7. In terms of Rules 48 of Public Procurement Rules, 2004 Grievance Redressal Committee (GRC) is notified for the subject procurement and notification copy is available on the procuring agency’s website and on Authority’s website at (www.ppra.org.pk).
O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director
O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
+92-300-309-7202
dir.em.c@njhpc.org.pk
1.1 The Procuring Agency (PA), as indicated in the Bids Data Sheet (BDS) invites Bids through EPADS v2.0 for the provision of Goods for as specified in the BDS and in Section V – Evaluation Criteria, Specifications & Schedule of Requirements. The name, identification, and number of items/deliverables are provided in the BDS. The successful Bidders will be expected to provide the goods within the specified period and timeline(s) as stated in the BDS.
2.1 Source of funds is referred in Clause-1 of Invitation for Bids.
3.1 A Bidder may be natural person, company or firm or public or semi-public agency of Pakistan or any foreign country, or any combination of them with a formal existing agreement (on Judicial Papers) in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all members shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The joint venture, consortium, or association shall nominate a Lead Member as nominated in the BDS, who shall have the authority to conduct all business for and on behalf of any and all the members of the joint venture, consortium, or association during the Bidding process, and in case of award of contract, during the execution of the contract.
3.2 Verifiable copy of the agreement that forms a joint venture, consortium or association shall be required to be submitted as part of the Bid.
3.3 The appointment of Lead Member in the joint venture, consortium, or association shall be confirmed by submission of a valid Power of Attorney to the Procuring Agency.
3.4 Any bid submitted by the joint venture, consortium or association shall indicate the part of proposed contract to be performed by each party and each party shall be evaluated (or post qualified if required) with respect to its contribution only, and the responsibilities of each party shall not be substantially altered without prior written approval of the Procuring Agency and in line with any instructions issued by the Authority.
(The limit on the number of members of JV or Consortium or Association may be prescribed in BDS, in accordance with the guidelines issued by the PPRA).
3.5 The invitation for Bids is open to all prospective suppliers, manufacturers, or authorized agents / dealers subject to any provisions of incorporation or licensing by the respective national incorporating agency or statutory body established for that particular trade or business. Procuring agencies shall specify the registration/licensing requirements for the foreign bidders keeping in view the requirement of that business.
3.6 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this Bidding process, if they:
3.7 A Bidder may be ineligible if –
3.8 As and when required, bidders shall provide to the Procuring Agency evidence of their eligibility, proof of compliance with the necessary legal requirements to carry out the contract effectively.
3.9 Bidders shall submit Bids relating to the nature, conditions and modalities of sub-contracting wherever the sub-contracting of any elements of the contract amounting to more than ten (10) percent of the Bid price is envisaged.
4.1 All goods and related services to be supplied under the contract shall have their origin in eligible source countries, and all expenditures made under the contract will be limited to such goods and services. For purpose of this Bid, ineligible countries are the countries declared ineligible by the Federal Government.
5.1 A bidder shall submit only one Bid, in the same bidding process, either individually as a Bidder or as a member in a joint venture or any similar arrangement.
5.2 The Bidder shall not engage a subcontractor for any portion of the contract if the value of such subcontracting exceeds thirty percent (30%) of the total contract amount.
6.1 Any cost incurred by the bidder relating to the preparation and submission of its Bid shall be borne by the bidder, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7.1 The Goods required, Bidding procedures, and terms and conditions of the contract are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding documents which should be read in conjunction with any addenda issued in accordance with ITB 9.1 include:
Section I -Invitation to Bids
Section II Instructions to Bidders (ITB)
Section III Bid Data Sheet (BDS)
Section IV Evaluation Criteria, Specifications, Schedule of Requirements
Section V Bid Forms
Section VI General Conditions of Contract (GCC)
Section VII Special Conditions of Contract (SCC)
Section VIII Contract Forms
7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding documents. Failure to furnish all the information required in the Bidding documents through EPADS v2.0 will be at the Bidder’s risk and may result in the rejection of his Bids.
8.1 A prospective Bidder requiring any clarification of the Bidding documents may notify the Procuring Agency through EPADS v2.0.
8.2 The Procuring Agency will within three (3) working days after receiving the request for clarification, respond to any request for clarification through EPADS v2.0 provided that such request is received not later than three (03) days prior to the deadline for the submission of Bids as prescribed in ITB 22
8.3 Copies of the Procuring Agency's response will be forwarded to all identified Prospective Bidders through EPADS v2.0, including a description of the inquiry, but without identifying its source.
8.4 Should the Procuring Agency deem it necessary to amend the Bidding document as a result of a clarification, it shall do so following the procedure under ITB 9.
8.5 If indicated in the BDS, the Bidder’s designated representative is invited at the Bidder’s cost to attend a pre-Bid meeting at the place, date and time mentioned in the BDS. During this pre-Bid meeting, prospective Bidders may request clarification of the schedule of requirement, the Evaluation Criteria or any other aspects of the Bidding document.
8.6 Minutes of the pre-Bid meeting, if applicable, including the text of the questions asked by Bidders, including those during the meeting (without identifying the source) and the responses given, together with any responses prepared after the meeting will be uploaded on EPADS v2.0. Any modification to the Bidding documents that may become necessary as a result of the pre-Bid meeting shall be made by the Procuring Agency exclusively through the use of an Addendum pursuant to ITB 9. Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a Bidder.
9.1 Before the deadline for submission of Bids, the Procuring Agency for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder or Pre-Bid meeting may modify the Bidding documents by issuing addenda through EPADS v2.0.
9.2 The Procuring Agency shall promptly publish the addendum through EPADS v2.0.
9.3 Any addendum issued including the notice of any extension of the deadline shall also be communicated through EPADS v2.0 to all the bidders who have already submitted their bids. Such bidders shall have the right to withdraw their already submitted bid and re-submit the revised bid prior to the original or extended bid submission deadline.
9.4 To give prospective Bidders reasonable time in which to take an addendum/corrigendum into account in preparing their Bids, the Procuring Agency may, at its discretion, extend the deadline for the submission of Bids through EPADS v2.0:
Provided that the Procuring Agency shall extend the deadline for submission of Bids, if such an addendum is issued within last three (03) days of the Bids submission deadline.
10.1 The Bid prepared by the bidder, as well as all correspondence and documents relating to the Bids exchanged by the Bidder and the Procuring Agency shall be written in the English language unless otherwise specified in the BDS. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in the English language unless otherwise specified in the BDS, in which case, for purposes of interpretation of the Bidder, the translation shall govern.
11.1 The Bid prepared by the Bidder shall constitute thedocuments required in the BDS.
Details of sample(s) where applicable and requested in the BDS.
1. Documentary evidence established in accordance with ITB that the Bidder is eligible and/or qualified for the subject bidding process;
2. Documentary evidence establish that the Bidder has been authorized by the manufacturer to deliver the goods into Pakistan, where required and where the supplier is not the manufacturer of those goods;
3. Documentary evidence establish that the goods and related services to be supplied by the Bidder are eligible goods and services, and conform to the Bidding Documents;
4. Bid security or Bid Securing Declaration furnished in accordance with ITB 18.
12.1 To establish the conformity of the bidder to the Bidding document, the Bidder shall furnish as part of its Bids the documentary evidence that Goods provided conform to the technical specifications and standards.
13.1 The Bidder shall furnish, as part of itsBid, all those documents establishing the Bidder’s eligibility to participate in the Bidding process and/or its qualification to perform the contract if its Bid is accepted.
14.1 The Bidder shall fill the Form of Bid furnished in the Bidding documents.The Bids Form must be completed without any alterations to its format and no substitute shall be accepted.
15.1 The Bids Prices quoted by the Bidder in the Form of Bid and in the Price Schedules shall conform to the requirements specified below or exclusively mentioned hereafter in the Bidding documents.
15.2 All items in the Schedule of Requirement must be listed and priced separately in the Price Schedule(s). If a Price Schedule shows items listed but not priced and neither explicitly denied, their prices shall be construed to be included in the prices of other items.
15.3 Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is still substantially responsive in their absence or due to their nominal nature, the corresponding average price of the respective item(s) of the remaining substantially responsive Bidder(s) shall be construed to be the price of those missing item(s)
15.4 The Bid price to be quoted in the Form of Bid in accordance with ITB 14.1 shall be the total price of the Bid.
15.5 The Bidder shall indicate on the appropriate Price Schedule, the unit prices (where applicable) and total Bid price of the Goods it proposes to provide under the contract.
15.6 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation on any account. A Bid submitted with an adjustable price will be treated as non-responsive and shall be rejected.
16.1 Prices shall be quoted in Pakistani Rupees unless otherwise specified in the BDS in accordance with Rule 30 (2) of the Public Procurement Rules, 2004.
17.1 Bids shall remain valid for the period specified in the BDS after the Bid submission deadline prescribed by the Procuring Agency. A Bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. The period of Bid validity will be determined from the complementary Bid securing instrument, i.e. the expiry period of Bid Security or Bids Securing Declaration as the case may be.
17.2 The procuring agency shall ordinarily be under an obligation to process and evaluate the bid and to issue letter of award within the stipulated bid validity period.
17.3 Under exceptional circumstances, prior to the expiration of the initial Bid validity period, the Procuring Agency may request the Bidders’ consent to an extension of the period of validity of their Bids only once through EPADS v2.0, for the period not more than the period of initial bid validity. The Bid Security provided under ITB 18 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security or causing to be executed its Bid Securing Declaration. A Bidder agreeing to the request will not be required nor permitted to modify its Bid, but will be required to extend the validity of its Bid Security or Bid Securing Declaration for the period of the extension.
18.1 The Bidder shall furnish as part of its Bid, a Bid Security in accordance with Rule 25 of the Public Procurement Rules, 2004.
18.2 The original Bid Security shall be enclosed within the sealed envelope and to be submitted physically before closing time for submission of bids. Whereas, scanned copy of bid security shall be uploaded electronically through EPADS v2.0 before closing hours for submission of bids.
18.3 The Bidder who failed to submit the original Bids security before the submission deadline shall be disqualified straightaway.
18.4 The Bid Security or Bid Securing Declaration is required to protect the Procuring Agency against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB 18.7.
18.5 The Bid Security shall be denominated in the local currency, and it shall be a Bank Draft in the name of the Procuring Agency and valid for twenty-eight (28) days beyond the end of the validity of the Bid. This shall also apply if the period for Bids/Bid Validity is extended. In either case, the form must include the complete name of the Bidder.
18.6 The Bid Security shall be payable promptly upon written demand by the Procuring Agency in case any of the conditions listed in ITB 18 are invoked.
18.7 Unsuccessful Bidders’ Bid Security will be discharged or returned as promptly as possible, however in no case later than thirty (30) days after the expiration of the period of Bids Validity prescribed by the Procuring Agency pursuant to ITB 17. The Procuring Agency shall make no claim to the amount of the Bid Security, and shall promptly return the Bid Security document, after whichever of the following that occurs earliest:
18.8 The successful Bidder’s Bids Security will be discharged upon the Bidder signing the contract, or furnishing the Performance Guarantee.
18.9 The Bid Security may be forfeited or the Bid Securing Declaration executed:
19.1 Before Bid submission deadline, any Bidder may withdraw, substitute, or modify its Bid after it has been submitted through EPADS v2.0. Bids requested to be withdrawn, shall be returned unopened to the Bidders through EPADS v2.0.
