Standard Bidding Document

📑 Procurement Notice (NIT)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

INVITATION TO BIDS

PROCUREMENT OF GOODS

  1. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) has reserved Funds for the procurement planned for FY 2025-26. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) intends to apply part of the proceeds of this Fund to cover eligible payments under the contract for the "PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS".
  2. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) invites E-bids from eligible Bidders for procurement of goods descibed in the bidding documents on EPADS v2.0.
  3. Single Stage-One Envelope will be used by adopting Quality and Cost Based Selection (QCBS) Technique for the subject procurement, in line with the Public Procurement Rules, 2004 and any Regulations, Regulatory Guides, Procurement Guidelines or Instructions issued by the Authority from time to time.
  4. All Bids must be accompanied by a Bid Security amounting described in Bid Security Section in Bidding Document in the form of  Pay Order, Banker's Cheque, Bank Guarantee. Where Bid Security is not required by the Procuring Agency, Bidders are required to furnish Bid Security Declaration as specified in Bidding Document.
  5. E-Bidding documents, containing detailed terms & conditions, specifications and requirements etc. are available on e-Pak Acquisition and Disposal System (EPADS) at https://vendors.epads.gov.pk/. 
  6. Bidder(s) are required to get themselves registered on EPADS v2.0 on or before Monday, May 4, 2026 11:00 AM. E-bids will be opened using EPADS v2.0 on the same day at Monday, May 4, 2026 11:30 AM. Manual submission of Bids shall not be entertained. Those vendors who have not yet registered on the new version of EPADS v2.0, may register themselves on https://vendors.epads.gov.pk/. A tutorial to explain the registration process is available at https://www.youtube.com/watch?v=MNW6T38v7tc

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).

 

 

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

📑 Instructions to Bidders (ITB)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

A. Introduction

1.Scope of Bids

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. Source of Funds

2.1 Source of funds is referred in Clause-1 of Invitation for Bids.

3. Eligible Bidders

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:

  1. are associated or have been associated in the past, directly or indirectly with a firm or any of its affiliates which have been engaged by the Procuring Agency to provide consulting services for the preparation of the design, specifications and other documents to be used for the procurement of the Goods to be purchased under this Invitation for Bids.
  2. have controlling shareholders in common; or
  3. receive or have received any direct or indirect subsidy from any of them; or
  4. have the same legal representative for purposes of this Bid; or
  5. have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bids of another Bidder, or influence the decisions of the Procuring Agency regarding this Bidding process; or     
  6. Submit more than one Bid in this Bidding process.

3.7  A Bidder may be ineligible if –

  1. he is declared bankrupt or, in the case of company or firm, insolvent;
  2. payments in favor of the Bidder is suspended in accordance with the judgment of a court of law other than a judgment declaring bankruptcy and resulting (in accordance with the national laws) in the total or partial loss of the right to administer and dispose of its property;
  3. the Bidder is convicted, by a final judgment, of any offence involving professional conduct;
  4. the Bidder is blacklisted locally or by international organizations and hence debarred due to involvement in corrupt and fraudulent practices, or performance failure or due to breach of Bid securing declaration.  

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. Eligible Goods and Related Services

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. One Bid per Bidder

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. Cost of Bidding

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.

B. Bidding Documents

7. Contents of  Bidding Document

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. Clarification of Bidding documents

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. Amendment of Bidding documents

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.

C. Preparation of Bids

10. Language of Bid

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. Documents and samples Constituting the Bid

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. Documents Establishing Eligibility of the Goods and Conformity to Bidding documents

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. Documents Establishing Eligibility and Qualification of the Bidder

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. Form of Bids

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. Bids Prices

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. Bids Currencies

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. Bids Validity Period

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. Bid Security or Bid Securing Declaration

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:

  1. the expiry of the Bid Security;
  2. the entry into force of a procurement contract and the provision of a Performance Guarantee, for the performance of the contract if such a guarantee, is required by the Bid documents;
  3. the rejection by the Procuring Agency of all Bids;
  4. the withdrawal of the Bids prior to the deadline for the submission of Bids, unless the Bids documents stipulate that no such withdrawal is permitted.

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:

  1.  if a Bidder:
  2. withdraws its Bid during the period of Bid Validity as specified by the Procuring Agency, and referred by the Bidder on the Form of Bids except as provided for in ITB 17.2; or
  3. does not accept the correction of errors; or
  4. in the case of a successful Bidder, if the Bidder fails:
  5. to sign the contract; or
  6. to furnish Performance Guarantee.

19. Withdrawal, Substitution, and Modification of Bid

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. Format and Signing of Bid

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.

D. Submission of Bids

21.  Submission of Bids through EPADS v2.0

21.1  The Technical and Financial Bids if required to submitted, shall be submitted on EPADS v2.0.  

22. Deadline for Submission of Bids

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.

E. Opening and Evaluation of Bids

23. Opening of Bids

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. Clarification of Bids

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:

  1. evaluation & qualification criteria;
  2. required scope of work or specifications;
  3. all securities requirements;
  4. tax requirements;
  5. terms and conditions of Bidding documents.
  6. change in the ranking of the Bidder

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. Preliminary Examination of Bids

25.1  Prior to the detailed evaluation of Bids, the Procuring Agency will determine whether each Bid:

  1. meets the eligibility criteria defined in ITB 3;
  2. has been prepared as per the format and contents defined by the Procuring Agency in the Bidding documents;
  3. is accompanied by the required securities; and
  4. is substantially responsive to the requirements of the Bidding documents.

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: -

  1. affects in any substantial way the scope, quality, or performance of the Goods;
  2. limits in any substantial way, inconsistent with the Bidding documents, the Procuring Agency's rights or the Bidders obligations under the Contract; or
  3. if rectified, would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

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. Examination of Terms and Conditions; Technical Evaluation

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. Correction of Errors

27.1  Bids determined to be substantially responsive will be checked for any arithmetic errors.  Errors will be corrected as follows: -

  1. if there is a discrepancy between unit prices and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected, unless in the opinion of the Procuring Agency there is an obvious misplacement of the decimal point in the unit price, in which the total price as quoted shall govern and the unit price shall be corrected;
  2. if there is an error in a total corresponding to the addition or subtraction of sub-totals, the sub-totals shall prevail and the total shall be corrected; and
  3. where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.
  4. Where there is discrepancy between grand total of price schedule and amount mentioned on the Form of Bids, the amount referred in Price Schedule shall be treated as correct subject to elimination of other errors.

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. Conversion to Single Currency

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. Evaluation of Bids

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. Domestic Preference

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. Determination of Successful Bid

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. Abnormally Low Financial Bids

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:

  1. Comparing the Bids price with the cost estimate;
  2. Comparing the Bids price with the Bids offered by other Bidders submitting substantially responsive Bids; and
  3. Comparing the Bids price with prices paid in similar contracts in the recent past either government- or development partner-funded.

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.

F. Award of Contract

33. Criteria of Award

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. Negotiations

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. Procuring Agency Right to reject all bids

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. Procuring Agency’s Right to Vary Quantities at the Time of Award

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. Notification of Award

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. Signing of 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. Corrupt & Fraudulent Practices

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. 

F. Grievance Redressal & Complaint Review Mechanism

40. Constitution of Grievance Redressal

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.

G. Mechanism of Blacklisting

41. Mechanism of Blacklisting

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.

📑 Bid Data Sheet (BDS)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Bids Data Sheet (BDS)

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

ITB Number

Amendments of, and Supplements to, Clauses in the Instruction to Bidders

A. Introduction

1

1.1

Name of Procuring Agency: NTISB (National Telecommunication and Information Technology Security Board (NTISB))

The subject of procurement is: PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Expected commencement date: Monday, May 25, 2026

2.

2.1

Financial year for the operations of the Procuring Agency: 2025-26

Name and identification number of the Contract: P21758 

3. 3.1 JV/Consortium or Association Allowed: Yes
Number of JV/Consortium Members: 3
see section of eligibility criteria.

B. Bidding Documents

4.

8.1

The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Monday, April 27, 2026
Pre-Bid Meeting: Monday, April 27, 2026 11:00 AM
Venue: Block-L, Pak-Sectt.

C. Preparation of Bids

5.

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:

  1. Complete set of datasheets and specification documents for all proposed items, demonstrating full compliance with the requirements specified in the RFP.
  2. All submitted documentation shall be properly compiled, with numbered pages and a clearly defined table of contents for ease of reference.
  3. A detailed Compliance Sheet / Compliance Matrix, clearly mapping each technical specification against the proposed solution, with explicit reference to supporting documentation.

 
6. 11.1 


Items/Lots and threre related documents:
See section items and Lots
 

7. 12.1

Items / Lots Specifications:

see section of items specifications.

8.

15.6

The price shall be Fixed.

9.

16.1

Currency of the Bids shall be : PKR

10.

17.1

The Bids/Bid Validity period shall be: 180 Days

11.

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, Banker's Cheque, Bank Guarantee  

 

D. Submission of Bids

12.

