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
NTISB (NTISB), Assistant Secretary NTISB-II
Deputy Secretary, NTISB, Cabinet Division, Islamabad
+92-331-444-1336
dsntisb@cabinet.gov.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 |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency:Â NTISB (NTISB) The subject of procurement is:Â Hiring a Third-Party Evaluation/Validation Firm for Conducting TPV/E of PSDP Project Expected commencement date: Wednesday, April 15, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P12218Â |
| 3. | 4.6 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil |
B. Bidding Documents |
||
|
4. |
7.1 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Saturday, April 4, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on NTISB (NTISB) website and on EPADS v2.0. |
| 6. |
9.1 |
List of documents required along with the bid:
 |
| 7. | 11.1 |
The qualification criteria to establish the supply / production capability of the bidder. see Eligibility Criteria |
| 8. | 7.6 |
|
| 9. | 13.1 & 13.2 | Price schedule will be provided according to the format defined and acquired. see section price schedule. |
| 10. | 7.6.2 |
 Specifications: see section of specifications. |
C. Preparation of Bids |
||
|
11. |
13.5 |
The price shall be Fixed. |
| 12. |
15.1 |
Currency of the Bids shall be : PKR |
| 13. |
16.1 |
The Bids/Bid Validity period shall be: 120 Days |
| 14. |
17.1 |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
| 15. | 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. |
| 16. | 18.1 |
Alternative Bids to the requirements of the bidding documents will not be permitted. |
D. Submission of Bids |
||
|
17. |
21.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; Deputy Secretary, NTISB, Cabinet Division, Islamabad Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Wednesday, April 8, 2026 01:00 PM |
E. Opening and Evaluation of Bids |
||
|
18. |
26.1 |
The Bids opening shall take place on EPADS v2.0. Day : Wednesday Date:Â Wednesday, April 8, 2026 Time : 01:30 PM |
|
19. |
32.1 |
Selection technique adopted will be: Quality and Cost Based Selection (QCBS) |
F. Award of Contract |
||
|
20. |
49.1 |
The Performance guarantee shall: 10.00%. The Performance Guarantee shall be acceptable in the form of:Â Pay Order, Bank Guarantee, Demand Draft |
| 21. | 51.1 |
Arbitrator shall be appointed by mutual consent of the both parties. |
G. Review of Procurement Decisions |
||
|
22. |
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) |
FBR (NTN) FBR (GSTN) |
| Eligibility Criteria | Document |
|---|---|
| Stage-Single Envelope bidding procedure through e-PADS Version 2.0 from the firms/ companies registered with Income Tax, Sales Tax Departments, which are on FBR’s Active Taxpayer’s List (ATL) and pre-qualified by MoIT&T/MoPD&SI. | Yes |
Quality and Cost Based Selection (QCBS)
| Technical Marks | 70 | |
|---|---|---|
| Passing Marks | 34 | |
| Technical Evaluation Criteria | ||
| Understanding of Project Context, NCERT Role & PC-1 Objectives (Qualitative)(Doc Required) | 6 | |
| Methodology (Clarity, Feasibility & Comprehensiveness) (Qualitative)(Doc Required) | 10 | |
| Innovation & Analytical Rigor (Qualitative)(Doc Required) | 5 | |
| TPV/E or Similar Experience (Qualitative)(Doc Required) | 10 | |
| Experience with Government / PSDP / Donor Projects (Qualitative)(Doc Required) | 7 | |
| Team Leader / Evaluation Expert (Qualitative)(Doc Required) | 8 | |
| Cyber Security Specialist (Qualitative)(Doc Required) | 5 | |
| Procurement / Financial Management Specialist (Qualitative)(Doc Required) | 5 | |
| Monitoring & Evaluation (M&E) Specialist (Qualitative)(Doc Required) | 5 | |
| Work Plan & Timelines (Qualitative)(Doc Required) | 5 | |
| Quality Assurance & Coordination Mechanism (Qualitative)(Doc Required) | 4 | |
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Consultancy Services |
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 2 Weeks, 4 Weeks, 8 Weeks Quantity: 01 |
1 | 500000 |
No
Positions Without Lots :
Position: Consultancy Services
Specifications / Requirements:
The TPV/E firm shall be responsible for a comprehensive evaluation covering, but not limited to, the following areas. The evaluation must be structured around the objectives defined in the project's PC-1. a. Review of Project Design and Framework: i. Assess the relevance, clarity, and logical framework of the project objectives/deliverables and their associated outputs/targets as outlined in the PC-1. ii. Evaluate the coherence of the project's design, activities, and implementation strategy for achieving these objectives. iii. Review the adequacy of the results framework and monitoring indicators linked to each objective. b. Assessment of Implementation Progress and Performance Against PC-1 Objectives: The core of this assignment is to validate the status of each of the PC-1 objectives. The firm will: i. Conduct a thorough review of physical progress against the specific requirements/targets listed for each objective. This includes, but is not limited to, an assessment of: 1. Establishment of National CERT: Status of HR hiring, renovation of the office building, and to identify risks on a national level, assess them, conduct mitigation activities, and monitor ongoing threats to Pakistan's Digital Landscape through establishment of National CERT. 2. Cyber Emergency Response Team: Progress on the establishment of the National Cybersecurity Operations Center, Cybersecurity Incident Monitoring, Incident Response and Management, National Cyber Incident Coordination Center, and SIEM/SOAR Implementation, etc. 3. Governance, Risk, and Compliance: Evaluation of the development of policies, regulations, and standards, risk assessment & risk management, Critical Infrastructure Defense, Audit & Compliance, and implementation of the National Cyber Security Strategy, Facilitation and consultancy in cyber security controls implementation to Government organizations. 