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).
P & D Divison (Karachi Port Trust (KPT)), Project Manager
KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
+92-300-213-9352
pmp@kpt.gov.pk
1.1 The Procuring Agency (PA), as indicated in the Bids Data Sheet (BDS) invites Bids through EPADS v2.0 for the provision of Goods for as specified in the BDS and in Section V – Evaluation Criteria, Specifications & Schedule of Requirements. The name, identification, and number of items/deliverables are provided in the BDS. The successful Bidders will be expected to provide the goods within the specified period and timeline(s) as stated in the BDS.
2.1 Source of funds is referred in Clause-1 of Invitation for Bids.
3.1 A Bidder may be natural person, company or firm or public or semi-public agency of Pakistan or any foreign country, or any combination of them with a formal existing agreement (on Judicial Papers) in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all members shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The joint venture, consortium, or association shall nominate a Lead Member as nominated in the BDS, who shall have the authority to conduct all business for and on behalf of any and all the members of the joint venture, consortium, or association during the Bidding process, and in case of award of contract, during the execution of the contract.
3.2 Verifiable copy of the agreement that forms a joint venture, consortium or association shall be required to be submitted as part of the Bid.
3.3 The appointment of Lead Member in the joint venture, consortium, or association shall be confirmed by submission of a valid Power of Attorney to the Procuring Agency.
3.4 Any bid submitted by the joint venture, consortium or association shall indicate the part of proposed contract to be performed by each party and each party shall be evaluated (or post qualified if required) with respect to its contribution only, and the responsibilities of each party shall not be substantially altered without prior written approval of the Procuring Agency and in line with any instructions issued by the Authority.
(The limit on the number of members of JV or Consortium or Association may be prescribed in BDS, in accordance with the guidelines issued by the PPRA).
3.5 The invitation for Bids is open to all prospective suppliers, manufacturers, or authorized agents / dealers subject to any provisions of incorporation or licensing by the respective national incorporating agency or statutory body established for that particular trade or business. Procuring agencies shall specify the registration/licensing requirements for the foreign bidders keeping in view the requirement of that business.
3.6 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this Bidding process, if they:
3.7 A Bidder may be ineligible if –
3.8 As and when required, bidders shall provide to the Procuring Agency evidence of their eligibility, proof of compliance with the necessary legal requirements to carry out the contract effectively.
3.9 Bidders shall submit Bids relating to the nature, conditions and modalities of sub-contracting wherever the sub-contracting of any elements of the contract amounting to more than ten (10) percent of the Bid price is envisaged.
4.1 All goods and related services to be supplied under the contract shall have their origin in eligible source countries, and all expenditures made under the contract will be limited to such goods and services. For purpose of this Bid, ineligible countries are the countries declared ineligible by the Federal Government.
5.1 A bidder shall submit only one Bid, in the same bidding process, either individually as a Bidder or as a member in a joint venture or any similar arrangement.
5.2 The Bidder shall not engage a subcontractor for any portion of the contract if the value of such subcontracting exceeds thirty percent (30%) of the total contract amount.
6.1 Any cost incurred by the bidder relating to the preparation and submission of its Bid shall be borne by the bidder, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7.1 The Goods required, Bidding procedures, and terms and conditions of the contract are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding documents which should be read in conjunction with any addenda issued in accordance with ITB 9.1 include:
Section I -Invitation to Bids
Section II Instructions to Bidders (ITB)
Section III Bid Data Sheet (BDS)
Section IV Evaluation Criteria, Specifications, Schedule of Requirements
Section V Bid Forms
Section VI General Conditions of Contract (GCC)
Section VII Special Conditions of Contract (SCC)
Section VIII Contract Forms
7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding documents. Failure to furnish all the information required in the Bidding documents through EPADS v2.0 will be at the Bidder’s risk and may result in the rejection of his Bids.
8.1 A prospective Bidder requiring any clarification of the Bidding documents may notify the Procuring Agency through EPADS v2.0.
8.2 The Procuring Agency will within three (3) working days after receiving the request for clarification, respond to any request for clarification through EPADS v2.0 provided that such request is received not later than three (03) days prior to the deadline for the submission of Bids as prescribed in ITB 22
8.3 Copies of the Procuring Agency's response will be forwarded to all identified Prospective Bidders through EPADS v2.0, including a description of the inquiry, but without identifying its source.
8.4 Should the Procuring Agency deem it necessary to amend the Bidding document as a result of a clarification, it shall do so following the procedure under ITB 9.
8.5 If indicated in the BDS, the Bidder’s designated representative is invited at the Bidder’s cost to attend a pre-Bid meeting at the place, date and time mentioned in the BDS. During this pre-Bid meeting, prospective Bidders may request clarification of the schedule of requirement, the Evaluation Criteria or any other aspects of the Bidding document.
8.6 Minutes of the pre-Bid meeting, if applicable, including the text of the questions asked by Bidders, including those during the meeting (without identifying the source) and the responses given, together with any responses prepared after the meeting will be uploaded on EPADS v2.0. Any modification to the Bidding documents that may become necessary as a result of the pre-Bid meeting shall be made by the Procuring Agency exclusively through the use of an Addendum pursuant to ITB 9. Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a Bidder.
9.1 Before the deadline for submission of Bids, the Procuring Agency for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder or Pre-Bid meeting may modify the Bidding documents by issuing addenda through EPADS v2.0.
9.2 The Procuring Agency shall promptly publish the addendum through EPADS v2.0.
9.3 Any addendum issued including the notice of any extension of the deadline shall also be communicated through EPADS v2.0 to all the bidders who have already submitted their bids. Such bidders shall have the right to withdraw their already submitted bid and re-submit the revised bid prior to the original or extended bid submission deadline.
9.4 To give prospective Bidders reasonable time in which to take an addendum/corrigendum into account in preparing their Bids, the Procuring Agency may, at its discretion, extend the deadline for the submission of Bids through EPADS v2.0:
Provided that the Procuring Agency shall extend the deadline for submission of Bids, if such an addendum is issued within last three (03) days of the Bids submission deadline.
10.1 The Bid prepared by the bidder, as well as all correspondence and documents relating to the Bids exchanged by the Bidder and the Procuring Agency shall be written in the English language unless otherwise specified in the BDS. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in the English language unless otherwise specified in the BDS, in which case, for purposes of interpretation of the Bidder, the translation shall govern.
11.1 The Bid prepared by the Bidder shall constitute thedocuments required in the BDS.
Details of sample(s) where applicable and requested in the BDS.
1. Documentary evidence established in accordance with ITB that the Bidder is eligible and/or qualified for the subject bidding process;
2. Documentary evidence establish that the Bidder has been authorized by the manufacturer to deliver the goods into Pakistan, where required and where the supplier is not the manufacturer of those goods;
3. Documentary evidence establish that the goods and related services to be supplied by the Bidder are eligible goods and services, and conform to the Bidding Documents;
4. Bid security or Bid Securing Declaration furnished in accordance with ITB 18.
12.1 To establish the conformity of the bidder to the Bidding document, the Bidder shall furnish as part of its Bids the documentary evidence that Goods provided conform to the technical specifications and standards.
13.1 The Bidder shall furnish, as part of itsBid, all those documents establishing the Bidder’s eligibility to participate in the Bidding process and/or its qualification to perform the contract if its Bid is accepted.
14.1 The Bidder shall fill the Form of Bid furnished in the Bidding documents.The Bids Form must be completed without any alterations to its format and no substitute shall be accepted.
15.1 The Bids Prices quoted by the Bidder in the Form of Bid and in the Price Schedules shall conform to the requirements specified below or exclusively mentioned hereafter in the Bidding documents.
15.2 All items in the Schedule of Requirement must be listed and priced separately in the Price Schedule(s). If a Price Schedule shows items listed but not priced and neither explicitly denied, their prices shall be construed to be included in the prices of other items.
15.3 Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is still substantially responsive in their absence or due to their nominal nature, the corresponding average price of the respective item(s) of the remaining substantially responsive Bidder(s) shall be construed to be the price of those missing item(s)
15.4 The Bid price to be quoted in the Form of Bid in accordance with ITB 14.1 shall be the total price of the Bid.
15.5 The Bidder shall indicate on the appropriate Price Schedule, the unit prices (where applicable) and total Bid price of the Goods it proposes to provide under the contract.
15.6 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation on any account. A Bid submitted with an adjustable price will be treated as non-responsive and shall be rejected.
16.1 Prices shall be quoted in Pakistani Rupees unless otherwise specified in the BDS in accordance with Rule 30 (2) of the Public Procurement Rules, 2004.
17.1 Bids shall remain valid for the period specified in the BDS after the Bid submission deadline prescribed by the Procuring Agency. A Bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. The period of Bid validity will be determined from the complementary Bid securing instrument, i.e. the expiry period of Bid Security or Bids Securing Declaration as the case may be.
17.2 The procuring agency shall ordinarily be under an obligation to process and evaluate the bid and to issue letter of award within the stipulated bid validity period.
17.3 Under exceptional circumstances, prior to the expiration of the initial Bid validity period, the Procuring Agency may request the Bidders’ consent to an extension of the period of validity of their Bids only once through EPADS v2.0, for the period not more than the period of initial bid validity. The Bid Security provided under ITB 18 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security or causing to be executed its Bid Securing Declaration. A Bidder agreeing to the request will not be required nor permitted to modify its Bid, but will be required to extend the validity of its Bid Security or Bid Securing Declaration for the period of the extension.
18.1 The Bidder shall furnish as part of its Bid, a Bid Security in accordance with Rule 25 of the Public Procurement Rules, 2004.
18.2 The original Bid Security shall be enclosed within the sealed envelope and to be submitted physically before closing time for submission of bids. Whereas, scanned copy of bid security shall be uploaded electronically through EPADS v2.0 before closing hours for submission of bids.
18.3 The Bidder who failed to submit the original Bids security before the submission deadline shall be disqualified straightaway.
18.4 The Bid Security or Bid Securing Declaration is required to protect the Procuring Agency against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB 18.7.
18.5 The Bid Security shall be denominated in the local currency, and it shall be a Bank Draft in the name of the Procuring Agency and valid for twenty-eight (28) days beyond the end of the validity of the Bid. This shall also apply if the period for Bids/Bid Validity is extended. In either case, the form must include the complete name of the Bidder.
18.6 The Bid Security shall be payable promptly upon written demand by the Procuring Agency in case any of the conditions listed in ITB 18 are invoked.
18.7 Unsuccessful Bidders’ Bid Security will be discharged or returned as promptly as possible, however in no case later than thirty (30) days after the expiration of the period of Bids Validity prescribed by the Procuring Agency pursuant to ITB 17. The Procuring Agency shall make no claim to the amount of the Bid Security, and shall promptly return the Bid Security document, after whichever of the following that occurs earliest:
18.8 The successful Bidder’s Bids Security will be discharged upon the Bidder signing the contract, or furnishing the Performance Guarantee.