20.1

Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;

Block-L, Pak-Sectt., Islamabad Capital Territory before bid submission deadline.

Bids that are not submitted on EPADS v2.0 shall be disqualified.

The deadline for Bids submission is: Monday, May 4, 2026 11:00 AM

E. Opening and Evaluation of Bids

13.

23.1

The Bids opening shall take place on EPADS v2.0.

Day : Monday

Date: Monday, May 4, 2026

Time : 11:30 AM

14.

31.1

Selection technique adopted will be: Quality and Cost Based Selection (QCBS)
see Evaluation Criteria

F. Review of Procurement Decisions

15.

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.

Eligibility Criteria

Bidder's Type Required Registration

Sole Proprietorship

Partnership Firm

Company (Private Limited)

Company (Public Limited)

Company (Holding Company)

Company (Limited by Guarantee)

State Owned Enterprise (Private Limited)

State Owned Enterprise (Public Limited)

FBR (NTN)

FBR (GSTN)

SECP

Eligibility Criteria Document
The bidder shall provide valid Sales Tax Registration and Income Tax Registration documents. Yes
The bidder shall be an Active Taxpayer on the Federal Board of Revenue (FBR) Active Taxpayers List. Yes
The bidder shall upload a scanned copy of the Bid Security on e-PADS and shall ensure submission of the original Bid Security instrument, in the form of a Bank Draft or Pay Order, in favor of “Project Director – Cyber Security for Digital Pakistan” at the NCERT Office on or before the bid submission deadline. Failure to submit the original Bid Security instrument by the prescribed deadline shall render the bid liable to rejection. Yes
The bidder shall submit an Affidavit on non-judicial stamp paper. Yes
The Bidder or OEM shall have an established office in Pakistan, or shall have an authorized local partner/distributor with a sales and service support center in any one of the major cities of Pakistan. Yes
The following documents/evidence shall be attached in support of the bid: • Copies of NTN registration • Registration with the Income Tax and Sales Tax authorities; • Experience certificates; • Authorized Partner Certificate / OEM Certificate, where applicable. Yes
The bidder shall demonstrate sound financial standing sufficient to meet its contractual obligations. For this purpose, the bidder shall provide duly audited bank/financial statements for the last three (3) years. Yes
For proposed hardware items, the vendor shall submit a verified MAL certificate, where applicable. Failure to furnish the same, where required, may render the bid non-responsive. Yes
All proposed systems / solutions shall be branded OEM products with clearly identified make, model, and part number(s). Non-branded, white-box, refurbished, reconditioned, grey-market, or unverifiable systems / solutions shall not be accepted. Yes

Evaluation Criteria

Eligibile bidder(s) with substantially responsive bid(s) offering Quality and Cost Based Selection (QCBS) shall be consider for the award of contract(s).

Quality and Cost Based Selection (QCBS)

Technical Marks70
Passing Marks49
Bidder Evaluation Criteria
OEM Authorization & Partner Tier (Quantitative)(Doc Required)

  OEM Direct/Platinum/Elite   (10)

  Gold/Premium   (8)

  Authorized/Silver   (6)

  Registered Reseller   (4)

  Not authorized / No proof   (0)

10
Relevant Experience (Similar Projects) (Quantitative)(Doc Required)

  More than 6 similar projects   (10)

  More than 3 and upto 6 similar projects   (7)

  More than 0 and upto 3 similar projects   (4)

  No similar projects   (0)

10
Local Presence & Support Capability (Quantitative)(Doc Required)

  Presence in Pakistan and also in ISB/RWP   (10)

  Presence in Pakistan but not in ISB/RWP   (7)

  No local presence   (0)

10
Technical Evaluation Criteria
Consolidated Technical Score Based on Compliance with RFP Specifications (All Quoted Items) (Qualitative)(Doc Required)40

Items/Lots

Items Without Lots :

Item UNSPSC Delivery Schedule Quantity Bid SecurityManufacturer / Dealer AuthorizationWarranty
macOS Computing Device Notebook computer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 120000Any 1 Years
Forensics Workstation Desktop computer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 6
6 600000Any 1 Years
Forensic Server Computer server
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 1200000Any 1 Years
Password Cracking Server Computer server
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 500000Any 1 Years
High Quality HDMI Cables Cable accessories
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 12
12 1800Any 1 Years
Medium-Duty Label Printer Bar code printer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 7500Any 1 Years
Productivity Suite (Microsoft or equivalent) Office suite software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 12
12 45000Any 5 Years
Firmware Extraction/Chipoff Tools Computer firmware
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 120000Any 1 Years
Anechoic Chamber / Faraday Cage Electromagnetic interference EMI shielding equipment
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 450000Any 1 Years
RF Interconnection, Calibration & Networking Infrastructure Electromagnetic apparatus
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 50000Any 1 Years
Photo-Station Camera based vision systems for automated data collection
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 100000Any 1 Years
Antistatic (ESD) Flooring Anti static floor mats
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 75000Any 1 Years
Mobile Application Security Testing (MAST) Tools Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 250000Any 2 Years
Network Traffic Capture & Analysis tool Network traffic controller
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 90000Any 1 Years
X-Ray Machine (Luggage / Tunnel Size) Digital x ray imaging systems
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 195000Any 1 Years
X-Ray Machine (Micro-Component / High-Resolution) Digital x ray imaging systems
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 120000Any 1 Years
Portable Signal Analyzer Electromagnetic interference EMI tester
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 100000Any 1 Years
Function Generator Function generator
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 15000Any 1 Years
Dodge Analyzer (RF Diagnostic Tool) Electromagnetic interference EMI tester
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 30000Any 1 Years
Portable SSD Storage Solid state drive SSD
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 18
18 50000Any 1 Years
Managed Network Switch Network switches
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 50000Any 1 Years
Enterprise Router Network routers
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 100000Any 1 Years
Network Hub Network switches
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 10000Any 1 Years
Hardware Firewall Appliance Firewall network security equipment
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 50000Any 1 Years
Network Cables Network cable
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 27 Days Quantity: 10
10 1500Any 1 Years
Mobile Phones for Testing Mobile phones
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 27 Days Quantity: 18
18 50000Any 1 Years
Cleanroom Facility Clean room
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 250000Any 1 Years
General Purpose Server Computer server
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 3
3 908200Any 1 Years
Flash Programmers Programmable Logic Controller Accessories
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 100000Any 1 Years

Related Services of Goods:

Yes

Item UNSPSC Related Services
macOS Computing Device Notebook computer Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Forensics Workstation Desktop computer Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Forensic Server Computer server Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Password Cracking Server Computer server Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
High Quality HDMI Cables Cable accessories Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Medium-Duty Label Printer Bar code printer Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Productivity Suite (Microsoft or equivalent) Office suite software Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Firmware Extraction/Chipoff Tools Computer firmware Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Anechoic Chamber / Faraday Cage Electromagnetic interference EMI shielding equipment Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
RF Interconnection, Calibration & Networking Infrastructure Electromagnetic apparatus Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Photo-Station Camera based vision systems for automated data collection Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Antistatic (ESD) Flooring Anti static floor mats Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Mobile Application Security Testing (MAST) Tools Cloud-based protection or security software Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Network Traffic Capture & Analysis tool Network traffic controller Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
X-Ray Machine (Luggage / Tunnel Size) Digital x ray imaging systems Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
X-Ray Machine (Micro-Component / High-Resolution) Digital x ray imaging systems Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Portable Signal Analyzer Electromagnetic interference EMI tester Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Function Generator Function generator Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Dodge Analyzer (RF Diagnostic Tool) Electromagnetic interference EMI tester Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Portable SSD Storage Solid state drive SSD Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Managed Network Switch Network switches Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Enterprise Router Network routers Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Network Hub Network switches Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Hardware Firewall Appliance Firewall network security equipment Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Network Cables Network cable Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Mobile Phones for Testing Mobile phones Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Cleanroom Facility Clean room Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
General Purpose Server Computer server Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem
Flash Programmers Programmable Logic Controller Accessories Provide full turnkey solution for all hardware and software, including installation, configuration, integration, and commissioning, ensuring all systems are fully operational, optimized, interoperable, and seamlessly integrable with NCERT's ecosystem

Items/Lot Specification

Items Without Lots :

Item: macOS Computing Device

UNSPSC: Notebook computer

Specifications / Requirements:

Item Category: Hardware • Apple Silicon-based macOS Computing Device • Processor: Apple M4 Max chip with a 16-core CPU and a 40-core GPU. • Memory: 48 GB of unified RAM. • Storage: 1 TB SSD or above, configurable up to 8 TB. • Display: 16.2-inch Liquid Retina XDR display. • Accessories: One (1) Apple OEM keyboard and one (1) Apple OEM mouse and / or Apple OEM trackpad shall be supplied with each device, with USB-C charging / wired connectivity support, where applicable, and compatibility with the supplied device. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Forensics Workstation

UNSPSC: Desktop computer

Specifications / Requirements:

Item Category: Hardware • Mainboard / Platform: Workstation-class / enterprise-class platform from Intel or AMD, or equivalent from a recognized branded OEM, with support for DDR5 ECC memory, PCIe Gen 5.0, multiple NVMe storage devices, and enterprise-grade networking. • Processor: The offered system shall be equipped with an Intel or AMD workstation-class / enterprise-class processor, or equivalent from a recognized branded OEM. In case of Intel hybrid architecture, the processor shall have a minimum of 12 Performance Cores (P-Cores); in case of AMD, the processor shall have a minimum of 12 equivalent high-performance cores. The processor shall further provide at least 50% performance cores or equivalent and shall be suitable for sustained high-speed forensic workloads. Acceptable reference models include Intel Xeon w7-3565X, AMD Ryzen Threadripper PRO 7965WX, or equivalent. • Memory: Minimum 256GB DDR5 ECC RAM, expandable, or equivalent. • GPU: Professional GPU with minimum 16GB memory, suitable for forensic visualization, AI-assisted analysis, and multi-display use, or equivalent from a recognized branded OEM. • Storage: • 1 x 2TB NVMe SSD Gen 5 for OS / applications • 1 x 4TB NVMe SSD Gen 5 for Active data storage • 2 x enterprise HDDs of 20TB or higher each for evidence / archive storage • Networking: Minimum 1 x 10GbE connectivity. • Chassis / Power: Full-tower workstation chassis with high-airflow cooling, support for multiple full-length PCIe cards, and minimum 1200W, 80 PLUS Platinum power supply. • Minimum 32-inch 4K LED monitor with IPS panel and USB-C / hub functionality, including all accessories for connectivity. • External Keyboard + Mouse Combo: One (1) full-size branded OEM keyboard and one (1) branded OEM optical mouse shall be supplied with each workstation. The combo shall support dual operation through 2.4 GHz wireless mode and wired USB mode, include USB receiver / charging cable, and be suitable for continuous office and lab use. • Forensic Bridge: Integrated forensic write-blocking bridge, such as OpenText / Tableau T356789iu Forensic Universal Bridge, or equivalent from a recognized branded OEM. • Cable / Adapter Set: Complete compatible forensic cable and adapter set for common interfaces, including PCIe, SATA, IDE, LIF, and ZIF, or equivalent from a recognized branded OEM. Required set TC2-8-R2, TC4-8-R2, TC6-8, TC7-9-9 PCIe Adapter Set: TDA7-1, TDA7-2, TDA7-3, TDA7-4, TDA7-7, TCPCIE-4, SATA&IDE Adapter Set: TC6-2, TDA3-1, TDA3-2, TDA3-3, TDA3-LIF, two LIF cables, TDA5-18, TDA5-25, TDA5-ZIF, TC20- BNDL. • General: The offered system shall be supplied as a fully integrated, complete, and ready-to-use forensic workstation solution, including all required accessories, cables, adapters, and components for immediate operational deployment. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Forensic Server

UNSPSC: Computer server

Specifications / Requirements:

Item Category: Hardware Components Technical Specifications Server Form Factor Enterprise-grade 2U/4U rack-mount server. Must be Tier-1 OEM branded. Relevant rack also be provided. Central Processors (CPU) Dual 128 Cores / 256 Threads processors (AMD EPYC 9005 series or Intel Xeon 6). Minimum 2.7 GHz base frequency, min 3.9 GHz turbo. Hardware support for AVX-512. L3 Cache: 500 MB or above, TDP: 500W or equivalent. Volatile Memory (RAM) 512GB Total Capacity (configured as 8x64GB) DDR5 ECC RDIMM. Up to 6400 MT/s data rate. Minimum 16 DIMM slots or equivalent. Graphical Acceleration (GPU) 1 x NVIDIA current generation Server Edition (48GB GDDR7, Passive Cooling, PCIe Gen 5 x16, 400-600W TDP) or equivalent. Storage Subsystem: OS / Boot Dedicated redundant boot controller (e.g., Dell BOSS-N1 or equivalent) utilizing 2 x 960GB M.2 NVMe SSDs configured in hardware RAID 1. Storage Subsystem: Hot Tier 4 x 1.92TB PCIe Gen 5 NVMe U.2/E3.S SSDs (Enterprise Data Center grade, Read Intensive). Storage Subsystem: Cold Tier 16 x 2.4TB SAS 10K RPM 12Gbps 2.5" Hot-Plug HDDs. Storage Controllers Dual independent controllers: One optimized for NVMe arrays and one High-Performance Enterprise Tri-Mode RAID controller with 8GB flash-backed cache. Network Infrastructure 1 x Broadcom Quad Port 1GbE Base-T (OCP), 1 x Broadcom Quad Port 10/25GbE SFP28, 1 x Broadcom Dual Port 10/25GbE SFP28. Includes 6 x SFP+ SR transceivers and OM4 fiber cables. Power Supply & Delivery Dual, Fully Redundant (1+1) Hot-Plug Power Supply Units, 80 PLUS Titanium efficiency, minimum 2400W (100–240VAC). Out-of-Band Management Dedicated 1GbE management port equipped with an Enterprise License (e.g., iDRAC 9 Datacentre, iLO Advanced, XClarity Enterprise or equivalent). Physical Security & Integrity Lockable 2U/4U front bezel with electronic intrusion detection. TPM 2.0 module. Secure Boot enabled firmware. Virtualization Environment Broadcom VVF or equivalent. Must support vMotion, DRS, and High Availability/Clustering or equivalent solution/services. Vendor Deployment & Integration Turnkey deployment. Vendor is fully responsible for installation, hypervisor configuration, and deep integration into the client's existing ecosystem. • OEM Positioning: o Offered server / enterprise infrastructure OEM shall be an internationally recognized enterprise OEM. Where an applicable Gartner Magic Quadrant category exists for the offered enterprise infrastructure platform, documentary evidence of placement in the Leader or Challenger quadrant in the most recent applicable report shall be provided. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Password Cracking Server

UNSPSC: Computer server

Specifications / Requirements:

Item Category: Hardware Components Technical Specifications Server Form Factor Enterprise-grade 2U/4U rack-mount server. Must be Tier-1 OEM branded. Relevant rack also be provided or equivalent. Central Processors (CPU) Dual 128 Cores / 256 Threads processors (AMD EPYC 9005 series or Intel Xeon 6). Minimum 2.7 GHz base frequency, min 3.9 GHz turbo. Hardware support for AVX-512. L3 Cache: 500 MB or above, TDP: 500W or equivalent. Volatile Memory (RAM) 512GB Total Capacity (configured as 8x64GB) DDR5 ECC RDIMM. Up to 6400 MT/s data rate. Minimum 16 DIMM slots. Graphical Acceleration (GPU) 2 x NVIDIA RTX PRO 6000 Blackwell Server Edition (96GB GDDR7, Passive Cooling, PCIe Gen 5 x16, 400-600W each) or equivalent. Storage Subsystem: OS / Boot Dedicated redundant boot controller (e.g., Dell BOSS-N1 or equivalent) utilizing 2 x 960GB M.2 NVMe SSDs configured in hardware RAID 1. Storage Subsystem: Active Data 4 x 4TB PCIe Gen 5 NVMe U.2/E3.S SSDs (Enterprise Data Centre grade, minimum 2 DWPD). Configured in high-speed RAID 0 or 1. Network Infrastructure Dual 10/25GbE SFP28 network interfaces featuring redundant failover support (Active-Passive or Active-Active). VLAN 802.1Q tagging support. Power Supply & Delivery Dual, Fully Redundant (1+1) Hot-Plug Power Supply Units, 80 PLUS Titanium efficiency, minimum 2400W (up to 3000W dependent on OEM chassis support). Thermal Management High-performance enterprise fan modules featuring dedicated GPU thermal zones. No workstation/desktop-class active cooling is accepted. Out-of-Band Management Dedicated 1GbE management port equipped with an Enterprise License (e.g., iDRAC, iLO, XClarity). Supports remote system health and deep thermal telemetry. Physical Security & Integrity Lockable 2U/4U front bezel with electronic intrusion detection. TPM 2.0 module. Secure Boot enabled firmware. Virtualization Environment VMware or equivalent offering capability of HA/Clustering etc. DirectPath I/O (PCIe Passthrough) or NVIDIA vGPU enabled for full/shared GPU allocation or equivalent. Vendor Deployment & Integration Turnkey deployment. Vendor is fully responsible for installation, hypervisor configuration, array setup, and integration into the client's existing ecosystem. • OEM Positioning: o Offered server / enterprise infrastructure OEM shall be an internationally recognized enterprise OEM. Where an applicable Gartner Magic Quadrant category exists for the offered enterprise infrastructure platform, documentary evidence of placement in the Leader or Challenger quadrant in the most recent applicable report shall be provided. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: High Quality HDMI Cables

UNSPSC: Cable accessories

Specifications / Requirements:

Item Category: Hardware • Type: High-quality HDMI cable from a recognized branded OEM / manufacturer suitable for professional office and laboratory display connectivity only. • Quantity: 10 (6+6) cables. • Standard: HDMI 2.1 preferred; HDMI 2.0 or higher acceptable where fully compatible with the supplied displays and workstations. • Length: 6 (<=2 meters) + 6 (5 meters), as required by deployment layout. • Build Quality: Durable outer jacket, molded strain relief, corrosion-resistant connectors, and reliable shielding for stable audio / video transmission. • Performance: Support for 4K UHD video at 60 Hz minimum; higher supported bandwidth and refresh capability will be acceptable where available from the OEM. • Compatibility: Fully compatible with the supplied LED monitors, LED displays, workstations, and laptops. • Delivery: All cables shall be brand new, genuine, and supplied in original packing, with warranty / replacement support as offered by the manufacturer or vendor. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Medium-Duty Label Printer

UNSPSC: Bar code printer

Specifications / Requirements:

Item Category: Hardware • Type: Branded OEM desktop / business-class label printer suitable for evidence, file, asset, and inventory labeling in office and lab environments • Printing Technology: Direct thermal and / or thermal transfer • Print Resolution: Minimum 203 dpi • Print Width: Minimum 4-inch class / approximately 104 mm to 108 mm maximum print width • Print Speed: Minimum 4 inches per second; higher speed acceptable • Media Types: Support for die-cut, continuous, black-mark, fan-fold, and roll labels • Media Handling: Easy media loading with adjustable media guides; gap / black-mark sensor support required • Ribbon Support: Thermal transfer ribbon support where applicable for durable label printing • Interfaces: Minimum USB 2.0 and Gigabit Ethernet / LAN; serial or Bluetooth / Wi-Fi may be offered as additional OEM-supported options • Memory: Minimum 128 MB Flash and 128 MB RAM or equivalent from a recognized branded OEM • Compatibility: Compatible with current Windows environment; OEM drivers / label design utility shall be provided • Supply Scope: Power adapter, power cable, USB cable, starter media / starter ribbon where applicable, installation support, and all accessories required for complete operation • Build Quality: Commercial-grade durable construction suitable for regular office use • Warranty: Minimum 1-year manufacturer / OEM / authorized local warranty Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Productivity Suite (Microsoft or equivalent)

UNSPSC: Office suite software

Specifications / Requirements:

Item Category: Software • Type: Commercial productivity suite from a recognized branded OEM / publisher only; non-branded, open-source community builds, unverifiable subscription sources, or grey-market licenses shall not be accepted • Quantity: Minimum twelve (12) user licenses / subscriptions • Core Applications: Word processing, spreadsheet, presentation, email / calendar, note-taking, and PDF export capability; collaboration / meeting and cloud storage applications may be included where provided by the OEM offering • Version / Currency: Latest commercially supported release or active cloud subscription plan available at the time of bid submission • Access Modes: Desktop applications and / or secure web access, as supported by the offered OEM plan • File Compatibility: Full support for commonly used office document formats including DOCX, XLSX, PPTX, PDF, CSV, and related standard formats • Platform Support: Compatible with current supported versions of Windows and macOS; mobile access may be provided where supported by the OEM plan • Licensing: Licenses / subscriptions shall be genuine, transferable / reassign-able within the organization where permitted by OEM policy, and procured only through OEM / publisher / authorized CSP / authorized reseller channels • Administration: Centralized license administration portal or equivalent OEM management facility for user assignment, activation, and subscription management • Security & Updates: The offered suite shall include OEM security updates, version updates / feature updates, and service continuity for the full subscription term • Subscription Term: A term of 36 months from the date of activation for all 12 users (renewable) • Deployment Support: Bidder shall provide installation, configuration, activation, migration assistance (where applicable), and initial onboarding support for all designated users • Training: Basic user / administrator orientation or handover session shall be provided, along with official documentation or OEM guidance materials • Support: Minimum one (1) year or as proposed by the OEM (whichever is higher) / publisher-backed subscription support together with local vendor coordination and facilitation for issue resolution • Deliverables: License statement / subscription proof, product keys or tenant assignment records where applicable, admin credentials handover as authorized by the Client, and all documentation required for lawful use and audit traceability Mandatory Requirement • The bidder / vendor shall provide verifiable proof that the offered software, subscription, or license is sourced from the OEM / publisher or its authorized channel partner / reseller. • The bidder / vendor shall ensure that all licenses / subscriptions are genuine, activated in the name of the Client, where applicable, and fully usable for the committed subscription / support term specified in the bidding document. • The bidder / vendor shall provide OEM / publisher-backed support for a minimum of one (1) year from the date of activation, or the minimum OEM / publisher standard support period, whichever is higher, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM / publisher’s offered standard support period, whichever is higher, including installation, activation, configuration, update facilitation, issue escalation, and necessary coordination with the OEM / publisher / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes, support, subscription / maintenance coverage, and the SLA cost/component, wherever applicable under the final contract.

Item: Firmware Extraction/Chipoff Tools

UNSPSC: Computer firmware

Specifications / Requirements:

Item Category: Hardware • Integrated toolset for non-invasive, semi-invasive, and invasive firmware extraction and chip-off forensics • Support for multiple interfaces: JTAG, UART, SPI, I²C, eMMC, NAND, NOR, SD, USB • Capability to read, write, clone, and extract firmware via in-system programming (ISP) and in-circuit access • Ability to handle basic security protections (where permissible) and locked devices • Software support for: • Firmware extraction, parsing, and binary analysis • File system identification and reconstruction • Automated workflows and scripting • Audit logging and chain-of-custody tracking • Data integrity features including hash generation (MD5, SHA-1, SHA-256) and verification • Chip-off capability for direct memory acquisition from removed chips • Support for memory types: NAND, NOR, eMMC, eMCP • High-precision programmers and adapters for BGA, TSOP, QFN, LGA packages • Functions including: • Raw data dumping • ECC handling and error correction • Bad block management and wear-leveling interpretation • Data reconstruction and partition recovery • Supporting hardware: • Rework station (hot air/IR) with precise temperature and airflow control • Forensic software with: • Device/chip database • Regular updates and support for new devices • Reporting and documentation features • Equipment shall be from reputable OEMs, brand new, and supported with warranty, documentation, and training provisions • Designed for use in digital forensics, hardware security, and investigative laboratory environments Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Anechoic Chamber / Faraday Cage

UNSPSC: Electromagnetic interference EMI shielding equipment

Specifications / Requirements:

Item Category: Hardware Faraday Cage (RF Shielded Enclosure) • The Faraday Cage (RF Shielded Enclosure) from a recognized branded OEM shall be designed to provide a fully enclosed, secure, and controlled RF-shielded environment for hardware screening, RF assessment, and electromagnetic isolation within a secure screening laboratory. • The enclosure shall provide high shielding effectiveness, typically 80 dB to 120 dB or better, across a wide frequency range from low kHz to multiple GHz, ensuring effective isolation from external electromagnetic interference and prevention of unintended or unauthorized RF emissions from devices under test. • The structure shall be of modular, panel-based construction, manufactured from high-conductivity materials such as galvanized steel or copper-clad steel, with RF-tight seams, conductive gaskets, and electrically continuous joints to maintain consistent shielding performance. • The Faraday Cage shall include RF-shielded access doors with multi-point locking and continuous finger-stock or equivalent sealing mechanisms to preserve attenuation during operation. • It should be a free standing, scalable & modular design which can easily be relocatable. • The system shall be equipped with RF-filtered ventilation, including waveguide-beyond-cutoff or honeycomb air vents, allowing airflow without degradation of shielding effectiveness. • Shielded cable entry panels shall be provided to support filtered power lines, data connections, and RF feedthroughs, ensuring safe and controlled connectivity for laboratory equipment. • A dedicated grounding/earthing system shall be included to ensure personnel safety, electrical protection, and stable RF performance. • The enclosure shall be customizable in size and layout to accommodate workstations, RF analyzers, test benches, and devices under screening, supporting flexible laboratory workflows. • The Faraday Cage shall be suitable for wireless isolation testing, emissions analysis, RF diagnostics, and high-confidence hardware screening activities. • The supplier shall provide installation, commissioning, and on-site validation of shielding effectiveness, along with complete technical documentation and test reports. • Basic operational training for laboratory staff shall be included as part of the supply. • The system shall comply with recognized international standards, including IEEE-299, EN 50147-1, and MIL-STD-285, or equivalent. • The Faraday Cage shall be backed by a minimum one-year warranty, with availability of technical support, maintenance services, and spare parts. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: RF Interconnection, Calibration & Networking Infrastructure

UNSPSC: Electromagnetic apparatus

Specifications / Requirements:

Item Category: Hardware RF Cables & Calibration Kits • Precision RF coaxial cables (flexible or semi-rigid) suitable for laboratory and test environments • Characteristic impedance: 50 ohms with stable electrical performance • Operating frequency range: DC to 18 GHz (or higher as required) • Low insertion loss and VSWR > 1.3:1 across operating range • High shielding effectiveness (90 dB) minimize interference • Phase-stable characteristics for accurate and repeatable measurements • Connector interfaces: SMA, N-type, BNC, TNC or equivalent, compatible with test equipment • Durable, flame-retardant outer jacket with defined bend radius and environmental resistance • Available in multiple lengths with proper identification and labeling • Equivalent internationally recognized RF cable solutions from reputable manufacturers • RF calibration kit shall be SOLT/OSLT type including precision open, short, matched load, and through standards • Standard impedance: 50 ohms • Frequency range aligned with test instruments (DC to ≥ 18 GHz or higher) • Connector interface compatible with cables and instruments (precision RF connectors) • High accuracy, repeatability, and low measurement uncertainty for calibration purposes • Matched load with high return loss (≥ 40 dB typical or better) • Supplied with complete calibration coefficient data compatible with vector network analyzers. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Photo-Station