4. Capacity Building and Awareness: Evaluation of the National Cyber Capacity Building Training/Awareness Programs and initiatives, including the ABC Program, Roadshows, Internship Programs, Webinars, and training sessions delivered, and Public-Private Partnerships (Academia and Research Institutions Partnerships, Intra Agency Partnerships, Businesses, Industry, and Government), International Partnerships/Memberships of international CERTs/forums (APCERT, FIRST, etc.) 5. Technology Development Centre: Assessment of development, monitoring, and operations of Vulnerability Disclosure Platform (VDP), Vulnerability Management, Triage Route, and Track Vulnerability Reports, CDO/COO toolkits, and development of a Virtual Training Environment (VTE). 6. LABS: Progress on the establishment of Forensics and Software/Hardware screening labs. ii. Evaluate financial management, including expenditure against the budget allocated for each major objective, adherence to financial rules, and the efficiency of fund utilization. c. Evaluation of Technical Quality and Appropriateness: i. Assess whether the technology, systems, and infrastructure being procured and developed (e.g., for the SOC, Screening, & Forensics Labs) are in line with the project's objectives, industry best practices, and national needs. ii. Review the technical specifications, procurement processes, and quality assurance mechanisms for all major procurements. d. Institutional Arrangements and Governance: i. Assess the effectiveness of the project's governance structure in overseeing the progress of the objectives. ii. Review the coordination mechanisms among NTISB, MoIT&T, NCERT, and other stakeholders (e.g., sectoral regulators, NITB, PTA, etc.) e. Identification of Challenges and Recommendations: i. Identify critical challenges, bottlenecks, and gaps impeding the achievement of specific PC-1 objectives. ii. Provide concrete, actionable, and prioritized recommendations for addressing these issues, including suggestions for course correction, to ensure the project meets its intended goals. iii. Assess the potential for sustainability of the project's outcomes (e.g., the NCERT's operations) after project completion and provide recommendations for its long-term operationalization and success.The TPV/E firm shall be responsible for a comprehensive evaluation covering, but not limited to, the following areas. The evaluation must be structured around the objectives defined in the project's PC-1.
a. Review of Project Design and Framework:
b. Assessment of Implementation Progress and Performance Against PC-1 Objectives:
The core of this assignment is to validate the status of each of the PC-1 objectives. The firm will:
c. Evaluation of Technical Quality and Appropriateness:
d. Institutional Arrangements and Governance:
e. Identification of Challenges and Recommendations:
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: NTISB (NTISB), Assistant Secretary NTISB-II Deputy Secretary, NTISB, Cabinet Division, Islamabad The Supplier is: The title of the subject procurement is:Hiring a Third-Party Evaluation/Validation Firm for Conducting TPV/E of PSDP Project |
|
GCC 2 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 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. |
|
GCC 4 |
Notices: The addresses for the notices are: Procuring Agency: NTISB (NTISB), Assistant Secretary NTISB-II Contractor/ Bidder:  [Name, address and telephone number]. The Contractor/ Bidder’s Representative(s) [Name, address, telephone number and e-mail address]  |
|
GCC 6.1 |
The Authorized Representatives are:  For the Procuring Agency: NTISB (NTISB), Assistant Secretary NTISB-II For the Bidder: Name: ……………………… Designation: …………….. Address: ……………………………..  |
|
GCC 7 |
Effectiveness of the contract The Contractor/Bidder shall be effective within ….. days from the date of signature of the Contract by both parties |
|
GCC 8 |
Commencement of Contract: The Contractor/ Bidder shall provide Non-Consultancy Services from the effective date of contract. |
|
GCC 10.2 |
Expiration of Contract: The time period shall be …………………. |
|
GCC 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. |
|
GCC 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. |
|
GCC 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 0.10% to 0.50%Â of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority. |
|
GCC 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, Demand Draft |
|
GCC 27 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 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. |
| Â | Â |
|
GCC 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. Inspections & Tests RequirementsFinalized report incorporating feedback from NTISB and MoITT on the draft, with clear, actionable recommendations for project improvement, course correction, and long-term sustainability. An executive summary must highlight the overall achievement level of the PC-1 objectives. Delivery & DocumentsSubmission of Commercial Invoice and GST invoice. Inception Report within 2 weeks from date of signing of contract Interim Progress Report within 4 weeks from date of signing of contract Draft TPV/E Report 8 weeks from date of signing of contract Final TPV/E Report within 12 weeks from date of signing of contract (or 2 weeks after receipt of feedback on draft) |
|
GCC 31 Â |
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.:P12218
To: NTISB (NTISB), Assistant Secretary NTISB-II Deputy Secretary, NTISB, Cabinet Division, Islamabad
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 NTISB (NTISB), Assistant Secretary NTISB-II Deputy Secretary, NTISB, Cabinet Division, Islamabad
 (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 Third-Party Evaluation/Validation Firm for Conducting TPV/E of PSDP Project (P12218) 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:     NTISB (NTISB), Assistant Secretary NTISB-II Deputy Secretary, NTISB, Cabinet Division, Islamabad
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}