18.9 The Bid Security may be forfeited or the Bid Securing Declaration executed:
19.1 Before Bid submission deadline, any Bidder may withdraw, substitute, or modify its Bid after it has been submitted through EPADS v2.0. Bids requested to be withdrawn, shall be returned unopened to the Bidders through EPADS v2.0.
20.1 The Bidder shall prepare and submit Bids with due diligence after carefully reading all the terms and condition before bid submission deadline through EPADS v2.0.
21.1 The Technical and Financial Bids if required to submitted, shall be submitted on EPADS v2.0.
22.1 Bids shall be received by the Procuring Agency through EPADS v2.0 before bid submission deadline.
22.2 The Procuring Agency may, under exceptional circumstances, extend the deadline for the submission of Bids, after recording reasons in writing and in an equal opportunity manner.
In such case, all rights and obligations of the Procuring Agency and the Bidders that were previously governed by the original deadline shall thereafter be subject to the revised deadline.
23.1 The Bid Evaluation Committee of the Procuring Agency shall open all Bids through the EPADS v2.0, on the date and time specified in the Bid Data Sheet (BDS).
23.2 The Bid Evaluation Committee shall generate minutes through EPADS v2.0 containing brief details of bid opening process. The record of the Bid opening shall include, as a minimum: the name of the Bidder, the Bid price if applicable, and the presence or absence of a Bid Security or Bid Securing Declaration.
23.3 The procuring agency shall live broadcast the opening of bids on national media or on their website or digital channels, if the volume of procurement exceeds five hundred million rupees in case of goods and services and one thousand million rupees in case of works.
23.4 In case the date of opening of bid has been declared as public holiday or the procuring agency fail to open bid due to any EPADS v2.0 related issues, the submission and opening of bids shall be shifted to the next working day on the same time.
23.5 In case of Single Stage One Envelope Procedure, the Bidders names, the Bid prices, the total amount of each Bid and, the presence or absence of Bid Security, Bid Securing Declaration and such other details as the Procuring Agency may consider appropriate, will be announced by the Bid Evaluation Committee.
24.1 To assist in the examination, evaluation and comparison of Bids of the Bidders, the Procuring Agency may, ask any Bidder for a clarification of its Bid including breakdown of prices.
24.2 The request for clarification and the response shall be sought through EPADS v2.0 before three days prior to the deadline for submission of bids. No change in the prices or substance of the Bids shall be sought, offered, or permitted.
24.3 The alteration or modification in the BIDS which in any way affect the following parameters will be considered as a change in the substance of a Bids:
24.4 From the time of Bids opening to the time of Contract award if any Bidder wishes to contact the Procuring Agency on any matter related to the Bids it should do so through EPADS v2.0.
25.1 Prior to the detailed evaluation of Bids, the Procuring Agency will determine whether each Bid:
25.2 The Procuring Agency's determination of a Bid's responsiveness will be based on the contents of the Bid itself.
25.3 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one that: -
25.3 If a Bids is not substantially responsive, it will be rejected by the Procuring Agency and may not subsequently be evaluated for complete technical responsiveness.
26.1 The Procuring Agency shall examine the Bids to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.
26.2 The Procuring Agency shall evaluate the technical aspects of the Bids submitted, to confirm that all requirements specified in Schedule of Requirements and Technical Specifications of the Bidding documents have been met without material deviation or reservation.
26.3 If after the examination of the terms and conditions and the technical evaluation, the Procuring Agency determines that the Bid is not substantially responsive in accordance with ITB 25.2, it shall reject the Bid.
27.1 Bids determined to be substantially responsive will be checked for any arithmetic errors. Errors will be corrected as follows: -
27.2 The amount stated in the Bid will, be adjusted by the Procuring Agency in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, its Bid will then be rejected, and the Bid Security may be forfeited or the Bids Securing Declaration may be executed.
28.1 To facilitate evaluation and comparison, the Procuring Agency will convert all Bids prices expressed in the amounts in various currencies in which the Bids prices are payable. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into a single currency specified in the bidding documents. The rate of exchange shall be the selling rate prevailing on the date of opening of financial bids specified in the bidding documents, in accordance with weighted average customer exchange rates list issued by the State Bank of Pakistan on that day.
29.1 The Bids, quotations, or proposals shall be evaluated by the respective evaluation committees as per evaluation criteria described in the Bidding Documents in accordance with Rule 29 and 30 of the Public Procurement Rules, 2004.
1. Least Cost Based Selection (LCBS)
After meeting the requirements of eligibility, qualification and substantial responsiveness, the bid in compliance with all the mandatory (technical) specifications/requirements and/or requisite quality threshold (if any), and having lowest evaluated cost (or financial proposal) shall be considered Successful Bid.
2. Quality and Cost Based Selection (QCBS)
In such combination, there shall be some specific weightage of both the technical features and financial aspects of the proposal. The financial marks shall be awarded on the basis of inverse proportion calculations. The successful bid shall be declared, on the basis of combined evaluation.
3. Quality Based Selection (QBS)
Atter meeting the requirements of eligibility, qualification and substantial responsiveness the bid in compliance with all the mandatory (technical) specifications/requirements and attaining highest marks in the Technical Evaluation considering all other qualitative and/or quantitative parameters (or point rated criteria) for technical proposal(s) such as working methodology, implementation plan, resource allocation, additional functionalities, risk management approach, knowledge transfer techniques, post implementation methodology etc. shall be treated as highest ranked bid. Later on, the financial proposal of highest ranked bidder shall be opened, however, in case of failure to proceed further with such a bidder, the procuring agency may resort to second highest bidder and so on.
29.2 In case of tie of bids, the bidders shall be provided an opportunity to offer their best and final monetary offer through EPADS v2.0. However, in no case the rates shall be higher than the original financial bids.
30.1 The procuring agency shall evaluate and compare bids, allow for preference to domestic bidders, while competing with the international bidders in accordance with the policies of Federal Government.
The percentage of preference, to be accorded shall be clearly mentioned in the bidding documents under the bid evaluation criteria.
31.1 Selection technique will be adopted for determining the Successful Bid in accordance with the criteria referred in the BDS or prescribed in the separate section titled as Evaluation Criteria.
31.2 In case where the Procuring Agency adopts the Cost Based Evaluation Technique and, the Bid with the lowest evaluated price from amongst those which are eligible, compliant and substantially responsive shall be the Successful Bid.
31.3 The Procuring Agency may adopt the Quality & Cost Based Selection Technique due to the following two reasons:
1. Where the Procuring Agency knows about the main features, usage and output of the products; however not clear about the complete features, technical specifications and functionalities of the goods to be procured and requires the bidders to submit their proposals defining those features, specifications and functionalities; or
2. Where the Procuring Agency, in addition to the mandatory requirements and mandatory technical specifications, requires parameters specified in Evaluation Criteria to be evaluated while determining the quality of the goods.
31.4 In such cases, the Procuring Agency may allocate certain weightage to these factors as a part of Evaluation Criteria, and may determine the ranking of the bidders on the basis of combined evaluation in accordance with provisions of Rule 2(1)(h) of the Public Procurement Rules, 2004.
32.1Where the Bid price is considered to be abnormally low, the Procuring Agency shall perform price analysis either during determination of Successful Bids or as a part of the post-qualification process.
32.2 The Procuring Agency may reject an Abnormally low financial bids.
32.3 In order to identify the Abnormally Low Bids (ALB) following approaches can be considered to minimize the scope of subjectivity:
32.4 The Procuring Agency will determine to its satisfaction whether the Bidder that is selected as having submitted the successful bid is qualified to perform the contract satisfactorily.
32.5 The determination will take into account the Bidder’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Factors not included in these Bidding documents shall not be used in the evaluation of the Bidders’ qualifications.
32.6 Procuring Agency may seek “Certificate for Independent Price Determination” from the Bidder and the results of reference checks may be used in determining an award of contract.
Explanation: The Certificate shall be furnished by the Bidder. The Bidder shall certify that the price is determined keeping in view of all the essential aspects such as raw material, its processing, value addition, optimization of resources due to economy of scale, transportation, insurance and margin of profit etc.
32.7 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s Bids, in which event the Procuring Agency will proceed to the next ranked Bidder to make a similar determination of that Bidder’s capabilities to perform satisfactorily.
33.1 The Procuring Agency will award the Contract to the Bidder whose Bids has been determined to be substantially responsive to the Bidding documents and who has been declared as Most Advantageous Bidder.
34.1 The procuring agency shall not engage in negotiations with respect to scope and price with the bidder except when the procuring agency conducts a procurement using direct or negotiated contracting or a request for proposals with evaluation based on quality alone.
34.2 The procuring agency may negotiate with the most advantageous bid with a view to streamline the work or task execution, at the time of contract finalization on methodology, work plan, staffing, finalizing payment arrangements, delivery arrangements, minor amendments to the special conditions of the contract.
35.1 The Procuring Agency reserves the right to reject all bids or proposals at any time prior to the issuance of the Letter of Award, without incurring any liability, in accordance with Rule 33 of the Public Procurement Rules, 2004.
36.1 The Procuring Agency reserves the right at the time of contract award to increase or decrease the quantity of Goods originally specified in these Bidding documents provided this does not exceed by 15%, without any change in unit price or other terms and conditions of the Bids and Bidding documents.
37.1 Prior to the award of contract, the procuring agency shall announce and publish the result of bid evaluation on EPADS v2.0 in accordance with Rule 35 of the Public Procurement Rules, 2004.
37.2 The Bidder whose Bids has been accepted will be notified of the award by the Procuring Agency prior to expiration of the Bids/Bid Validity period. The Letter of Award will state the sum that the Procuring Agency will pay the successful Bidder in consideration for the delivery of Goods as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price).
37.3 The Letter of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Guarantee and signing of the contract.
38.1 Promptly after issuance of Letter of award, Procuring Agency shall send the successful Bidder the draft Contract, incorporating all terms and conditions as agreed by the parties to the contract.
38.2 Immediately after the Redressal of grievance by the GRC (if any), mandatory standstill period in accordance with Rule 35 of the Public Procurement Rules, 2004 and after fulfillment of all condition’s precedent of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract.
39.1 Procuring Agencies (including beneficiaries of Government funded projects and procurement) as well as Bidders/Contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts, and will avoid to engage in any corrupt and fraudulent practices.
40.1 The Grievance Redressal Committee shall address the grievance, if any submitted by any party, including the bidder, in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
40.2 In case if any party or the bidder is not satisfied with the decision of the GRC or if it fails to decide within ten days, the bidder or the party may file an appeal before the Appellate Committee of the Authority in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
41.1 The Procuring Agency shall initiate blacklisting proceedings against any bidder, supplier, or contractor in accordance with the Mechanism for Blacklisting Regulations, 2024, read with Rule 19 of the Public Procurement Rules, 2004.