20.1 The Bidder shall prepare and submit Bids with due diligence after carefully reading all the terms and condition before bid submission deadline through EPADS v2.0.
21.1 The Technical and Financial Bids if required to submitted, shall be submitted on EPADS v2.0.
22.1 Bids shall be received by the Procuring Agency through EPADS v2.0 before bid submission deadline.
22.2 The Procuring Agency may, under exceptional circumstances, extend the deadline for the submission of Bids, after recording reasons in writing and in an equal opportunity manner.
In such case, all rights and obligations of the Procuring Agency and the Bidders that were previously governed by the original deadline shall thereafter be subject to the revised deadline.
23.1 The Bid Evaluation Committee of the Procuring Agency shall open all Bids through the EPADS v2.0, on the date and time specified in the Bid Data Sheet (BDS).
23.2 The Bid Evaluation Committee shall generate minutes through EPADS v2.0 containing brief details of bid opening process. The record of the Bid opening shall include, as a minimum: the name of the Bidder, the Bid price if applicable, and the presence or absence of a Bid Security or Bid Securing Declaration.
23.3 The procuring agency shall live broadcast the opening of bids on national media or on their website or digital channels, if the volume of procurement exceeds five hundred million rupees in case of goods and services and one thousand million rupees in case of works.
23.4 In case the date of opening of bid has been declared as public holiday or the procuring agency fail to open bid due to any EPADS v2.0 related issues, the submission and opening of bids shall be shifted to the next working day on the same time.
23.5 In case of Single Stage One Envelope Procedure, the Bidders names, the Bid prices, the total amount of each Bid and, the presence or absence of Bid Security, Bid Securing Declaration and such other details as the Procuring Agency may consider appropriate, will be announced by the Bid Evaluation Committee.
24.1 To assist in the examination, evaluation and comparison of Bids of the Bidders, the Procuring Agency may, ask any Bidder for a clarification of its Bid including breakdown of prices.
24.2 The request for clarification and the response shall be sought through EPADS v2.0 before three days prior to the deadline for submission of bids. No change in the prices or substance of the Bids shall be sought, offered, or permitted.
24.3 The alteration or modification in the BIDS which in any way affect the following parameters will be considered as a change in the substance of a Bids:
24.4 From the time of Bids opening to the time of Contract award if any Bidder wishes to contact the Procuring Agency on any matter related to the Bids it should do so through EPADS v2.0.
25.1 Prior to the detailed evaluation of Bids, the Procuring Agency will determine whether each Bid:
25.2 The Procuring Agency's determination of a Bid's responsiveness will be based on the contents of the Bid itself.
25.3 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one that: -
25.3 If a Bids is not substantially responsive, it will be rejected by the Procuring Agency and may not subsequently be evaluated for complete technical responsiveness.
26.1 The Procuring Agency shall examine the Bids to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.
26.2 The Procuring Agency shall evaluate the technical aspects of the Bids submitted, to confirm that all requirements specified in Schedule of Requirements and Technical Specifications of the Bidding documents have been met without material deviation or reservation.
26.3 If after the examination of the terms and conditions and the technical evaluation, the Procuring Agency determines that the Bid is not substantially responsive in accordance with ITB 25.2, it shall reject the Bid.
27.1 Bids determined to be substantially responsive will be checked for any arithmetic errors. Errors will be corrected as follows: -
27.2 The amount stated in the Bid will, be adjusted by the Procuring Agency in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, its Bid will then be rejected, and the Bid Security may be forfeited or the Bids Securing Declaration may be executed.
28.1 To facilitate evaluation and comparison, the Procuring Agency will convert all Bids prices expressed in the amounts in various currencies in which the Bids prices are payable. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into a single currency specified in the bidding documents. The rate of exchange shall be the selling rate prevailing on the date of opening of financial bids specified in the bidding documents, in accordance with weighted average customer exchange rates list issued by the State Bank of Pakistan on that day.
29.1 The Bids, quotations, or proposals shall be evaluated by the respective evaluation committees as per evaluation criteria described in the Bidding Documents in accordance with Rule 29 and 30 of the Public Procurement Rules, 2004.
1. Least Cost Based Selection (LCBS)
After meeting the requirements of eligibility, qualification and substantial responsiveness, the bid in compliance with all the mandatory (technical) specifications/requirements and/or requisite quality threshold (if any), and having lowest evaluated cost (or financial proposal) shall be considered Successful Bid.
2. Quality and Cost Based Selection (QCBS)
In such combination, there shall be some specific weightage of both the technical features and financial aspects of the proposal. The financial marks shall be awarded on the basis of inverse proportion calculations. The successful bid shall be declared, on the basis of combined evaluation.
3. Quality Based Selection (QBS)
Atter meeting the requirements of eligibility, qualification and substantial responsiveness the bid in compliance with all the mandatory (technical) specifications/requirements and attaining highest marks in the Technical Evaluation considering all other qualitative and/or quantitative parameters (or point rated criteria) for technical proposal(s) such as working methodology, implementation plan, resource allocation, additional functionalities, risk management approach, knowledge transfer techniques, post implementation methodology etc. shall be treated as highest ranked bid. Later on, the financial proposal of highest ranked bidder shall be opened, however, in case of failure to proceed further with such a bidder, the procuring agency may resort to second highest bidder and so on.
29.2 In case of tie of bids, the bidders shall be provided an opportunity to offer their best and final monetary offer through EPADS v2.0. However, in no case the rates shall be higher than the original financial bids.
30.1 The procuring agency shall evaluate and compare bids, allow for preference to domestic bidders, while competing with the international bidders in accordance with the policies of Federal Government.
The percentage of preference, to be accorded shall be clearly mentioned in the bidding documents under the bid evaluation criteria.
31.1 Selection technique will be adopted for determining the Successful Bid in accordance with the criteria referred in the BDS or prescribed in the separate section titled as Evaluation Criteria.
31.2 In case where the Procuring Agency adopts the Cost Based Evaluation Technique and, the Bid with the lowest evaluated price from amongst those which are eligible, compliant and substantially responsive shall be the Successful Bid.
31.3 The Procuring Agency may adopt the Quality & Cost Based Selection Technique due to the following two reasons:
1. Where the Procuring Agency knows about the main features, usage and output of the products; however not clear about the complete features, technical specifications and functionalities of the goods to be procured and requires the bidders to submit their proposals defining those features, specifications and functionalities; or
2. Where the Procuring Agency, in addition to the mandatory requirements and mandatory technical specifications, requires parameters specified in Evaluation Criteria to be evaluated while determining the quality of the goods.
31.4 In such cases, the Procuring Agency may allocate certain weightage to these factors as a part of Evaluation Criteria, and may determine the ranking of the bidders on the basis of combined evaluation in accordance with provisions of Rule 2(1)(h) of the Public Procurement Rules, 2004.
32.1Where the Bid price is considered to be abnormally low, the Procuring Agency shall perform price analysis either during determination of Successful Bids or as a part of the post-qualification process.
32.2 The Procuring Agency may reject an Abnormally low financial bids.
32.3 In order to identify the Abnormally Low Bids (ALB) following approaches can be considered to minimize the scope of subjectivity:
32.4 The Procuring Agency will determine to its satisfaction whether the Bidder that is selected as having submitted the successful bid is qualified to perform the contract satisfactorily.
32.5 The determination will take into account the Bidder’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Factors not included in these Bidding documents shall not be used in the evaluation of the Bidders’ qualifications.
32.6 Procuring Agency may seek “Certificate for Independent Price Determination” from the Bidder and the results of reference checks may be used in determining an award of contract.
Explanation: The Certificate shall be furnished by the Bidder. The Bidder shall certify that the price is determined keeping in view of all the essential aspects such as raw material, its processing, value addition, optimization of resources due to economy of scale, transportation, insurance and margin of profit etc.
32.7 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s Bids, in which event the Procuring Agency will proceed to the next ranked Bidder to make a similar determination of that Bidder’s capabilities to perform satisfactorily.
33.1 The Procuring Agency will award the Contract to the Bidder whose Bids has been determined to be substantially responsive to the Bidding documents and who has been declared as Most Advantageous Bidder.
34.1 The procuring agency shall not engage in negotiations with respect to scope and price with the bidder except when the procuring agency conducts a procurement using direct or negotiated contracting or a request for proposals with evaluation based on quality alone.
34.2 The procuring agency may negotiate with the most advantageous bid with a view to streamline the work or task execution, at the time of contract finalization on methodology, work plan, staffing, finalizing payment arrangements, delivery arrangements, minor amendments to the special conditions of the contract.
35.1 The Procuring Agency reserves the right to reject all bids or proposals at any time prior to the issuance of the Letter of Award, without incurring any liability, in accordance with Rule 33 of the Public Procurement Rules, 2004.
36.1 The Procuring Agency reserves the right at the time of contract award to increase or decrease the quantity of Goods originally specified in these Bidding documents provided this does not exceed by 15%, without any change in unit price or other terms and conditions of the Bids and Bidding documents.
37.1 Prior to the award of contract, the procuring agency shall announce and publish the result of bid evaluation on EPADS v2.0 in accordance with Rule 35 of the Public Procurement Rules, 2004.
37.2 The Bidder whose Bids has been accepted will be notified of the award by the Procuring Agency prior to expiration of the Bids/Bid Validity period. The Letter of Award will state the sum that the Procuring Agency will pay the successful Bidder in consideration for the delivery of Goods as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price).
37.3 The Letter of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Guarantee and signing of the contract.
38.1 Promptly after issuance of Letter of award, Procuring Agency shall send the successful Bidder the draft Contract, incorporating all terms and conditions as agreed by the parties to the contract.
38.2 Immediately after the Redressal of grievance by the GRC (if any), mandatory standstill period in accordance with Rule 35 of the Public Procurement Rules, 2004 and after fulfillment of all condition’s precedent of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract.
39.1 Procuring Agencies (including beneficiaries of Government funded projects and procurement) as well as Bidders/Contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts, and will avoid to engage in any corrupt and fraudulent practices.
40.1 The Grievance Redressal Committee shall address the grievance, if any submitted by any party, including the bidder, in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
40.2 In case if any party or the bidder is not satisfied with the decision of the GRC or if it fails to decide within ten days, the bidder or the party may file an appeal before the Appellate Committee of the Authority in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
41.1 The Procuring Agency shall initiate blacklisting proceedings against any bidder, supplier, or contractor in accordance with the Mechanism for Blacklisting Regulations, 2024, read with Rule 19 of the Public Procurement Rules, 2004.
41.2 The blacklisted/debarred bidder may file the review petition before the Authority in accordance with Rule 19 of the Public Procurement Rules, 2004 to be read with Procedure of filing and disposal of Review Petitions Regulations, 2021.
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
BDS Clause Number 1
ITB Number 1.1
Name of Procuring Agency: O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company)
The subject of procurement is: PROCUREMENT OF SECURITY ENABLERS AND RELATED SERVICES i.e. INSTALLATION, TESTING & COMMISSIONING ON ALL THREE SITES OF NEELUM JHELUM HYDROPOWER PROJECT, MUZAFFARABAD AJK
Expected commencement date: Monday, June 15, 2026
BDS Clause Number 2
ITB Number 2.1
Financial year for the operations of the Procuring Agency: 2025-26
Name and identification number of the Contract: P20849
BDS Clause Number 3
ITB Clause Number 3.1
JV/Consortium or Association Allowed: No
Number of JV/Consortium Members: Nil
see section of eligibility criteria.
