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).
Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer
46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-323-453-6527
procurement.ffdlhr@gmail.com
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: Flood Forecasting Division (Pakistan Meteorological Department)
The subject of procurement is: Repair/Replacement of Machinery and IT equipment at FFD Lahore
Expected commencement date: Sunday, June 7, 2026
BDS Clause Number 2
ITB Number 2.1
Financial year for the operations of the Procuring Agency: 2025-26
Name and identification number of the Contract: P32597
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: Monday, May 18, 2026
BDS Clause Number 5
ITB Number 8.1
Any addendum, in case issued, shall be published on Flood Forecasting Division (Pakistan Meteorological Department) website and on EPADS v2.0.
BDS Clause Number 6
ITB Number 9.1
List of documents required along with the bid:
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: 60 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
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;
46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Monday, June 1, 2026 08:00 AM
BDS Clause Number 18
ITB Number 26.1
The Bids opening shall take place on EPADS v2.0.
Day : Monday
Date: Monday, June 1, 2026
Time : 08:30 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: Pay Order, Banker's Cheque, Call at Deposit
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 |
|---|---|
|
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) NGO / NPO IGO |
FBR (NTN) |
Least Cost Based Selection (LCBS)
| Technical Marks | 0 | |
|---|---|---|
| Passing Marks | 0 | |
| Technical Evaluation Criteria | ||
| Nil (Quantitative)(Doc Required) | 0 | |
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Replacement of Data loggers |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 09 |
9 | 58725 |
| Replacement of Temperature and Humidity Sensors |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 12 |
12 | 34800 |
| Replacement of Wind Speed Sensor |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 06 |
6 | 17400 |
| Replacement of Wind Direction Sensor |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 04 |
4 | 11600 |
| Replacement of Tipping Bucket Rain Guage |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 08 |
8 | 23200 |
| Replacement of Dry batteries 40 AH |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 12 |
12 | 19140 |
| Replacement of Printers |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 02 |
2 | 11260 |
| Replacement of Harddrives of NAS |
Address: 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 10 Days Quantity: 04 |
4 | 12000 |
No
Positions Without Lots :
Position: Replacement of Data loggers
Specifications / Requirements:
Data logger Specifications • Automatically collects, stores, and transmits weather data from connected sensors. • Compatible with existing sensors: wind speed, wind direction, temperature-humidity, barometric pressure, and tipping bucket rain gauge. • Based on SQM4-K70-W microcontroller or approved equivalent, featuring real-time clock (RTC) and sufficient I/O interfaces for sensor connectivity. • Supports communication via GSM/4G/LTE, with optional Wi-Fi and Ethernet connectivity. • Provides sensor interface options including RS232, RS485, and SDI-12. • Configurable data logging intervals and local data storage. • Optional USB and Memory card slot available for extended storage, local configuration and data download. • Built in Memory storage: Minimum 1 month Data Storage • Supports standard communication protocols: FTP, MQTT, HTTPS, and TCP. • API access available for integration with third-party platforms and existing dashboards. • Powered by 12VDC input, with support for solar panels and battery backup; low-power operation preferred. • Enclosed in a durable acrylic casing, suitable for semi-outdoor use; resistant to dust and insects; supports wall or mast mounting • Replacement Warranty: 06 monthsPosition: Replacement of Temperature and Humidity Sensors
Specifications / Requirements:
Temperarure and Humidity Sensor Specifications • Combined temperature and relative humidity sensor suitable for meteorological applications. • Sensor type: RTD (Resistance Temperature Detector) with high accuracy and long-term stability. • Equipped with protective brass probe featuring air pores for adequate ventilation and rapid response time. • RTD element housed in a sleeve for enhanced durability and environmental protection. • Measurement Range (Temperature): -40°C to +60°C or better. • Measurement Range (Humidity): 0% to 100% RH, non-condensing. • Output Signal: As per system compatibility. • Compatible with the existing data logger unit and AWS configuration. • Enclosure: Brass body, corrosion-resistant, suitable for outdoor deployment. • Mounting: Suitable for integration in standard meteorological radiation shields or exposure stands • Replacement Warranty: 06 monthsPosition: Replacement of Wind Speed Sensor
Specifications / Requirements:
Wind Speed Sensor Specifications • Wind speed sensor designed for meteorological use and continuous outdoor operation. • Made of lightweight aluminum, providing durability and corrosion resistance in harsh weather conditions. • Measurement Range: 0 to 75 m/s or better. • Starting Threshold: ≤ 0.5 m/s • Output Signal: 0-5V pulse type output, compatible with existing data logger systems. • Supply Voltage: 9–24 V DC • Bearing Type: Sealed stainless steel or equivalent for low friction and long operational life. • Mounting: Suitable for pole or mast installation; adjustable for correct alignment. • Fully compatible with the data logger unit used in the existing AWS system. Replacement Warranty: 06 monthsPosition: Replacement of Wind Direction Sensor
Specifications / Requirements:
Wind Direction Sensor Specifications • Wind direction sensor suitable for meteorological and environmental monitoring applications. • Constructed from lightweight and durable aluminum, • Resolution: 22.5° • Measurement Range: 0° to 360° (full-circle coverage). • Starting Threshold: ≤ 0.5 m/s wind speed. • Output Signal: as per existing data logger compatibility. • Supply Voltage: 12V-36V DC • Bearing Type: Low-friction, corrosion-resistant, for stable performance and longevity. Fully compatible with the data logger system used in the existing AWS setup. • Replacement Warranty: 06 monthsPosition: Replacement of Tipping Bucket Rain Guage
