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
Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head
Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory
+92-006-564-2340
head.gpu@ztbl.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 |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency:Â Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)) The subject of procurement is:Â Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad Expected commencement date: Tuesday, June 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P13724Â |
| 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: Tuesday, April 14, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)) 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: 150 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; Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Friday, April 17, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
26.1 |
The Bids opening shall take place on EPADS v2.0. Day : Friday Date:Â Friday, April 17, 2026 Time : 11:30 AM |
|
19. |
32.1 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Award of Contract |
||
|
20. |
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. |
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 |
|---|---|
|
Any |
FBR (NTN) FBR (GSTN) |
| Eligibility Criteria | Document |
|---|---|
| Bidding Firm should have existence in Pakistan for the last 05 years. (attach firm incorporation certificate) | Yes |
| Affidavit for not being blacklisted (Attach scanned copy) original shall be submitted with bid security to ZTBL Procurement department. | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Technical Evaluation Criteria | ||
| General Experience (Quantitative)(Doc Required)  More than 10 Years  (20)  06 to 10 years’ experience.  (15)  Up to 05 years’ experience  (10) | 20 | |
| Enlistments (Copy of certificates of enlistment with Government / Semi Govt. Organizations etc. (Quantitative)(Doc Required) | 5 | |
| Relevant Experience with reputable institutes, government, semi-government, banks, corporate sector, building complexes, high-rise buildings with at least 50% of scope of services required hereunder. (Quantitative)(Doc Required)  04 Projects  (25)  03 Projects  (20)  02 Projects  (15) | 25 | |
| Financial Capabilities/Soundness (Average Annual Turnover in Millions: Audit Reports (or Bank Statements in case of Sole Proprietor Firm) should be attached of last three years till June 2025.) (Quantitative)(Doc Required)  25 million and above  (25)  15 Million to 20 Million (pro-rata)  (20)  Up to 15 million  (10) | 25 | |
| Registered office / store / workshop in Islamabad / Rawalpindi (Quantitative)(Doc Required) | 15 | |
| Undertaking of credit worthiness showing that the Company is financially sound to pay the salaries of deputed staff and other related expenses for 03 months. Bank reference in respect of financial stability of the firm. (Quantitative)(Doc Required) | 10 | |
Lot Title : Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad
Bid Security : 1200000
| Position | Delivery Schedule | Quantity |
|---|---|---|
| Janitorial Supervisor |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
| Sweepers |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 38 |
38 |
| Lady Sanitary Workers |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
| Sanitary / Sewerage Cleaner Workers |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 3 |
3 |
| Supervisor (DAE Civil) (HO/Colony) |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
| Masons |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 1 |
1 |
| Industrial Electrician (DAE Electrical) |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 1 |
1 |
| General Electrician |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 6 |
6 |
| Plumbers |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
| Carpenters |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
| Painter |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 6 |
6 |
| Helper / Unskilled Labor |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 8 |
8 |
| Gardener / Maali |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 6 |
6 |
| Welder |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 1 |
1 |
| Lift Operator |
Address: Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory Schedule: 27 DaysQuantity: 2 |
2 |
Yes
Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad
| Position | Related Services |
|---|---|
| Sweepers | liquid hand wash, brooms, phenyl, Roomi Tiki, cleaning acids, wipers, shovels, wheelbarrows, mopping trolleys, buckets |
Lot Title : Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad
Position: Janitorial Supervisor
Specifications / Requirements:
| Scope of work |
|---|
