Â
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 also available on EPADS v2.0 as well as Authority’s website at (www.ppra.org.pk).
Â
Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist
11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
+92-300-699-8576
aghafoor@pakre.org.pk
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
BDS Clause Number 1
ITB Number 1.1
Name of Procuring Agency:Â Pakistan Reinsurance Company Limited (Ministry of Commerce)
The subject of procurement is:Â Procurement of Antivirus Solution for PRCL
Expected commencement date: Monday, June 8, 2026
BDS Clause Number 2
ITB Number 2.1
Financial year for the operations of the Procuring Agency:Â 2025-26
Name and identification number of the Contract: P23060Â
BDS Clause Number 3
ITB Number 4.6
JV/Consortium or Association Allowed: No
Number of JV/Consortium Members: Nil
BDS Clause Number 4
ITB Number 7.1
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Thursday, May 21, 2026
BDS Clause Number 5
ITB Number 8.1
Any addendum, in case issued, shall be published on Pakistan Reinsurance Company Limited (Ministry of Commerce) website and on EPADS v2.0.
BDS Clause Number 6
ITB Number 9.1
List of documents required along with the bid: No
BDS Clause Number 7
ITB Number 11.1
The qualification criteria to establish the supply / production capability of the bidder.
see Eligibility Criteria
BDS Clause Number 8
ITB Number 7.6
Services and Their related documents:
See section Required Services and Scope of Work
BDS Clause Number 9
ITB Number 13.1 & 13.2
Price schedule will be provided according to the format defined and acquired.
see section price schedule.
BDS Clause Number 10
ITB Number 7.6.2
 Specifications:
see section of specifications.
BDS Clause Number 11
ITB Number 13.5
The price shall be Fixed.
BDS Clause Number 12
ITB Number 15.1
Currency of the Bids shall be : PKR
BDS Clause Number 13
ITB Number 16.1
The Bids/Bid Validity period shall be: 120 Days
BDS Clause Number 14
ITB Number 17.1
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6
The Bid Security shall be in the form of: Pay Order, Bank Guarantee, Others Â
BDS Clause Number 15
ITB Number 17.3
The Bids security shall be valid for twenty-eight (28) days beyond the expiry of the Bids validity period specified in the bidding documents,  for example the bid validity is 180 days so the bid security shall be valid for  180+28 = 208 days.
BDS Clause Number 16
ITB Number 18.1
Alternative Bids to the requirements of the bidding documents will not be permitted.
BDS Clause Number 17
ITB Number 21.1
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;
11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Monday, May 25, 2026 11:00 AM
BDS Clause Number 18
ITB Number 26.1
The Bids opening shall take place on EPADS v2.0.
Day : Monday
Date:Â Monday, May 25, 2026
Time : 11:30 AM
BDS Clause Number 19
ITB Number 32.1
Selection technique adopted will be: Least Cost Based Selection (LCBS)
see Evaluation Criteria
BDS Clause Number 20
ITB Number 49.1
The Performance guarantee shall: 10.00%.
The Performance Guarantee shall be acceptable in the form of:Â Pay Order, Bank Guarantee, Others
21.
51.1
Arbitrator shall be appointed by mutual consent of the both parties.
BDS Clause Number 22
ITB Number 53.1
Grievence against this procurement shall be submitted online on EPADS v2.0.
