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).
MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer
Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
+92-300-938-4149
soga.moib@gmail.com
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 |
ITB Number |
Amendments of, and Supplements to, Clauses in the Instruction to Bidders |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)) The subject of procurement is: PROCUREMENT OF PLANT AND MACHINERY, COMPUTER HARDWARE, STATIONERY, COMPUTER STATIONERY, OTHER, COST OF OTHER, IT EQUIPMENT, Furniture & FIXTURE, RENOVATION AND MISCELLANEOUS ITEMS Monitoring and Reporting Cell Expected commencement date: Tuesday, March 31, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency: 2025-26 Name and identification number of the Contract: P9956 |
| 3. | 3.1 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil see section of eligibility criteria. |
B. Bidding Documents |
||
|
4. |
8.1 |
The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Wednesday, March 4, 2026 |
C. Preparation of Bids |
||
| 5. |
10.1 |
The Language of all correspondences and documents related to the Bids shall be in: English List of documents required along with the bid: No |
| 6. | 11.1 |
|
| 7. | 12.1 |
Items / Lots Specifications: see section of items specifications. |
|
8. |
15.6 |
The price shall be Fixed. |
| 9. |
16.1 |
Currency of the Bids shall be : PKR |
| 10. |
17.1 |
The Bids/Bid Validity period shall be: 90 Days |
| 11. |
18.1 |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
D. Submission of Bids |
||
|
12. |
20.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory before bid submission deadline. Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Monday, March 16, 2026 01:00 PM |
E. Opening and Evaluation of Bids |
||
|
13. |
23.1 |
The Bids opening shall take place on EPADS v2.0. Day : Monday Date: Monday, March 16, 2026 Time : 01:30 PM |
|
14. |
31.1 |
Selection technique adopted will be: Quality and Cost Based Selection (QCBS) |
F. Review of Procurement Decisions |
||
|
15. |
41.1 |
Grievence against this procurement shall be submitted online on EPADS v2.0. Arbitrator shall be appointed by mutual consent of the both parties. |
| Bidder's Type | Required Registration |
|---|---|
|
Any |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP |
| Eligibility Criteria | Document |
|---|---|
| The rate shall be quoted on MOIB bidding document, issued after payment of Rs.20,000/- of the bidding documents fee in offical Government of Pakistan account and share the depost slip, otherwise the financial bid shall be not consider, The quantity and standard must be kept in view while quoting the rates, inferior quality/substandard items or work would not be accepted. | Yes |
| Firm may provide the Rs.50 affidavit form to ensure that the work will be execute as per require terms and condition and quality. | Yes |
| The firms/companies/sole proprietor duly registered with SECP/PEC/FBR can participate for any or all categories. | Yes |
| They must not have been blacklisted in the last five years and should possess at least five years of relevant experience affidavit. | Yes |
| They must not have been to litigation with Monitoring and Reporting Cell Ministry of Information and Broadcasting or any of its entities. To ensure affidavit must be provided. | Yes |
| The firms must be NTN/GST registered and maintain an active taxpayer status. | Yes |
| Attach the last three years’ Bank statement along with the statement of FBR tax returns. | Yes |
| The Monitoring and Reporting Cell Ministry of Information and Broadcasting, reserves the right to accept or reject any proposal or cancel the tender at any stage under PPRA rules. | No |
| provide Professional tax Certificate. | Yes |
| Must have paid Bid Security in PKR as mentioned in EPADs. | Yes |
| The firm must have last 03 years audit reports. | Yes |
| Their firm must provide the Bank comfort letter. | Yes |
| The firm must provide office electricity bill | Yes |
| The firm must have Islamabad/ Rawalpindi based firms, provide address | Yes |
| The MOIB does not pledge to accept the lowest tender and reserves the right to accept full or part quantity and bidders should supply the same at rates quoted by them | Yes |
| The MOIB reserve the right to accept/reject the tender, the decision of the MOIB on all matter relating to this tender shall be final. | No |
| Attach the last three years’ Bank statement along with the statement of FBR tax returns. | Yes |
| The interested bidders must have to visit the place of work. In case of any ambiguity the MOIB Technical team will clarify the query. The ambiguities/deficiencies in then technical proposals can cause disqualification for the bidders. | No |
| If the committee evaluates that any firm has conflict of interest, then the firm will be disqualified | No |
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 | |
| Technical Evaluation Criteria | ||
| Technical Bid (Quantitative)(Doc Required) | 10 | |
| NTN / FBR Certificate (Quantitative)(Doc Required) | 10 | |
| GST Certificate (Quantitative)(Doc Required) | 10 | |
| Registration Certificate (Quantitative)(Doc Required) | 10 | |
| 3 years Bank Statement (Quantitative)(Doc Required) | 10 | |
| Bid Security (Quantitative)(Doc Required) | 10 | |
| Affidavit Not Black Listed (Quantitative)(Doc Required) | 10 | |
| last 03 years audit reports. (Quantitative)(Doc Required) | 10 | |
| Professional tax Certificate (Quantitative)(Doc Required) | 10 | |
| Bank comfort letter. (Quantitative)(Doc Required) | 10 | |
Items Without Lots :
| Item | UNSPSC | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|---|
| Water Dispensers | Bottled water dispensers or accessories |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 4