Specifications / Requirements:
Rain Guage Specifications • Tipping bucket rain gauge for accurate measurement of precipitation in automated weather station applications. • Constructed with a customized aluminum body, lightweight, corrosion-resistant, and suitable for longterm outdoor deployment. • Rain collector funnel diameter: 5 inches (127 mm), designed to meet standard rainfall catchment specifications. • Measurement Principle: Dual-bucket mechanism with magnetic switch activation upon each tip. • Rainfall Resolution: 0.2 mm. • Output Signal: Compatible with existing data logger system. • Filtering: Includes mesh or debris screen in the funnel to prevent clogging. • Maintenance: Easy-access design for cleaning and inspection. • Replacement Warranty: 06 monthsPosition: Replacement of Dry batteries 40 AH
Specifications / Requirements:
Dry Batteries 40 AH Long/leoch equivalent, • Battery manufacturing (punch) date must not be older than 3 months from delivery date. • Date must be clearly stamped/engraved on battery casing (not sticker only). • Replacement Warranty: 06 monthsPosition: Replacement of Printers
Specifications / Requirements:
Printer Specifications: Required Equipment Mono laser printers, USB interface Type Black & White laser printer Print Speed ≥ 30 pages per minute (A4) Duplex Automatic duplex printing (built-in hardware duplex unit) Resolution ≥ 1200 × 1200 dpi Processor Minimum 1.2 GHz or higher Memory ≥ 256 MB (expandable preferred) Monthly Duty Cycle ≥ 80,000 pages (manufacturer-rated) Recommended Monthly Volume ≥ 4,000 pages Paper Handling Standard input tray ≥ 250 sheets Multipurpose tray ≥ 100 sheets Output tray ≥ 150 sheets Supported sizes: A4, A5, A6, Letter, Legal Paper weight support up to 200 g/m² Connectivity USB 2.0 or higher Built-in Ethernet (10/100/1000) Built-in Wi-Fi (802.11 b/g/n or higher) Network printing support (wired and wireless) Wi-Fi Direct or equivalent (direct mobile/laptop printing without router) Toner & Consumables High-yield toner cartridge available (≥ 7,000 pages, ISO) Toner cartridge and imaging unit: separate components Locally available refillable/compatible toner required Drum/imaging unit life ≥ 60,000 pages Performance First page out time ≤ 7 seconds Designed for continuous multi-user office printing Engine-rated for heavy workload environments Operating Conditions Suitable for daily, high-volume institutional use and shared network deployment Warranty Minimum 06 months manufacturer warranty Local authorized service support required Included Services Delivery, installation, driver/network configuration, test prints, and user handoverPosition: Replacement of Harddrives of NAS
Specifications / Requirements:
1. Capacity ≥ 4 TB per drive 2. Form Factor 3.5″ internal hard disk drive 3. Drive Class NAS/Enterprise-grade, optimized for multi-bay NAS systems 4. Interface SATA III (6 Gb/s) 5. Rotational Speed 7200 RPM minimum 6. Cache Memory ≥ 128 MB per drive 7. Recording Technology Conventional Magnetic Recording (CMR), RAID-compatible 8. Workload Rating Designed for continuous high-intensity NAS workloads (≥ 300 TB/year) 9. MTBF ≥ 2,000,000 hours 10. Error Rate Non-recoverable read error rate ≤ 1 per 10¹⁵ bits read 11. Vibration Protection Integrated rotational vibration (RV) sensors or equivalent 12. NAS Optimization RAID optimization/error recovery control; Dual-plane balance or equivalent vibration dampening 13. Performance Sustained transfer rate suitable for enterprise NAS operation 14. Operating Conditions 24×7 continuous operation; Operating temperature range suitable for enclosed NAS environments 15. Warranty Manufacturer's limited warranty of minimum 06 months. 16. Condition of Supply Only brand-new hard drives; OEM factory sealed and packed; Used, refurbished, or remanufactured drives shall not be accepted 17. Acceptable Examples Seagate IronWolf Pro 4 TB, 7200 RPM, SATA III, 128 MB cache (NAS grade); or equivalentAs per the Detailed spesicifications of each item.
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: Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
The Supplier is:
The title of the subject procurement is:Repair/Replacement of Machinery and IT equipment at FFD Lahore
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:
Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer
46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-323-453-6527
procurement.ffdlhr@gmail.com
Contractor/ Bidder:
[Name, address and telephone number].
The Contractor/ Bidder’s Representative(s)
[Name, address, telephone number and e-mail address]
Number of GC Clause 6.1
The Authorized Representatives are:
For the Procuring Agency:
Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer
46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-323-453-6527
procurement.ffdlhr@gmail.com
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 1.00% to 1.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.
Number of GC Clause 21
Performance Guarantee:
The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Pay Order, Banker's Cheque, Call at Deposit
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 conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team)
Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;
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:
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.:P32597
To: Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
THIS AGREEMENT made the _____ day of __________ 20_____ between Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Repair/Replacement of Machinery and IT equipment at FFD Lahore (P32597) 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: Flood Forecasting Division (Pakistan Meteorological Department), Electronic Engineer 46-Jail Road, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}
This file contains some general conditions and item specifications required under this tender. The same specifications have also been added in the “Specifications” tab against each item. However, if any specification in that tab has been missed, the bidder must also consider the specifications mentioned in this file.