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
. (Sukkur Power Electric Company (SEPCO)), Deputy Manager
(TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
+92-345-383-9737
raheem.sohu@sepco.com.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 . (Sukkur Power Electric Company (SEPCO))
The subject of procurement is:Â HIRING A FIRM FOR OUTSOURCING MANPOWER IN SEPCO (T.NO.SEPCO/HRD/A9/2026/01 )
Expected commencement date: Monday, November 2, 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: P25292Â
BDS Clause Number 3
ITB Number 4.6
JV/Consortium or Association Allowed: Yes
Number of JV/Consortium Members: 3
BDS Clause Number 4
ITB Number 7.1
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Thursday, May 14, 2026
Pre-Bid Meeting: Tuesday, May 12, 2026 10:00 AM
Venue: SEPCO Head Office, Admin Block, Old Thermal Power Station,Sukkur
BDS Clause Number 5
ITB Number 8.1
Any addendum, in case issued, shall be published on . (Sukkur Power Electric Company (SEPCO)) 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: 150 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, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft 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;
(TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Tuesday, May 19, 2026 10:00 AM
BDS Clause Number 18
ITB Number 26.1
The Bids opening shall take place on EPADS v2.0.
Day : Tuesday
Date:Â Tuesday, May 19, 2026
Time : 11:00 AM
BDS Clause Number 19
ITB Number 32.1
Selection technique adopted will be: Quality and Cost Based Selection (QCBS)
see Evaluation Criteria
BDS Clause Number 20
ITB Number 49.1
The Performance guarantee shall: 5.00%.
The Performance Guarantee shall be acceptable in the form of:Â Pay Order, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft
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 |
|---|---|
|
Individual / Individual Consultant Sole Proprietorship Partnership Firm Company (Private Limited) Company (Public Limited) Company (Holding Company) Company (Limited by Guarantee) State Owned Enterprise (Private Limited) State Owned Enterprise (Public Limited) |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP |
| Eligibility Criteria | Document |
|---|---|
| 1)Eligibility Requirements of Bidders (Outsourcing of Manpower Services) All interested bidders, including single entities and Joint Ventures (JVs), shall meet the following mandatory eligibility criteria. Documentary evidence must be provided with the bid; otherwise, the bid shall be treated as non-responsive: | Yes |
| Legal Status & General Information: The bidder shall provide details of name, registered address, legal status, and years of operations. In case of a JV, a valid agreement shall be submitted indicating the lead partner and roles of each partner. The bidder/JV shall also submit a firm profile showing experience with Government, Semi-Government, local and international organizations, including scope, description, and cost of similar services. | Yes |
| Experience Requirements: The bidder shall have a minimum of three (03) years’ experience in HR outsourcing services. Preference will be given to firms with experience in Government organizations and/or power utility companies. The bidder/JV shall provide evidence of at least three (03) similar contracts. In case of a JV, partners’ experience may be combined; however, the lead partner must have at least one (01) similar contract of comparable nature. | Yes |
| Registration & Tax Compliance: The bidder/JV partners shall possess valid registrations, including NTN and STRN with the Federal Board of Revenue, registration with the Securities and Exchange Commission of Pakistan (SECP) or partnership deed, and registration with Employees' Old-Age Benefits Institution (EOBI) and Sindh Employees' Social Security Institution (SESSI) or relevant authority. Proof of Active Taxpayer status (ATL) shall also be provided by all JV partners. | Yes |
| 4. Financial Capacity a) The bidder shall have a minimum annual turnover of PKR 300 million related to HR outsourcing services, with an average of at least PKR 100 million over the last three (03) financial years. b) In case of a JV, the turnover of all partners may be combined to meet the requirement; however, the lead partner shall have at least 50% of the required turnover. c) Audited financial statements for the last three (03) years, duly certified by a registered audit firm, must be sub | Yes |