UNSPSC: Camera based vision systems for automated data collection

Specifications / Requirements:

Item Category: Hardware • Complete, integrated Photo-Station for high-quality imaging and documentation of evidence and technical objects • High-resolution digital camera system with interchangeable lenses, including macro capability • Controlled lighting system with adjustable intensity and color temperature for consistent illumination • Stable mounting mechanism (e.g., copy stand or articulated arm) for precise and repeatable positioning • ESD-safe workstation surface for secure handling of sensitive electronic components • Computer workstation with adequate processing power, memory, and storage capacity • High-resolution, color-accurate display for detailed image review and analysis • Software for image acquisition, processing, annotation, and metadata management • Support for image integrity verification and audit/logging capabilities • Calibration tools to ensure color accuracy and consistent imaging results • Reliable power backup and protection system for uninterrupted operation • Fully compatible and integrated components suitable for continuous laboratory use • Designed for controlled environments with safe handling and documentation workflows Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Antistatic (ESD) Flooring

UNSPSC: Anti static floor mats

Specifications / Requirements:

Item Category: Hardware • Permanent static-dissipative ESD flooring system (vinyl tiles, sheets, epoxy coating, or equivalent) suitable for laboratory use • Charge decay time: < 2 seconds (1000V to 100V) • Compliance with ANSI/ESD S20.20, ANSI/ESD S7.1, and IEC 61340-5-1 standards • Homogeneous, durable material with low VOC emissions, chemical resistance, and flame-retardant properties • High mechanical strength with abrasion resistance and load-bearing capacity for lab equipment • Non-glossy, anti-glare, and slip-resistant surface finish • Installation over smooth, level subfloor using conductive adhesive or integrated system • Integrated grounding system with copper strips/grid connected proper earthing points • Compatible with ESD-safe footwear, wrist straps, and other grounding accessories • Low-maintenance surface compatible with ESD-safe cleaning methods • Dedicated low-resistance earthing system (chemical earthing, copper-bonded rod, or plate earthing) based on site conditions must be included. • Earthing resistance: ≤ 2 ohm (preferred ≤ 1 ohm for sensitive lab/ESD environments) • Compliance with IEC 60364, IEEE 142, and local electrical codes • Earth electrodes: corrosion-resistant copper-bonded rods (≥ 17 mm diameter, ≥ 3 m length) or equivalent copper plates Operational within 10°C-35°C temperature and 20%-70% relative humidity • Mandatory testing for electrical resistance, charge decay, and grounding continuity • Submission of product datasheets, compliance certificates, test reports, and installation documentation Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Mobile Application Security Testing (MAST) Tools

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

Item Category: Software • Support for static (SAST), dynamic (DAST), and hybrid analysis of Android (APK/AAB) and iOS (IPA) applications • Ability analyze applications with or without source code, including binary and package inspection • Detection of vulnerabilities aligned with OWASP Mobile Top 10, MASVS, and NIST secure coding guidelines • Analysis of insecure data storage, weak encryption, hardcoded secrets, improper permissions, insecure IPC, and certificate pinning issues • API and backend communication testing including SSL/TLS misconfiguration detection • Automated risk scoring with severity classification (Critical/High/Medium/Low) • CI/CD integration support for continuous security testing • Generation of audit-ready reports with technical details and executive summaries Mandatory Requirement • The bidder / vendor shall provide verifiable proof that the offered software, subscription, or license is sourced from the OEM / publisher or its authorized channel partner / reseller. • The bidder / vendor shall ensure that all licenses / subscriptions are genuine, activated in the name of the Client, where applicable, and fully usable for the committed subscription / support term specified in the bidding document. • The bidder / vendor shall provide OEM / publisher-backed support for a minimum of one (1) year from the date of activation, or the minimum OEM / publisher standard support period, whichever is higher, unless otherwise specified in the bidding document. • • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM / publisher’s offered standard support period, whichever is higher, including installation, activation, configuration, update facilitation, issue escalation, and necessary coordination with the OEM / publisher / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes, support, subscription / maintenance coverage, and the SLA cost/component, wherever applicable under the final contract.

Item: Network Traffic Capture & Analysis tool

UNSPSC: Network traffic controller

Specifications / Requirements:

Item Category: Hardware • Traffic Capture Capabilities, ensure both directions of traffic are captured (TX & RX). • Passive devices that mirror traffic for monitoring tools. • Available for copper, fiber, and multi-gigabit networks. • Does not have impact on live traffic, ensuring zero packet loss. (Give options for 1G/10G separately) Combines TAP and analysis capabilities. • Offers packet storage, remote access, and metadata extraction. • High-speed, rack-mounted network packet brokers (NPBs) and aggregation appliances. • Provide advanced filtering, de-duplication, load balancing, and traffic distribution to monitoring tools. • Ability to write raw packet data for offline analysis. • Live view and filter capability via popular tools like integration with Wireshark. • Must have the option of built-in storage, storage extending and live data capture & storage as well. • Tool shall have capability to encrypt and decrypt the live and stored data. Mandatory Requirement • The bidder / vendor shall provide verifiable proof that the offered software, subscription, or license is sourced from the OEM / publisher or its authorized channel partner / reseller. • The bidder / vendor shall ensure that all licenses / subscriptions are genuine, activated in the name of the Client, where applicable, and fully usable for the committed subscription / support term specified in the bidding document. • The bidder / vendor shall provide OEM / publisher-backed support for a minimum of one (1) year from the date of activation, or the minimum OEM / publisher standard support period, whichever is higher, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM / publisher’s offered standard support period, whichever is higher, including installation, activation, configuration, update facilitation, issue escalation, and necessary coordination with the OEM / publisher / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes, support, subscription / maintenance coverage, and the SLA cost/component, wherever applicable under the final contract.

Item: X-Ray Machine (Luggage / Tunnel Size)

UNSPSC: Digital x ray imaging systems

Specifications / Requirements:

Item Category: Hardware • Designed for non-intrusive intake screening of large, sealed, or packaged hardware items, including electronic assemblies, power supplies, enclosures, and multi-layer devices. • Tunnel opening minimum approximately 1000 mm (W) × 800 mm (H) or better, with motorized conveyor belt and variable speed control. • High-energy X-ray source of 160 keV or equivalent or above for penetration of dense materials and metallic housings. • Dual-energy or multi-energy imaging distinguish metals, plastics, ceramics, and composites. • High-resolution digital imaging with real-time display, zoom, contrast enhancement, annotation, image storage, and export. • Certified radiation shielding, safety interlocks, emergency stop controls, and compliance with applicable radiation and occupational safety requirements. • Designed for continuous laboratory intake operation, with built-in diagnostics, supported maintenance, spare parts availability, operator manuals, radiation safety documentation, and on-site training. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: X-Ray Machine (Micro-Component / High-Resolution)

UNSPSC: Digital x ray imaging systems

Specifications / Requirements:

Item Category: Hardware • Designed for advanced hardware assurance and micro-level inspection in a secure screening laboratory. • Micro-focus X-ray source capable of high-resolution imaging of ICs, BGA solder joints, multilayer PCBs, vias, and internal components. • Detection of micro-level defects and anomalies including hidden implants, unauthorized modifications, voids, cracks, and solder defects. • 2D high-resolution imaging shall be mandatory, while 3D / CT capability shall be preferred for volumetric analysis. • Precision motorized positioning and high-magnification zoom for repeatable and accurate inspection workflows. • Non-destructive testing capability without disassembling components. • Digital image capture and storage for documentation, traceability, and reporting. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Portable Signal Analyzer

UNSPSC: Electromagnetic interference EMI tester

Specifications / Requirements:

Item Category: Hardware • Rugged, field-deployable RF measurement instrument suitable for both laboratory and on-site screening activities. • The offered instrument shall support operation on internal rechargeable battery power as well as AC mains supply for uninterrupted use in field and laboratory conditions. • The instrument shall support a wide range of RF measurements, including spectrum analysis, signal strength / power measurement, cable and antenna testing, and basic interference diagnostics. • The instrument shall cover a wide frequency range from low frequencies up to at least 20 GHz, suitable for detection, verification, and assessment of both low-frequency and high-frequency RF signals encountered during hardware screening and RF inspection activities. • The instrument shall provide sufficient sensitivity, dynamic range, and signal detection capability to identify weak, low-level, and intermittent signals. • The instrument shall be suitable for preliminary RF verification, field troubleshooting, rapid RF assessments, and screening tasks as a complement to fixed laboratory analyzers. • The offered unit shall be compact, lightweight, and robustly built, suitable for frequent handling, transport, and field deployment. • The instrument shall have a clear, high-visibility display and an intuitive user interface suitable for indoor and outdoor technical use. • The offered solution shall include all required standard accessories, probes, cables, chargers / adapters, software if applicable, carrying case, and documentation for complete operational use. • The offered system shall be supplied as a complete, integrated, and ready-to-use RF measurement solution. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Function Generator