| Bidder's Type | Required Registration |
|---|---|
|
Any |
FBR (NTN) |
| Eligibility Criteria | Document |
|---|---|
| Bidder must provide an undertaking of the following: - No violation of Federal/Provincial Laws - No history of blacklisting or debarment by any organization - No litigation in the past with any client. | Yes |
| Bidder must provide sales tax registration for services with relevant documentary evidence. | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 50 | |
|---|---|---|
| Passing Marks | 45 | |
| Bidder must have Partnership Certificate (Platinum or Gold or equivalent) | ||
| Partnership Certificate (Platinum/ Gold/ equivalent) (Quantitative)(Doc Required) | 5 | |
| Relevant Experience (To be determined only through Work Order/Purchase Order/Agreement) | ||
| The bidder must have been in the relevant business for at least 7 years. (Qualitative)(Doc Required)  7 or more years  (10)  Between or equal to 4 - 6 years  (5)  Less than 2Y  (2) | 10 | |
| Bidder must have provided minimum 200 users' endpoints solution (to be determined through Work Order/ Purchase Orders/ Agreement) | ||
| Bidder must have worked with local clients/ government/semi-government and/or autonomous bodies with a minimum of 200 users’ endpoint solutions provided for each client. (Qualitative)(Doc Required)  05 or more clients  (10)  Between or equal to 3 - 4 clients  (6)  equal to or Less than 2  (2) | 10 | |
| Financial Capability (to be determined through Financial Statement) | ||
| Bidder's average annual gross turnover of the last 03 years (Qualitative)(Doc Required)  50 million or above  (10)  more than 40 million but less than 50 million  (7)  more than 30 million but less than 40 million  (5)  more than 20 million but less than 30 million  (3)  less than 20 million  (1) | 10 | |
| Authorization & Partnership Letter (Relevant Documentary Evidence) | ||
| The Bidder must provide an Authorization & Partnership Letter from the Principal/Manufacturer for the quoted solution. (Quantitative)(Doc Required) | 5 | |
| Technical Resource (to be determined through CV or relevant documentary evidence) | ||
| The bidder should have Technical Resources who are well-versed and certified in the related product. (Qualitative)(Doc Required)  5 or more personnel  (5)  between or equal to 2-4  (3)  less than 2  (1) | 5 | |
| Gartner’s/Quadrant customer choice (Relevant Documentary Evidence) | ||
| The Products / Solutions quoted by the bidder must be in Gartner’s/Quadrant customer choice in recently published reports. (Quantitative)(Doc Required) | 5 | |
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Antivirus & Endpoint Security License |
Address: 11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi Schedule: as per work order Quantity: 150 |
150 | 25000 |
No
Positions Without Lots :
Position: Antivirus & Endpoint Security License
Specifications / Requirements:
| Category | Requirement |
|---|---|
| Business Function | Provide centralized protection for approximately 150 users/systems, including desktops, laptops, servers. |
| Ensure real-time protection against malware, ransomware, spyware, phishing, and advanced cyber threats. | |
| Minimize system downtime and security incidents to support uninterrupted business operations. | |
| Enable centralized management and monitoring to reduce administrative overhead for IT teams. | |
| Improve employee productivity by maintaining system availability and performance. | |
| Support business continuity by ensuring consistent security enforcement across on-premises and remote systems. | |
| Ensure compliance with organizational IT security policies and industry best practices. | |
| Functional Requirement | Support real-time threat detection and automated response with minimal system performance impact. |
| Provide centralized management console with real-time visibility of endpoint security status. | |
| Support mass deployment and updates via Active Directory and network discovery. | |
| Enable automated policy enforcement, updates, and reporting across all endpoints. | |
| Support ransomware protection with endpoint isolation and file encryption blocking. | |
| Provide centralized reporting, alerting, and logging of security events. | |
| Ensure high system reliability for continuous access to critical business applications. | |
| IT Initiative | Integrate with existing IT infrastructure including Active Directory and core applications. |
| Support secure email (Outlook desktop app) to mitigate phishing risks. | |
| Enable scalability for additional users and systems. | |
| Reduce cyber risks and improve incident response capability. | |
| Align with information security governance and risk management initiatives. | |
| Hardware Specification | Compatible with desktops, laptops, physical servers, virtual machines, and storage systems. |
| Support Windows-based servers and endpoints. | |
| Not require additional specialized hardware unless approved. | |
| Support both physical and virtual environments. | |
| Safety Requirement | Must not adversely affect system performance, hardware lifespan, or operating temperature. |
| Operate efficiently within standard environments. | |
| Management servers must comply with data center safety standards. | |
| Include secure access controls and role-based administration. | |
| Audit logs must be securely stored and protected against tampering. | |
| Vendor support must follow SOPs and comply with security policies. |
The objective of this work is to procure, deploy, configure, and support a centrally managed enterprise-grade antivirus/ endpoint security solution for 150 users/systems, in order to ensure protection against malware, ransomware, data breaches, and other cyber threats while improving system performance and organizational productivity.
The successful bidder shall provide valid licenses for desktops, laptops, servers with a one (01) year subscription, inclusive of all updates, upgrades, and 24x7 technical support.
The solution shall be implemented through a centralized management console supporting mass remote installation via Active Directory and network discovery, ensuring minimal disruption to business operations. An endpoint security relay mechanism shall be configured to efficiently distribute product and signature updates within the organization’s internal network.
The system must provide centralized monitoring and administration capabilities, including role-based access control, user-aware and location-aware security policies integrated with Active Directory, and power user and restricted user modes. The solution shall enable real-time visibility and control over all endpoints.