| 5. Affidavits & Undertakings a) The bidder/JV partners shall submit an affidavit on judicial stamp paper confirming that they have neither been blacklisted nor debarred by any Government/Semi-Government organization. b) An undertaking shall be provided confirming that the bidder/JV partners have not been involved in any corrupt or fraudulent practices. c) The bidder/JV shall submit an undertaking to comply with all applicable labor laws and PPRA Rules & Regulations. | Yes |
| Joint Venture (JV) Requirements: JVs are allowed; however, partners shall not exceed three (03). One partner shall act as Lead Partner, authorized through a Power of Attorney. All partners shall be jointly and severally liable for contract execution. The JV Agreement shall remain valid for the entire contract period. A firm may participate either individually or as a member of only one JV; multiple participation shall result in disqualification. | Yes |
| 7. Additional Supporting Information The bidder/JV may provide any other documentary evidence supporting its technical capability, financial strength, and relevant experience to strengthen its bid. | Yes |
Quality and Cost Based Selection (QCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Technical Evaluation Criteria Agency Profile=50 Marks | ||
| Average Annual Turnover:
The Company/ Firm/Agency having average annual turnover of past Three years in in Millions
(Attach Certified audited financial statements and bank statements as proof.) (Qualitative)(Doc Required)  More than 300 million  (15)  Between 201-300 million  (8)  Between 101- 200 million  (7)  Below 100 million  (3) | 15 | |
| Years in Business: Number of years since inception of business operations as registered in SECP date as a Firm/Company providing HR/Manpower services (Qualitative)(Doc Required)  10 years or more  (10)  Between 5-10 years  (5)  Below 05 years  (3) | 10 | |
| Core Team:
Key Post Holders in management structure, Recruitment Department, Training Department in the Firm/Organization having posses Relevant Subject/Field Master Degree along with 5 years’ Experience 5 in each Department (Qualitative)(Doc Required)  Master Degree Holder more then 15  (15)  Master Degree Holder Between 11-15  (10)  Master Degree Holder Between 6-10  (5)  Master Degree Holder Below 6  (0) | 15 | |
| Total Staff of the company minimum graduation degree. (Qualitative)(Doc Required)  If total employees’ strength is 150 or more In Case of no documentary evidence zero marks shall be awarded.  (10)  Between 50-99 In Case of no documentary evidence zero marks shall be awarded.  (5)  Between 10-49 In Case of no documentary evidence zero marks shall be awarded.  (2) | 10 | |
| Agency Credentials & Clientage=50 Marks | ||
| ISO Certification: Attached Valid ISO Certification
a) ISO 14000 Quality Management System
b) ISO 45001 Occupational Health and Safety
c) ISO 14000 Environmental Management System (Qualitative)(Doc Required)  If company posses 3 and above Relevant ISO Valid Certification  (15)  If company posses 2 Relevant ISO Valid Certification  (10)  If company posses 1 Relevant ISO Valid Certification  (5) | 15 | |
| Experience of providing manpower:
(Copy of Work order/ certificate of completion) Technical experience in Outsourcing of HR services for Governmental Entities/Semi Governmental entities/MNC’s/Banks. List of clients with address
and details
In Case of no documentary evidence zero marks shall be awarded. (Qualitative)(Doc Required) Â 16 and above outsourced clients (At least 100 No. Manpower work order shall be considered) Â (20) Â Between 11-15 outsourced clients (At least 100 No. Manpower work order shall be considered) Â (15) Â Between 06-10 outsourced clients (At least 100 No. Manpower work order shall be considered) Â (10) Â Between 1-5 outsourced clients (At least 100 No. Manpower work order shall be considered) Â (5) | 20 | |
| Total Number of Outsourced Resources
(Copy of Work order/ certificate of completion) (Qualitative)(Doc Required)  Outsourced staff 1000 & above  (15)  Outsourced staff between 500-999  (11)  Outsourced staff between 300-499  (5) | 15 | |