|
4 | 1645 |
| Photo copier | Floor machine parts and accessories |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 4
|
4 | 17500 |
| CCTV (10 Camera Set) | Biometric security systems |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 18
|
18 | 14400 |
| Micro wave | Microwave access equipment |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 2095 |
| Refrigerators | Electrical general purpose enclosure |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 4650 |
| All in one printer + scanner | Developer for printers or photocopiers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5
|
5 | 5500 |
| Printer ink Jet Color | Color paperboard |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 3
|
3 | 4150 |
| Printer | Digital image printers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 6
|
6 | 3650 |
| LED | Television access equipment |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 5550 |
| UPS along with Batteries | Product specific battery packs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 107500 |
| UPS along with Batteries | Product specific battery packs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 172500 |
| UPS along with Batteries | Product specific battery packs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 355000 |
| Air Conditioner 1.5 Ton | Air conditioner power saver |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5
|
5 | 9900 |
| Air Conditioner 2 Ton | Air conditioners |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5
|
5 | 11250 |
| Air Conditioner 2 Ton | Air conditioner power saver |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 4
|
4 | 19400 |
| Air Conditioner 04 Ton | Air conditioners |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 3
|
3 | 26500 |
| BALL POINT Blue, Black, Red & Green Crystal (Packet | Ball point pens |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 600
|
600 | 11 |
| GEL Pen Blue, Black, Red & Green Crystal (Packet) | Gel pens |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 400
|
400 | 37 |
| Uni Ball eye fine (Packet) | Ball point pens |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 400
|
400 | 146 |
| BINDER CLIP 25 MM PACKET | Paper clips |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 300
|
300 | 6 |
| BINDING SHEETS FULL PACKET | Binding covers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 150
|
150 | 55 |
| BOX FILE | Box file |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 26 |
| CALCULATOR | Calculator or cash register paper |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 44 |
| COLOR FLAG (PACKET) | Ceramic tiles or flagstones |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 400
|
400 | 4 |
| CORRECTION PEN (WHITENER) | Correction fluid |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 300
|
300 | 5 |
| DAIRY REGISTER 24 NO | Calculator or cash register paper |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 80
|
80 | 66 |
| DAK PAD (LEGAL SIZE) | Paper production or recycling services |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 60
|
60 | 50 |
| Envelope khaki (SE-6 SIZE) | Catalog or clasp envelopes |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 6000
|
6000 | 0 |
| Envelope khaki (A4 SIZE) | Catalog or clasp envelopes |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 6500
|
6500 | 0 |
| ERASER | Erasers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 800
|
800 | 1 |
| FILE BOARD | Accordion file folder |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 99
|
99 | 5 |
| FILE COVER (A-3 WHITE ORDINARY) | Accordion file folder |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2000
|
2000 | 1 |
| FILE FLAPPERS | Accordion file folder |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5000
|
5000 | 1 |
| FOOT SCALE | Expandable file folders |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 22 |
| GUM STICK | Acid free glue sticks |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 400
|
400 | 18 |
| HIGH LIGHTER Multi Color (Packet) | Rollerball pens |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 16
|
16 | 45 |
| LEAD PENCIL (Packet) | Charcoal pencils |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 30
|
30 | 16 |
| MARKER (Packet) | Calligraphy markers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 15
|
15 | 48 |
| PAPER Cater | Paper cutters or refills |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 36
|
36 | 15 |
| PENCIL SHARPENER | Manual pencil sharpener |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 400
|
400 | 1 |
| POST IN PAD SIZE (3X3) | Entomological sticky traps |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 18 |
| POST IN PAD SIZE (3X5) | Entomological sticky traps |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 18 |
| PUNCH SINGLE | Aluminum punched components |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 20 |
| REGISTER | Shift registers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 60
|
60 | 20 |
| SCISSORS | Autopsy scissors |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 36
|
36 | 38 |
| HEAVY DUTY STAPLER | Heavy duty coating |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 255 |
| SCOTCH TAPE | Binding tape |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 60
|
60 | 6 |
| STAPLE MACHINE | Hardware staples |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 27 |
| STAPLE PINS Packet (24/6) | Domestic rolling pins |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 230
|
230 | 5 |
| STAPLE PINS Packet (23/24) | Domestic rolling pins |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 24
|
24 | 14 |
| STAPLE PINS Packet (17/24) | Domestic rolling pins |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 9 |