41.2 The blacklisted/debarred bidder may file the review petition before the Authority in accordance with Rule 19 of the Public Procurement Rules, 2004 to be read with Procedure of filing and disposal of Review Petitions Regulations, 2021.
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
BDS Clause Number 1
ITB Number 1.1
Name of Procuring Agency: P & D Divison (Karachi Port Trust (KPT))
The subject of procurement is: Supply, Installation and Commissioning of Vessel Traffic Management System at KPT
Expected commencement date: Thursday, August 13, 2026
BDS Clause Number 2
ITB Number 2.1
Financial year for the operations of the Procuring Agency: 2025-26
Name and identification number of the Contract: P26009
BDS Clause Number 3
ITB Clause Number 3.1
JV/Consortium or Association Allowed: Yes
Number of JV/Consortium Members: 5
see section of eligibility criteria.
BDS Clause Number 4
ITB Number 8.1
The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Monday, May 18, 2026
Pre-Bid Meeting: Wednesday, May 6, 2026 11:00 AM
Venue: KPT HeadOffice, Eduljee Dinshaw Road.
BDS Clause Number 5
ITB Number 10.1
The Language of all correspondences and documents related to the Bids shall be in: English
List of documents required along with the bid:
BDS Clause Number 6
ITB Number 11.1
Items/Lots and threre related documents:
See section items and Lots
BDS Clause Number 7
ITB Number 12.1
Items / Lots Specifications:
see section of items specifications.
BDS Clause Number 8
ITB Number 15.6
The price shall be Fixed.
BDS Clause Number 9
ITB Number 16.1
Currency of the Bids shall be : PKR
BDS Clause Number 10
ITB Number 17.1
The Bids/Bid Validity period shall be: 180 Days
BDS Clause Number 11
ITB Number 18.1
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6
The Bid Security shall be in the form of: Pay Order, Bank Guarantee
BDS Clause Number 12
ITB Number 20.1
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;
KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province). before bid submission deadline.
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Thursday, June 4, 2026 02:30 PM
BDS Clause Number 13
ITB Number 23.1
The Bids opening shall take place on EPADS v2.0.
Day : Thursday
Date: Thursday, June 4, 2026
Time : 03:00 PM
BDS Clause Number 14
ITB Number 31.1
Selection technique adopted will be: Quality and Cost Based Selection (QCBS)
see Evaluation Criteria
BDS Clause Number 15
ITB Number 41.1
Grievence against this procurement shall be submitted online on EPADS v2.0.
Arbitrator shall be appointed by mutual consent of the both parties.
| Bidder's Type | Required Registration |
|---|---|
|
Any |
FBR (NTN) SECP PEC |
| Eligibility Criteria | Document |
|---|---|
| Compliance to the following mandatory conditions would constitute “Eligibility” of the bid for technical appraisal | No |
| 2. Failure in any of the Mandatory Conditions would render the bid ineligible for further consideration. | No |
| Name and details about the organizational set up, address, telephone, fax, email, website, etc. of Tenderer supported with brief company profile | Yes |
| Name(s) and permanent addresses of Proprietor / Partners / Directors (as applicable) of the Applicant Firm along with copies of their CNIC. | Yes |
| In case of Joint Ventures / Partnerships / Association of Firms or Foreign Principal-Local Representative Setup, all the said information about all the members / partners / principal / local representative be provided | Yes |
| Proper and established business office in Pakistan of local firms as well as for firms representing foreign firms. | Yes |
| Local firm should possess a valid License issued by the Pakistan Engineering Council (PEC) in Financial Category C2 and Code EE07. | Yes |
| In case of Joint Venture with Foreign firm, the foreign firm shall enter into Joint Venture with Pakistani Firm registered with the council in equivalent / compatible category and submit the same to the employer | Yes |
| In case of Joint Venture, the firms shall be individually registered on EPADS as per the regulations of PPRA and EPADS. | No |
| The bidder firm is not blacklisted by or is not presently involved in litigation with KPT or any other Government Agency / Organization. Undertaking to that effect on Rs. 1000 E-Stamp Paper to be submitted by the bidder firm. | Yes |
| Registration with Income Tax and Sales Tax Departments for local firms / representatives of foreign firms. On-line verification to be demonstrated. | Yes |
| The Declaration of Beneficial Owners information of Public Procurement Contract Award Regulation, 2022 notified vide S.R.O. 592(I)/2022 be complied by the bidder and submit the documents establishing owners information of Company who will be beneficial for this contract. | Yes |
| Financial Statements duly audited by ICAP QCR rated Audit Firm for the last 03 (three) years. | Yes |
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 Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| FIRM'S EXPERIENCE | ||
| Years of Establishment of firm - The OEM / firm having experience of minimum 10 years in the design, supply, installation and commissioning of Information Technology System for seaports. (01 point for each year) (Qualitative)(Doc Required) | 10 | |
| Completed Projects - Satisfactory execution / completion of minimum two similar projects of Radar & Vessel Traffic Management System of aggregate value of minimum Rs.100 million. (7 points for each project) (Qualitative)(Doc Required) | 14 | |
| Completed Projects - Satisfactory execution / completion of minimum two similar IT projects of aggregate value of minimum Rs.50 million. (2 points for each project) (Qualitative)(Doc Required) | 6 | |
| In-hand Projects - Detailed particulars of currently in-hand projects relating to Radar & Vessel Traffic Management System of the project under this tender. (3 marks for each specific project) (Qualitative)(Doc Required) | 6 | |
| In-hand Projects - Any other similar Port related Project. (2 mark for similar port project) (Qualitative)(Doc Required) | 4 | |
| Maintenance - Satisfactory post-completion maintenance including 24/7 customer support for minimum of 03 projects of any Information Technology system (01 number for each project) (Qualitative)(Doc Required) | 3 | |
| Customer Support - Facilities available in Pakistan with the bidder particularly the maintenance workshop / lab for the equipment used in the offered system. (Qualitative)(Doc Required) | 2 | |
| TECHNICAL PERSONNEL | ||
| Project Manager / Director having minimum 10 years experience with Masters degree. (Qualitative)(Doc Required) | 5 | |
| Professional engineer having minimum 10 year experience. (2 points) for each qualified engineer upto maximum 6 points. (Qualitative)(Doc Required) | 6 | |
| Professional Technician having minimum 10 years experience (1 point) for each qualified technician upto max 4 points. (Qualitative)(Doc Required) | 4 | |
| COMPLIANCE TO SCOPE OF WORK / TECHNICAL SPECIFICATIONS | ||
| Compliance to Technical specifications - Extent of compliance of the offered equipment Radar / software / communication / Surveillance and other systems for Radar & Vessel Traffic Management System with the technical specifications and requirements as per given Scope of Work (Qualitative)(Doc Required) | 10 | |
| Methodology - Best methodology in designing, installing, deploying, successful implementation and subsequent maintenance of the complete project under actual site and environmental conditions at Karachi Port. (To be assessed on the basis of overall response) (Qualitative)(Doc Required) | 10 | |
| FINANCIAL POSITION | ||
| Turnover (Qualitative)(Doc Required) Average Turnover of Rs.1000 Million per annum or above for last 03 (three) years. (15) Average Turnover between Rs.800 Million to Rs.1000 Million per annum for last 03 (three) years. (13) Average Turnover between Rs. 500 million to Rs. 800 Million per annum for last 03 (three) years (11) Average Turnover less than Rs.500 Million per annum for last 03 (three) years. (0) | 15 | |
| Working Capital (Qualitative)(Doc Required) Average working capital of Rs. 300 Million per annum or above (5) Average working capital of Rs. 200 Million annum to Rs. 299 Million (4) Average working capital of Rs. 100 Million annum to Rs. 199 Million (3) Average working capital of less than Rs. 100 Million (0) | 5 | |
Lot Title : VTMS
Bid Security : 10000000
| Item | UNSPSC | Delivery Schedule | Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|
| Radar Sub-system | Radarbased surveillance systems |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Manufacturer Authorization form | 1 Years |
| AIS Sub-system | Transceivers VHF, UHF single and multi channel |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Manufacturer Authorization form | 1 Years |
| VHF Sub-system including DSC receiver | VHF receivers and associated equipment |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 2
|
2 | Manufacturer Authorization form | 1 Years |
| Voice Dispatch, Voice Alert, Voice & DSC Recording / Voice Communication Management System (VCMS) | VHF receivers and associated equipment |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Manufacturer Authorization form | 1 Years |
| CCTV Sub-system | Closed circuit television CCTV system |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 5
|
5 | Manufacturer Authorization form | 3 Years |
| Consoles | Consoles |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 2
|
2 | Any | 3 Years |
| Video wall | Televisions |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 4
|
4 | -- | 1 Years |
| Data Network Ethernet switch | Network switches |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | -- | 3 Years |
| Smart rack system | Data center services |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Manufacturer Authorization form | 3 Years |
| LAN Cable, Equipment-Specific Cables & Installation Material | Fiber optic cable installation service |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | -- | -- |
| Audio cables | Fiber optic cable |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | -- | -- |
| Servers | Computer server |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 9
|
9 | Any | 3 Years |
| Laptops | Personal computer |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 2
|
2 | Any | 3 Years |
| UPS & Power Infrastructure | Uninterruptible power supply UPS |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Any | 3 Years |