The antivirus/endpoint security solution shall provide real-time protection against viruses, malware, spyware, ransomware, and advanced threats using signatures, heuristics, artificial intelligence, and machine learning technologies. It must include ransomware protection with file encryption blocking, endpoint isolation, cloud sandboxing, deep learning-based malware detection, and a fully featured two-way firewall with intrusion detection and prevention capabilities.
The solution shall include endpoint control features such as device control with USB scanning, and web and application control to restrict access to unauthorized applications and malicious websites, including web filtering and search advisor functionality.
A centralized dashboard shall be provided to monitor the organization's real-time security posture, along with on-demand/ scheduled reports on threats, compliance, and system health. Automated email notifications shall be configured for critical security events.
An endpoint security solution must provide ransomware protection and mitigation.
The solution shall be optimized to minimize impact on system performance while maintaining continuous protection, reducing system downtime, and enhancing user productivity.
The bidder shall provide complete technical documentation, user manuals, and knowledge transfer sessions for IT staff. The proposed solution must comply with international information security standards, best practices, and the organization’s internal IT security standards.
For Individual Positions
| # | Position 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] |
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
Definitions
The Procuring Agency is: Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist 11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
The Supplier is:
The title of the subject procurement is:Procurement of Antivirus Solution for PRCL
Number of GC Clause 2
Applicable/Governing Law:
The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan
Number of GC Clause 3
Language:
The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English.
Number of GC Clause 4
Notices:
The addresses for the notices are:
Procuring Agency:Â
Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist
11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
+92-300-699-8576
aghafoor@pakre.org.pk
Contractor/ Bidder:Â
 [Name, address and telephone number].
The Contractor/ Bidder’s Representative(s)
[Name, address, telephone number and e-mail address]
Number of GC Clause 6.1
The Authorized Representatives are:
For the Procuring Agency:
Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist
11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
+92-300-699-8576
aghafoor@pakre.org.pk
For the Bidder:
Name: ………………………
Designation: ……………..
Address: ……………………………..
Number of GC Clause 7
Effectiveness of the contract
The Contractor/Bidder shall be effective within ….. days from the date of signature of the Contract by both parties
Number of GC Clause 8
Commencement of Contract:
The Contractor/ Bidder shall provide Non-Consultancy Services from the effective date of contract.
Number of GC Clause 10.2
Expiration of Contract:
The time period shall be ………………….
Number of GC Clause 14
Termination
In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements.
Number of GC Clause 16
Conflict of Interest:
The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17.
Number of GC Clause 20
Liquidated Damages
If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.01% to 10.00%Â of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.
Number of GC Clause 21
Performance Guarantee:
The amount of performance guarantee shall be 10.00%Â of the contract price in acceptable form of Pay Order, Bank Guarantee, Others
Number of GC Clause 27
Currency of Payment:
All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.
Number of GC Clause 28
Payment terms:
Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract.
Number of GC Clause 29
Identifying Defects:
The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided.
For the Country of Origin as quoted by the Supplier (Certificate from manufacturer)
Number of GC Clause 31
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.
Arbitrator’s fee:
The fee shall be specified in Pak Rupees, as determined by the Arbitrator, which shall be shared equally by both parties.
Appointing Authority for Arbitrator:
By the Mutual Consent or in accordance with the provisions of Arbitration Act, 1940, in case the parties fail to reach a consensus on the name of sole arbitrator, any party may submit an application to the Chief Justice Islamabad High Court for appointment of sole arbitrator. The Chief Justice IHC may appoint a former judge of any High Court or Supreme Court as the sole arbitrator to resolve the dispute between the parties.
Rules of procedure for arbitration proceedings:Â
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.:P23060
To: Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist 11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
Â
Â
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.
Â
THIS AGREEMENT made the _____ day of __________ 20_____ between Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist 11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
 (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:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Procurement of Antivirus Solution for PRCL (P23060) 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”).
Â
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.
Â
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.
Â
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Bidder: …………………………………………………
Â
Â
Â
Contract                          Number:  Contract                              Value:  Contract Title:
Dated:
Â
[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.
Â
To:     Pakistan Reinsurance Company Limited (Ministry of Commerce), Procurement Specialist 11th Floor, PRC Tower, Lalazar Drive M.T. Khan Road, Karachi
Â
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”).
Â
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.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
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 guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}