cement), with matching color imported Grout. Complete in all respect, including curing, cleaning, finishing & backing/chipping of existing surface for bonding where necessary, etc. (at any elevation). Providing and laying Laminated gypsum board Tile Ceiling, 24”x24” Elephant Brand or approved equivalent (with aluminum foil at back) in straight, curved, tile or multiple profiles, fixed with imported powder coated aluminum, “T” & “L” section with GIG or CKM ceiling suspension system (grooved design, make DFB or equivalent UT/FUT series), having provisions for light and AC grill. Complete in all respect as per drawing and instruction of Architect.

1 job

1 job

Lighting Down light 45watt Energy Saver installed vertically with good quality holders. Glass Doors Providing, fabrication & fixing 12mm thick clear glass Middle East/Saudi Arabia or equivalent clear glass with gasket size and shape, including bolts, nuts, screws aluminum channel, handle 1.5’ long, floor machine, locks etc Complete in all respects Doors 7’x3’, Qty (15), Total Area, 320 Sqft I job Windows Providing and Fixing of Aluminum Windows with 1.6”mm aluminum and 5mm Glass, one fixed and one slider, Color dark brown. Window 5’x4’, Qty (15) ’Total Area 305 Sqft

Internal Paint

4

5

15 Different Location Total Area 8500 Sqft

Visitor Chairs

Provide and apply with Roller, Paint (ICI/Nippon or equivalent) minimum three coats of approved shade over a coat of primer to internal plastered surfaces, base preparation consisting of rubbing with sand stone, filling the uneven surface with putty, rubbing with sand paper and preparation of smooth surface perfect in all respects. Complete in all respect Supply of half back steel visitor chairs (Local) with hand rest, Leather type cover filling or steel

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

1 job

60 Ea

23

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Item Work

6

Electrical Work

7

Wall Bracket Fans

8

Blinds 350 Sqft

Description

Installation of 3 light points, 3 power points and 1 main control point good quality in each room. 45 Light Points 45 Power Points Main Control Point 15

Wall Bracket Fans of sizes 18” dia, plastic body, louvers, all necessary fixing accessories and Wring with duckting, make Asia, Climax, National/ Air guard Complete in all respects. Screen Fabric Rollup Blinds (15 Windows)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

Qty.

I job

30 Ea 1 job

24

Unit Price DDP Multan (US$/PKR)

Total Price DDP Multan (US$/PKR)

Bidder Name:

_________________

Total Price DDP Multan, Pakistan, PKR: ___________________________________________ Name of Bidder’s Authorized Representative: Signature of Supplier's Authorized Representative: Title: Date:

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

25

ANNEX - III CERTIFICATIONS Required Certifications The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are:        

Certification Regarding Terrorist Financing Narcotics offenses and drug trafficking- key individual certification Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions Certificate of Origin Certificate for Availability Certification of Bidder Ownership/Shareholder Structure Certification of Independent Price Determination Certification Regarding Compliance with Anti-Bribery Laws

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

26

1.1

Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a U.S. Government source. CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224 By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. 2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the following steps: a.

Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not appear (i) on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of prohibited individuals or entities that may be provided by USAID to the Recipient. The Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. b. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware or that is available to the public. c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. “Terrorist act” means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically motivated violence perpetrated against non-combatant targets by sub national groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup. RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

27

This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. Name: _________________________________ Signature: ____________________ Title: __________________________________

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

Date: ____________________

28

1.2

Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1

I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2

I am not and have not been an illicit trafficker in any such drug or controlled substance.

3

I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________ Name: ______________________________________ Title/Position: ________________________________ Organization: ________________________________ Address: ____________________________________ Date of Birth: ________________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

29

1.3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions A. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

30

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1.

2.

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________ Typed Name and Title: ______________________________________ Signature Date: ____________________________________________

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

31

1.4 Certificate of Origin VENDOR CERTIFICATE OF ORIGIN The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for __________________________________________________________ (Name and Address of the Vendor) Certifies the origin of goods listed below offered under the RFP #...............……..to IRG are as follows: Item #

Catalogue / Other Item Name Identifying Number Description

and Origin (Country)

As defined in 22 CFR 228, Section 228.01(j): Origin means the country where a commodity is mined, grown or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is significantly different in basic characteristics or in purpose of utility from its components (Name) (Signature of Owner or Agent) (Title) (Date)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

32

1.5 Certificate of Availability

I, Mr./Miss/Mrs. ________________________________________________ solemnly declare/ certify that I have authorized (Firm Name) to include my CV in their proposal for the subject assignment and if the contract is awarded to this firm I shall be available to work on this contract up to the completion of the assignment

Name: _____________________ Signature:

_______________

Date: ______________________

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

33

1.6 Certification of Bidder Ownership/Shareholder Structure To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG defines “controlled” as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of a company.

Nationality

% Ownership

Government-controlled Entity or Government Agency?

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

Owner(s) / Shareholder(s)

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual agreement, and that any false or misleading information provided herein would be grounds for the immediate termination of any such contractual agreement.