BDS Clause Number 4
ITB Number 8.1
The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Saturday, May 9, 2026
BDS Clause Number 5
ITB Number 10.1
The Language of all correspondences and documents related to the Bids shall be in: English
List of documents required along with the bid:
BDS Clause Number 6
ITB Number 11.1
Items/Lots and threre related documents:
See section items and Lots
BDS Clause Number 7
ITB Number 12.1
Items / Lots Specifications:
see section of items specifications.
BDS Clause Number 8
ITB Number 15.6
The price shall be Fixed.
BDS Clause Number 9
ITB Number 16.1
Currency of the Bids shall be : PKR
BDS Clause Number 10
ITB Number 17.1
The Bids/Bid Validity period shall be: 90 Days
BDS Clause Number 11
ITB Number 18.1
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6
The Bid Security shall be in the form of: Pay Order, Call at Deposit, Bank Guarantee, Demand Draft
BDS Clause Number 12
ITB Number 20.1
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;
O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province). before bid submission deadline.
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Tuesday, May 12, 2026 02:00 PM
BDS Clause Number 13
ITB Number 23.1
The Bids opening shall take place on EPADS v2.0.
Day : Tuesday
Date: Tuesday, May 12, 2026
Time : 02:30 PM
BDS Clause Number 14
ITB Number 31.1
Selection technique adopted will be: Least Cost Based Selection (LCBS)
see Evaluation Criteria
BDS Clause Number 15
ITB Number 41.1
Grievence against this procurement shall be submitted online on EPADS v2.0.
Arbitrator shall be appointed by mutual consent of the both parties.
| Bidder's Type | Required Registration |
|---|---|
|
Sole Proprietorship Partnership Firm Company (Private Limited) Company (Public Limited) |
FBR (NTN) FBR (GSTN) |
Eligibile bidder(s) with substantially responsive bid(s) offering Least Cost Based Selection (LCBS) shall be consider for the award of contract(s).
Least Cost Based Selection (LCBS)
Lot Title : C1/C2/C3: Procurement of CCTV and PTZ cameras and related services i.e. installation, testing & commissioning on all three sites of NJHPP Muzaffarabad namely “SITE C1 - Dam Site -Nauseri”, “SITE C2 – Thotha/Majhoi” and “SITE C3 - Power House Site Cha
Bid Security : 191263
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| CCTV Camera | Closed circuit television CCTV system |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services) )
Schedule: 21 Days
Quantity: 10
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi ,Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 15
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 25
|
50 | Any | 1 Years |
| Speed Dome Camera (PTZ) | Security cameras |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi ,Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 2
|
4 | Any | 1 Years |
| NETWORK VIDEO RECORDER (NVR) 32CH | Security cameras |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi ,Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 3
|
5 | Any | 1 Years |
| SMART LED 50’’ for Security Cameras | Security cameras |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi ,Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
3 | Any | 1 Years |
| Installation, testing and commissioning charges of CCTV Camera’s, PTZ Camera, NVR & LED complete with complete accessories as per specifications. | Security cameras |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi ,Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
3 | -- | 1 Years |
Lot Title : C1/C2/C3: Procurement of Wireless Communication System and related services i.e. installation, testing & commissioning on designated 03 sites of NJHPP
Bid Security : 143250
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| Repeater Station with Antenna for Site C1 (Nauseri) & C3 (Chatter Kalas) | OSS wireless access network equipment and components |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3 - Power House site-NJHPP, WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
2 | Any | 1 Years |
| Base Station for Control room for Site C1 (Nauseri) , C2 (Thotta – Majhoi) & C3 (Chatter Kalas) | OSS wireless access network equipment and components |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2 - NJHPP-Camp, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3 - Power House site-NJHPP, WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
3 | Any | 1 Years |
| Base Station for Vehicle = 01 No. for Dy. Director (Security) & 01 No. for QRF = 02 Nos. | OSS wireless access network equipment and components |
Address: Site C3 - Power House site-NJHPP, WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 2
|
2 | Any | 1 Years |
| Walkie Talkie | OSS wireless access network equipment and components |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 7
Address: Site C2 - NJHPP-Camp, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 7
Address: Site C3 - Power House site-NJHPP, WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 6
|
20 | Any | 1 Years |
| Installation, testing and commissioning of afore-stated Wireless Communication System (where applies) alongwith all accessories as per stated specification at designated project sites | OSS wireless access network equipment and components |
Address: Site C1 - Dam site-NJHPP Nauseri, Site C2: NJHPP-Camp Thotha/Majhoi, Site C3: Chattar Kalas, Muzaffarabad AJK.(Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
1 | -- | 1 Years |
Lot Title : Sites C1/C2/C3: Procurement of Electronic Detection & Inspection Systems + Installation, Testing & Commissioning at designated Sites of NJHPP
Bid Security : 115500
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| Procurement of Walk-Through Gate for 03 designated sites of NJHPP i.e. C1, C2, C3 | Security metal detector |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services) )
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
3 | Any | 1 Years |
| Procurement of Under Vehicle Surveillance System UVSS for 02 designated sites of NJHPP i.e. C1 & C2 | Security cameras |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services) )
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
2 | Any | 1 Years |
| Procurement of Scanning Mirror for 03 designated sites of NJHPP i.e. C1, C2, C3 | Convex security mirrors |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 3
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 3
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 2
|
8 | Any | 1 Years |
| Installation, Testing & Commissioning for above 03 items at designated sites of NJHPP as per specifications | Security metal detector |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2 - NJHPP-Camp, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C3 - NJHPP-Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
3 | -- | 1 Years |
| Procurement of Metal Detector | Security metal detector |
Address: Site C3 - Power House site-NJHPP, WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 10
|
10 | Any | 1 Years |
| Procurement of heavy-duty Torches | Flashlight |
Address: Site C3 - NJHPP-Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 40
|
40 | Any | 1 Years |
Lot Title : C1/C2/C3: CONTROLLED EQUIPMENT REQUIRING MOI NOC
Bid Security : 180000
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| Bullet Proof Helmet | Helmet, bullet proof |
Address: Site C3 - NJHPP-Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 35
|
35 | Any | 1 Years |
| Procurement of Bullet Proof Jacket (Level 3) | Bullet proof vests |
Address: Site C3 - NJHPP-Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 34
|
34 | Any | 1 Years |
| Procurement of Gen-3 Night Vision Devices | Night vision equipment |
Address: Site C1: Dam Site- NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2 - NJHPP-Camp, Village Thotha-Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
2 | Any | 1 Years |
Lot Title : C1/C2/C3: FIELD AND CIVIL SECURITY EQUIPMENT + INSTALLATION, TESTING & COMMISSIONING
Bid Security : 120495
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| Procurement of Binocular (1 Km Range) for 03 sites designated as C1, C2 & C3 | Binoculars |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 24 Days
Quantity: 4
Address: Site C2 - NJHPP-Camp, Village Thotha-Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 6
Address: Site C3: powerhouse - NJHPP, WAPDA colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 2
|
12 | Any | 1 Years |
| Ammunition Bandoliers (textile item) | Parts of guns or pistols |
Address: Site C3: WAPDA Colony, Village Chattar Kalas, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 30
|
30 | Any | 1 Years |
| Hydraulic Barriers | Barriers |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
2 | -- | 1 Years |
| Civil Works, Electrical and Mechanical Works, Installation, Testing and commissioning for Hydraulic Barriers at sites C1 & C2 as per specifications | Barriers |
Address: Site C1 - Dam site-NJHPP, Village Nauseri, Tehsil, District and Division Muzaffarabad, AJK. (Delivery Schedule is complete timeline for delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
Address: Site C2: NJHPP Camp, Village Thotha/Majhoi, Tehsil, District and Division Muzaffarabad, AJK. (The delivery schedule period encompasses delivery of Goods and completion of related services)
Schedule: 21 Days
Quantity: 1
|
2 | -- | 1 Years |
No
C1/C2/C3: Procurement of CCTV and PTZ cameras and related services i.e. installation, testing & commissioning on all three sites of NJHPP Muzaffarabad namely “SITE C1 - Dam Site -Nauseri”, “SITE C2 – Thotha/Majhoi” and “SITE C3 - Power House Site Cha
| Item | UNSPSC | Related Services |
|---|---|---|
| CCTV Camera | Closed circuit television CCTV system | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 01. |
| Speed Dome Camera (PTZ) | Security cameras | Installation, testing & commissioning (ITC) as per specifications against ITC line item of of each LoT. |
| NETWORK VIDEO RECORDER (NVR) 32CH | Security cameras | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 01. |
| SMART LED 50’’ for Security Cameras | Security cameras | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 01. |
| Installation, testing and commissioning charges of CCTV Camera’s, PTZ Camera, NVR & LED complete with complete accessories as per specifications. | Security cameras | Installation, testing & commissioning (ITC) as per specifications |
C1/C2/C3: Procurement of Wireless Communication System and related services i.e. installation, testing & commissioning on designated 03 sites of NJHPP
| Item | UNSPSC | Related Services |
|---|---|---|
| Repeater Station with Antenna for Site C1 (Nauseri) & C3 (Chatter Kalas) | OSS wireless access network equipment and components | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 02. |
| Base Station for Control room for Site C1 (Nauseri) , C2 (Thotta – Majhoi) & C3 (Chatter Kalas) | OSS wireless access network equipment and components | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 02. |
| Base Station for Vehicle = 01 No. for Dy. Director (Security) & 01 No. for QRF = 02 Nos. | OSS wireless access network equipment and components | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 02. |
| Installation, testing and commissioning of afore-stated Wireless Communication System (where applies) alongwith all accessories as per stated specification at designated project sites | OSS wireless access network equipment and components | Installation, testing & commissioning (ITC) as per specifications |