UNSPSC: Function generator

Specifications / Requirements:

Item Category: Hardware • Precise and stable signal generation for electronics testing and validation activities within the screening laboratory. • Support for generation of standard and advanced waveforms. • Sine, square, triangle, pulse, and ramp waveforms. • Arbitrary waveform generation for advanced testing scenarios. • Fine-grained control over frequency, amplitude, offset, phase, and other output parameters. • Support for modulation modes such as AM, FM, PM, and pulse modulation where applicable. • Suitable for bench-top operation with stable output, low distortion, and repeatable performance. • Intended for functional verification, signal injection, fault simulation, and response validation during hardware screening, PCB testing, and troubleshooting activities. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Dodge Analyzer (RF Diagnostic Tool)

UNSPSC: Electromagnetic interference EMI tester

Specifications / Requirements:

Item Category: Hardware • Capable of detecting, monitoring, and analyzing unintended, anomalous, or covert RF emissions generated by electronic devices. • Real-time spectrum monitoring observe transient, burst, or intermittent signals that may not be visible in conventional swept-spectrum analysis. • Recording and playback functionality for capture and offline review of RF events. • Software-based analysis tools for visualization, signal classification, and basic demodulation where required. • Portable design suitable for rapid deployment within the laboratory or controlled screening zones. • Intended for RF anomaly detection, leakage analysis, and diagnostics related tunauthorized wireless behavior or emissions. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Portable SSD Storage

UNSPSC: Solid state drive SSD

Specifications / Requirements:

Item Category: Hardware Required Quantities are • 1 TB SSD = 08 Units • 2 TB SSD = 04 Units • 4 TB SSD = 04 Units • 8 TB SSD = 02 Units All capacities must be quoted and supplied. Partial bids shall be considered non-responsive. General Technical Requirements (Applicable to All Units) • Type: Portable External Solid State Drive (SSD), NVMe-based preferred • OEM: Recognized international brand / manufacturer • Interface: USB 3.2 Gen 2 (10 Gbps) or higher; USB-C interface preferred • Performance: o Minimum 900 MB/s sequential read/write speed o Higher performance (e.g., USB 3.2 Gen 2x2 / 20 Gbps) acceptable • Compatibility: Must support Windows, macOS, and Linux environments • Form Factor: Compact, lightweight, portable design suitable for field and lab use • Power: USB bus-powered; no external power supply required Build Quality & Reliability • Durable enclosure with shock resistance • Ruggedized or drop-tested design preferred • Suitable for continuous professional usage • Must support sustained high-speed transfers without significant thermal throttling Security & Data Protection • Hardware-based encryption (AES-256 or equivalent) preferred • Password protection capability • Suitable for secure storage of sensitive and forensic data • Data integrity and reliability features must be ensured Compatibility & Usability • Plug-and-play operation • Compatible with standard file systems (exFAT / NTFS / cross-platform use) • No proprietary restrictions limiting interoperability Accessories & Deliverables • USB-C to USB-C cable • USB-C to USB-A cable (where applicable) • All required accessories for immediate use Compliance & Certification • CE / FCC or equivalent international certification • Factory-tested and quality assured Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Managed Network Switch

UNSPSC: Network switches

Specifications / Requirements:

• Layer 2/Layer 3 Managed Enterprise Switch • Ports: Minimum 24 × 10/100/1000 Mbps RJ-45 • Uplinks: Minimum 4 × SFP/SFP+ (1G/10G capable) • Switching Capacity: ≥128 Gbps; forwarding rate ≥ 95 Mpps • MAC Table: Minimum 16K entries • VLAN: IEEE 802.1Q VLAN support (≥ 4K VLAN IDs) • Spanning Tree: STP / RSTP / MSTP • QoS: Layer 2/3 QoS, traffic shaping, prioritization • Link Aggregation: LACP (802.3ad) • Multicast: IGMP Snooping (v2/v3) • Security: o Port security o DHCP snooping o Dynamic ARP inspection o ACLs • Management: o CLI, Web GUI, SSH o SNMP v2/v3 • Power: o 220–240V AC, 50 Hz compatible o Internal PSU preferred • Environmental: o Operating temp: 0–45°C, humidity 10–90% non-condensing • Compliance: o IEEE standards, CE / FCC / RoHS • Additional: o IPv6 support, jumbo frame support (≥9K) o Firmware upgradable o Must not be End-of-Life product

Item: Enterprise Router

UNSPSC: Network routers

Specifications / Requirements:

• Interfaces: Minimum 4 × Gigabit Ethernet ports • Throughput: ≥1 Gbps • Routing: o Static, OSPF, BGP (preferred) o IPv6 routing support mandatory • VPN: IPSec / SSL VPN • Security: NAT, ACLs, firewall policies • WAN: Dual WAN, load balancing, failover • Management: CLI, Web GUI, SNMP • Logging: Syslog support • Power: 220–240V AC, 50 Hz compatible • Environmental: 0–45°C operating range • Compliance: CE / FCC / RoHS • Additional: o DNS/DHCP services capability preferred o Firmware upgradeable o Must not be End-of-Life

Item: Network Hub

UNSPSC: Network switches

Specifications / Requirements:

• Ports: Minimum 8 × 10/100 Mbps • Plug-and-play operation • LED indicators for link/activity • Build: o Industrial-grade enclosure (metal preferred) • Power: o 220–240V AC adapter compatible with local supply • Environmental: o Operating temp: 0–45°C • Compatibility: o Standard Ethernet device support • Additional: o Fan-less design preferred o Factory tested

Item: Hardware Firewall Appliance

UNSPSC: Firewall network security equipment

Specifications / Requirements:

• NGFW appliance • Throughput: ≥1 Gbps • Interfaces: Minimum 4 × Gigabit ports • Security Features: o Stateful inspection o IPS/IDS o URL filtering o Application control o SSL inspection capability preferred • VPN: o IPSec / SSL VPN • Management: o Web-based centralized interface • Logging: o Syslog, event monitoring • HA: o Active/passive support preferred • Power: o 220–240V AC compatible • Environmental: o 0–45°C operating conditions • Compliance: o CE / FCC / RoHS • Additional: o Firmware updates available o Must not be End-of-Life

Item: Network Cables

UNSPSC: Network cable

Specifications / Requirements:

• Type: CAT6 or higher • Length: ≥3 meters • Connector (Shielded): RJ-45 • Compliance: o TIA/EIA-568-B or higher • Jacket: o PVC or LSZH preferred • Performance: o Gigabit Ethernet capable • Manufacturing: o Factory terminated and tested • Additional: o Fluke-tested or equivalent certification preferred o Color coding preferred o Durable for long-term use

Item: Mobile Phones for Testing

UNSPSC: Mobile phones

Specifications / Requirements:

The bidder shall supply mobile devices for forensic testing purposes, complete with original charger, cable, and standard accessories, as a ready-to-use package. The offered devices shall include the following or equivalent: Apple Devices • Apple iPhone (USB-C port) • Apple iPhone 13 or Apple iPhone 14 (Lightning port) Android Devices (Latest Available OS) The bidder shall supply Android mobile phones representing the following chipset categories, with each device running the latest available supported operating system version at the time of delivery: • MediaTek Helio G Series chipset • MediaTek P35 chipset • Qualcomm Snapdragon chipset • Samsung Exynos chipset • Google Tensor chipset • Kirin chipset • UNISOC / Spreadtrum chipset

Item: Cleanroom Facility

UNSPSC: Clean room

Specifications / Requirements:

Item Category: Infrastructure / Facility • Designed for contamination-sensitive laboratory operations requiring ISO Class 5 cleanroom performance in accordance with ISO 14644, suitable for forensic, electronics, inspection, micro-component, and precision handling environments. • The bidder shall provide complete design, supply, installation, testing, and commissioning (DSITC) of a fully integrated modular cleanroom, including all civil, mechanical, electrical, HVAC, control, monitoring, safety, validation, and accessory components required for operational readiness. • The cleanroom shall achieve ISO Class 5 cleanliness, with particle concentration not exceeding 3,520 particles/m³ for particles ≥0.5 µm, or better. • Airflow shall be unidirectional vertical laminar airflow using ceiling-mounted HEPA/ULPA FFUs, providing approximately 300–480 ACH, average airflow velocity of 0.45 m/s ±20%, uniform downward airflow, and low-level return air. • FFU ceiling coverage shall be minimum 60–70%, with suitable capacity, typically 500–750 CFM or equivalent per unit. • HVAC system shall maintain 20–22°C, 30–50% RH, and +10 to +15 Pa positive pressure relative to adjacent areas. • Cleanroom enclosure shall be modular, using 50–75 mm insulated PUF panels or equivalent, with smooth, cleanable, non-shedding, chemical-resistant finish. • Flooring shall be seamless cleanroom-grade ESD-safe flooring with surface resistance in the order of 10⁶ to 10⁹ ohms. • Doors shall be airtight cleanroom-type, self-closing, properly sealed, and interlocked where required; windows shall be flush-mounted double-glazed type. • Lighting shall be flush-mounted sealed LED, minimum IP65, providing approximately 500–1000 lux at working level. • The facility shall include gowning/change area, storage, seating/bench arrangement where required, tacky mats, air shower unit(s), and static and/or dynamic pass box(es) as required. • Air shower shall provide approximately 20–25 m/s air velocity, 20–30 second cycle, and interlocked doors. • The bidder shall provide complete ESD grounding/bonding network with earth continuity not exceeding 1 ohm, or as per applicable standard. • Electrical works shall include complete cleanroom-compatible power distribution, DBs, wiring, sockets, lighting, equipment power points, earthing, and control cabling. • Environmental monitoring shall include at least temperature, humidity, and differential pressure, with alarms / particle monitoring where offered. • The bidder shall provide full testing, balancing, validation, and commissioning, including particle count, airflow verification, HEPA integrity test, pressure differential verification, temperature/humidity verification, and functional testing of all interlocks, alarms, FFUs, air showers, pass boxes, and monitoring systems. • Complete documentation shall be provided, including drawings, schematics, test/validation reports, O&M manuals, datasheets, warranty/support documents, and training records. • The bidder shall provide on-site training for operation, monitoring, safety, cleaning protocol, and routine maintenance. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: General Purpose Server

UNSPSC: Computer server

Specifications / Requirements:

Item Category: Infrastructure / Facility • Form Factor / Platform: Enterprise-class rack-mount server, preferably 2U, from a recognized branded OEM, with support for dual-socket processor architecture, redundant components, and remote management. • Processor: Minimum 2 x server-grade processors from Intel Xeon Silver/Gold or AMD EPYC series, or equivalent, with minimum 16 cores per processor and balanced performance suitable for virtualization, application hosting, database, storage, and general enterprise workloads. • Memory: Minimum 128GB DDR5 ECC RDIMM RAM, expandable to 512GB or higher, or equivalent. • Storage Controller: Enterprise RAID controller supporting RAID 0, 1, 5, 6, 10, 50, and 60 with cache protection / flash-backed write cache, or equivalent. • Storage: • Minimum 2 x 960GB enterprise SSDs for OS in RAID 1 • Minimum 4 x 2.4TB enterprise SAS / SATA HDD or SSDs for data storage, configurable in RAID • Server shall support future storage expansion through additional drive bays • Networking: Minimum 4 x 1GbE ports and 2 x 10GbE ports, or equivalent; additional network expansion capability preferred. • Management: Dedicated out-of-band remote management port with web-based console, virtual media, health monitoring, alerting, and remote power control. • Power Supply: Minimum dual hot-swappable redundant power supplies, high-efficiency rated. • Cooling: Redundant hot-swappable fans suitable for continuous data center operation. • Expansion: Sufficient PCIe expansion slots for NICs, HBAs, storage controllers, GPU, or other enterprise add-in cards. • Security: Support for TPM 2.0, Secure Boot, chassis intrusion detection, and role-based management access. • Operating System Compatibility: Compatible with standard enterprise server operating systems and major hypervisors. • Accessories: All required rails, power cords, NICs, transceivers/modules if applicable, and accessories for complete installation shall be included. • General: The offered server shall be supplied as a fully integrated, complete, tested, and ready-to-deploy solution. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Flash Programmers

UNSPSC: Programmable Logic Controller Accessories

Specifications / Requirements:

Item Category: Hardware • Designed for programming, reading, verifying, erasing, cloning, backing up, restoring, and testing a wide range of semiconductor memory and programmable devices used in hardware screening, repair, reverse engineering, firmware analysis, and embedded system support. • The offered solution shall support universal device programming for common flash and programmable IC families, including but not limited to: o SPI Flash o NOR Flash o NAND Flash o eMMC o UFS o EEPROM o EPROM o I²C / Microwire / SMBus serial memories o Parallel memories o MCU / BIOS / EC / embedded controller devices, where supported o CPLD / PLD / programmable logic devices, where applicable • The programmer shall support both in-socket programming and in-circuit / ISP programming, where applicable. • The offered solution shall support a broad range of package types through suitable adapters / sockets, including but not limited to: o DIP o SOP / SOIC o SSOP / TSSOP o TSOP o PLCC o QFP / LQFP o BGA o WSON / DFN / QFN o eMMC / UFS dedicated adapters, where applicable • The system shall support device auto-detection, device identification, read / write / erase / blank check / verify functions, buffer management, and checksum / file verification features. • The offered programmer shall support firmware / image handling for common file formats used in device backup and restoration. • The solution shall include PC-based control software with device library, project management, operation logs, and regular database / device support updates. • The offered solution shall provide safe operation features such as over-voltage / reverse connection protection, socket / adapter protection, and controlled programming voltage support, where applicable. • The programmer shall be suitable for laboratory and technical workshop use, with stable performance, maintainable design, and OEM-supported software / firmware. • The bidder shall provide all required standard accessories, cables, probes, ISP leads, power adapter, software, and a complete set of commonly required sockets / adapters for supported memory types and packages. • The offered system shall be supplied as a complete, integrated, and ready-to-use flash programming solution. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of a minimum of one (1) year from the date of delivery, or the minimum OEM standard warranty period, whichever is higher, for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure a minimum of two (2) years of local support services, or support equivalent to the OEM’s offered standard warranty period, whichever is higher, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • The successful bidder shall provide a comprehensive, turnkey delivery for all hardware and software components, encompassing physical installation, system commissioning, specialized software/hypervisor configuration, and end-to-end integration into the existing organizational ecosystem; the vendor remains fully responsible for ensuring all procured systems are optimized, interoperable, and delivered in a fully operational state, inclusive of all necessary licensing, firmware updates, and technical handover documentation. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Price Schedule

For Individual Items

# Item Title Quantity Unit Price (PKR) Total Price (PKR) Delivery Location Delivery Period / Year Country of Origin
1
2
For Lots
# Lot Title Total Lot Price (PKR) Country of Origin
1 [Lot 1 Title]

📑 General Conditions of Contract (GCC)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

A. General

1. Definitions

1.1 Unless the context otherwise requires, the following terms whenever used in this Contract shall have the same meaning and shall be interpreted as indicated
  1. “Applicable Law” means the laws and any other instruments having the force of law in the Government’s Country, or in such other country as may be specified in the Special Conditions of the Contract (SC), as they may be issued and in force from time to time;
  2. “Procuring Agency” means:-
    1. any Ministry, Division, Department or any Office of the Government;
    2. any authority, corporation, body or organization established by or under a Law or which is owned or controlled by the Government;.
  3. “The Contract” means an agreement enforceable by law;
  4. “The Contract Price” means the price payable to the Bidder under the Contract for the full and proper performance of its contractual obligations;
  5. “Ancillary Services” means those services ancillary to the provision  of Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Bidder covered under the  Contract;
  6. “GCC” means the General Conditions of Contract contained in this section;
  7. “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented;
  8. Day” means calendar day unless indicated otherwise.
  9. “Effective Date” means the date on which this Contract comes into force and effect.
  10. The Bidder” means the individual or corporate body whose Bids to provide the Goods has been accepted by the Procuring Agency;
  11. “The Project Site,” where applicable, means the place or places named in Bids Data Sheet and technical Specifications;
  12. “Government” means the Government of Pakistan;
  13. “Subcontractor” means any entity to which the Bidder subcontracts any part of the Goods.
  14.  "Service" means any object of procurement other than goods or works;
  15. “Party” means the Procuring Agency or the Bidder, as the case may be, and “Parties” means both of them;
  16. “Foreign Currency” means any currency other than the currency of the country of the Procuring Agency;
  17. “Completion Date” means the date of completion of the contract by the Bidder as certified by the Procuring Agency;
  18.  “In Writing” means communicated in written form with proof of receipt;
  19. “Local Currency” means the currency of Pakistan;

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.

B. Commencement, Completion, Modification, and Termination of Contract

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);

  1. If the Bidder fails to remedy a failure in the performance of its obligations hereunder, as specified in a notice of suspension;
  2. If the Bidder becomes (or, if the Bidder consists of more than one entity, if any of its members becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary;
  3. If the Bidder fails to comply with any final decision reached as a result of arbitration proceedings;
  4. If, as the result of Force Majeure, the Bidder is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days;
  5. If the Procuring Agency, in its sole discretion and for any reason whatsoever, decides to terminate this Contract;

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.