| STAPLE PINS Packet (15/24) | Domestic rolling pins |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 15
|
15 | 9 |
| STAPLE PINS Packet (13/14) | Domestic rolling pins |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 15
|
15 | 9 |
| STAPLE REMOVER | Adhesive remover |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 38
|
38 | 8 |
| SUMMARY PAPER (Legal Size) | Abrasive papers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 75
|
75 | 139 |
| SUMMARY PAPER A-4 | Abrasive papers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 900
|
900 | 95 |
| Tags | Security tags |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2500
|
2500 | 3 |
| ACID FOR DRAINAGE/TOILETS | Acetic acid, alcohol, and toluidine blue combination reagents |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 300
|
300 | 3 |
| AIR FRESHENER | Air freshener |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 580
|
580 | 14 |
| AIR WICK | Air freshener dispensers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 150
|
150 | 31 |
| AIR WICK MACHI | Air freshener dispensers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 24
|
24 | 148 |
| HARPIC Toilet CLEANER | Brush or tool cleaners |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 120
|
120 | 23 |
| BROOM (JHAROO) | Brooms |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 84
|
84 | 9 |
| CELL ALKINE - AAA PER | Aircraft fixed wing miscellaneous charge |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1100
|
1100 | 33 |
| CELL PENCIL DURA-AA PER | Aircraft fixed wing miscellaneous charge |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 900
|
900 | 47 |
| CELL ALKINE –12v-A23 | Aircraft fixed wing miscellaneous charge |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 150
|
150 | 17 |
| DATA CABLE | Computer cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 19 |
| DOOR CLOSER | Door closers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 1 |
| DUST BIN (PLASTIC) | Waste container lids |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 36
|
36 | 18 |
| DUSTERS | Cleaning dusters |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 700
|
700 | 4 |
| EXTENSION LEADS | Electrical extension cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 60
|
60 | 75 |
| FILE BAG (CARRIER) | Expandable file folders |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 24
|
24 | 50 |
| PACHARA (Large Size) | Cleaning dusters |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 15 |
| PHENYL (1Ltr Bottle) | 1-phenyl-2-propanone |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 60
|
60 | 24 |
| PLASTIC DINNER PLATE ( SIX PIECE) | Plastic plate |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 180 |
| Quarter Plates ( SIX PIECE) | Plastic plate |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 48
|
48 | 130 |
| Dinner Bowls ( SIX PIECE) | Plastic plate |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 120 |
| Serving Tray Large (PLASTIC) | Domestic trays or platters |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 16 |
| Serving Tray (Small) (PLASTIC) | Domestic trays or platters |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 10 |
| POWER PLUG | Electrical plugs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 18
|
18 | 45 |
| RICE SPOON (HALF DOZEN) | Domestic spoons |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 8
|
8 | 43 |
| Dessert Knife(HALF DOZEN) | Domestic kitchen tool set |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 8
|
8 | 30 |
| Fork (HALF DOZEN) | Domestic kitchen tool set |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 8
|
8 | 19 |
| Serving Tongs | Domestic kitchen tongs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 21 |
| TEA CUP (SIX CUP WITH Saucer) | Domestic coffee or tea cups |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 12
|
12 | 275 |
| TEA CUP (SIX Cup) | Domestic coffee or tea cups |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 8
|
8 | 125 |
| TEA SET (Complete | Domestic coffee or tea cups |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 6
|
6 | 575 |
| TEA SPOON (HALF DOZEN) | Domestic kitchen tool set |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 35 |
| TISSUE PAPER | Acid free tissue papers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 360
|
360 | 18 |
| TISSUE PAPER ROLL | Acid free tissue papers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 500
|
500 | 4 |
| DISHWASHER DETERGENT | Dishwashing products |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 300
|
300 | 1 |
| WALL CLOCK | Wall clocks |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 24
|
24 | 45 |
| WATER GLASS (SIX PIECE SET) | Domestic drinking glasses |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 70 |
| WATER SET (Complete) | Domestic drinking glasses |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 6
|
6 | 125 |
| WIPER LARGE SIZE | Kelly wipers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 16
|
16 | 18 |
| Computer LED 24” HD | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 3225 |
| Computer LED 27” HD | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 4250 |
| laptop | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 35750 |
| laptop | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 21500 |
| Desktop | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 25
|
25 | 12250 |
| Desktop | All in one desktop computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 25
|
25 | 13725 |
| External Hard drive | Portable hard disk storage device |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 725 |
| External Hard drive | Portable hard disk storage device |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 1100 |