| Supervisor workstation | Personal computer |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 2
|
2 | Any | 3 Years |
| Antenna & feeder cables | Fiber optic cable installation service |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 365 Days
Quantity: 1
|
1 | -- | -- |
| Software Capability with Existing Procedure / Application / Sensor | Software as a service |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 365 Days
Quantity: 1
|
1 | -- | -- |
| Upgradation / Renovation works | Commercial and office building renovation and repair service |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 365 Days
Quantity: 1
|
1 | -- | -- |
| 35-Metre High Steel Tower / Mast | Telecommunication tower or support |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 365 Days
Quantity: 1
|
1 | -- | -- |
| Training of KPT personnel | Personnel skills training |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 365 Days
Quantity: 1
|
1 | -- | -- |
| SLA of 2 years | Basic agreement |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 420 Days
Quantity: 1
|
1 | -- | -- |
| Routers | Network routers |
Address: KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
Schedule: 210 Days
Quantity: 1
|
1 | Any | 3 Years |
No
VTMS
| Item | UNSPSC | Related Services |
|---|---|---|
| Radar Sub-system | Radarbased surveillance systems | Supply, Installation and Commissioning of the system at site |
| AIS Sub-system | Transceivers VHF, UHF single and multi channel | Supply, Installation and Commissioning of the system at site |
| VHF Sub-system including DSC receiver | VHF receivers and associated equipment | Supply, Installation and Commissioning of the system at site |
| Voice Dispatch, Voice Alert, Voice & DSC Recording / Voice Communication Management System (VCMS) | VHF receivers and associated equipment | Supply, Installation and Commissioning of the system at site |
| CCTV Sub-system | Closed circuit television CCTV system | Supply, Installation and Commissioning of the system at site |
| Consoles | Consoles | Supply, Installation and Commissioning of the system at site |
| Video wall | Televisions | Supply, Installation and Commissioning of the system at site |
| Data Network Ethernet switch | Network switches | Supply, Installation and Commissioning of the system at site |
| Smart rack system | Data center services | Supply, Installation and Commissioning of the system at site |
| LAN Cable, Equipment-Specific Cables & Installation Material | Fiber optic cable installation service | Supply, Installation and Commissioning of the system at site |
| Audio cables | Fiber optic cable | Supply, Installation and Commissioning of the system at site |
| Servers | Computer server | Supply, Installation and Commissioning of the system at site |
| Laptops | Personal computer | Supply, Installation and Commissioning of the system at site |
| UPS & Power Infrastructure | Uninterruptible power supply UPS | Supply, Installation and Commissioning of the system at site |
| Supervisor workstation | Personal computer | Supply, Installation and Commissioning of the system at site |
| Antenna & feeder cables | Fiber optic cable installation service | Supply, Installation and Commissioning of the system at site |
| Software Capability with Existing Procedure / Application / Sensor | Software as a service | Integration with existing system |
| Upgradation / Renovation works | Commercial and office building renovation and repair service | Repair of the existing structure to make it suitable |
| 35-Metre High Steel Tower / Mast | Telecommunication tower or support | Supply, Installation along with all civil works |
| Routers | Network routers | Supply, Installation and Commissioning of the system at site |
Lot Title : VTMS
Item: Radar Sub-system
UNSPSC: Radarbased surveillance systems
Specifications / Requirements:
X-Band Solid State, Down-Mast Dual Transceiver configuration. Compliant IALA G-1111-3, V-127, V-128; IEC 62301-1, 623021-2, 62388, SOLAS Chapter V or any other relevant VTMS code. Full VTMS integration with redundant radar antenna unit. Proven design Latest model. Supply, Installation and Commissioning of Down Mast configuration with Dual Transceiver (X-Band Radar) at KPOC with following Technical Specification: Antenna size: 12 ft to 18 ft Vertical beam width: < 25° Transceiver: Solid-State Polarization: horizontal Frequency Control: Manual & AFC; Horizontal beam width: ≤ 0.65° Installation: Down-mast / Embedded Antenna gain: ≥ 33 dBi Sector blanking: at-least two sectors Radar Range: Up to 48 NM ) with high resolution in Radar system Operational wind speed: Up to 100knots The radar system shall include the following components for redundancy: 1. 02 × Radar Transceivers (Redundant Configuration) 2. 02 × Radar Tracker / Signal Processor Units (Redundant Configuration) • Module: Latest • Country of Origin: Japan / Germany / Western Europe or equivalent reputable make • System shall be fully compatible with IALA VTS operational requirements. • Radar shall support target detection, tracking, and integration with VTMS systems. • Equipment shall be suitable for continuous 24/7 coastal surveillance operation in a marine environment. The Radar system should detect small objects, such as channel buoys, small craft, fishing boats, vessel and provide accurate target separation such as a) A range cell size of: • 3m with instrumented range up to 12NM • 6m with instrumented range up to 48NM b) A target separation in range of: • 12m (3m cell) with instrumented range up to 12NM • 24m (6m cell) with instrumented range up to 48NM Note: A spare scanner has been envisaged at Steel Tower and shall be operated on a plug and play basis, as and when required, including provision within the down mast haulyard arrangement to ensure operational readiness.Item: AIS Sub-system
UNSPSC: Transceivers VHF, UHF single and multi channel
Specifications / Requirements:
IALA-compliant VHF Data Link Class A/B transceiver, dual-channel simultaneous receive, NMEA 0183/2000 interface, GPS/GNSS receiver, VHF collinear antenna with LMR-400 feeder. (Ref: IALA A-126, ITU-R M.1371-5, SOLAS Ch.V Reg.19. Proven design Latest model. Supply, installation and commissioning of AIS Sub-system with following technical specifications: o Module: Latest o Country of Origin: Japan / Germany / Western Europe or equivalent reputable make. • AIS Base Station redundant Configuration • VHF / GPS antennas with necessary support structure and grounding • Cable, Surge Protector TX Power 2 W /12.5W Selectable Frequency range 156.025 – 162.025 MHz (Marine VHF Band) Band Width 25 KHs Receiving sensitivity -115 dBm Communication ports RS-232 or RS-485 or Ethernet Compliance IALA, IEC 62320-2, ITU- R M.1371-5 Environmental Marine-grade hardware for 24/7 coastal operation a) Built-in web-servers for configuration and monitoring b) Support for SNMP for network monitoring c) Built-in monitoring and self-diagnostics, including remote alarm messaging 19” rack mountable form-factor d) The integration between Radar and AIS systems is essential and that will be the mandatory part of the VTMS. e) The existing AIS system shall be incorporated and operationalized within the VTMS. (Specification will be provided)Item: VHF Sub-system including DSC receiver
UNSPSC: VHF receivers and associated equipment
Specifications / Requirements:
02 Sets (one per operator console). GMDSS-compliant maritime VHF, 25W/1W TX, DSC Class D Class D controller, Channel 16/70 watch, dual watch capability, remote control head per console, VHF antenna (provided under Item 09/tower works). Interface to Voice Recording System (Item 05). (Ref: ITU-R M.489-2, ITU-R M.493-14, GMDSS, IEC 60945)Proven design Latest model. • Module: Latest • Country of Origin: Japan / Germany / Western Europe or equivalent reputable make. VHF RADIO INCLUDING DSC RECEIVER Technical specification of VHF Base Station: Frequency Range: 156.025 MHz – 162.025 MHz Transmitter Output Power: Minimum 50 W Channel Spacing: 12.5 kHz / 25 kHz Number of Programmable Channels: Minimum 20 Receiver Sensitivity Equal or better than 2 uVEMF for a signal-to-noise ratio 20dB DSC Capability Integrated Digital Selective Calling (DSC) Receiver compliant with ITU-R M.493 • Operation: Continuous 24/7 operation in marine environment • Interface: Remote control capability for VTMS console operation • Audio output: External audio interface for VTMS console integration • Fair weather Trial Range; ≥ 40NM VHF Antennas: Technical specification of VHF Base Station Frequency: 145-180 MHz Polarization: Vertical – Linear Maximum Input Power: 150 W Impedance: 50 Ohm Wind lad: 160 km/h VSWR: < 1.5:1 Gain: 0dBs Mounting: Mast or tower mounting suitable for coastal installations Construction: Marine-grade corrosion-resistant material (e.g., fiberglass or stainless steel)Item: Voice Dispatch, Voice Alert, Voice & DSC Recording / Voice Communication Management System (VCMS)
UNSPSC: VHF receivers and associated equipment
Specifications / Requirements:
Continuous multi-channel VHF recording 24/7, min. NTP UTC time-stamped, synchronized audio and data replay with radar/AIS/CCTV, DSC integration, role-based access. (Ref: IALA G-1111-4, SOLAS Ch.V Reg.20) Proven design Latest model. Voice Dispatch, Voice Alert Message and Voice & DSC Recording / Voice and Communication System: System Requirements: • Compatible with VHF base stations and DSC receivers • Support 24/7 continuous operation • Provide user authentication and secure access • Provide event logging and system diagnostics • Suitable for mission-critical VTS operations • Storage Capacity: Minimum 30 days recording capacity • Play Back: Search by time, channel, or event (playback and retrieval of DSC messages. Voice Recording is capable of transferring to other storage systems). • Record without multiple voice effect • Fair weather Trial Range; ≥ 40NM NOTE: Min. 180-day storage VTMS SYSTEM (synchronized audio and data replay with radar/AIS/CCTV, DSC integration, role-based access The recording durations for the VTMS will be 90 Days as well as 90 days recording for Archive or available in suitable storage .Item: CCTV Sub-system
UNSPSC: Closed circuit television CCTV system
Specifications / Requirements:
Control Tower (1 Long Range PTZ) 20× optical zoom minimum preferably for long-range identification across the harbor + 4 Remote Stations. IP network cameras min. 4MP/2560 x 1440 p, H.265, IP66/IP67, IR night vision min. 50m, PTZ min. 20× optical zoom at min. 2 stations. OS2 fiber connectivity to remote stations. RTSP/ONVIF Profile S compliant. No separate NVR — recording handled by VTMS Server. (Ref: IALA G-1111-7)Proven design Latest model. • Module: Latest • Country of Origin: Japan / Germany / Western Europe or equivalent reputable make S. No Location Qty Camera range Remarks 1. Light House 01 15 KM Replacement 2. KPOC 01 5 KM Replacement 3. Berth No. 24 01 5 KM Replacement 4. OP-I 01 5 KM Replacement 5. Berth No. 13/ 14 01 5 KM New The CCTV system should detect small objects, such as channel buoys, small craft, fishing boats, vessels and provide accurate target separation. 1. Long-Range Camera (15 km or more detection) Resolution: 4 MP (2688 × 1520) or greater. Vessel Type Detection Range: 15 km or more. Vessel Identity Recognition / Identification Range: 10–12 km under nominal visibility. Optics: 60× optical zoom, focal length 30–1500 mm, aperture f/4.0–f/8.0, motorized — providing identification at 10–12 km and detection at 15 km or beyond. Low-Light Performance: Starlight sensor, IR illumination, or equivalent technology for effective nighttime and fog visibility. Automatic Target Tracking: Enabled, with manual override available via the VTMS operator interface. Integration and Connectivity: ONVIF-compliant; supports RTSP, HTTP, RTP, and TCP streaming; remote control via VTMS console; PTZ control and video streaming latency below 250 ms. Thermal Imaging Specifications: HD uncooled thermal imager with 1280 × 1024 HD resolution and 12 μm pixel pitch. Motorized zoom lens of 31–310 mm at f/1.3, providing 14.1°–1.42° horizontal field of view. Supports 2× and 4× dynamic digital zoom and pan with range switching. Spectral range LWIR (7,000–14,000 nm). Operational temperature range -40 °C to +60 °C. Wide Dynamic Range (WDR) for glare and shadow handling. Environmental Features: IP67 weatherproof housing, IK10 impact resistance, marine-grade anti-corrosion coating, operating temperature -40 °C to +60 °C, salt fog resistance per IEC 60068-2-52, and wind load certification compliant with local wind speed ratings (greater than 150 km/h). Video Encoding: H.265 and H.264, ONVIF compliant. 2. Medium-Range Camera (5 km or more detection) Resolution: 4 MP (2688 × 1520) or greater. Vessel Type Detection Range: 5 km or more. Vessel Identity Recognition / Identification Range: 3–4 km under nominal visibility. Optics: 33× optical zoom, focal length 6–200 mm, aperture f/1.8–f/4.0 — providing identification at 3–4 km and detection at 5 km or beyond. Low-Light Performance: Starlight sensor, IR illumination, or equivalent technology for effective nighttime and fog visibility. Automatic Target Tracking: Enabled, with manual override available via the VTMS operator interface. Integration and Connectivity: ONVIF-compliant; supports RTSP, HTTP, RTP, and TCP streaming; remote control via VTMS console; PTZ control and video streaming latency below 250 ms. Wide Dynamic Range (WDR): For glare and shadow handling. Environmental Features: IP67 weatherproof housing, IK10 impact resistance, marine-grade anti-corrosion coating, operating temperature -40 °C to +60 °C, salt fog resistance per IEC 60068-2-52, and wind load certification compliant with local wind speed ratings (greater than 150 km/h). Video Encoding: H.265 and H.264, ONVIF compliant.Item: Consoles
UNSPSC: Consoles
Specifications / Requirements:
Each comprising: a) VTMS Client Software license (server + operator) b) Remote license for VTMS, ENC and associated software c) Complete PC system (Dell Precision 5860 or equiv., Intel Xeon W3-2435, 64GB DDR5 ECC, 1TB NVMe, NVIDIA RTX A4000 8GB Minimum or equivalent) 40" 4K LED Commercial Display × 3 per console d) Touchscreen PTT radio console e) ISO-11064 ergonomic VTS console furniture f) Operator chair (24/7 rated). • A powerful PC, keyboard, and mouse for operator use.Dell Precision 5860 Tower or equivalent — Intel Xeon W3-2435 (8-Core, 4.5GHz Turbo), 64GB DDR5 ECC RDIMM, 1TB Samsung NVMe PCIe Gen4 SSD + 2TB SATA SSD, NVIDIA RTX A4000 8GB minimum (supports 4 x 4K monitors), Dual 1GbE + Intel 10GbE NIC, Windows 11 Pro for Workstations (64-bit), 5-Year ProSupport Plus On-site. • VTMS Client software including ENC charts (Pak 30, Pak 33 and Pak 5 equivalent chart areas compliant with IHO S-57 / S-63 standards. • Remote Access License for VTMS, ENC and other associated Software's. • Complete PC system (compatible with VTMS system and capable of handling multi-sensor data processing and display). • At least 03 (three) LED monitors for each console measuring at least 40" (inches) in size suitable for continuous 24/7 VTS operational use. These monitors shall display various sensors information, including Radar, AIS, ECDIS, CCTV, and meteorological data. Recommended: Samsung QM40B 40" 4K Commercial Display (3840x2160, 500 nit, IPS 178-degree viewing angle, HDMI 2.0 x3 + DisplayPort 1.2, RS-232 serial + RJ-45 LAN monitor control, 24/7 commercial-grade rated, VESA 200x200mm). Total: 3 per console x 2 consoles = 06 displays. • A table-top touch screen console designed for voice communication radios, equipped with a desk push-to-talk (PTT) microphone, speakers, and a headset. Recommended: Frequentis 3020 VCS Touch Console or equivalent VTS-grade unit, Jabra Speak 750 PTT desk microphone, Bose Companion 2 desktop speakers, Plantronics EncorePro HW710 wired headset with DA85 USB audio processor. • Ergonomically designed chairs to maximize operator comfort. Cable trays to facilitate efficient cable management. Recommended: Herman Miller Aeron or equivalent 24/7-rated VTS operator chair. • Accessibility of all controls from the operator's central seating position. • Consoles built in compliance with current ergonomic principles, prioritizing operator comfort and task efficiency. • 02 (two) way Power Distribution Units (PDUs) per console. Recommended: APC AP9572 console-mount PDU (2 per console — front and rear). • Two rows of cable management inside the console void. • Storage for PCs located inside the console void, accessible via front and back lift-off panels. • Easy opening and removal of panels for internal equipment components and connections. • A removable panel system for easy access to the cable void. • Designed with certification for 24/7 use.Item: Video wall
UNSPSC: Televisions
Specifications / Requirements:
Wall-mounted Smart 65" LED screens, min. 4K UHD (3840×2160), 500 nit, ultra-slim bezel, 24/7 commercial-grade rated. VGA + HDMI + eARC, Display Port inputs, RS-232 + RJ-45 monitor control, VESA ceiling mount compatible. Each screen driven by dedicated fanless compact PC (min. Intel i7, 32GB RAM, SSD, 4K output). Proven design Latest model.Item: Data Network Ethernet switch
UNSPSC: Network switches
Specifications / Requirements:
Min. 48-port managed PoE+ (802.3at, min. 370W PoE budget), 4× 10G SFP+ fiber uplinks, full Layer 2/3 (SNMP v3, VLAN, QoS, STP). Proposed: Cisco Catalyst 9300-48P or equivalent.Item: Smart rack system
UNSPSC: Data center services
Specifications / Requirements:
OEM: APC EcoStruxure Micro Data Center, Vertiv VRC-S, Huawei FusionModule500, Rittal Edge Data Centre, Eaton MIC, or equivalent Enclosure: 42U × 800 × 1200 mm sealed cabinet, IP30, powder-coated steel, ≥1500 kg static load, gasketed front/rear doors and side panels, sealed cable entries, EIA-310-E 19" rails, leveling feet + casters. Cooling: Factory-integrated 8 kW closed-loop DX cooling, N+1 redundant fans, R410A/R32, outdoor condenser with 15m piping kit, condensate pump, 22–27 °C setpoint. UPS: Integrated 10 kVA online double-conversion (VFI-SS-111), ≥30-min full-load runtime, SNMP v3. PDUs: 2× intelligent monitored + switched PDUs, dual A/B feed, 24× C13 + 4× C19 each, SNMP v3. Monitoring: Multi-sensor (temp, humidity, door, leak, smoke, cooling health) with SNMP v3. Security: Smart RFID + PIN lock with audit logging. Earthing: ≤1 Ω to main earth pit. Seismic: Zone 2B anchoring kit. Cabling: Vertical/horizontal managers, 2× 24-port Cat6A + 2× 24-port LC fiber patch panels, blanking panels.Item: LAN Cable, Equipment-Specific Cables & Installation Material
UNSPSC: Fiber optic cable installation service
Specifications / Requirements:
Cat6A STP throughout (no Cat5e), OS2 single-mode fiber optic backbone for sensor section to equipment room (min. 8 runs × 100m), Cisco SFPs, patch panels, cable trays. All runs certified to TIA-568-C.2 standard.Item: Audio cables
UNSPSC: Fiber optic cable
Specifications / Requirements:
Shielded audio cables for VHF console, voice recording, and PA system integration.Item: Servers
UNSPSC: Computer server
Specifications / Requirements:
Acceptable OEMs Tier-1 server OEM with established service presence in Karachi: Dell PowerEdge, HPE ProLiant, Lenovo ThinkSystem, Huawei FusionServer, or equivalent. A. VTMS Application & Database Servers — 02 Nos. (1 Active + 1 Hot Standby) Form factor: 2U rack-mount, 19-inch Recommended: Dell PowerEdge R760 / HPE ProLiant DL380 Gen11 / Lenovo SR650 V3 Processor: 2× Intel Xeon Silver 4416+ (20-core, 2.0 GHz) or higher Memory: 128 GB DDR5-4800 ECC RDIMM (expandable to 2 TB), minimum 16 DIMM slots Storage: 2× 480 GB SATA SSD RAID-1 (OS) + 8× 2.4 TB SAS 10K HDD RAID-10 (data) with hardware RAID controller, 8 GB cache, BBU Network: 4× 1 GbE + 2× 10/25 GbE SFP28 (Intel/Broadcom) Out-of-band management: iDRAC9 Enterprise / iLO Advanced / XCC Platinum Power: Dual 1100 W Platinum hot-swap PSU Redundant hot-swap fans (N+1) TPM 2.0 OS: Windows Server 2022 Datacenter or RHEL 9 (per VTMS vendor) Hypervisor option: VMware vSphere or Microsoft Hyper-V if virtualized B. Extractor/Tracker PCs — 02 Nos. (1 Active + 1 Hot Standby) Form factor: Tower workstation, server-grade Recommended: Dell Precision 7960 Tower or equivalent Processor: Intel Core i9-14900K (24C/32T, 6.0 GHz Turbo) or latest equivalent Memory: 64 GB DDR5-5600 ECC RDIMM (expandable to 192 GB) Storage: 2× 512 GB NVMe Gen 4 SSD in RAID-1 (OS) + 2× 2 TB NVMe SSD (data) Graphics: NVIDIA RTX A4000 16 GB or RTX 4070/4080 (per VTMS software requirement) Network: Dual-port 10 GbE NIC (Intel X710 or equivalent) Power: Dual 1000 W Platinum hot-swap PSU TPM 2.0 OS: Windows 11 Pro for Workstations or RHEL 9 (per VTMS vendor) C. Network Attached Storage (NAS) — 01 No. Form factor: 2U/3U rack-mount Recommended: Synology RS3621xs+ / QNAP TS-h2490FU / Dell PowerVault Capacity: Minimum 80 TB usable in RAID-6 (12× 8 TB enterprise SAS/SATA HDDs) Controller: Dual hot-swap controllers preferred Network: 4× 1 GbE + 2× 10 GbE SFP+ Protocols: SMB, NFS, iSCSI, FTP, S3-compatible Snapshot, replication, encryption (AES-256), and backup capability Redundant hot-swap PSUs D. Network Video Recorder (NVR) — 01 No. Form factor: 3U/4U rack-mount Recommended: HikVision DS-96256NI-I24 / Dahua NVR616 / Axis Camera Station Channels: Minimum 64 IP camera channels (expandable to 128) Recording bandwidth: ≥320 Mbps incoming, ≥256 Mbps outgoing Storage: 16× hot-swap bays, 96 TB usable in RAID-6 (with 8 TB enterprise surveillance HDDs) Codec: H.265, H.264, MJPEG; 4K recording supported Network: 4× 1 GbE + 2× 10 GbE Compatibility: ONVIF Profile S/G/T Redundant hot-swap PSUs E. NTP Time Server — 01 No. Form factor: 1U rack-mount Recommended: Meinberg LANTIME M300 / Microsemi SyncServer S600 Time source: GPS/GNSS with rooftop antenna (50 m cable + lightning protection) Accuracy: ≤100 ns to UTC Holdover: ≥24 hours within 1 ms after GPS loss Network: 2× Gigabit Ethernet Protocols: NTP v4, PTP IEEE 1588v2, SNMP v3 Redundant PSUs Common Requirements Reference standards: IEC 62368-1, IEC/EN 55032/55035, FCC, CE, RoHS, ENERGY STAR, EPEAT. Redundancy: All critical servers in active/hot-standby with automatic failover; ECC memory; RAID storage; redundant PSUs; redundant fans. Installation: Within smart rack (Tech Spec 02.9), dual A/B power, redundant network uplinks. Acceptance Testing: OEM factory burn-in; site test for boot, RAID rebuild, failover, network throughput, OOB management, integration with VTMS application. Documentation: OEM manuals, server config sheets, network/storage design, RAID and replication setup, FAT/SAT reports, warranty certificates, sealed admin credentials envelope. MIS Application / DB Servers ×2 — Active-Passive HA, Tier-1 OEM 1U rack server, 128 GB DDR5 ECC, RAID-10 NVMe.Item: Laptops
UNSPSC: Personal computer
Specifications / Requirements:
Field Maintenance Laptops — 02 Nos. + Accessories. Dell Latitude 5430 or equivalent, i7 vPro or ultra, 32GB DDR4, 1TB NVMe with RTX or equivalent card minimum 6GB dedicated , 14" 1000-nit, built-in RS-232 DB9, Wi-Fi 6E, 4G LTE , minimum 4USB slots and Type C 3.0). Quantity (Two) identical units Hardware Specifications Base Platform • Make/Model: Dell Latitude 5440/5450, HP EliteBook 840/860 G11, Lenovo ThinkPad T14/P14s, or equivalent business-grade laptop • Form factor: 14-inch clamshell Processor • Intel Core i7 vPro (13th Generation or later) or Intel Core Ultra 7 vPro • Minimum 10 cores with hyper-threading • Base clock ≥2.0 GHz, turbo ≥4.5 GHz • vPro Enterprise with Intel AMT support for remote management Memory • 32 GB DDR4-3200 or DDR5-5200 SODIMM • Minimum 2 SODIMM slots (at least one user-accessible for future upgrade) Storage • 1 TB NVMe PCIe Gen 4 SSD, M.2 2280 • Self-encrypting drive with TCG Opal 2.0 support • Read speed ≥5,000 MB/s Graphics • Discrete GPU: NVIDIA RTX 2000 Ada / RTX A1000 / RTX 3050 mobile or equivalent • Minimum 6 GB dedicated GDDR6 VRAM • Capable of driving multiple external displays • Integrated graphics (Intel Iris Xe / Arc) for battery-efficient operation Display • 14-inch diagonal • Full HD (1920×1080) minimum • Brightness: 1000 nits (outdoor-readable / sunlight-viewable) • Anti-glare coating • 100% sRGB color gamut Keyboard and Input • Backlit spill-resistant keyboard • Precision touchpad • Fingerprint reader (integrated in power button or palm rest) Wireless Connectivity • Wi-Fi 6E (802.11ax, tri-band 2.4/5/6 GHz) • Bluetooth 5.3 or later • 4G LTE Cat-12 or higher cellular modem with nano-SIM slot • GPS/GNSS receiver (integrated with cellular module) Wired I/O • Built-in RS-232 DB9 serial port (native, not USB adapter) — mandatory • USB Type-A 3.2 Gen 2: minimum 4 nos. • USB Type-C with Thunderbolt 4 / USB4: minimum 1 no., with power delivery and DisplayPort alt-mode • HDMI 2.0 or 2.1 output • RJ-45 Gigabit Ethernet • 3.5 mm audio combo jack • SD card reader Security • TPM 2.0 discrete module • Kensington lock slot • Hardware webcam privacy shutter • BIOS-level security (Intel Boot Guard, Secure Boot) Power and Battery • Primary battery: Minimum 65 Wh Li-ion • Battery life: minimum 10 hours on typical workload (per MobileMark specification) • AC adapter: 90W–130W USB-C PD or proprietary barrel connector Physical • Weight: ≤1.8 kg • Chassis: Aluminum or magnesium alloy • Operating temperature: 0 °C to +40 °C 02.7.5 Operating System and Software Operating System • Microsoft Windows 11 Pro 64-bit (pre-installed, with OEM license and recovery media) • BIOS/firmware in latest stable release at time of delivery • Vendor configuration software for deployed VTMS equipment (radar, AIS, VHF, CCTV, network switch clients) — bidder shall coordinate with VTMS system integrator Security Software • Endpoint protection (Microsoft Defender for Endpoint or equivalent) • Full-disk encryption (BitLocker) enabled on delivery Accessories (per laptop) • Padded laptop carrying case / backpack • AC power adapter with universal 3-pin plug and 1.8 m cable • Car charger (12/24 V DC) with cigarette-lighter plug • USB-C to HDMI adapter • USB-C to VGA adapter (for legacy equipment consoles) • USB-C to Gigabit Ethernet adapter • USB-to-RS485/RS422 isolated serial adapter (FTDI chipset) • DB9 M-F serial cable, 3 m • DB9 null-modem cable, 2 m • CAT6A Ethernet patch cable, 5 m (2 nos.) • Console cable kit (RJ45-to-DB9, USB-to-console for network switches) • Wired USB optical mouse • Wireless mouse with USB receiver • Screen cleaning kit and microfiber clothItem: UPS & Power Infrastructure
UNSPSC: Uninterruptible power supply UPS
Specifications / Requirements:
Acceptable OEMs Tier-1 OEM with established service presence in Karachi: APC Smart-UPS SRT / Galaxy VS, Eaton 93PS / 9PX, Vertiv Liebert GXT / APM, Schneider Electric, or equivalent. A. Main UPS — 01 No. Topology: Online double-conversion (VFI-SS-111 per IEC 62040-3), IGBT rectifier and inverter Capacity: 20 kVA / 20 kW (unity output power factor) Form factor: Floor-standing / tower Input: 3-phase + N + E, 380/400/415 V, 50 Hz, ±20% voltage tolerance Output: 3-phase, voltage regulation ±1%, THD ≤3% linear / ≤5% non-linear Input PF: ≥0.99; Input THD: ≤3% Efficiency: ≥96% in double-conversion mode Transfer time: 0 ms (seamless to battery), <2 ms bypass Overload: 125% for 10 min, 150% for 1 min Display: Color LCD, audible alarm with mute Communication: SNMP v3 NMC with Gigabit Ethernet (HTTPS, SSH, SMTP, Modbus TCP, Syslog), RS-232, USB, ≥4 dry contacts, EPO input, environmental probe port Cooling: Variable-speed fans, ≤60 dBA at 1 m Operating temperature: 0–40 °C, humidity 5–95% non-condensing B. Battery System — Sized for 30-min Full-Load Autonomy Primary option (VRLA): Sealed maintenance-free AGM, IEC 60896-21/22 compliant, ≥10-year design life at 25 °C, hot-swap capable, in floor-standing battery cabinet with hinged lockable door, integrated DC isolator (MCCB or HRC fuse), inter-battery cabling with crimped lugs, earth bonding, ventilation. Alternative option (Li-ion): LiFePO4 with integrated BMS (CAN/RS-485 to UPS), ≥15-year design life, IEC 62619 + UN 38.3 certified, thermal runaway protection. Bidder shall demonstrate 10-year TCO if Li-ion offered. C. Servo Voltage Stabilizer — 15 kVA, 3-Phase Topology: Servo motor-driven variable auto-transformer (not static) Input: 300–470 V line-to-line (±25%); Output: 400 V ±1% Correction speed: ≥20 V/sec; Efficiency: ≥97% Floor-standing enclosure with input/output MCCB, over/under-voltage cutoff, overload, phase reversal, single-phase preventer, digital metering, manual bypass D. Automatic Transfer Switch (ATS) — 40 A, 3-Phase Open transition, break-before-make, ≤5 sec transfer Microprocessor controller with LCD, programmable thresholds and time delays Wall-mount sheet-steel cubicle, IP42, with MCCB on each incomer, phase-fail and phase-sequence protection, manual override (Auto/Mains/Generator) Dry contacts for generator start/stop signaling E. Desk-Side UPS — 03 Nos. (Per Operator Workstation) 1500 VA / 1000 W line-interactive with AVR ≥15-min runtime at typical workstation load (~400 W) Tower or rack-mount, ≥6× IEC C13 outlets with battery-backed/surge-only differentiation LCD display, USB/serial communication for shutdown software APC Smart-UPS 1500VA, Eaton 5P 1550, Vertiv Liebert PSA, or equivalent F. Surge Protection Devices — 06 Nos. Type 2 per IEC 61643-11, In ≥20 kA, Imax ≥40 kA, Up ≤1.5 kV, response ≤25 ns, replaceable cartridge, visual + dry contact status indication G. Distribution & Bypass Input Distribution Panel: Wall-mount IP42, MCCB, Type 2 SPD, multi-function digital meter, indicator lamps, earth/neutral bars Output Distribution Panel: MCBs per circuit, dedicated feeders for VTMS rack, workstations, video wall, network gear, radar processor External Maintenance Bypass Switch: 3-position make-before-break (Normal/Bypass/Test), ≥40 A, lockable IP42 enclosure H. Installation, Cabling & Earthing Installation: Within VTMS Server Room in dedicated power zone (≥1 m clearance from IT racks); floor-mount placement preferred Cabling: XLPE/PVC copper with ≥25% spare capacity, color-coded DC battery cables with factory-crimped lugs, hot-dip galvanized cable tray with covers, IP68 marine-grade glands for outdoor routing Earthing: Dedicated copper earth bar, ≥50 mm² cable to main earth pit, ≤1 Ω resistance, equipotential bonding bar I. Safety EPO mushroom-head break-glass button outside power zone, wired to UPS EPO input Bilingual (English/Urdu) signage: high voltage warning, EPO location, authorized access only Rubber mat in front of panels, CO₂ extinguisher, first-aid kit Heat load calculation submitted by bidder; if existing HVAC insufficient, additional split AC quoted as separately priced optional item J. Acceptance Testing FAT (OEM facility): Full-load test 100% for ≥2 hours, efficiency at 25/50/75/100% load, input THD, transfer test, battery autonomy, SNMP/alarm functional test. SAT (site): Resistive load bank test 100% for ≥4 hours, battery discharge to verify autonomy, bypass transfer (manual/auto), EPO functional, ATS mains/generator changeover, SNMP integration with KPT NMS, earth resistance, insulation resistance, harmonic distortion. Bidder supplies/arranges load bank. K. Documentation, Training & Warranty Documentation: O&M manuals, single-line diagram, cable schedule, layout drawing, FAT/SAT reports, OEM warranty certificates, compliance certificates, spare parts list, PM scheduleItem: Supervisor workstation