Sites C1/C2/C3: Procurement of Electronic Detection & Inspection Systems + Installation, Testing & Commissioning at designated Sites of NJHPP
| Item | UNSPSC | Related Services |
|---|---|---|
| Procurement of Walk-Through Gate for 03 designated sites of NJHPP i.e. C1, C2, C3 | Security metal detector | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 03. |
| Procurement of Under Vehicle Surveillance System UVSS for 02 designated sites of NJHPP i.e. C1 & C2 | Security cameras | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 03. |
| Procurement of Scanning Mirror for 03 designated sites of NJHPP i.e. C1, C2, C3 | Convex security mirrors | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 03. |
| Installation, Testing & Commissioning for above 03 items at designated sites of NJHPP as per specifications | Security metal detector | Installation, testing & commissioning (ITC) as per specifications |
C1/C2/C3: FIELD AND CIVIL SECURITY EQUIPMENT + INSTALLATION, TESTING & COMMISSIONING
| Item | UNSPSC | Related Services |
|---|---|---|
| Hydraulic Barriers | Barriers | Installation, testing & commissioning (ITC) as per specifications against ITC line item of LoT # 05. |
| Civil Works, Electrical and Mechanical Works, Installation, Testing and commissioning for Hydraulic Barriers at sites C1 & C2 as per specifications | Barriers | Installation, testing & commissioning (ITC) as per specifications |
Lot Title : C1/C2/C3: Procurement of CCTV and PTZ cameras and related services i.e. installation, testing & commissioning on all three sites of NJHPP Muzaffarabad namely “SITE C1 - Dam Site -Nauseri”, “SITE C2 – Thotha/Majhoi” and “SITE C3 - Power House Site Cha
Item: CCTV Camera
UNSPSC: Closed circuit television CCTV system
Specifications / Requirements:
HIK VISION OR EQUIVALENT IN QUALITY CCTV CAMERA’S. Specifications: 4MP IP CCTV Bullet type camera, having 2560x1440 pixels resolutions, 24/7 colorful imaging, color Vu technology, IP67 rated with housing Bracket and all other accessories (Refer: Accessories). COMBINED ACCESSORIES of ALL ITEMS of LOT 01 (Pick Relevant Item Accessories) 1) 8TB Hard disk for NVRs 2) Cat 6 RJ45 to RJ 45 Patch cable, UTP, PVC, 1m. 3) POE network Gigabyte switches 08-Port 10/100/1000, complete with all fixing accessories. 4) Network Gigabyte switches 08-Port, complete with all fixing accessories. 5) POE network megabyte switches 08-Port, complete with all fixing accessories. 6) 12U mounting Rack with patch Panels, cable organizers and cooling fans with all fixing accessories. 7) RJ-45 connectors complete with all fixing accessories. 8) Fiber optic cable 04-Core Single mode with all fixing accessories. 9) Joint Boxes for Fiber optic with all fixing accessories. 10) Gigabyte fiber media Converters. (Pair). 11) Light Beam 5.0 GHZ high power wireless outdoor nano station GEN2 Gigabyte. Complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 25km range (Ubiquiti / Tenda) with all fixing accessories. 12) Power Beam Gen2 5.0 GHZ high power wireless outdoor Nano station 450Mbps. complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 10km range (Ubiquiti / Tenda). 13) Air Fiber Antenna 5.0 GHZ high power 30dbm, wireless outdoor Gigabyte. up to 25km range for main Control Room with all fixing accessories. 14) Outdoor IP65 4x4 boxes for CCTV Cameras with all fixing accessories. 15) Outdoor IP65 8x10 boxes for Outdoor Equipments with all fixing. 16) Outdoor IP65 10x12 boxes for Outdoor Equipments with all fixing. 17) 3/29 cable for power supply with all fixing accessories. 18) 1'’ pipe for CAT 6 and electric cable with all fixing accessories. 19) Socket and T jointers for pipes with all fixing accessories. 20) 1" G.I Pipe for Fiber and CAT6 with all fixing accessories. 21) Poles for Micro-Link stations and CCTV Cameras with all fixing. 22) Flexible pipe for CCTV Cameras with all fixing accessories. 23) Connection with Main Control room. 24) Supply and installation of 8 Kwa inverter with Power banks for CCTV control Room backup with all fixing accessories. 25) Any Additional requirementsItem: Speed Dome Camera (PTZ)
UNSPSC: Security cameras
Specifications / Requirements:
PTZ CAMERA Specifications: Speed Dome Camera (PTZ) 4mp Powerful 32 x optical zoom and 16x digital zoom, Night vision upto 150 Meters. Max 240/s pan speed. 360 endless pan rotation with all fixing accessories (Refer Accessories). COMBINED ACCESSORIES FOR LOT 01 ITEMS (Please choose relevant for afore-stated item) 1) 8TB Hard disk for NVRs 2) Cat 6 RJ45 to RJ 45 Patch cable, UTP, PVC, 1m. 3) POE network Gigabyte switches 08-Port 10/100/1000, complete with all fixing accessories. 4) Network Gigabyte switches 08-Port, complete with all fixing accessories. 5) POE network megabyte switches 08-Port, complete with all fixing accessories. 6) 12U mounting Rack with patch Panels, cable organizers and cooling fans with all fixing accessories. 7) RJ-45 connectors completes with all fixing accessories. 8) Fiber optic cable 04-Core Single mode with all fixing accessories. 9) Joint Boxes for Fiber optic with all fixing accessories. 10) Gigabyte fiber media Converters. (Pair). 11) Light Beam 5.0 GHZ high power wireless outdoor nano station GEN2 Gigabyte. Complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 25km range (Ubiquiti / Tenda) with all fixing accessories. 12) Power Beam Gen2 5.0 GHZ high power wireless outdoor Nano station 450Mbps. complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 10km range (Ubiquiti / Tenda). 13) Air Fiber Antenna 5.0 GHZ high power 30dbm, wireless outdoor Gigabyte. up to 25km range for main Control Room with all fixing accessories. 14) Outdoor IP65 4x4 boxes for CCTV Cameras with all fixing accessories. 15) Outdoor IP65 8x10 boxes for Outdoor Equipment with all fixing. 16) Outdoor IP65 10x12 boxes for Outdoor Equipment with all fixing. 17) 3/29 cable for power supply with all fixing accessories. 18) 1'’ pipe for CAT 6 and electric cable with all fixing accessories. 19) Socket and T jointers for pipes with all fixing accessories. 20) 1" G.I Pipe for Fiber and CAT6 with all fixing accessories. 21) Poles for Micro-Link stations and CCTV Cameras with all fixing. 22) Flexible pipe for CCTV Cameras with all fixing accessories. 23) Connection with Main Control room. 24) Supply and installation of 8 Kwa inverter with Power banks for CCTV control Room backup with all fixing accessories. 25) Any Additional requirementsItem: NETWORK VIDEO RECORDER (NVR) 32CH
UNSPSC: Security cameras
Specifications / Requirements:
NETWORK VIDEO RECORDER (NVR) Specifications: HIK Vision or Equivalent in performance and longevity Network Video Recorder (NVR) (Model-5230 or Equivalent in performance and longevity) 32 Channels with 4k real-time live view, support 8MP resolution with all fixing accessories alongwith external 8TB HDD complete with all accessories. (8TB HDD included). COMBINED ACCESSORIES FOR LOT 01 ITEMS (Please choose relevant for afore-stated item) 1) 8TB Hard disk for NVRs 2) Cat 6 RJ45 to RJ 45 Patch cable, UTP, PVC, 1m. 3) POE network Gigabyte switches 08-Port 10/100/1000, complete with all fixing accessories. 4) Network Gigabyte switches 08-Port, complete with all fixing accessories. 5) POE network megabyte switches 08-Port, complete with all fixing accessories. 6) 12U mounting Rack with patch Panels, cable organizers and cooling fans with all fixing accessories. 7) RJ-45 connectors completes with all fixing accessories. 8) Fiber optic cable 04-Core Single mode with all fixing accessories. 9) Joint Boxes for Fiber optic with all fixing accessories. 10) Gigabyte fiber media Converters. (Pair). 11) Light Beam 5.0 GHZ high power wireless outdoor nano station GEN2 Gigabyte. Complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 25km range (Ubiquiti / Tenda) with all fixing accessories. 12) Power Beam Gen2 5.0 GHZ high power wireless outdoor Nano station 450Mbps. complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 10km range (Ubiquiti / Tenda). 13) Air Fiber Antenna 5.0 GHZ high power 30dbm, wireless outdoor Gigabyte. up to 25km range for main Control Room with all fixing accessories. 14) Outdoor IP65 4x4 boxes for CCTV Cameras with all fixing accessories. 15) Outdoor IP65 8x10 boxes for Outdoor Equipments with all fixing. 16) Outdoor IP65 10x12 boxes for Outdoor Equipments with all fixing. 17) 3/29 cable for power supply with all fixing accessories. 18) 1'’ pipe for CAT 6 and electric cable with all fixing accessories. 19) Socket and T jointers for pipes with all fixing accessories. 20) 1" G.I Pipe for Fiber and CAT6 with all fixing accessories. 21) Poles for Micro-Link stations and CCTV Cameras with all fixing. 22) Flexible pipe for CCTV Cameras with all fixing accessories. 23) Connection with Main Control room. 24) Supply and installation of 8 Kwa inverter with Power banks for CCTV control Room backup with all fixing accessories. 25) Any Additional requirementsItem: SMART LED 50’’ for Security Cameras
UNSPSC: Security cameras
Specifications / Requirements:
SMART LED 50’’ Specifications: TCL or equivalent COMBINED ACCESSORIES FOR LOT 01 ITEMS (Please choose relevant for afore-stated item) 1) 8TB Hard disk for NVRs 2) Cat 6 RJ45 to RJ 45 Patch cable, UTP, PVC, 1m. 3) POE network Gigabyte switches 08-Port 10/100/1000, complete with all fixing accessories. 4) Network Gigabyte switches 08-Port, complete with all fixing accessories. 5) POE network megabyte switches 08-Port, complete with all fixing accessories. 6) 12U mounting Rack with patch Panels, cable organizers and cooling fans with all fixing accessories. 7) RJ-45 connectors completes with all fixing accessories. 8) Fiber optic cable 04-Core Single mode with all fixing accessories. 9) Joint Boxes for Fiber optic with all fixing accessories. 10) Gigabyte fiber media Converters. (Pair). 11) Light Beam 5.0 GHZ high power wireless outdoor nano station GEN2 Gigabyte. Complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 25km range (Ubiquiti / Tenda) with all fixing accessories. 12) Power Beam Gen2 5.0 GHZ high power wireless outdoor Nano station 450Mbps. complies with IEEE 802. 11b/g, outdoor weatherproof and 4000v lightning/15kv ESD Protection design up to 10km range (Ubiquiti / Tenda). 13) Air Fiber Antenna 5.0 GHZ high power 30dbm, wireless outdoor Gigabyte. up to 25km range for main Control Room with all fixing accessories. 14) Outdoor IP65 4x4 boxes for CCTV Cameras with all fixing accessories. 15) Outdoor IP65 8x10 boxes for Outdoor Equipment with all fixing. 16) Outdoor IP65 10x12 boxes for Outdoor Equipment with all fixing. 17) 3/29 cable for power supply with all fixing accessories. 18) 1'’ pipe for CAT 6 and electric cable with all fixing accessories. 19) Socket and T jointers for pipes with all fixing accessories. 20) 1" G.I Pipe for Fiber and CAT6 with all fixing accessories. 21) Poles for Micro-Link stations and CCTV Cameras with all fixing. 22) Flexible pipe for CCTV Cameras with all fixing accessories. 23) Connection with Main Control room. 24) Supply and installation of 8 Kwa inverter with Power banks for CCTV control Room backup with all fixing accessories. 25) Any Additional requirementsItem: Installation, testing and commissioning charges of CCTV Camera’s, PTZ Camera, NVR & LED complete with complete accessories as per specifications.