| External Hard drive | Portable hard disk storage device |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 50
|
50 | 2900 |
| USB 64 GB | Universal serial bus USB extension cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 175 |
| USB 32 GB | Universal serial bus USB extension cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 90 |
| USB 16 GB | Universal serial bus USB extension cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 38 |
| USB 08 GB | Universal serial bus USB extension cable |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 27 |
| Wireless keyboard and Mouse set | Keyboard and mouse kit |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 323 |
| Wireless keyboard | Keyboards |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 173 |
| Wireless Mouse | Computer mouse |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 98 |
| Keyboard wire | Keyboards |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 35 |
| Mouse wire | Computer mouse |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 38 |
| High Speed SD card (Videographers) | Memory card case |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 25
|
25 | 1225 |
| HD Professional Headphones | Headphones |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 3725 |
| Wi-Fi Router 5 G | Network routers |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 5600 |
| Cat 6A Cable | Aluminum wire |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5
|
5 | 6100 |
| Microsoft 365 Basic Plan | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 300 |
| Windows | Administration software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 2350 |
| Adobe Suite | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 5
|
5 | 5900 |
| Freepik | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 682 |
| Flat Icons | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 1350 |
| Envato | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 4860 |
| Capcut | Video editors |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 500 |
| Zoom | Administration software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 2235 |
| Final Cut Pro (Latest) | Video editors |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 1735 |
| Adobe Creative Cloud (6 users) | Administration software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 20935 |
| Inshot | Content authoring and editing software maintenance |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 2775 |
| Chat GPT Pro 4.0 | Software as a service |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 53500 |
| Grammerly | Word processing software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 3585 |
| Bynder | Server software maintenance |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 108650 |
| Pitch.com Pro Plan | Graphics or photo imaging software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 8400 |
| Koloro | Notebook computer |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 24000 |
| VPN | Network security and virtual private network VPN equipment software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 24350 |
| SSL Certificates | Transaction security and virus protection software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 2810 |
| Web Application Firewall (Cloudflare) | Firewall network security equipment |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2
|
2 | 74150 |
| Acra / McAfee Total Protection | Cloud-based protection or security software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 995 |
| Norton 360 / Palo Alto Networks | Cloud-based protection or security software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 35585 |
| Hush-hush / NetApp Data Masking / Micro Focus Voltage Secure Data | Administration software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 59440 |
| Google News, Flipboard, Press Reader | Access software |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1
|
1 | 66165 |
| Visitor chairs | Chairs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 150
|
150 | 175 |
| Leather Executive Sofa, 7 seater | Sofas |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 12500 |
| Leather Executive Sofa, 5 seater | Sofas |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 10250 |
| Center Table set | Activity tables |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 10
|
10 | 550 |
| Center Table | Activity tables |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 15
|
15 | 325 |
| Steno chair | Chairs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 100
|
100 | 65 |
| Work Stations with Executive chairs | Computer workstation |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 40
|
40 | 11350 |
| Executive Table | Tables |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 2500 |
| Executive Table | Tables |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 2000 |
| Officer Executive Chair | Chairs |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 20
|
20 | 900 |
| Sound proofing per SQFEET | Sound proof block |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 14000
|
14000 | 158 |
| Bilends | Curtains |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 1000
|
1000 | 37 |
| Wall paper | Plastic wall covering |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2000
|
2000 | 22 |
| WPC panel | Plastic wall covering |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 2000
|
2000 | 33 |
| TONER for Photo State | Photocopier toner |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 24
|
24 | 4250 |
| TONER for Printer | Printer or facsimile toner |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 40
|
40 | 1250 |
| Toner for All in one | Printer or facsimile toner |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 40