  1. If the Procuring Agency fails to pay any money due to the Bidder pursuant to this Contract and not subject to dispute within forty-five (45) calendar days after receiving written notice from the Bidder  that such payment is overdue.
  2. If, as the result of Force Majeure, the Bidder is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days.
  3. If the Procuring Agency fails to comply with any final decision reached as a result of arbitration.
  4. If the Procuring Agency is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty-five (45) days (or such longer period as the Bidder may have subsequently approved in writing) following the receipt by the Procuring Agency of the Bidder’s notice specifying such breach.

C.  Obligations of the Bidder

16. General

16.1 Standard of Performance

  1. The Bidder shall deliver the product and carry out the Services with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Bidder shall always act, in respect of any matter relating to this Contract or to the Services, as a faithful adviser to the Procuring Agency, and shall at all times support and safeguard the Procuring Agency’s legitimate interests in any dealings with the third parties.

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:

  1. during the term of this Contract, any business or professional activities in the Government’s country which would conflict with the activities assigned to them under this Contract;
  2. during the term of this Contract, neither the Bidder nor their Subcontractors shall hire public employees in active duty or on any type of leave, to perform any activity under this Contract;

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.

D. Bidder’s Personnel

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.

E.  Obligations of the Procuring Agency

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.

F. Payments to the Bidder

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.

G. Quality Control

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.

H. Settlement of Disputes

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.

📑 Special Conditions of Contract (SCC)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT

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

GCC 1

Definitions

The Procuring Agency is: NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

The Supplier is:

The title of the subject procurement is: PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

GCC 3

Applicable/Governing Law:

The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan

GCC 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.

GCC 5

Notices:

The addresses for the notices are:

Procuring Agency: 

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

Contractor/ Bidder: 

 [Name, address and telephone number].

The Contractor/ Bidder’s Representative(s)

[Name, address, telephone number and e-mail address]

 

GCC 7.1

The Authorized Representatives are:

 

For the Procuring Agency:

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

For the Bidder:

Name: ………………………

Designation: ……………..

Address: ……………………………..

 

GCC 8

Effectiveness of the contract

GCC 9

Commencement of Contract:

GCC 11.2

Expiration of Contract:

GCC 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.

GCC 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.

GCC 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 0.01% to 10.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.

GCC 23

Performance Guarantee:

The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Pay Order, Banker's Cheque, Bank Guarantee

GCC 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.

GCC 33

Currency of Payment:

All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.

GCC 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.

Inspections & Tests Requirements

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)

Delivery & Documents

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

GCC 37

 

Following is the guidance for Dispute Resolution

  1. If any dispute of any kind whatsoever shall arise between the Authority and the Bidder in connection with or arising out of the Contract, including without prejudice to the generality of foregoing, any question regarding its existence, validity, termination and the execution of the Contract – whether during developing phase or after their completion and whether before or after the termination, abandonment or breach of the Contract – the parties shall seek to resolve any such dispute or difference by mutual diligent negotiations in good faith within 14 (fourteen) days following a notice sent by one Party to the other Party in this regard.
  2. At future of negotiation the dispute shall be resolved through mediation and mediator shall be appointed with the mutual consent of the both parties.
  3. At the event of failure of mediation to resolve the dispute relating to this contract such dispute shall finally be resolved through binding Arbitration by sole arbitrator in accordance with Arbitration Act 1940. The arbitrator shall be appointed by mutual consent of the both parties. The Arbitration shall take place in Islamabad, Pakistan and proceedings will be conducted in English language. 
  4. The cost of the mediation and arbitration shall be shared by the parties in equal proportion however the both parties shall bear their own costs and lawyer’s fees regarding their own participation in the mediation and arbitration. However, the Arbitrator may make an award of costs upon the conclusion of the arbitration making any party to the dispute liable to pay the costs of another party to the dispute.
  5. Arbitration proceedings as mentioned in the above clause regarding resolution of disputes may be commenced prior to, during or after completion of the contract.

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.

📑 Bid Securing Declaration (BSD)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Form 9: Bid Securing Declaration

Date: [insert date (as day, month and year)]

Bid No.:P21758

To: NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 

 

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:

  1. have  withdrawn  or  modified  our  Bid  during  the  period  of  Bid  Validity specified in the Form of Bid;
  2. Disagreement to arithmetical correction made to the Bid price; or
  3. having been notified of the acceptance of our Bid by the Procuring Agency during the period of Bid Validity, (i) failure to sign the contract if required by Procuring Agency to do so or (ii) fail or refuse to furnish the Performance Security or to comply with any other condition precedent to signing the contract specified in the Bidding Documents.

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.

 

📑 Contract Form (CNF)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

SECTION IX: CONTRACT FORMS

 

THIS AGREEMENT made the _____ day of __________ 20_____ between NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 (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 ITEMS FOR DIRECTORATE OF LABS (P21758) 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:-

  1. This form of Contract;
  2. the Form of Bids and the Price Schedule submitted by the Bidder;
  3. the Schedule of Requirements;
  4. the Technical Specifications;
  5. the Special Conditions of Contract;
  6. the General Conditions of the Contract;
  7. the Procuring Agency’s Letter of Acceptance; and
  8. [add here: any other documents]

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: …………………………………………………

 

 

📑 Integrity Pact (INP)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BYTHE SUPPLIERS OF GOODS, SERVICES & WORKS IN  CONTRACTS WORTH RS.10.00 MILLION OR MORE

 

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.

📑 Performance Guarantee Form (PGF)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Performance Guarantee Form

 

To:     NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 

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}

📑 Annexure (ANX)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Technical Compliance Table

Please make sure to enter complete, proper, clear and concise details in this annexure.

Technical Table Inputs (Vendor)
Serial NoItem or ProductRequested SpecificationProposed SpecificationCompliance StatusComments if any
macOS Computing Device (Item/Job/Position)
Forensics Workstation (Item/Job/Position)
Forensic Server (Item/Job/Position)
Password Cracking Server (Item/Job/Position)
High Quality HDMI Cables (Item/Job/Position)
Medium-Duty Label Printer (Item/Job/Position)
Productivity Suite (Microsoft or equivalent) (Item/Job/Position)
Firmware Extraction/Chipoff Tools (Item/Job/Position)
Anechoic Chamber / Faraday Cage (Item/Job/Position)
RF Interconnection, Calibration & Networking Infrastructure (Item/Job/Position)
Photo-Station (Item/Job/Position)
Antistatic (ESD) Flooring (Item/Job/Position)
Mobile Application Security Testing (MAST) Tools (Item/Job/Position)
Network Traffic Capture & Analysis tool (Item/Job/Position)
X-Ray Machine (Luggage / Tunnel Size) (Item/Job/Position)
X-Ray Machine (Micro-Component / High-Resolution) (Item/Job/Position)
Portable Signal Analyzer (Item/Job/Position)
Function Generator (Item/Job/Position)
Dodge Analyzer (RF Diagnostic Tool) (Item/Job/Position)
Portable SSD Storage (Item/Job/Position)
Managed Network Switch (Item/Job/Position)
Enterprise Router (Item/Job/Position)
Network Hub (Item/Job/Position)
Hardware Firewall Appliance (Item/Job/Position)
Network Cables (Item/Job/Position)

Warranty Details

Please make sure to enter complete, proper, clear and concise details in this annexure.

Technical Table Inputs (Vendor)
Serial NoItem or ProductRequired Warranty SupportProposed Warranty SupportCompliance StatusComments if any
macOS Computing Device (Item/Job/Position)
Forensics Workstation (Item/Job/Position)
Forensic Server (Item/Job/Position)
Password Cracking Server (Item/Job/Position)
High Quality HDMI Cables (Item/Job/Position)
Medium-Duty Label Printer (Item/Job/Position)
Productivity Suite (Microsoft or equivalent) (Item/Job/Position)
Firmware Extraction/Chipoff Tools (Item/Job/Position)
Anechoic Chamber / Faraday Cage (Item/Job/Position)
RF Interconnection, Calibration & Networking Infrastructure (Item/Job/Position)
Photo-Station (Item/Job/Position)
Antistatic (ESD) Flooring (Item/Job/Position)
Mobile Application Security Testing (MAST) Tools (Item/Job/Position)
Network Traffic Capture & Analysis tool (Item/Job/Position)
X-Ray Machine (Luggage / Tunnel Size) (Item/Job/Position)
X-Ray Machine (Micro-Component / High-Resolution) (Item/Job/Position)
Portable Signal Analyzer (Item/Job/Position)
Function Generator (Item/Job/Position)
Dodge Analyzer (RF Diagnostic Tool) (Item/Job/Position)
Portable SSD Storage (Item/Job/Position)
Managed Network Switch (Item/Job/Position)
Enterprise Router (Item/Job/Position)
Network Hub (Item/Job/Position)
Hardware Firewall Appliance (Item/Job/Position)
Network Cables (Item/Job/Position)

📑 Procurement Forms (PFD)

PROCUREMENT OF ITEMS FOR DIRECTORATE OF LABS

Published on: Friday, April 17, 2026

Ref# : P21758
QR Code

Past Experience and Completed Contracts

Historical Contract Non-Performance, and Pending Litigation and Litigation History

Current Contracts and Their Progress

Financial Capacity and Net Worth Evaluation Form

Average Annual Turnover