Name of the Bidder: ______________________________________ Date of Application/Proposal: Typed Name and Title: Signature Date:

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

34

1.7 Certification of Independent Price Determination Certification of Independent Price Determination To Be Completed by the Offeror: (The Representations and Certifications must be executed by an individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications as part of its proposal. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001. 1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) [NOTE: This provision is applicable when a firm-fixed price contract is contemplated.] The offeror certifies that – 1. The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; 2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and 3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory— 4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (1) through (3) above; or 5.

Has been authorized in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (1) through (3) above.

Print Name________________________________________ Print Title ________________________________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named above have not participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above. (c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

35

(Name of Offeror)

(RFP No.)

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

36

7

Certification Regarding Compliance with Anti-Bribery Laws

(hereinafter “Company”), which is entering into a business relationship with International Resources Group (IRG), a wholly-owned subsidiary of Engility Corporation, hereby, as appropriate, represents warrants, affirms and agrees that it will comply with the U.S. Foreign Corrupt Practices Act, and with all applicable laws, rules and regulations of the U.S.A and of (country in which company operates) and in particular agrees that: 1. To the Company’s Knowledge none of the principals, officers or employees of Company is a government official, and official of any public international organization, a political party official, or a candidate for political office. 2. Company is familiar with the U.S. Foreign Corrupt Practices Act (FCPA) of 1977 and the Company’s Compliance with Anti-Bribery and the FCPA. 3. Company is familiar with and shall comply in all respects with U.S. laws, regulations, and administrative requirements applicable to Company’s relationship with Consultant, including, but not limited to, the Foreign Corrupt Practices Act of 1977 as amended (FCPA); International Traffic In Arms Regulations (ITAR); Export Administration Regulations (EAR), as amended; the Antiboycott Regulations and Guidelines issued under the Export Administrations Act, as amended; and Section 999 of the Internal Revenue Code (Antiboycott Regulations); and the Office of Foreign Assets Control (OFAC) Regulations. 4. All of the information that Company has provided to IRG and its representatives in connection with retention of Company was and remains current, accurate and complete. 5. Company will obtain written approval from IRG before Company hires subagents, and that no subagent will be approved unless that subagent agrees in writing to these same terms and conditions. 6. Company agrees to comply with Laws, including without limitation, Anti-Bribery Laws (defined below) and shall not cause Company or IRG to be in violation of any Law or Anti-Bribery Law. 7. The Company understands that “Anti-Bribery Laws” mean collectively (i) the FCPA and (ii) all other applicable Laws regarding corruption, bribery, ethical business conduct, money laundering, political contributions, gifts, hospitalities, or expense reimbursements to public officials and private persons, consultant relationships, commissions or fees, lobbying, books and records and financial controls. 8. The Company has not, directly or indirectly through third parties, paid, promised or offered to pay, or authorized the payment of, any money or given any promise or offer to give, or authorized the giving of anything of value, to a Public Official or Entity (as defined below) for purposes of unduly obtaining or retaining business for or with, or directing business to, any person, including without limitation, Company, by (i) influencing any official act, decision or omission of such Public Official or Entity; (ii) inducing such Public official or Entity to do or omit to do any act in violation of the lawful duty of such Public Official or Entity; (iii)securing any improper advantage; or (iv) inducing such Public official or Entity to affect or influence any act or decision of another Public Official or Entity. 9. The Company understands that “Public official or Entity” means (i) any officer, employee, agent, representative, department, agency, official, corporate entity, instrumentality or subdivision of any government, military or international organization, or (ii) any candidate for political office, any political party or any official of a political party. 10. The Company ensures that no part of any payment, compensation, reimbursement or fee will be used directly or indirectly as a corrupt payment, gratuity, emolument, bribe, kickback, or other improper benefit to a Public Official or Entity or Company customer. 11. The Company will notify IRG immediately if, at any time, the Company becomes aware of any past, current or future act resulting in an actual or potential conflict with any Law or Anti-Bribery Law. 12. Company will provide documents and information to IRG, upon request, confirming Company’s compliance with this agreement, and will allow IRG (or its agents) to review Company’s books and records with respect to the work performed on behalf of IRG at any time. 13. This certification is being provided to IRG in connection with IRG’s decision to enter or continue a business relationship with Company. If Company violates any of the terms of this agreement, IRG shall have the option to terminate its contract with Company, notwithstanding any other provision of

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

37

IRG’s contract with the Company to the contrary. Moreover, Company shall forfeit any payments owed to it by IRG upon an admission or finding that Company has failed to comply with any terms of this Certification. Company: Signature: Name: Title: Telephone: Fax: Email: Date:

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

38

ANNEX IV FORMAT FOR BID BOND Form for Bid Bond A Bid Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Bid Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than 120 calendar days. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand which shall state that the bidder has removed the Offer, modified the Offer, declines to sign the contract, or after signing the contract has not presented the Performance Bond adequately as stipulated in the notification by IRG in the Award Letter, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

39

ANNEX V FORMAT FOR PERFORMANCE BOND Form for Performance Bond A Performance Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Performance Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than the contract performance period. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand, which shall state that the bidder after signing the contract has not been able to perform as per contract, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

RFP: IRG/PDP/ T2/COM/RCC & OW/2014/178

40