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Technical Staff |
Address: SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province). Schedule: After Signing the Contract, Deployment of Manpower Shall be made with in 15 Days of Requisition Quantity: 200 |
200 | 3120000 |
| Non Technical Staff |
Address: SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province). Schedule: After Signing the Contract, Deployment of Manpower Shall be made with in 15 Days of Requisition Quantity: 100 |
100 | 1560000 |
Yes
| Position | Related Services |
|---|---|
| Technical Staff | O&M of 11kV/LT lines, installation/replacement of poles and transformers, fault rectification, meter support, load shifting, breakdown handling, and PPE compliance. |
| Non Technical Staff | Provision of commercial support services including billing, recovery assistance, consumer facilitation, and record management. |
Positions Without Lots :
Position: Technical Staff
Specifications / Requirements:
Category Prescribed Qualification Technical Staff Matriculation only (Minimum &Maximum) Age: -18-30 years (Urban) including general age relaxation -18-33 years (Rural) including general age relaxation Physical Parameters: Medical Category 'A' Height Minimum 5 FL. 4 Inches Chest Minimum 32 Inches Weight As per Body Mass Index Chart (BMI) 5% relaxation on upper side Skill/Physical Test Criteria: 1. Running: 800 meters in five (05) minutes II. Push Ups Dund: 20 in a single attempt in 03 minutes iii. Lifting of welght: 30 KG in single attempt iv. Digging: 1 ditch of length, Depth, width (2x2x2) v. Climbing Skill: (Tower Ladder) Climbing upto 10 feet on tower / ladder wearing safety equipment vi. Pulling of Wires: In one span of 100 feet.Position: Non Technical Staff
Specifications / Requirements:
Category Prescribed Qualification Non-Technical Staff B.A / BSC/ B.Com & BSC 06 weeks Basic IT Training Course (Included MS Office) conducted by NITB/TEVTA institute affiliated with recognized by board of Technical Education/Higher Education Commission.Sukkur Electric Power Company (SEPCO) intends to hire skilled/technical and non-technical manpower through an outsourcing firm to support its operational and commercial activities across its jurisdiction.
1. General Requirements
The contractor/firm shall provide adequately trained, qualified, and well-disciplined personnel to SEPCO. The manpower shall be deployed across all operational areas including Circles, Divisions, Sub-Divisions, and Directorates within SEPCO’s jurisdiction.
2. Categories of Manpower
The manpower shall include, but not be limited to, the following categories:
Technical Staff (e.g., allied field staff)
Non-Technical/Commercial Staff.
The provision of manpower is not restricted to the above categories and may be increased or decreased as per SEPCO’s requirements during the contract period.
3. Quantity of Manpower
Approximately 300 personnel shall be deployed; however, the actual number shall be as per requirement. SEPCO reserves the right to increase or decrease the manpower at any time during the currency of the contract without any financial liability.
4. Deployment & Jurisdiction
The contractor shall ensure deployment of manpower throughout SEPCO’s jurisdiction, including but not limited to Sukkur, Khairpur, Ghotki, Kandhkot, Shikarpur, Jacobabad, Larkana, Kamber-Shahdadkot, Dadu, and Naushehro Feroze districts.
5. Time for Deployment
The contractor shall provide the required manpower within fifteen (15) days from the date of issuance of requisition by SEPCO.
6. Skill Assessment
All deployed personnel shall be subject to assessment and approval by SEPCO’s designated committee prior to deployment. Only those candidates meeting the required standards shall be accepted.
7. Duties & Responsibilities
Technical Staff: Operation and maintenance of distribution lines, fault rectification, installation/replacement of equipment, and emergency handling in compliance with safety standards.
Non-Technical Staff: Meter reading, bill distribution, recovery support, consumer facilitation, record keeping, and administrative assistance.
8. Contractor’s Responsibilities
Ensure availability of trained and experienced manpower.
Maintain discipline, performance, and conduct of deployed staff.