|
40 | 1750 |
| Ink Toner color Printer | Printer or facsimile toner |
Address: Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
Schedule: 27 Days
Quantity: 40
|
40 | 2500 |
No
Items Without Lots :
Item: Water Dispensers
UNSPSC: Bottled water dispensers or accessories
Specifications / Requirements:
hot and CoolItem: Photo copier
UNSPSC: Floor machine parts and accessories
Specifications / Requirements:
45 P/PM equivalentItem: CCTV (10 Camera Set)
UNSPSC: Biometric security systems
Specifications / Requirements:
05 mp with NVR 1TB HDItem: Micro wave
UNSPSC: Microwave access equipment
Specifications / Requirements:
30 ltrItem: Refrigerators
UNSPSC: Electrical general purpose enclosure
Specifications / Requirements:
MediumItem: All in one printer + scanner
UNSPSC: Developer for printers or photocopiers
Specifications / Requirements:
25 PPM. printer 35 PPM Scanner or Equivalent best quality equivalentItem: Printer ink Jet Color
UNSPSC: Color paperboard
Specifications / Requirements:
06 color in printerItem: Printer
UNSPSC: Digital image printers
Specifications / Requirements:
HP Laser JetItem: LED
UNSPSC: Television access equipment
Specifications / Requirements:
55 inch smart Original BrandItem: UPS along with Batteries
UNSPSC: Product specific battery packs
Specifications / Requirements:
10 KVA with 25 min BackupItem: UPS along with Batteries
UNSPSC: Product specific battery packs
Specifications / Requirements:
20KVA with 25 min BackupItem: UPS along with Batteries
UNSPSC: Product specific battery packs
Specifications / Requirements:
50KVA with 25 min BackupItem: Air Conditioner 1.5 Ton
UNSPSC: Air conditioner power saver
Specifications / Requirements:
Wall MountItem: Air Conditioner 2 Ton
UNSPSC: Air conditioners
Specifications / Requirements:
wall MountItem: Air Conditioner 2 Ton
UNSPSC: Air conditioner power saver
Specifications / Requirements:
Floor StandingItem: Air Conditioner 04 Ton
UNSPSC: Air conditioners
Specifications / Requirements:
Floor StandingItem: BALL POINT Blue, Black, Red & Green Crystal (Packet
UNSPSC: Ball point pens
Specifications / Requirements:
Fine qualityItem: GEL Pen Blue, Black, Red & Green Crystal (Packet)
UNSPSC: Gel pens
Specifications / Requirements:
Fine QualityItem: Uni Ball eye fine (Packet)
UNSPSC: Ball point pens
Specifications / Requirements:
Fine QualityItem: BINDER CLIP 25 MM PACKET
UNSPSC: Paper clips
Specifications / Requirements:
Fine QualityItem: BINDING SHEETS FULL PACKET
UNSPSC: Binding covers
Specifications / Requirements:
Fine QualityItem: BOX FILE
UNSPSC: Box file
Specifications / Requirements:
EXECUTIVE QUALITY WITH 2 STEEL RINGItem: CALCULATOR
UNSPSC: Calculator or cash register paper
Specifications / Requirements:
LARGE/12 DIGITS (FINE QUALITY)Item: COLOR FLAG (PACKET)
UNSPSC: Ceramic tiles or flagstones
Specifications / Requirements:
Fine QualityItem: CORRECTION PEN (WHITENER)
UNSPSC: Correction fluid
Specifications / Requirements:
Fine QualityItem: DAIRY REGISTER 24 NO
UNSPSC: Calculator or cash register paper
Specifications / Requirements:
Fine QualityItem: DAK PAD (LEGAL SIZE)
UNSPSC: Paper production or recycling services
Specifications / Requirements:
Fine QualityItem: Envelope khaki (SE-6 SIZE)
UNSPSC: Catalog or clasp envelopes
Specifications / Requirements:
Fine QualityItem: Envelope khaki (A4 SIZE)
UNSPSC: Catalog or clasp envelopes
Specifications / Requirements:
Fine QualityItem: ERASER
UNSPSC: Erasers
Specifications / Requirements:
Fine QualityItem: FILE BOARD
UNSPSC: Accordion file folder
Specifications / Requirements:
Fine qualityItem: FILE COVER (A-3 WHITE ORDINARY)
UNSPSC: Accordion file folder
Specifications / Requirements:
Fine QualityItem: FILE FLAPPERS
UNSPSC: Accordion file folder
Specifications / Requirements:
Fine QualityItem: FOOT SCALE
UNSPSC: Expandable file folders
Specifications / Requirements:
Fine QualityItem: GUM STICK
UNSPSC: Acid free glue sticks
Specifications / Requirements:
UHUItem: HIGH LIGHTER Multi Color (Packet)
UNSPSC: Rollerball pens
Specifications / Requirements:
fine QualityItem: LEAD PENCIL (Packet)
UNSPSC: Charcoal pencils
Specifications / Requirements:
Fine QualityItem: MARKER (Packet)
UNSPSC: Calligraphy markers
Specifications / Requirements:
Fine QualityItem: PAPER Cater
UNSPSC: Paper cutters or refills
Specifications / Requirements:
Fine QualityItem: PENCIL SHARPENER
UNSPSC: Manual pencil sharpener
Specifications / Requirements:
Fine QualityItem: POST IN PAD SIZE (3X3)
UNSPSC: Entomological sticky traps
Specifications / Requirements:
Fine QualityItem: POST IN PAD SIZE (3X5)
UNSPSC: Entomological sticky traps
Specifications / Requirements:
Fine QualityItem: PUNCH SINGLE
UNSPSC: Aluminum punched components
Specifications / Requirements:
fine qualityItem: REGISTER
UNSPSC: Shift registers
Specifications / Requirements:
Fine QualitjyItem: SCISSORS
UNSPSC: Autopsy scissors
Specifications / Requirements:
fine QualityItem: HEAVY DUTY STAPLER
UNSPSC: Heavy duty coating
Specifications / Requirements:
fine qualityItem: SCOTCH TAPE
UNSPSC: Binding tape
Specifications / Requirements:
fine QualityItem: STAPLE MACHINE
UNSPSC: Hardware staples
Specifications / Requirements:
Fine QualityItem: STAPLE PINS Packet (24/6)
UNSPSC: Domestic rolling pins
Specifications / Requirements:
fine QualityItem: STAPLE PINS Packet (23/24)
UNSPSC: Domestic rolling pins
Specifications / Requirements:
fine QualityItem: STAPLE PINS Packet (17/24)
UNSPSC: Domestic rolling pins
Specifications / Requirements:
Fine QualityItem: STAPLE PINS Packet (15/24)
UNSPSC: Domestic rolling pins
Specifications / Requirements:
Fine QualityItem: STAPLE PINS Packet (13/14)
UNSPSC: Domestic rolling pins
Specifications / Requirements:
Fine QualityItem: STAPLE REMOVER
UNSPSC: Adhesive remover
Specifications / Requirements:
F/QItem: SUMMARY PAPER (Legal Size)
UNSPSC: Abrasive papers
Specifications / Requirements:
Fine QualityItem: SUMMARY PAPER A-4
UNSPSC: Abrasive papers
Specifications / Requirements:
AA&Pper oneItem: Tags
UNSPSC: Security tags
Specifications / Requirements:
fine QualityItem: ACID FOR DRAINAGE/TOILETS
UNSPSC: Acetic acid, alcohol, and toluidine blue combination reagents
Specifications / Requirements:
HIGH PERFORMANCE CLEANER/MAINTAINERItem: AIR FRESHENER
UNSPSC: Air freshener
Specifications / Requirements:
LARGE SIZE (FINE QUALITY)Item: AIR WICK
UNSPSC: Air freshener dispensers
Specifications / Requirements:
FINE QUALITYItem: AIR WICK MACHI
UNSPSC: Air freshener dispensers
Specifications / Requirements:
Fine QualityItem: HARPIC Toilet CLEANER
UNSPSC: Brush or tool cleaners
Specifications / Requirements:
Fine QualityItem: BROOM (JHAROO)
UNSPSC: Brooms
Specifications / Requirements:
Fine QualityItem: CELL ALKINE - AAA PER
UNSPSC: Aircraft fixed wing miscellaneous charge
Specifications / Requirements:
Fine QualityItem: CELL PENCIL DURA-AA PER
UNSPSC: Aircraft fixed wing miscellaneous charge
Specifications / Requirements:
fine qualityItem: CELL ALKINE –12v-A23
UNSPSC: Aircraft fixed wing miscellaneous charge
Specifications / Requirements:
fine qualityItem: DATA CABLE
UNSPSC: Computer cable
Specifications / Requirements:
Fine QualityItem: DOOR CLOSER
UNSPSC: Door closers
Specifications / Requirements:
good QualityItem: DUST BIN (PLASTIC)
UNSPSC: Waste container lids
Specifications / Requirements:
Fine QualityItem: DUSTERS
UNSPSC: Cleaning dusters
Specifications / Requirements:
fine QualityItem: EXTENSION LEADS
UNSPSC: Electrical extension cable
Specifications / Requirements:
Fine QualityItem: FILE BAG (CARRIER)
UNSPSC: Expandable file folders
Specifications / Requirements:
Fine QualityItem: PACHARA (Large Size)
UNSPSC: Cleaning dusters
Specifications / Requirements:
Fine QualityItem: PHENYL (1Ltr Bottle)
UNSPSC: 1-phenyl-2-propanone
Specifications / Requirements:
Fine QualityItem: PLASTIC DINNER PLATE ( SIX PIECE)
UNSPSC: Plastic plate
Specifications / Requirements:
Fine QualityItem: Quarter Plates ( SIX PIECE)
UNSPSC: Plastic plate
Specifications / Requirements:
fine qualityItem: Dinner Bowls ( SIX PIECE)
UNSPSC: Plastic plate
Specifications / Requirements:
Fine QualityItem: Serving Tray Large (PLASTIC)
UNSPSC: Domestic trays or platters
Specifications / Requirements:
Fine QualityItem: Serving Tray (Small) (PLASTIC)
UNSPSC: Domestic trays or platters
Specifications / Requirements:
Fine QualityItem: POWER PLUG
UNSPSC: Electrical plugs
Specifications / Requirements:
Fine QualityItem: RICE SPOON (HALF DOZEN)
UNSPSC: Domestic spoons
Specifications / Requirements:
fine QualityItem: Dessert Knife(HALF DOZEN)
UNSPSC: Domestic kitchen tool set
Specifications / Requirements:
Fine QualityItem: Fork (HALF DOZEN)
UNSPSC: Domestic kitchen tool set
Specifications / Requirements:
Fine QualityItem: Serving Tongs
UNSPSC: Domestic kitchen tongs
Specifications / Requirements:
Fine QualityItem: TEA CUP (SIX CUP WITH Saucer)
UNSPSC: Domestic coffee or tea cups
Specifications / Requirements:
Fine QualityItem: TEA CUP (SIX Cup)
UNSPSC: Domestic coffee or tea cups
Specifications / Requirements:
Fine QualityItem: TEA SET (Complete
UNSPSC: Domestic coffee or tea cups
Specifications / Requirements:
Fine QualityItem: TEA SPOON (HALF DOZEN)
UNSPSC: Domestic kitchen tool set
Specifications / Requirements:
Fine QualityItem: TISSUE PAPER
UNSPSC: Acid free tissue papers
Specifications / Requirements:
Fine QualityItem: TISSUE PAPER ROLL
UNSPSC: Acid free tissue papers
Specifications / Requirements:
Fine QualityItem: DISHWASHER DETERGENT
UNSPSC: Dishwashing products
Specifications / Requirements:
Fine QualityItem: WALL CLOCK
UNSPSC: Wall clocks
Specifications / Requirements:
Fine QualityItem: WATER GLASS (SIX PIECE SET)
UNSPSC: Domestic drinking glasses
Specifications / Requirements:
Fine QualityItem: WATER SET (Complete)
UNSPSC: Domestic drinking glasses
Specifications / Requirements:
Fine QualityItem: WIPER LARGE SIZE
UNSPSC: Kelly wipers
Specifications / Requirements:
Fine QualityItem: Computer LED 24” HD
UNSPSC: All in one desktop computer
Specifications / Requirements:
Original with 160 HzItem: Computer LED 27” HD
UNSPSC: All in one desktop computer
Specifications / Requirements:
Original with 160 HzItem: laptop
UNSPSC: All in one desktop computer
Specifications / Requirements:
14700HX 512GB SSD 16GB 15.1" (2560x1600) OLED 165Hz WIN11 NVIDIA®️ RTX 5060 8192MB ECLIPSE BLACK RGB Backlit Keyboard - 83LY000LUSItem: laptop
UNSPSC: All in one desktop computer
Specifications / Requirements:
intel core ultra 7 155U (up to 4.8 GHz with Intel Turbo Boost Technology, 12 MB L3 Cashe, 12 Cores, 14 Threads) Intel vPro, Technology /08 GB DDR5-56000 Mhz RAM/ 512 GB PCIe NVME SSD/ Intel Arc Graphics/16” diagonal, WUXGA (1920x1200), Full HD, IPS, Anti- Glare,300nits, 45% NTSC/ 05MP IR Camera? Intel Wi-Fi6E AX211 (2x2) and Bluetooth 5.3 Wireless Card? Audio by poly studio, Dual Stereo Speakers with Discrete Amplifiers, Integrated Dual Array Microphones/ Finger print Reader/2 Thunderbolt 4 with USB Type-C 40Gbps signaling rate (USB Power Delivery, Display Port 1.4); 2 usb Type-A 5G bps Signaling Rate (1 Charging, 1 Power); ! HDMI 2.1: 1 Aluminum-1 Year Hp official & Local Warranty.Item: Desktop
UNSPSC: All in one desktop computer
Specifications / Requirements:
i5 14100, 08GB, 512 SSD, Key Board , MouseItem: Desktop
UNSPSC: All in one desktop computer
Specifications / Requirements:
i7 14700,08GB,512, SSD, DVR RW, Dey Board, MouseItem: External Hard drive
UNSPSC: Portable hard disk storage device
Specifications / Requirements:
1TB,Item: External Hard drive
UNSPSC: Portable hard disk storage device
Specifications / Requirements:
2TB,Item: External Hard drive
UNSPSC: Portable hard disk storage device
Specifications / Requirements:
4TB,Item: USB 64 GB
UNSPSC: Universal serial bus USB extension cable
Specifications / Requirements:
BEST QUALITY ORIGINALItem: USB 32 GB
UNSPSC: Universal serial bus USB extension cable
Specifications / Requirements:
BEST QUALITY ORIGINALItem: USB 16 GB
UNSPSC: Universal serial bus USB extension cable
Specifications / Requirements:
BEST QUALITY ORIGINALItem: USB 08 GB
UNSPSC: Universal serial bus USB extension cable
Specifications / Requirements:
BEST QUALITY ORIGINALItem: Wireless keyboard and Mouse set
UNSPSC: Keyboard and mouse kit
Specifications / Requirements:
BEST QUALITY ORIGINALItem: Wireless keyboard
UNSPSC: Keyboards
Specifications / Requirements:
BEST QUALITY ORIGINALItem: Wireless Mouse
UNSPSC: Computer mouse
Specifications / Requirements:
BEST QUALITY ORIGINALItem: Keyboard wire
UNSPSC: Keyboards
Specifications / Requirements:
BEST QUALITY ORIGINALItem: Mouse wire
UNSPSC: Computer mouse
Specifications / Requirements:
BEST QUALITY ORIGINALItem: High Speed SD card (Videographers)
UNSPSC: Memory card case
Specifications / Requirements:
BEST QUALITY ORIGINALItem: HD Professional Headphones
UNSPSC: Headphones
Specifications / Requirements:
Good QualityItem: Wi-Fi Router 5 G
UNSPSC: Network routers
Specifications / Requirements:
Best QualityItem: Cat 6A Cable
UNSPSC: Aluminum wire
Specifications / Requirements:
Branded Best QualityItem: Microsoft 365 Basic Plan
UNSPSC: Access software
Specifications / Requirements:
Full SuiteItem: Windows
UNSPSC: Administration software
Specifications / Requirements:
Windows 11 for Team (Most recent available)Item: Adobe Suite
UNSPSC: Access software
Specifications / Requirements:
Media Suite for creative developmentItem: Freepik
UNSPSC: Access software
Specifications / Requirements:
Presentation Tempelates/Pictures/IconsItem: Flat Icons
UNSPSC: Access software
Specifications / Requirements:
Presentation Tempelates/Pictures/IconsItem: Envato
UNSPSC: Access software
Specifications / Requirements:
Presentation Tempelates/PicturesItem: Capcut
UNSPSC: Video editors
Specifications / Requirements:
Video development & editItem: Zoom
UNSPSC: Administration software
Specifications / Requirements:
Good Quality itemsItem: Final Cut Pro (Latest)
UNSPSC: Video editors
Specifications / Requirements:
Good quality itemsItem: Adobe Creative Cloud (6 users)
UNSPSC: Administration software
Specifications / Requirements:
Creative softwareItem: Inshot
UNSPSC: Content authoring and editing software maintenance
Specifications / Requirements:
Phone Video/ Reel GeneratorItem: Chat GPT Pro 4.0
UNSPSC: Software as a service
Specifications / Requirements:
unlimited access to top-tier models, advanced reasoning capabilities, and high-speed, multimodal featureItem: Grammerly
UNSPSC: Word processing software
Specifications / Requirements:
Error Free writing &plagarism checkerItem: Bynder
UNSPSC: Server software maintenance
Specifications / Requirements:
Digital Assets ManagementItem: Pitch.com Pro Plan
UNSPSC: Graphics or photo imaging software
Specifications / Requirements:
PresenationtempelatesItem: Koloro
UNSPSC: Notebook computer
Specifications / Requirements:
Video coloring software for mobilesItem: VPN
UNSPSC: Network security and virtual private network VPN equipment software
Specifications / Requirements:
Proton VPNItem: SSL Certificates
UNSPSC: Transaction security and virus protection software
Specifications / Requirements:
SSL is standard technology for securing an internet connection by encrypting data sent between a website and a browserItem: Web Application Firewall (Cloudflare)
UNSPSC: Firewall network security equipment
Specifications / Requirements:
To protect against security threats on any web applicationItem: Acra / McAfee Total Protection
UNSPSC: Cloud-based protection or security software
Specifications / Requirements:
Security Software, Encryption, firewall, and data masking tools, protect data and ensure privacy, Data GovernanceItem: Norton 360 / Palo Alto Networks
UNSPSC: Cloud-based protection or security software
Specifications / Requirements:
Firewall SolutionsItem: Hush-hush / NetApp Data Masking / Micro Focus Voltage Secure Data
UNSPSC: Administration software
Specifications / Requirements:
Data Masking ToolsItem: Google News, Flipboard, Press Reader
UNSPSC: Access software
Specifications / Requirements:
News aggregators, specialized reports, Access industry insights and media trendsItem: Visitor chairs
UNSPSC: Chairs
Specifications / Requirements:
Wooden with LeatheredItem: Leather Executive Sofa, 7 seater
UNSPSC: Sofas
Specifications / Requirements:
Best qualityItem: Leather Executive Sofa, 5 seater
UNSPSC: Sofas
Specifications / Requirements:
Best qualityItem: Center Table set
UNSPSC: Activity tables
Specifications / Requirements:
Best qualityItem: Center Table
UNSPSC: Activity tables
Specifications / Requirements:
Best qualityItem: Steno chair
UNSPSC: Chairs
Specifications / Requirements:
Best qualityItem: Work Stations with Executive chairs
UNSPSC: Computer workstation
Specifications / Requirements:
Wooden with Steel frame with 4 person on one work stationItem: Executive Table
UNSPSC: Tables
Specifications / Requirements:
Large sizeItem: Executive Table
UNSPSC: Tables
Specifications / Requirements:
Medium sizeItem: Officer Executive Chair
UNSPSC: Chairs
Specifications / Requirements:
Best QualityItem: Sound proofing per SQFEET
UNSPSC: Sound proof block
Specifications / Requirements:
Per sq feetItem: Bilends
UNSPSC: Curtains
Specifications / Requirements:
Per sq feetItem: Wall paper
UNSPSC: Plastic wall covering
Specifications / Requirements:
Per sq feet /RFTItem: WPC panel
UNSPSC: Plastic wall covering
Specifications / Requirements:
Per sq feet /RFTItem: TONER for Photo State
UNSPSC: Photocopier toner
Specifications / Requirements:
TONER for Photo State as per Sr. No.---02----- Plant and MachineryItem: TONER for Printer
UNSPSC: Printer or facsimile toner
Specifications / Requirements:
TONER for Printer as per Sr. No.---08---- Plant and MachineryItem: Toner for All in one
UNSPSC: Printer or facsimile toner
Specifications / Requirements:
TONER for Printer All in one as per Sr. No.-----06--- Plant and MachineryItem: Ink Toner color Printer
UNSPSC: Printer or facsimile toner
Specifications / Requirements:
TONER for Printer All in one as per Sr. No.-----07--- Plant and MachineryFor 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] |
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.
3.1 The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.
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.
5.1 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.
8.1 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.
9.1 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.
10.1 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.
11.1 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.
12.1 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.
13.1 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.
14.1 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.
15.1 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.
16.1 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.
17.1 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:
18.1 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.
19.1 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.
20.1 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.
21.1 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.
22.1 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.
23.1 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.
24.1 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.
25.1 The Bidder shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.
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.
27.1 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.
28.1 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.
29.1 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.
30.1 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.
31.1 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.
32.1 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.
33.1 Any payment under this Contract shall be made in the currency(ies) specified in the SCC.
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.
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.
36.1 A Supplier shall be entirely responsible for all taxes, duties, fees, etc., incurred until delivery of the contracted Goods to the Procuring Agency.
37.1 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 |
|
GCC 1 |
Definitions The Procuring Agency is: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory The Supplier is: The title of the subject procurement is: PROCUREMENT OF PLANT AND MACHINERY, COMPUTER HARDWARE, STATIONERY, COMPUTER STATIONERY, OTHER, COST OF OTHER, IT EQUIPMENT, Furniture & FIXTURE, RENOVATION AND MISCELLANEOUS ITEMS Monitoring and Reporting Cell |
|
GCC 3 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 4 |
Language: The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English. |
|
GCC 5 |
Notices: The addresses for the notices are: Procuring Agency: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer Contractor/ Bidder: [Name, address and telephone number]. The Contractor/ Bidder’s Representative(s) [Name, address, telephone number and e-mail address]
|
|
GCC 7.1 |
The Authorized Representatives are:
For the Procuring Agency: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer For the Bidder: Name: ……………………… Designation: …………….. Address: ……………………………..
|
|
GCC 8 |
Effectiveness of the contract |
|
GCC 9 |
Commencement of Contract: |
|
GCC 11.2 |
Expiration of Contract: |
|
GCC 15 |
Termination In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements. |
|
GCC 17 |
Conflict of Interest: The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17. |
|
GCC 22 |
Liquidated Damages If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.50% to 15.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority. |
|
GCC 23 |
Performance Guarantee: The amount of performance guarantee shall be 0% of the contract price in acceptable form of Nil |
|
GCC 32 |
Payment terms: Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract. |
|
GCC 33 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 34 |
Identifying Defects: The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided. Inspections & Tests RequirementsFor conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team) For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team) Delivery & DocumentsCopies of the packing list identifying contents of each package; Manufacturer’s or Supplier’s Valid Warranty Certificate; Delivery Challan |
|
GCC 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.:P9956
To: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
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 MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., PROCUREMENT OF PLANT AND MACHINERY, COMPUTER HARDWARE, STATIONERY, COMPUTER STATIONERY, OTHER, COST OF OTHER, IT EQUIPMENT, Furniture & FIXTURE, RENOVATION AND MISCELLANEOUS ITEMS Monitoring and Reporting Cell (P9956) 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: MINISTRY OF INFORMATION AND BROADCASTING (MOIB) (Ministry of Information and Broadcasting (MOIB)), Section Officer Room # 4150, 4th Floor, Cabinet Block., Islamabad Capital Territory
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}