UNSPSC: Security cameras
Specifications / Requirements:
IINSTALLATION, TESTING & COMMISSIONING OF CCTV & PTZ CAMERA SYSTEM FOR DAM SITE C1 (NAUSERI), SITE C2 (THOTTA-MAJHOI), SITE C3 (CHATTER KALAS) SCOPE: The Supplier shall be responsible for complete installation, testing, and commissioning of all equipment under Lot-01 including 4MP IP Bullet Cameras, PTZ Speed Dome Cameras, 32CH NVR with 8TB HDD, and 50" Smart LED Display at designated sites, with all types of cables, conduits, switches, adapters, chargers, brackets, junction boxes, and allied accessories required to make the system fully operational. 1. INSTALLATION: Supply and installation of all equipment at designated locations with proper cable laying, termination, dressing, labeling, earthing, surge protection, and weatherproofing as per manufacturer’s standard and best engineering practices. 2. TESTING: End-to-end testing of complete system for video resolution, night vision, PTZ functions, NVR recording/playback, and LED display. System shall be tested for 72 hours continuous operation without failure. 3. COMMISSIONING: Configuration of NVR with recording schedule and user rights and training of nominated staff on system operation and basic maintenance. 4. LIABILITY & WARRANTY: The Supplier shall remain fully liable for successful installation, integration, and performance of the complete system to the entire satisfaction of the Procuring Agency. The system shall not be deemed accepted until a Job Completion Certificate is issued by the Procuring Agency after successful testing and commissioning. Supplier shall provide one (01) year comprehensive warranty for installation and system integration and shall rectify any defect within reasonable time assessed and conveyed by the Procuring Agency during warranty period at no extra cost. All equipment shall be of HIK Vision, TCL, or equivalent in quality. 5. All Equipment should be Brand new.Lot Title : C1/C2/C3: Procurement of Wireless Communication System and related services i.e. installation, testing & commissioning on designated 03 sites of NJHPP
Item: Repeater Station with Antenna for Site C1 (Nauseri) & C3 (Chatter Kalas)
UNSPSC: OSS wireless access network equipment and components
Specifications / Requirements:
SPECIFICATIONS OF DMR REPEATER Frequency Range : UHF: 350-400MHz; 400-47OMHz; 450-527MHz 851 MHZ~869MHz, 935MHz941MHz (Transmit) 806MHz~824MHz, 896MHz902MHz (Receiver) VHE: 136-1 74MHZ Channel Capacity: 1024 Channel Spacing: 12.5KHZ 20KHz/ 25KHZ Operating Voltage: DC: 13.6V+15%, AC: 100-240V Current Consumption (DC): Standby: s0.9A Transmitting: ≤12A Current Consumption (AC): Standby: ≤0.35A Transmitting: ≤1.2A Frequency Stability: ≤±0.5ppm Antenna Impedance: 50Ω Duty Cycle: 100% Dimensions (HxWxD): 44x483x366 mm Weight: 5.8kg Ethernet Port: 1x RJ45 (Standard Version) Ethernet Port 2 x RJ45 Ethernet Port(Enhanced Version) USB Port: 1 x USB Port(Enhanced Version) RECEIVER Analog and Digital Sensitivity: 0.18uV(12dB SINAD) 0.16uV(Typical)(12dB SINAD) Digital : 0.18uV/BER5% Selectivity: TIA-603 65dB@12.5kHz / 75dB@20/25kHz ETSI 60dB@12.5kHz / 7OdB@20/25kHz Inter-Modulation: TIA-603 75dB@12.5/20/25kHz ETSI 70dB@12.5/20/25kHz Spurious Response Rejection: TIA-603 80dB@12.5/20/25kHz ETSI 80dB@12.5/20/25kHz Blocking : 90dB Hum and Noise: 40dB@12.5kHz; 43dB@20kHz, 45dB@25kHz Conducted Spurious Emission: ≤1GHz ≤-57dBm >1GHz ≤47dBm Audio Distortion: ≤3% Audio Response: +1 ~ -3dB TRANSMITTER RF Power Output: 5-50W(adjustable) 5W~35W@851 MHz~869 MHz 5W~30W@935MHz~941 MHz FM Modulation: 11KOF3E@12.5kHz; 14KOF3E@ 20kHz; 16KOF3E @ 25kHz 4FSK Digital Modulation: 12.5kHz Data Only: 7K60FXD 12.5kHz Data and Voice: 7K6OFXW Conducted/ Radiated Emission: Operating ≤1GHz -36dBm >1GHz -30dBm Standby ≤1GHz -57dBm >1GHZ -47dBm Modulation Limiting: +2.5kHz @ 12.5 kHz; t4.0kHz @ 20kHz; +5.0kHz @ 25kHz FM Hum & Noise: 40dB @ 12.5kHz: 43dB @ 20kHz 45dB @ 25kHz Adjacent Channel Power: 60dB@ 12.5kHz; 70dB @ 20/25kHz Audio Response: +1~-3dB Audio Distortion: ≤3% Digital Vocoder Type: AMBE+2TM/SELP Digital Protocol: ETSI-TS1 02 361-1,-2,-3 Environmental Specifications: Operating Temperature 30°C~+60° Storage Temperature 40°C~+85° Accessories: All communications and power related accessoriesItem: Base Station for Control room for Site C1 (Nauseri) , C2 (Thotta – Majhoi) & C3 (Chatter Kalas)
UNSPSC: OSS wireless access network equipment and components
Specifications / Requirements:
SPECIFICATIONS OF BASE STATION / MOBILE RADIO Frequency range: UHE: 400-470MHz; VHE: 136-1 74MHZ Channel Capacity: 256 (16 channels per zone) Zone Capacity: 16 Channel Spacing: 12.5/ 25 KHz Operating Voltage: 13.6 V + 15% Current Drain & Transmit: Standby around 0.3A Receive <1A Low Power Version 25W & 1W <8A <3A High Power Version 45W 5W <5A <12A Weight: 1100g Dimensions (W x HxL): 164X 43X150 mm Frequency stability: +0.5 ppm Antenna impedance: 50Ω LCD display: 128*64 pixels, monochrome, 1.5 inch, 2 rows Receiver Sensitivity: Analogue 0.3 uV (12 dB SINAD) 0.22 uV (Typical) (1 2 dB SINAD); 0.4 V (20 dB SINAD) Digital 0.3 uV/BER 5% Selectivity: TIA-603 60dB @ 12.5KHz / 70dB @ 25KHZ* ETSI 60dB ® 12.5KHz/ 70dB @ 25KHz* Inter modulation: TIA-603 70dB @ 12.5/25KHZ* ETSI 65dB @12.5/25KHz* Spurious Response Rejection: TIA-603 70dB @ 12.5/25KHZ* ETSI 70dB @ 12.5/25KHZ Blocking: TIA-603 90dB ETSI 84dB Hum and Noise: 40dB @ 12.5KHz # 45dB @ 25KHz Rated Audio Power Output: 8W Internal (@16 ohm load) 4W External (@8 ohm load) Max Audio Power Output: 6W Internal (@16 ohm load) 12W External (@8 ohm load) Rated Audio Distortion: ≤3% Audio Response: +1 ~-3dB Conducted Spurious Emission: <57dBm TRANSMITTER RF Power Output: Low power version: 1-25W (UHF/VHE) High power version: 5-45W(UHF) /5-50W(VHF FM Modulation: 11KOF3E@ 12.5KHz; 16KOF3E @ 25KHz* 4FSK digital modulation: 12.5 kHz (data only): 7K60FXD 12.5 kHz (data and voice): 7K60FXW Conducted/Radiated Emission: ≤-36dBm @≤ 1GHz: ≤ -30dBm @>1GHz Modulation Limiting: 土2.5KHz@125KHz +5.0KHZ @ 25KHz* FM Hum & Noise: 40dB @ 12.5KHZ 45dB @ 25KHz* Adjacent Channel Power: 60dB @ 12.5KHz; 70dB @ 25KHz* Audio Response: +1~-3dB Audio Distortion: ≤3% Digital Vocoder Type: AMBE++ ENVIRONMENTAL Operating Temperature: -30°C- +60°C 3 Storage Temperature: - 40°C~+85°C ESD: 61000-4-2 (Level 4) 土8kV (Contact) +15kV (Air) American Military Standard: C/D/E/F/G Dustproof & Waterproof: IP54 Standard Humidity: MIL-STD-810 G Standard Shock & Vibration: -STD-810 G Standard Digital Protocol: ETSI-TS1 02 361-1,-2-3 Accessories: All communications and power related accessoriesItem: Base Station for Vehicle = 01 No. for Dy. Director (Security) & 01 No. for QRF = 02 Nos.
UNSPSC: OSS wireless access network equipment and components
Specifications / Requirements:
SPECIFICATIONS OF BASE STATION / MOBILE RADIO Frequency range: UHE: 400-470MHz; VHE: 136-1 74MHZ Channel Capacity: 256 (16 channels per zone) Zone Capacity: 16 Channel Spacing: 12.5/ 25 KHz Operating Voltage: 13.6 V + 15% Current Drain & Transmit: Standby around 0.3A Receive <1A Low Power Version 25W & 1W <8A <3A High Power Version 45W 5W <5A <12A Weight: 1100g Dimensions (W x HxL): 164X 43X150 mm Frequency stability: +0.5 ppm Antenna impedance: 50Ω LCD display: 128*64 pixels, monochrome, 1.5 inch, 2 rows Receiver Sensitivity: Analogue 0.3 uV (12 dB SINAD) 0.22 uV (Typical) (1 2 dB SINAD); 0.4 V (20 dB SINAD) Digital 0.3 uV/BER 5% Selectivity: TIA-603 60dB @ 12.5KHz / 70dB @ 25KHZ* ETSI 60dB ® 12.5KHz/ 70dB @ 25KHz* Inter modulation: TIA-603 70dB @ 12.5/25KHZ* ETSI 65dB @12.5/25KHz* Spurious Response Rejection: TIA-603 70dB @ 12.5/25KHZ* ETSI 70dB @ 12.5/25KHZ Blocking: TIA-603 90dB ETSI 84dB Hum and Noise: 40dB @ 12.5KHz # 45dB @ 25KHz Rated Audio Power Output: 8W Internal (@16 ohm load) 4W External (@8 ohm load) Max Audio Power Output: 6W Internal (@16 ohm load) 12W External (@8 ohm load) Rated Audio Distortion: ≤3% Audio Response: +1 ~-3dB Conducted Spurious Emission: <57dBm TRANSMITTER RF Power Output: Low power version: 1-25W (UHF/VHE) High power version: 5-45W(UHF) /5-50W(VHF FM Modulation: 11KOF3E@ 12.5KHz; 16KOF3E @ 25KHz* 4FSK digital modulation: 12.5 kHz (data only): 7K60FXD 12.5 kHz (data and voice): 7K60FXW Conducted/Radiated Emission: ≤-36dBm @≤ 1GHz: ≤ -30dBm @>1GHz Modulation Limiting: 土2.5KHz@125KHz +5.0KHZ @ 25KHz* FM Hum & Noise: 40dB @ 12.5KHZ 45dB @ 25KHz* Adjacent Channel Power: 60dB @ 12.5KHz; 70dB @ 25KHz* Audio Response: +1~-3dB Audio Distortion: ≤3% Digital Vocoder Type: AMBE++ ENVIRONMENTAL Operating Temperature: -30°C- +60°C 3 Storage Temperature: - 40°C~+85°C ESD: 61000-4-2 (Level 4) 土8kV (Contact) +15kV (Air) American Military Standard: C/D/E/F/G Dustproof & Waterproof: IP54 Standard Humidity: MIL-STD-810 G Standard Shock & Vibration: -STD-810 G Standard Digital Protocol: ETSI-TS1 02 361-1,-2-3 Accessories: All communications and power related accessoriesItem: Walkie Talkie
UNSPSC: OSS wireless access network equipment and components
Specifications / Requirements:
SPECIFICATIONS OF TWO WAY RADIO WIRELESS HAND HELD SET (WALKIE TALKIE) Frequency Range: 136-1 74MHZ Channel Capacity: 128 Zone Channel: 16 Zone Capacity: 8 Channel Spacing: 12.5kHz Operating Voltage: 7.2V (rated) Battery: Li-ion 1500mAh(Standard); Li-ion 2200mAh(Optional) Battery Life ) (5/5/90 Duty Cycle,High TX Power): 12h(1500mAh) 16h(220OmAh Frequency Stability: 士0.5ppm Antenna Impedance: 50Ω Dimensions (H x Wx D): 115 x 55 x 29.5mm Weight(with antenna & battery): 230g Display: 144 inch monochrome LCD, 128X32pixel BT (optional): BT 5.0 BLE+EDR Receiver Sensitivity: 0.18µV (12dB SINAD) Adjacent Channel Selectivity: TIA-603: 60 dB@12.5kHz ETSI: 60dB@12.5kHz Inter modulation: ETSI: 6SpkHz A-60 TIA-603: 70 dB@12.5kHz Spurious Response Rejection: ETSI: 70d B@12.5kHz TIA-603: 70dB@12.5kHz Blocking : TIA-603:80dB; ETSI: 84dB Hum and Noise: 40dB@12.5kHz Audio Power Output: 1W Rated Audio Distortion: <3% Audio Response: +1~-3dB Conducted Spurious Emission: <-57dBm Transmitter RF Power Output: VHF: 5W/ 1W FM Modulation: 11KOF3E@12.5kHz Conducted/Radiated Emission: -36dBm < 1GHz; -30dBm > 1GHz Modulation Limiting: 土2.5kHz@12.5kHz FM Hum & Noise: 40dB@12.5kHz Adjacent Channel Power: 60dB@12.5kHz Audio Response: +1 to -3dB Audio Distortion: <3% Environmental: Operating Temperature -30°C* to +60°C Storage Temperature |40°C to+85°C ESD: IEC 61000-4-2 (Level 4) +8kV (contact); ±15kv (air) Dust and Water Intrusion: IEC60529-IP54 Humidity: MIL-STD-810 Shock and Vibration: MIL-STD-810H Accessories: All communications and power related accessoriesItem: Installation, testing and commissioning of afore-stated Wireless Communication System (where applies) alongwith all accessories as per stated specification at designated project sites