Ensure compliance with applicable labor laws, safety regulations, and statutory requirements.
Provide necessary safety gear (PPE) to technical staff.
Replace any unsatisfactory or absent personnel promptly.
9. SEPCO’s Rights
SEPCO reserves the right to accept/reject any personnel.
SEPCO may revise manpower requirements during the contract period.
SEPCO may conduct periodic performance evaluations of deployed staff.
Â
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: . (Sukkur Power Electric Company (SEPCO)), Deputy Manager (TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
The Supplier is:
The title of the subject procurement is:HIRING A FIRM FOR OUTSOURCING MANPOWER IN SEPCO (T.NO.SEPCO/HRD/A9/2026/01 )
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
. (Sukkur Power Electric Company (SEPCO)), Deputy Manager
(TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
+92-345-383-9737
raheem.sohu@sepco.com.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:
. (Sukkur Power Electric Company (SEPCO)), Deputy Manager
(TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
+92-345-383-9737
raheem.sohu@sepco.com.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 0.06% 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 5.00%Â of the contract price in acceptable form of Pay Order, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft
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.
1. All proposed manpower shall be verified by SEPCO prior to deployment, including CNIC (NADRA verified), educational/technical qualifications, experience certificates, recent photographs, complete personal record, police character certificate, and medical fitness certificate. No staff shall be deployed without prior approval of SEPCO.
2. Physical & Technical Fitness Inspection All personnel must be physically fit, mentally alert, and capable of performing assigned duties. For technical staff, verification of trade skills / field capability shall be carried out. SEPCO reserves the right to conduct skill tests/interviews where required.
3. The contractor shall ensure and SEPCO may inspect compliance of: Minimum Wages (Federal / Sindh Govt.) EOBI & Social Security registration Income tax deductions & ATL status Payment of salaries through bank accounts Non-compliance shall be treated as breach of contract.
4. Deployment & Attendance Verification Staff shall be deployed only after issuance of deployment order / acceptance by SEPCO. Attendance, shift duty, and working hours shall be monitored by SEPCO field formations. Random checks may be conducted to verify presence and performance.
5. Performance Monitoring & Inspection Continuous monitoring of staff performance by SEPCO inspection teams. Evaluation based on: Discipline and conduct Efficiency in assigned tasks Compliance with safety procedures Any misconduct, negligence, or poor performance shall lead to replacement.
6. Safety & Conduct Inspection: Staff shall comply with safety SOPs and use PPE at all times. Zero tolerance for misconduct, insubordination, theft/corruption, and drug/alcohol use. SEPCO may conduct spot safety audits.
7. Replacement: Any staff found medically unfit, unskilled, with fake/invalid documents, or involved in misconduct shall be replaced within 48 hours. Replacement staff shall undergo the same verification process.
8. Audit & Record Verification: SEPCO may conduct periodic (monthly/quarterly) audits and verify salary payments, EOBI, and SESSI contributions. The contractor shall provide complete records on demand.
9. Acceptance Criteria: Manpower shall be accepted only if documents are complete and verified, qualifications/skills are met, medical and police clearance is provided, compliance with labor laws is ensured, and performance during the trial period is satisfactory.
10. Rejection Criteria: SEPCO may reject manpower for incomplete/fake documents, qualification/experience, medical unfitness, poor performance/misconduct, or non-compliance with legal requirements.
Delivery: 1. Mobilization & Deployment Timeline The Contractor shall deploy the required manpower within 15 days from the date of issuance of written requisition/work order by SEPCO. In urgent/emergency cases, deployment shall be ensured within 48 to 72 hours, as directed by SEPCO.
2. Place of Deployment Manpower shall be deployed at any office, division, subdivision, warehouse, or field formation within SEPCO jurisdiction. Transfer/posting of staff between locations shall be carried out as per SEPCO requirements without additional cost.