UNSPSC: Personal computer
Specifications / Requirements:
Form factor: Mid-tower, factory-assembled workstation Processor: Intel Core i9-14900K (24 cores: 8 P + 16 E, 32 threads, base ≥3.2 GHz, turbo ≥5.8 GHz) with adequate cooling (240 mm AIO liquid cooler or premium air cooler) to sustain all-core turbo Memory: 32 GB DDR5-5200 ECC, 2× 16 GB dual-channel, ≥4 DIMM slots (expandable to 128 GB). Note: ECC requires W680/Q670 workstation chipset; non-ECC DDR5-5600 acceptable as declared deviation Storage: 512 GB NVMe PCIe Gen 4 SSD (M.2 2280) for OS, self-encrypting (TCG Opal 2.0), read ≥5,000 MB/s, write ≥4,000 MB/s. Optional 2 TB SATA SSD/HDD secondary Graphics: NVIDIA RTX 4060 Ti 8 GB GDDR6 minimum, or RTX A2000 12 GB / RTX 2000 Ada equivalent. Minimum 4 display outputs (DisplayPort 1.4 / HDMI 2.1), capable of driving 2× 27" 4K at 60 Hz with headroom for 4 displays Network: Integrated Gigabit Ethernet (Intel i219/i225); optional 2.5/10 GbE NIC quoted separately I/O: 6× USB-A 3.2 Gen 2 (2 front, 4 rear), 1× USB-C front (10 Gbps + DP alt-mode), PS/2 ports, 3.5 mm audio combo + line-in/out, RJ-45 GbE Expansion: ≥2 free PCIe slots, ≥2 free M.2 slots, ≥2 free 2.5"/3.5" bays Security: TPM 2.0, BIOS-level (Intel Boot Guard, Secure Boot), chassis intrusion detection, Kensington lock slot Power: 500–750 W 80-Plus Gold PSU, active PFC, 100–240 V AC Acoustic: ≤35 dBA idle, ≤45 dBA typical load Operating temperature: 10–35 °C Manageability: Intel vPro with AMT for remote KVM, power control, BIOS access B. Monitors Make: Samsung QM27B, LG 27BN65Q, Dell UltraSharp U2723QE, or equivalent commercial-grade Size: 27-inch IPS panel Resolution: 4K UHD (3840×2160) preferred; QHD (2560×1440) acceptable minimum Brightness: ≥350 cd/m² (400 preferred) Contrast: ≥1,000:1 static Color: 100% sRGB, 95% DCI-P3 preferred Refresh rate: 60 Hz; Response: ≤5 ms GTG Viewing angle: 178° H/V Inputs: DisplayPort 1.4, HDMI 2.0 (×2), USB-C with DP alt-mode (preferred for one) Built-in 4-port USB 3.2 hub preferred Ergonomics: Height-adjustable stand (≥130 mm travel), tilt -5° to +20°, swivel ±45°, pivot 90° portrait, VESA 100×100 Bezel: Narrow (≤8 mm) on three sides for side-by-side dual layout Eye care: Flicker-free, low blue light certified (TÜV Rheinland or equivalent) 24×7 commercial duty rating mandatory; consumer/gaming monitors not acceptable Warranty: 3-year on-site, zero dead-pixel policy C. Peripherals Keyboard: Logitech MX Keys for Business, Dell KB900, or equivalent premium business keyboard. Full-size with numeric keypad, wired USB primary (wireless optional), backlit, scissor or low-profile mechanical switches rated ≥10 million keystrokes, spill-resistant Mouse: Logitech MX Master 3S for Business, Dell MS900, or equivalent. Wired or wireless (USB receiver + Bluetooth), ergonomic right-handed, ≥4,000 DPI adjustable, ≥6 programmable buttons, USB-C rechargeable if wireless D. Supervisor Console Chair — 01 No. Make: Herman Miller Aeron, Steelcase Leap V2, Humanscale Freedom, or equivalent premium ergonomic task chair rated for 24×7 multi-shift use. Acceptable mid-range: Sihoo Doro C300, Ergohuman V2, HON Ignition 2.0 Compliance: BIFMA X5.1 (intensive use) or EN 1335 Type A Back: High-back with adjustable lumbar support (height + depth) Headrest: Adjustable height and angle Armrests: 4D adjustable (height, width, depth, pivot) Seat: Synchronous tilt with tension adjustment and multi-position lock; sliding seat pan for depth adjustment Seat height: Class 4 gas lift, ≥50 mm adjustment range Upholstery: Breathable mesh back; mesh or fabric seat (leather not recommended for 24×7) Base: 5-star aluminum or reinforced nylon with twin-wheel hooded casters for carpet and hard floors Weight capacity: ≥120 kg Warranty: ≥5 years (premium brands typically 12 years) E. Software Windows 11 Pro for Workstations 64-bit (OEM-licensed, with recovery media) Microsoft Office Professional Plus 2021 or Microsoft 365 Apps for Enterprise (1-year license minimum) Endpoint protection (Microsoft Defender for Endpoint, Kaspersky, or equivalent) BitLocker full-disk encryption enabled on delivery VPN client pre-configured VTMS supervisor client, CCTV VMS client, radar/AIS display, reporting tools — pre-installed and configured by VTMS system integrator F. Installation & Acceptance Installation: Designated supervisor position in Operations Room, dual-monitor side-by-side at matched height, all cables routed through desk grommets, UPS-protected feed from main VTMS UPS plus desk UPS, Ethernet to VTMS network with appropriate VLAN, ergonomic setup with monitor top edge at/below operator eye level Acceptance: Boot/BIOS/OS verification, ECC RAM check, GPU multi-monitor output (2× 4K/QHD at 60 Hz), network connectivity, all pre-installed software functional, sustained CPU+GPU thermal test 30 min without throttling, noise level at operator position, all peripherals and chair adjustments functional. Sign-off by KPT IT/MIS and VTMS OperationsItem: Antenna & feeder cables
UNSPSC: Fiber optic cable installation service
Specifications / Requirements:
Radar IF/fiber cable (mast to equipment room). VHF antenna coaxial feeders: LMR-400 low-loss 50-Ohm, min. 100m, N-type connectors, weatherproofed. AIS antenna feeder: LMR-400, min. 80m. GPS/NTP antenna cable: LMR-195, min. 30m. Lightning arrestors at all antenna entry points. All feeders labeled (Brady industrial labels) at both ends. Proven design Latest model.Item: Software Capability with Existing Procedure / Application / Sensor
UNSPSC: Software as a service
Specifications / Requirements:
VTMS server software integration with existing KPT systems: Berth Planning, Pilotage, Ship Movement, Statistics, Billing, Tidal Sensors (Sat Link 3), CCTV, VHF, IPOS, ERP, and Terminal Operating Systems.Item: Upgradation / Renovation works
UNSPSC: Commercial and office building renovation and repair service
Specifications / Requirements:
Works required to make KPOC (Karachi Port Operations Centre) suitable as the main VTMS Control Station: electrical upgrades, data cabling infrastructure, environmental works, as assessed and specified by the Bidder following site survey before submission of bidItem: 35-Metre High Steel Tower / Mast
UNSPSC: Telecommunication tower or support
Specifications / Requirements:
01 No. Including marine grade paint, ICAO aviation warning lights, earthing and lightning protection, access ladder with safety cage, sensor mounting platforms. Structural design certificate required from licensed structural engineer. 35 meters high steel tower / mast including marine grade paint • Sensor (Radar) Tower (150 feet) with Equipment Building as per specifications in the technical proposal and final design including Installation Structures (Radar Pedestal, equipment masts, Brackets, etc) • Civil Works/Data LinksItem: Training of KPT personnel
UNSPSC: Personnel skills training
Specifications / Requirements:
Comprehensive programme for VTS Operators, System Administrators, and Maintenance Engineers. Classroom instruction, hands-on console operation, simulator exercises, training manuals, competency assessment. Minimum 10 KPT personnel. OEM certification where applicable. Training of KPT Personnel: The Contractor shall provide comprehensive training for KPT staff as per requirement. The overall training will be required for 14 Nos. staff (i.e. IT 02 Nos., Technical 02, Operator / Supervisor 10) Foreign Training. The bidder will also provide the foreign Training for two KPT Officials i.e. One Operational side and One Technical side in accordance with IALA standards and certification.Item: SLA of 2 years
UNSPSC: Basic agreement
Specifications / Requirements:
02 – year SLA including list of critical spare parts along with their prices in USD. 24/7 support, on-site response within 4 hours, quarterly preventive maintenance visits, software updates and patches, and critical spare parts stock as per agreed Critical Component List (CCL)Item: Routers
UNSPSC: Network routers
Specifications / Requirements:
OEM: Cisco Catalyst 8300, Juniper SRX380, Huawei NetEngine AR6300, HPE Aruba CX 9300, Fortinet FortiGate 600F, or equivalent Form factor: 1U/2U rack-mount, 19-inch. Performance: ≥10 Gbps routing/firewall throughput; ≥3 Gbps IPsec VPN (hardware-accelerated); ≥1M concurrent sessions; ≥50 site-to-site VPN tunnels. Interfaces: 8× 1 GbE RJ-45 + 4× 10 GbE SFP+ built-in; 2× modular NIM/SPA slots; RJ-45 + USB console; dedicated OOB management port; 1× USB 3.0. Redundancy: Dual hot-swap AC PSUs (1+1); hot-swap N+1 fans. Power: 100–240 V AC, ≤300 W typical. Environmental: 0–45 °C operating; 5–90% RH non-condensing; MTBF ≥100,000 hrs. Compliance: IEC 62368-1, IEC/EN 55032/55035, FCC, CE, RoHS.For Individual Items
| # | Item Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
1. Definitions
2. Application and Interpretation
2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.
2.2 In interpreting these Conditions of Contract headings and marginal notes are used for convenience only and shall not affect their interpretations unless specifically stated; references to singular include the plural and vice versa; and masculine include the feminine. Words have their ordinary meaning under the language of the Contract unless specifically defined.
3. Applicable Law
3.1 The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.
4. Governing Language
4.1 The Contract as well as all correspondence and documents relating to the Contract exchanged between the Bidder and the Procuring Agency, shall be written in the English language unless otherwise stated in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided these are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, this translation shall govern.
5. Notices
5.1 Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC.
6. Delivery/Location
6.1 The Goods shall be delivered to such locations as the Procuring Agency may approve and as specified in SCC.
7. Authorized Representatives / Authority of Member in charge
7.1 Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Agency or the Bidder may be taken or executed by the officials specified in the SCC.
8. Effectiveness of Contract
8.1 This Contract shall come into effect on the date the Contract is signed by both parties and such other later date as may be stated in the SCC.