UNSPSC: OSS wireless access network equipment and components
Specifications / Requirements:
NSTALLATION, TESTING & COMMISSIONING OF WIRELESS COMMUNICATION SYSTEM FOR SITES C1, C2 & C3 SCOPE: The Supplier shall be responsible for complete installation, testing, and commissioning of all equipment under Lot-02 including Repeater Stations, Base Stations, Mobile Radios, and Walkie Talkies at designated sites, with all allied accessories, cables, masts, antennas, and mounting hardware required to make the system fully operational. 1. INSTALLATION: Supply and installation of all equipment at designated locations with proper earthing, lightning protection, cable laying, termination, labeling, and weatherproofing as per manufacturer’s standard and best engineering practices. 2. TESTING: End-to-end testing of complete system for voice clarity, signal coverage, and all functional parameters between all sites. System shall be tested for 72 hours continuous operation without failure. 3. COMMISSIONING: Programming of equipment as per client-approved frequency plan, and training of nominated staff on operation and basic maintenance. 4. LIABILITY & WARRANTY: The Supplier shall remain fully liable for successful installation, integration, and performance of the complete system to the entire satisfaction of the Procuring Agency. The system shall not be deemed accepted until a Job Completion Certificate is issued by the Procuring Agency after successful testing and commissioning. Supplier shall provide one (01) year comprehensive warranty for installation and system integration and shall rectify any defect within reasonable time as will be accessed and communicated by the Procuring Agency during warranty period at no extra cost. All equipment shall be of Motorola/Kenwood/Icom or equivalent in quality. 5. All equipment should be brand New.Lot Title : Sites C1/C2/C3: Procurement of Electronic Detection & Inspection Systems + Installation, Testing & Commissioning at designated Sites of NJHPP
Item: Procurement of Walk-Through Gate for 03 designated sites of NJHPP i.e. C1, C2, C3
UNSPSC: Security metal detector
Specifications / Requirements:
SPECIFICATIONS WALK THROUGH GATE Type: Enhanced Pinpoint Walk-Through Metal Detector Detection Zones: 33 pinpoint detection zones (head-to-toe, left/center/right sides) Detection Technology: Dual Detection – transmitters & receivers in each panel (detects from both sides simultaneously) Target Indication: Left, center, right side indicators + vertical height position Coil Design: Multi-dimensional coil arrays for maximum accuracy Sensitivity: Adjustable for each zone (from small objects like razor blades to large weapons) 0-400 level Throughput Capacity: Over 50 people per minute Calibration: Automatic – no need for manual calibration Self-Test Diagnostics: Continuous – reports faults and failures instantly on LCD Alarm Indicators: Audible alarm (adjustable tone & volume) Visual indicators (LED lights on both side panels) Zone-specific indicators for exact location Display & Control Overhead LCD unit with: • Alarm lights • LED bar graphs • Control touchpad (password protected) Security Access Control: Multi-level password protection to prevent unauthorized settings changes Power Supply: 90–264 VAC, 47–63 Hz (universal input) Power Consumption: 45 W typical, 90 W maximum Operating Temperature: -20°C to +70°C (-4°F to +158°F) Storage Temperature: -25°C to +85°C (-13°F to +185°F) Humidity: 0–95% non-condensing Ingress Protection: IP55 (protection from dust, rain, and foreign matter) Dimensions (Exterior): 91 in (231 cm) high × 35 in (90 cm) wide × 23 in (58 cm) deep Dimensions (Interior Passage): 80 in (203 cm) high × 30 in (76 cm) wide × 23 in (58 cm) deep Weight: Approx. 95 lbs (43 kg) Compliance Standards: TSA, ECAC, NIJ-0601.02, FAA, and international airport/courthouse security requirements Accessories (Optional): • Remote monitoring & networking kits • Data analysis software • Battery backup (for power outages) • Weatherproof protective covers • Mobility wheels for easy relocationItem: Procurement of Under Vehicle Surveillance System UVSS for 02 designated sites of NJHPP i.e. C1 & C2
UNSPSC: Security cameras
Specifications / Requirements:
SPECIFICATIONS OF UVSS (UNDER VEHICLE SURVEILLANCE SYSTEM) • Camera & Imaging • High-resolution color camera (2MP–5MP) • Wide-angle & fish-eye lens for complete undercarriage coverage • Automatic image capture when vehicle passes • Frame rate: 25–30 fps • Infrared (IR) / LED lighting for night operation • Scanning & Detection • Full undercarriage scan in 1–3 seconds • Automatic comparison with stored reference image (shows changes in vehicle bottom) • Motion detection & ANPR (Automatic Number Plate Recognition) optional • Detects explosives, weapons, hidden objects, magnetic anomalies • System & Software • Real-time image stitching (clear full vehicle bottom view) • Automatic alarm on suspicious object detection • Database storage for vehicle records (date, time, plate, images) • Remote monitoring & integration with access control/CCTV Installation • Fixed type: permanently embedded at checkpoints • Heavy-duty steel plate, waterproof & dustproof (IP68 rating) Power & Environment • Power: AC 110–240V Operating Temp: –25°C to +60°C Humidity: ≤95% non-condensing • Optional Features • ANPR system (automatically number plate reads) • Barrier control (automatic boom barrier with UVSS) • Including all Civil, Electrical & Mechanical works.Item: Procurement of Scanning Mirror for 03 designated sites of NJHPP i.e. C1, C2, C3
UNSPSC: Convex security mirrors
Specifications / Requirements:
SPECIFICATIONS OF SCANNING MIRROR (UVIM) • Type: Convex (wide-angle view) • Size: 12–14 inches (round) or 8×12 inch (rectangular) • Material: Acrylic shatter-proof or Polycarbonate (lightweight, scratch resistant) • View Angle: 160–180° wide reflection • Handle Material: Aluminum / Steel (lightweight but durable) • Length: 1–1.5 meter • Grip: Rubberized or foam handle (non-slip comfort) • Lighting • Built-in torch / LED light (removable or rechargeable) • Night inspection possible • Some models have detachable light with magnet mount • Mobility With wheels: 3 caster wheels for smooth sliding under vehicle • Weight2–4 kg (portable, easy to carry)(lightweight, quick use) Optional Features • Rechargeable LED torch (6–8 hrs backupItem: Installation, Testing & Commissioning for above 03 items at designated sites of NJHPP as per specifications
UNSPSC: Security metal detector
Specifications / Requirements:
SCOPE OF INSTALLATION, TESTING & COMMISSIONING (ITC) Applicable Items: Walk Through Metal Detector Gates, Under Vehicle Surveillance System (UVSS), Under Vehicle Inspection Mirror (UVIM/Scanning Mirror) Sites: As per BOQ. 1. General Scope 1.1- The Contractor shall be responsible for complete delivery to site, unloading, safe storage, installation, testing, commissioning, and handover of all equipment under this lot. All works shall be carried out to the full satisfaction of the Procuring Agency or its authorized representative. 1.2- Site Survey & Approvals: Contractor shall conduct a pre-installation site survey to prepare layout drawings, foundation details, and cable routing plans. 1.3- Compliance: All works shall comply with applicable PEC, PETSAC, IEE regulations, OEM guidelines, and security SOPs of the Procuring Agency. 2. Installation 2.1- Contractor shall complete all civil, electrical, and mechanical works required for full operationalization of the equipment, including but not limited to foundations, grouting, mounting, cabling, conduit, earthing, and road restoration. 2.2- All materials, accessories, tools, and consumables required for installation shall be arranged by the Contractor. The Procuring Agency will only provide designated installation space and power source at reasonable distance. 2.3- Installation shall be deemed complete only after physical verification and acceptance by the Procuring Agency’s technical team. 3. Testing 3.1- The Contractor shall conduct all pre-commissioning and performance tests in the presence of the Procuring Agency’s representative and as per OEM test protocols. 3.2- Any defects, deficiencies, or non-conformance observed during testing shall be rectified by the Contractor at no extra cost. 3.3- The system shall be considered successfully tested only after the Procuring Agency issues a Testing Acceptance Note confirming satisfactory performance. 4. Commissioning & Handover 4.1- Commissioning: The equipment shall be commissioned and put into regular operation only after successful testing and written clearance from the Procuring Agency. The decision of the Procuring Agency regarding successful commissioning shall be final. 4.2- Training & Documentation: Contractor shall provide operational training to nominated staff and submit As-built drawings, OEM manuals, test reports, and warranty documents at the time of handover, to the satisfaction of the Procuring Agency. 4.3- Acceptance: Final acceptance of the installed system shall be subject to issuance of Commissioning & Acceptance Certificate by the Procuring Agency. Payment for ITC shall be released only after issuance of this certificate. 4.4- Warranty: Minimum 01-year comprehensive on-site warranty from the date of final acceptance. Equipment Manufacturer’s warranty also required. All repairs/rectifications during warranty shall be carried out to the satisfaction of the Procuring Agency within reasonable time (as assessed and conveyed by Procuring Agency) of complaint logging. 5. Procuring Agency’s Authority 5.1- The Procuring Agency reserves the right to inspect, reject, or order re-execution of any work that is not in accordance with specifications or is not to the satisfaction of the Procuring Agency. 5.2- All works under ITC shall be deemed incomplete until the Procuring Agency certifies in writing that the installation is fully operational and satisfactory in all respects.Item: Procurement of Metal Detector
UNSPSC: Security metal detector
Specifications / Requirements:
SPECIFICATIONS OF HAND-HELD METAL DETECTOR Type: Hand-Held Metal Detector Detection: All metals (ferrous, non-ferrous, stainless steel, contraband, metallic objects) Sensitivity: Exceeds NIJ 0602.02 Standard Scan Area: 8 in (20.3 cm) large scan surface Indicators: Audible alarm (beep), Bright red LED light, Selectable vibrating alarm Calibration: Automatic (self-calibrating digital microprocessor) Controls: Momentary push button (reduces interference from nearby metal) Internal sensitivity adjustment Construction: Rugged high-impact ABS plastic case, Reinforced coil compartment Weatherproof rubber handle Durability: Meets MIL-STD-810G (drop test, Method 516.6, Procedure II) Power: Standard 9V battery (rechargeable – typical runtime 100+ hours) Weight : Approx. 18.6 oz (530 g) including batteryItem: Procurement of heavy-duty Torches