3. Delivery Condition (Fitness & Readiness) All deployed personnel shall be: Medically fit (Category “A”) Properly trained and skilled as per assigned category Equipped with required tools, uniform, and PPE (where applicable) Staff shall be considered “delivered” only after physical reporting and acceptance by SEPCO.
4. Deployment Verification & Acceptance Deployment shall be subject to: Verification of documents Skill/physical test (for technical staff) Approval by SEPCO committee A Deployment/Acceptance Certificate shall be issued by the concerned SEPCO officer.
5. Trial / Acceptance Period Each deployed resource shall undergo a trial period of 30 days. SEPCO reserves the right to reject any staff during this period without assigning reason.
6. Short / Non-Delivery Failure to deploy required manpower within stipulated time shall result in: Deduction as per contract Penalties for short deployment Arrangement from alternate source at contractor’s risk & cost
7. Replacement Delivery Replacement of rejected/absent manpower shall be ensured within: 03 days (normal cases) 48 hours (urgent cases) Replacement staff must meet same qualification and verification criteria.
8. Continuous Availability Contractor shall ensure uninterrupted availability of manpower throughout contract period. No disruption in services shall be acceptable under any circumstances.
Documents Required: 1. Mandatory Personal Documents Each deployed individual must submit: Copy of valid CNIC Recent passport size photographs (02) Complete Bio Data / CV Present & permanent address with contact details
2. Educational & Professional Documents Verified copies of: Academic certificates Technical diplomas (if applicable) Experience certificates
3. Verification & Clearance Documents Police Character Certificate / Verification (mandatory before deployment) Affidavit of no criminal record Undertaking of compliance with SEPCO rules
4. Medical & Fitness Documents Medical Fitness Certificate (Category A) from recognized hospital Fitness for field duties (for technical staff)
5. Employment & Compliance Documents Appointment/Employment letter issued by contractor Proof of: EOBI registration SESSI / Social Security registration Insurance coverage (Group Life / accidental)
6. Operational Documents Copy of SEPCO-issued ID card / Contractor ID card Attendance record format approval Bank account details for salary transfer (if required)
7. Category-Specific Documents Driving License (for drivers – LTV/HTV valid) Skill certification/trade test (for technical staff) Typing/IT certification (for data entry roles)
8. Submission & Record Keeping Complete documents shall be: Submitted before deployment Maintained in hard & soft record by contractor Produced to SEPCO for audit/verification at any time
9. Non-Compliance Any manpower with: Incomplete documents Fake/forged certificates Missing verification shall be rejected immediately and replaced at contractor’s cost.
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.:P25292
To: . (Sukkur Power Electric Company (SEPCO)), Deputy Manager (TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
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 . (Sukkur Power Electric Company (SEPCO)), Deputy Manager (TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., HIRING A FIRM FOR OUTSOURCING MANPOWER IN SEPCO (T.NO.SEPCO/HRD/A9/2026/01 ) (P25292) 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:     . (Sukkur Power Electric Company (SEPCO)), Deputy Manager (TMP) ,SEPCO Head Office, Admin Block, Old Thermal Power Station, Sukkur, Sukkur (District), Sukkur (Division), Sindh (Province).
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}
The firm must possess a minimum of three (03) years of experience in HR outsourcing, preferably with government sector entities, power utility companies, or similar organizations.
Additionally, the firm must have successfully completed at least three (03) contracts of a similar nature. Documentary evidence in support of the above requirements shall be provided along with the application
The firm is required to duly complete this form and provide accurate and complete information regarding the above matters.
The firm is required to duly complete this form and provide accurate and complete information regarding the above matters.
The firm shall provide the required information along with documentary evidence for last 3 financial years of its financial capacity after duly completing the form. Such evidence shall include bank statements, audited financial reports, for the specified period, in support of the information provided.
The firm shall provide the required information along with documentary evidence of its financial average annual turnover after duly completing the form. Such evidence shall include average annual turnover bank certificate of last 3 years , in support of the information provided.