9. Commencement of Services
9.1 The Bidder shall confirm availability of Key Experts and begin carrying out the Services not later than the number of days after the Effective Date specified in the SCC.
10. Program
10.1 Before commencement of the Services, the Bidder shall submit to the Procuring Agency for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated.
11. Starting Date/Expiration Date
11.1 The Bidder shall start carrying out the Services Five (05) days after the date the Contract becomes effective, or at such other date as may be specified in the SCC.
11.2 Unless terminated earlier pursuant to Clause GCC 15 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SCC.
12. Entire Agreement
12.1 This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein.
13. Modification
13.1 Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any Bids for modification or variation made by the other Party.
13.2 In cases of any modifications or variations, the prior written consent of the Procuring Agency is required.
14. Force Majeure
14.1 Definition
For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.
14.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.
14.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.
14.4 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the Bidder shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.
15. Termination
15.1 By the Procuring Agency
The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (e) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty (30) calendar days’ written notice of termination to the Bidder in case of the events referred to in (a) through (d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e);
15.2 By the Bidder
The Bidder may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause.
16. General
16.1 Standard of Performance
16.2 Law Applicable to Goods
The Bidder shall deliver the goods in accordance with the Contract and in accordance with the Law of Pakistan and shall take all practicable steps to ensure that any of its Experts and Sub-Bidders, comply with the Applicable Law.
17. Conflict of Interests
17.1 Bidder Not to Benefit from Commissions and Discounts.
The remuneration of the Bidder shall constitute the Bidder’s sole remuneration in connection with this Contract or the Services, and the Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Bidder shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration.
17.2 Bidder and Affiliates Not to be Otherwise Interested in Project
The Bidder agree that, during the term of this Contract and after its termination, the Bidder and its affiliates, as well as any Subcontractor and any of its affiliates, shall be disqualified from providing Goods for any project resulting from or closely related to the Services.
17.3 Prohibition of Conflicting Activities
Neither the Bidder nor its Subcontractors nor the Personnel shall engage, either directly or indirectly, in any of the following activities:
18. Confidentiality
18.1 Except with the prior written consent of the Procuring Agency, the Bidder and the Experts shall not at any time communicate to any person or entity any confidential information acquired in the course of the contract.
19. Insurance to be Taken Out by the Bidder
19.1 The Bidder(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain, at its (or the Subcontractors’, as the case may be) own cost but on terms and conditions approved by the Procuring Agency, insurance against the risks, loss or damage, and for the coverage, as shall be specified in the SCC; and (b) at the Procuring Agency’s request, shall provide evidence to the Procuring Agency showing that such insurance has been taken out and maintained and that the current premiums have been paid.
20. Bidder’s Actions Requiring Procuring Agency’s Prior Approval
20.1 The Bidder shall obtain the Procuring Agency’s prior approval in writing before taking any of the following actions:
(a) appointing such members of the Personnel not provided by the Bidder;
(b) changing the Program of activities; and
(c) any other action that may be specified in the SCC.
21. Reporting Obligations
21.1 The Bidder shall submit to the Procuring Agency the reports and documents in the numbers, and within the periods as prescribed by the Procuring Agency.
22. Liquidated Damages
22.1 If the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Procuring Agency shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the performance security (or guarantee) specified in SCC. Once the said maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 15.
22.2 Correction for Over-payment
If the Intended Completion Date is extended after liquidated damages have been paid, the Procuring Agency shall correct any overpayment of liquidated damages by the Bidder by adjusting the next payment certificate. The Bidder shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCC.
22.3 Lack of performance penalty
If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, a penalty for Lack of performance will be paid by the Bidder. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as specified in the SCC.
23. Performance Guarantee
23.1 Within Seven (07) days from the issuance of acceptance letter from the Procuring Agency, the successful Bidder shall furnish the Performance Guarantee in shape of ------- at the discretion of the PA in the amount specified in SCC. In case the amount of Bids security is equal or greater than
23.2 The proceeds of the Performance Guarantee shall be payable to the Procuring agency as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
23.3 The Performance Guarantee shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring agency and shall be in the acceptable form as specified in SCC.
23.4 The Performance Guarantee will be discharged by the Procuring agency and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless otherwise specified in SCC.
24. Fraud and Corruption
24.1 The Procuring Agency requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the Bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.
25. Sustainable Procurement
25.1 The Bidder shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.
26. Description of Personnel
26.1 The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Bidder’s Key Personnel. The Key Personnel listed by title as well as by name are hereby approved by the Procuring Agency.
27. Removal and/or Replacement of Personnel
27.1 Except as the Procuring Agency may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Bidder, it becomes necessary to replace any of the Key Personnel, the Bidder shall provide as a replacement a person of equivalent or better qualifications.
27.2 If the Procuring Agency finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Bidder shall, at the Procuring Agency’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Procuring Agency.
27.3 The Bidder shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.
28. Assistance and Exemptions
28.1 The Procuring Agency shall use its best efforts to ensure that the Government shall provide the Bidder such assistance and exemptions as specified in the SCC.
29. Change in the Applicable Law
29.1 If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the related Services rendered by the Bidder, then the remuneration and reimbursable expenses otherwise payable to the Bidder under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred in the SCC.
30. Services and Facilities
30.1 The Procuring Agency shall make available to the Bidder and the Experts, for the purposes of the Services and free of any charge, the services, facilities and property described , at the times and in the manner specified in the SCC or terms of reference.
30.2 In case that such services, facilities and property shall not be made available to the Bidder, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Bidder for the performance of the Services, (ii) the manner in which the Bidder shall procure any such services, facilities and property from other sources, and (iii) the additional payments, if any, to be made to the Bidder as a result thereof.
31. Contract Price
31.1 The price payable shall be in Pakistani Rupees unless otherwise specified in the SCC. Prices charged by the Supplier for Goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its Bid.
32. Terms and Conditions of Payment
32.1 Payments will be made to the Bidder according to the payment schedule stated in the SCC and as per actual invoice submitted by the Bidder.
32.2 Unless otherwise stated in the SCC, the advance payment shall be made against the provision by the Bidder of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC. Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Bidder have submitted an invoice to the Procuring Agency specifying the amount due.
33. Currency of Payment
33.1 Any payment under this Contract shall be made in the currency(ies) specified in the SCC.
34. Identifying Defects
34.1 The principle and modalities of Inspection of the Goods by the Procuring Agency shall be as indicated in the SCC. The Procuring Agency shall check the Bidder’s performance and notify him of any Defects that are found. Such checking shall not affect the Bidder’s responsibilities. The Procuring Agency may instruct the Bidder to search for a Defect and to uncover and test any service that the Procuring Agency considers may have a Defect. Defect Liability Period is as defined in the SCC.
35. Correction of Defects,and
Lack of Performance Penalty
35.1 The Procuring Agency shall give notice to the Bidder of any Defects before the end of the Contract. The Defects liability period shall be extended for as long as Defects remain to be corrected.
35.2 Every time notice a Defect is given, the Bidder shall correct the notified Defect within the length of time specified by the Procuring Agency’s notice.
35.3 If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, the Procuring Agency will assess the cost of having the Defect corrected, the Bidder will pay this amount, and a Penalty for Lack of Performance.
36. Taxes and Duties
36.1 A Supplier shall be entirely responsible for all taxes, duties, fees, etc., incurred until delivery of the contracted Goods to the Procuring Agency.
37. Alternate Dispute Resolution
37.1 The disputes between the parties to the contract may be settled in accordance with Public Procurement Rules, 2004.
37.2 The procuring agency shall refer the matter to the Chief Justice Islamabad High Court or Managing Director PPRA or the Secretary Ministry of Law & Justice for appointment of Arbitrator.
37.3 The fee for the Arbitrator shall be specified in Pak Rupees as determined by the appointing authority which shall be borne and shared equally by the contracting parties.
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
Number of GC Clause
Amendments of, and Supplements to, Clauses in the General Conditions of Contract
Number of GC Clause 1
Definitions
The Procuring Agency is: P & D Divison (Karachi Port Trust (KPT)), Project Manager KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
The Supplier is:
The title of the subject procurement is: Supply, Installation and Commissioning of Vessel Traffic Management System at KPT
Number of GC Clause 3
Applicable/Governing Law:
The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan
Number of GC Clause 4
Language:
The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English.
Number of GC Clause 5
Notices:
The addresses for the notices are:
Procuring Agency:
P & D Divison (Karachi Port Trust (KPT)), Project Manager
KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
+92-300-213-9352
pmp@kpt.gov.pk
Contractor/ Bidder:
[Name, address and telephone number].
The Contractor/ Bidder’s Representative(s)
[Name, address, telephone number and e-mail address]
Number of GC Clause 7.1
The Authorized Representatives are:
For the Procuring Agency:
P & D Divison (Karachi Port Trust (KPT)), Project Manager
KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
+92-300-213-9352
pmp@kpt.gov.pk
For the Bidder:
Name: ………………………
Designation: ……………..
Address: ……………………………..
Number of GC Clause 8
Effectiveness of the contract
Number of GC Clause 9
Commencement of Contract:
Number of GC Clause 11.2
Expiration of Contract:
Number of GC Clause 15
Termination
In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements.
Number of GC Clause 17
Conflict of Interest:
The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17.
Number of GC Clause 22
Liquidated Damages
If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.02% 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.
Number of GC Clause 23
Performance Guarantee:
The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Bank Guarantee
Number of GC Clause 32
Payment terms:
Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract.
Number of GC Clause 33
Currency of Payment:
All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.
Number of GC Clause 34
Identifying Defects:
The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided.
For being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier)
For Physical Fitness having No Damages (Certificate from supplier)
For the Country of Origin as quoted by the Supplier (Certificate from manufacturer)
For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team)
For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team)
Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;
Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods;
Copies of the packing list identifying contents of each package;
Insurance Certificate;
Manufacturer’s or Supplier’s Valid Warranty Certificate;
Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report;
Certificate of Origin.
The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock
Number of GC Clause 37
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder.
Rules of procedure for arbitration proceedings:
Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator.
Place of Arbitration and Award:
The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties.
Date: [insert date (as day, month and year)]
Bid No.:P26009
To: P & D Divison (Karachi Port Trust (KPT)), Project Manager KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
THIS AGREEMENT made the _____ day of __________ 20_____ between P & D Divison (Karachi Port Trust (KPT)), Project Manager KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Supply, Installation and Commissioning of Vessel Traffic Management System at KPT (P26009) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-
3. In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Bidder: …………………………………………………
Contract Number: Contract Value: Contract Title:
Dated:
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.
To: P & D Divison (Karachi Port Trust (KPT)), Project Manager KPT HeadOffice, Eduljee Dinshaw Road., Saddar Sub-Division, Karachi South (District), Karachi (Division), Sindh (Province).
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}