UNSPSC: Flashlight
Specifications / Requirements:
SPECIFICATION OF TORCH FLASHLIGHT Torch Range: Range Ruilang or Equivalent Flashlight Up to 1-kilometer range Battery Capacity: 8800mAh Material: Aluminum body for durability Add features: Powerful laser torch functionality 3 brightness levels for different needs Type C charging charger and cable Includes high-quality carrying box for portability and storageLot Title : C1/C2/C3: CONTROLLED EQUIPMENT REQUIRING MOI NOC
Item: Bullet Proof Helmet
UNSPSC: Helmet, bullet proof
Specifications / Requirements:
SPECIFICATIONS OF STEEL HELMET • Material Hardened Alloy Steel (heat-treated) • Fragment & impact resistant Weight • 1.2 – 1.6 kg (standard) • Heavier than Kevlar helmets but strong and durable Protection Level • NIJ Level II/III /IIA/ IIIA (protects against: • 9mm pistol rounds • .44 Magnum handgun rounds • Metal fragments, shrapnel, blunt impact) Design • Traditional "Military/Police style" round dome • Provides coverage to top, sides, and back of head Liner System • Inner foam + suspension webbing • Sweat-resistant and shock absorbing • Adjustable head size Chin Strap • 3-point or 4-point nylon web strap • Quick release buckle • Adjustable for comfort Finish • Anti-reflective matte paint • Colors: Black, Olive Green, Navy Blue, UN Blue (customizable) • Rust-proof coating Optional Features • Visor/shield attachment (anti-riot use) • Camouflage cover (for field use) • Ballistic face shield (for special duty) Widely used for guards, police, paramilitary, and site security key for II, IIA, IIIA II = handgun protection (9mm high-velocity, .357 Magnum) III=Rifle rounds (7.62 NATO, AK-47 with steel/ceramic plates) IIA = basic handgun protection (9mm, .40) IIIA = strongest handgun protection (9mm, .357, .44 Magnum)Item: Procurement of Bullet Proof Jacket (Level 3)
UNSPSC: Bullet proof vests
Specifications / Requirements:
SPECIFICATIONS OF BULLETPROOF JACKET Material • Kevlar / Aramid fibers (lightweight, flexible) • PE (Polyethylene) or Ceramic plates (hard armor, rifle protection) Protection Levels (NIJ Standard) • Level II → Handgun + .357 Magnum • Level IIA → Basic handgun (9mm, .40 S&W) • Level IIIA → High handgun threats (.357 SIG, .44 Magnum) • Level III → Rifle rounds (7.62 NATO, AK-47 with steel/ceramic plates) • Level IV → Armor-piercing rifle rounds (.30-06 AP) Weight • Soft armor (II–IIIA): 2.5 – 4 kg • Hard armor (III–IV): 6 – 12 kg (with plates) Design • Vest style: Front & back protection • Tactical style: With MOLLE webbing (for pouches, gear) • Concealable style: Slim, under-uniform wear Coverage • Vital organs (front, back, sides) • Optional add-ons: Shoulder, groin, and neck protectors Features • Adjustable straps (universal size fitting) • Removable & washable cover • Plate pockets (for ceramic/steel/PE plates) • Colors: Black, CamouflageItem: Procurement of Gen-3 Night Vision Devices
UNSPSC: Night vision equipment
Specifications / Requirements:
SPECIFICATIONS OF GEN-3 NVG • Night Optics PVS-7 Gen 3 (Mil-Spec) • Resolution: 57–72 lp/mm (P07-3AG) or 45–64 lp/mm (P07-3ST) • Magnification: 1×Field of View (FOV): 40° (~2,184 ft linear view) • Lens: 26 mm, f/1.12 • Focus Range: 10″ to Infinity • Battery: 2 × AA (≈40 hours runtime) • IR Illuminator: Built-in Special Features: Auto-brightness control, stereoscopic imaging, helmet mountable Weight: ~18 oz (≈510 g)Lot Title : C1/C2/C3: FIELD AND CIVIL SECURITY EQUIPMENT + INSTALLATION, TESTING & COMMISSIONING
Item: Procurement of Binocular (1 Km Range) for 03 sites designated as C1, C2 & C3
UNSPSC: Binoculars
Specifications / Requirements:
SPECIFICATIONS OF BINOCULAR Binocular zoom: (12 x 50) 1+Km Range Features & accessories: • Multi-coated optics for superior light transmission and brightness • Non-slip rubber armor absorbs shock while providing a firm grip Contemporary styling • The binoculars with a carrying strap, case, and cleaning cloth. • Ideal for examining details at long rang Capacity: • Magnification 12x • Front lens diameter 50mm • Focusing system Insta Fokus • Lens coating fully coated • Type of build Porro prisms • Glass material BK-7 • Eye relief 7.0mm • Exit pupil 4.2mm • Eyepiece cups folding • Diopter-adjustment Side right side • 1+ Km RangeItem: Ammunition Bandoliers (textile item)
UNSPSC: Parts of guns or pistols
Specifications / Requirements:
AMMUNITION BANDOLIER - 7.62mm 1. Material: 1000D or 600D Nylon/Polyester, water resistant, PU coated 2. Pockets: 06 individual pockets, each to hold 1x 7.62x39mm or 7.62x51mm magazine 3. Closure: Heavy-duty Velcro flap + adjustable quick-release buckle per pocket 4. Construction: Double-stitched, reinforced stress points, bar-tacked 5. Carrying: Adjustable shoulder strap, 2-inch webbing, quick-release buckle 6. Hardware: Non-reflective, anti-rust metal/plastic buckles & D-rings 7. Color: Khaki, Olive Green, or Black as per site requirement 8. Capacity: Each pocket min depth 6.5", width 3" to fit standard AK/G3 mags 9. Additional: Drain holes at bottom of each pocket 10. Marking: No logos. Stencil space for “Property of C1/C2/C3” if required 11. Usage: For security guards at Sites C1/C2/C3 for on-person ammo carriage 12. Compliance: Must not be confused with weapon parts. This is textile equipment onlyItem: Hydraulic Barriers
UNSPSC: Barriers
Specifications / Requirements:
SPECIFICATIONS OF D-TYPE HYGRAULIC ROAD BLOCKER Mechanical Specifications Dimensions 3 x12 x 3ft Starting Height 750mm Power K-4, K-8, K-12 rated Transformer 110-120VAC, 50-60 Hz, or 220-240VAC, 50 Hz (optional) Solid Mild Steel Electrostatic powder coated Temperature -10 to +55°C Humidity 95% Max. Controlling Unit Micro Controller Mode Manual and Automatic Colors Standard Electrical Specs Electric Power Stabilized 220VAC, 5A, 1 phase Frequency HZ 50-60 Hz Voltages 24VDC Solenoid 24 VDC, 2A each No. of Solenoid 2 Controlling Unit Micro Controller Controller Made in Taiwan Limit Switches 15A / 250V AC, Brand: C-Lin Relays 24V DC / 220V AC (8 pins or 11 pins configuration) Brand: C-Lin Relay Base Standard 8pins or 11 pins, Brand: C-Lin Power Adapter Standard Power Adapter 24V DC Output Hydraulic Specs Motor • 3-Phase Induction motor Hydraulic pump • Speed: Rated 1800 RPM, • Max 3000 RPM • Min 400 RPM Gear Type • Work Pressure: 100 bars Pump • Single Gear Pump Pemex = 250 bar (3500 psi) • Rated Speed: 1800 rate per minute Modular Relief Valves • Model: MRV-03 Pemex: 4500 psi Mac flow: 21.13 gpm • Functioning Temp: 12-70 C’ Modular Check valves • Pemex = 3625 psi • Operating Temperature: 15-70 C Solenoid operated Valve • DEKEMA DGG-01-3660N-50Item: Civil Works, Electrical and Mechanical Works, Installation, Testing and commissioning for Hydraulic Barriers at sites C1 & C2 as per specifications
UNSPSC: Barriers
Specifications / Requirements:
SCOPE OF INSTALLATION, TESTING & COMMISSIONING (ITC) Applicable Item: D-Type Hydraulic Road Blocker/Barrier Sites: As per BOQ Note: Technical specifications of equipment are covered separately. This clause covers works only. 1. Scope of Works 1.1- The Contractor shall carry out complete civil works, electrical works, mechanical works, installation, testing, commissioning, and handover of the Hydraulic Road Blockers to the full satisfaction of the Procuring Agency. 1.2- Civil Works: Include but not limited to excavation, RCC foundation, drainage for pit, cable ducts, road cutting/reinstatement, and all finishing works. 1.3- Electrical & Mechanical Works: Include installation of control panel, cabling, earthing, traffic lights, hydraulic power pack, piping, assembly of barrier, and all allied works required for full operationalization. 1.4- Approvals: All works shall commence only after site survey and written approval of drawings by the Procuring Agency. All works shall comply with PEC, IEE, and OEM guidelines 2. Installation, Testing & Commissioning 2.1- Installation: Shall be done using proper tools and safety measures. Installation shall be deemed complete only after verification by the Procuring Agency. 2.2- Testing: Contractor shall conduct operational, safety, electrical, hydraulic, and endurance tests in the presence of the Procuring Agency’s representative. Any defects found during testing shall be rectified at no extra cost to the satisfaction of the Procuring Agency. 2.3- Commissioning: System shall be commissioned only after successful completion of all tests and issuance of Testing Acceptance Note by the Procuring Agency. The decision of the Procuring Agency regarding successful commissioning shall be final. 3. Handover & Acceptance 3.1- Training & Documents: Contractor shall provide operational training to nominated staff and submit As-built drawings, O&M manuals, and test reports to the satisfaction of the Procuring Agency. 3.2- Warranty: Minimum 01-year comprehensive on-site warranty from date of final acceptance. Response time for faults: Reasonable time as assessed and conveyed by the Procuring Agency. 3.3- Final Acceptance: Works shall be considered complete only upon issuance of Commissioning & Acceptance Certificate by the Procuring Agency. Payment for ITC shall be linked to this certificate. 3.4- Authority: The Procuring Agency reserves the right to reject any work not conforming to specifications or not to the satisfaction of the Procuring Agency. Such work shall be redone by the Contractor at no extra cost.For Individual Items
| # | Item Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
1. Definitions
2. Application and Interpretation
2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.
2.2 In interpreting these Conditions of Contract headings and marginal notes are used for convenience only and shall not affect their interpretations unless specifically stated; references to singular include the plural and vice versa; and masculine include the feminine. Words have their ordinary meaning under the language of the Contract unless specifically defined.
3. Applicable Law
3.1 The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.
4. Governing Language
4.1 The Contract as well as all correspondence and documents relating to the Contract exchanged between the Bidder and the Procuring Agency, shall be written in the English language unless otherwise stated in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided these are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, this translation shall govern.
5. Notices
5.1 Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC.
6. Delivery/Location
6.1 The Goods shall be delivered to such locations as the Procuring Agency may approve and as specified in SCC.
7. Authorized Representatives / Authority of Member in charge
7.1 Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Agency or the Bidder may be taken or executed by the officials specified in the SCC.
8. Effectiveness of Contract
8.1 This Contract shall come into effect on the date the Contract is signed by both parties and such other later date as may be stated in the SCC.
9. Commencement of Services
9.1 The Bidder shall confirm availability of Key Experts and begin carrying out the Services not later than the number of days after the Effective Date specified in the SCC.
10. Program
10.1 Before commencement of the Services, the Bidder shall submit to the Procuring Agency for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated.
11. Starting Date/Expiration Date
11.1 The Bidder shall start carrying out the Services Five (05) days after the date the Contract becomes effective, or at such other date as may be specified in the SCC.
11.2 Unless terminated earlier pursuant to Clause GCC 15 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SCC.
12. Entire Agreement
12.1 This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein.
13. Modification
13.1 Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any Bids for modification or variation made by the other Party.
13.2 In cases of any modifications or variations, the prior written consent of the Procuring Agency is required.
14. Force Majeure
14.1 Definition
For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.
14.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.
14.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.
14.4 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the Bidder shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.
15. Termination
15.1 By the Procuring Agency
The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (e) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty (30) calendar days’ written notice of termination to the Bidder in case of the events referred to in (a) through (d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e);
15.2 By the Bidder
The Bidder may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause.
16. General
16.1 Standard of Performance
16.2 Law Applicable to Goods
The Bidder shall deliver the goods in accordance with the Contract and in accordance with the Law of Pakistan and shall take all practicable steps to ensure that any of its Experts and Sub-Bidders, comply with the Applicable Law.
17. Conflict of Interests
17.1 Bidder Not to Benefit from Commissions and Discounts.
The remuneration of the Bidder shall constitute the Bidder’s sole remuneration in connection with this Contract or the Services, and the Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Bidder shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration.
17.2 Bidder and Affiliates Not to be Otherwise Interested in Project
The Bidder agree that, during the term of this Contract and after its termination, the Bidder and its affiliates, as well as any Subcontractor and any of its affiliates, shall be disqualified from providing Goods for any project resulting from or closely related to the Services.
17.3 Prohibition of Conflicting Activities
Neither the Bidder nor its Subcontractors nor the Personnel shall engage, either directly or indirectly, in any of the following activities:
18. Confidentiality
18.1 Except with the prior written consent of the Procuring Agency, the Bidder and the Experts shall not at any time communicate to any person or entity any confidential information acquired in the course of the contract.
19. Insurance to be Taken Out by the Bidder
19.1 The Bidder(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain, at its (or the Subcontractors’, as the case may be) own cost but on terms and conditions approved by the Procuring Agency, insurance against the risks, loss or damage, and for the coverage, as shall be specified in the SCC; and (b) at the Procuring Agency’s request, shall provide evidence to the Procuring Agency showing that such insurance has been taken out and maintained and that the current premiums have been paid.
20. Bidder’s Actions Requiring Procuring Agency’s Prior Approval
20.1 The Bidder shall obtain the Procuring Agency’s prior approval in writing before taking any of the following actions:
(a) appointing such members of the Personnel not provided by the Bidder;
(b) changing the Program of activities; and
(c) any other action that may be specified in the SCC.
21. Reporting Obligations
21.1 The Bidder shall submit to the Procuring Agency the reports and documents in the numbers, and within the periods as prescribed by the Procuring Agency.
22. Liquidated Damages
22.1 If the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Procuring Agency shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the performance security (or guarantee) specified in SCC. Once the said maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 15.
22.2 Correction for Over-payment
If the Intended Completion Date is extended after liquidated damages have been paid, the Procuring Agency shall correct any overpayment of liquidated damages by the Bidder by adjusting the next payment certificate. The Bidder shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCC.
22.3 Lack of performance penalty
If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, a penalty for Lack of performance will be paid by the Bidder. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as specified in the SCC.
23. Performance Guarantee
23.1 Within Seven (07) days from the issuance of acceptance letter from the Procuring Agency, the successful Bidder shall furnish the Performance Guarantee in shape of ------- at the discretion of the PA in the amount specified in SCC. In case the amount of Bids security is equal or greater than
23.2 The proceeds of the Performance Guarantee shall be payable to the Procuring agency as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
23.3 The Performance Guarantee shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring agency and shall be in the acceptable form as specified in SCC.
23.4 The Performance Guarantee will be discharged by the Procuring agency and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless otherwise specified in SCC.
24. Fraud and Corruption
24.1 The Procuring Agency requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the Bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.
25. Sustainable Procurement
25.1 The Bidder shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.
26. Description of Personnel
26.1 The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Bidder’s Key Personnel. The Key Personnel listed by title as well as by name are hereby approved by the Procuring Agency.
27. Removal and/or Replacement of Personnel
27.1 Except as the Procuring Agency may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Bidder, it becomes necessary to replace any of the Key Personnel, the Bidder shall provide as a replacement a person of equivalent or better qualifications.
27.2 If the Procuring Agency finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Bidder shall, at the Procuring Agency’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Procuring Agency.
27.3 The Bidder shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.
28. Assistance and Exemptions
28.1 The Procuring Agency shall use its best efforts to ensure that the Government shall provide the Bidder such assistance and exemptions as specified in the SCC.
29. Change in the Applicable Law
29.1 If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the related Services rendered by the Bidder, then the remuneration and reimbursable expenses otherwise payable to the Bidder under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred in the SCC.
30. Services and Facilities
30.1 The Procuring Agency shall make available to the Bidder and the Experts, for the purposes of the Services and free of any charge, the services, facilities and property described , at the times and in the manner specified in the SCC or terms of reference.
30.2 In case that such services, facilities and property shall not be made available to the Bidder, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Bidder for the performance of the Services, (ii) the manner in which the Bidder shall procure any such services, facilities and property from other sources, and (iii) the additional payments, if any, to be made to the Bidder as a result thereof.
31. Contract Price
31.1 The price payable shall be in Pakistani Rupees unless otherwise specified in the SCC. Prices charged by the Supplier for Goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its Bid.
32. Terms and Conditions of Payment
32.1 Payments will be made to the Bidder according to the payment schedule stated in the SCC and as per actual invoice submitted by the Bidder.
32.2 Unless otherwise stated in the SCC, the advance payment shall be made against the provision by the Bidder of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC. Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Bidder have submitted an invoice to the Procuring Agency specifying the amount due.
33. Currency of Payment
33.1 Any payment under this Contract shall be made in the currency(ies) specified in the SCC.
34. Identifying Defects
34.1 The principle and modalities of Inspection of the Goods by the Procuring Agency shall be as indicated in the SCC. The Procuring Agency shall check the Bidder’s performance and notify him of any Defects that are found. Such checking shall not affect the Bidder’s responsibilities. The Procuring Agency may instruct the Bidder to search for a Defect and to uncover and test any service that the Procuring Agency considers may have a Defect. Defect Liability Period is as defined in the SCC.
35. Correction of Defects,and
Lack of Performance Penalty
35.1 The Procuring Agency shall give notice to the Bidder of any Defects before the end of the Contract. The Defects liability period shall be extended for as long as Defects remain to be corrected.
35.2 Every time notice a Defect is given, the Bidder shall correct the notified Defect within the length of time specified by the Procuring Agency’s notice.
35.3 If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, the Procuring Agency will assess the cost of having the Defect corrected, the Bidder will pay this amount, and a Penalty for Lack of Performance.
36. Taxes and Duties
36.1 A Supplier shall be entirely responsible for all taxes, duties, fees, etc., incurred until delivery of the contracted Goods to the Procuring Agency.
37. Alternate Dispute Resolution
37.1 The disputes between the parties to the contract may be settled in accordance with Public Procurement Rules, 2004.
37.2 The procuring agency shall refer the matter to the Chief Justice Islamabad High Court or Managing Director PPRA or the Secretary Ministry of Law & Justice for appointment of Arbitrator.
37.3 The fee for the Arbitrator shall be specified in Pak Rupees as determined by the appointing authority which shall be borne and shared equally by the contracting parties.
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
Number of GC Clause
Amendments of, and Supplements to, Clauses in the General Conditions of Contract
Number of GC Clause 1
Definitions
The Procuring Agency is: O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
The Supplier is:
The title of the subject procurement is: PROCUREMENT OF SECURITY ENABLERS AND RELATED SERVICES i.e. INSTALLATION, TESTING & COMMISSIONING ON ALL THREE SITES OF NEELUM JHELUM HYDROPOWER PROJECT, MUZAFFARABAD AJK
Number of GC Clause 3
Applicable/Governing Law:
The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan
Number of GC Clause 4
Language:
The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English.
Number of GC Clause 5
Notices:
The addresses for the notices are:
Procuring Agency:
O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director
O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
+92-300-309-7202
dir.em.c@njhpc.org.pk
Contractor/ Bidder:
[Name, address and telephone number].
The Contractor/ Bidder’s Representative(s)
[Name, address, telephone number and e-mail address]
Number of GC Clause 7.1
The Authorized Representatives are:
For the Procuring Agency:
O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director
O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
+92-300-309-7202
dir.em.c@njhpc.org.pk
For the Bidder:
Name: ………………………
Designation: ……………..
Address: ……………………………..
Number of GC Clause 8
Effectiveness of the contract
Number of GC Clause 9
Commencement of Contract:
Number of GC Clause 11.2
Expiration of Contract:
Number of GC Clause 15
Termination
In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements.
Number of GC Clause 17
Conflict of Interest:
The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17.
Number of GC Clause 22
Liquidated Damages
If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 1.00% to 2.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.
Number of GC Clause 23
Performance Guarantee:
The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Bank Guarantee
Number of GC Clause 32
Payment terms:
Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract.
Number of GC Clause 33
Currency of Payment:
All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.
Number of GC Clause 34
Identifying Defects:
The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided.
For being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier)
For Physical Fitness having No Damages (Certificate from supplier)
For the Country of Origin as quoted by the Supplier (Certificate from manufacturer)
For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team)
For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team)
Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;
Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods;
Copies of the packing list identifying contents of each package;
Insurance Certificate;
Manufacturer’s or Supplier’s Valid Warranty Certificate;
Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report;
Certificate of Origin.
The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock
Number of GC Clause 37
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder.
Rules of procedure for arbitration proceedings:
Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator.
Place of Arbitration and Award:
The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties.
Date: [insert date (as day, month and year)]
Bid No.:P20849
To: O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
THIS AGREEMENT made the _____ day of __________ 20_____ between O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., PROCUREMENT OF SECURITY ENABLERS AND RELATED SERVICES i.e. INSTALLATION, TESTING & COMMISSIONING ON ALL THREE SITES OF NEELUM JHELUM HYDROPOWER PROJECT, MUZAFFARABAD AJK (P20849) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-
3. In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Bidder: …………………………………………………
Contract Number: Contract Value: Contract Title:
Dated:
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.
To: O/O CEO-NJHPC, Neelum Jhelum Hydropower Company (Neelum Jhelum Hydropower Company), Director O/O CEO-NJHPC, WAPDA Colony C3, Chattar Kalas., Muzaffarabad Tehsil, Muzaffarabad District (District), Muzaffarabad Division (Division), Azad Jammu and Kashmir (AJK) (Province).
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}