| The Zarai Taraqiati Bank Limited (ZTBL) is the premier financial institute geared towards the development of agriculture sector through provision of financial services and knowledge based technical assistance since 1952. |
| 1.              Requirements – Scope of Work |
| 1.1.         Locations |
| The Contractor shall provide General Maintenance and Janitorial services at following premises / properties of ZTBL or under occupation of ZTBL at locations specified / elaborated below: - |
| ·      13-Storied & 8 Storied (Both the Buildings), ZTBL Head Office, Zero Point, Islamabad. |
| ·      72- B-Type Flats,72- C-Type Flats, 24- F-Type Flats, ZTBL Colony, Block G-7/2, Islamabad. |
| ·      ZTBL Sports Club, Medical Center-II, F-7 & F-9 Blocks G-7 / 2, Islamabad. |
| ·      ZTBL Farm and Staff College, Murree Road, Islamabad. |
| ·      President Camp Office, Islamabad (as hired by the Bank). |
| Note: The place of duty may charge subject to requirement of Bank. |
| 2.2.1 ZTBL Head Office Buildings, ZTBL Farm/Staff College, F-7 & F-9 Blocks and Medical Centre |
| 2.2.1.1 Clean and Disinfect Sinks (on Daily Basis). |
| Completely clean and disinfect all exposed surfaces of the sink. A nonabrasive cleaner will be used on the exposed hardware. The cleaning includes the drying and polishing of all exposed hardware. After cleaning, the fixture will present a clean, bright shiny appearance and will be free of all visible soil, streaks, oily smudges, residue cleaning agents, etc. All metal hardware, such as faucet valves, drain and faucets; will be free of streaks, spots, stains, etc. Inoperable or broken fixtures will be reported immediately on maintenance work request form. Different cloths, sponges, brushes and scouring pads will be used to clean the sinks than those used for cleaning the commodes and urinals. |
| 2.2.1.2 Clean and Disinfect Toilets (on Daily Basis). |
| Completely scrub clean and disinÂfect all exposed surfaces (inside and out) of the toilets and urinals, paying particular attention to areas under the rim and water inlet orifices. A nonabraÂsive cleaner will be used on the exposed hardware. The cleaning includes the drying and polishing of all exposed hardware. All foreign material will be removed from the urinal drain trap. Thoroughly scrub the surfaces of the urinal drain not covered by water. A special set of sponge, cloths, scouring pads and brushes will be maintained and used only for cleaning the urinals and toilets. After cleaning, the toilet seat must be completely dried and placed in an upright position. All fixtures will present a clean, bright shiny appearance and will be free of all streaks, spots, stains, rings, foreign material, etc., including the metal hardware. Stopped up toilets will be plunged to free the obstruction. Only if the obstruction cannot be dislodged completely will be reported on maintenance work request along with other inoperable or broken fixtures. This should be done on daily basis. Inoperable stalls will have "Out of Order" signs placed on the doors. Waterless urinals shall also have cartridges changed and fluid replaced per manufacturers maintenance specifications. |
| 2.2.1.3 De-scale Toilets– As Needed |
| Remove scale, scum, mineral deposits, rust stains, etc. from the interior of toilet bowls and urinals as needed to maintain a clean, uniform, bright shiny appearÂance. |
| 2.2.1.4 Spot Clean Walls, Partitions (on Daily Basis). |
| Clean partition walls, frames, partition doors, walls surrounding the urinal and toilet. To remove any nonpermanent stains, spots, streaks and graffiti, Use a cloth or sponge dampened with a germicidal detergent solution. Wipe the surface dry using a clean cloth. After cleaning, the surface will have a uniform appearance free from dust, lint, streaks, stains, and writing/notices. |
| 2.2.1.5 Clean Floor Drain (on Daily Basis). |
| Remove all built-up deposits, embedded, etc. from the grate of the drain. After wet mopping the floor, empty the remainÂing germicidal detergent down the floor drain daily. This will not only disinfect the drain but also will seal the trap. After cleaning, the drain and grate will be free of odor and built-up deposits. |
| 2.2.1.6 Mop and Disinfect Floor (on Daily Basis). |
| After mopping the entire floor with a germicidal detergent, the floor will have a uniform appearance free of spots, spills, stains, dirt, oily film, mop strings, standing water, etc. Dispose of the remaining detergent solution by pouring it down the floor drain. |
| 2.2.1.7 Clean/Polish Glass, Mirrors, Doorplates and Kick Plates (on Daily Basis). |
| 2.2.2 Rooms/Hall |
| 2.2.2.1 Daily Dust/Wet Mop and/or Sweep/ Non-Carpeted Floors The entire area will be thoroughly cleaned to remove dust, dry soil, and other surface debris. All areas under chairs, trash receptacles, desks and other furnishings, which are accessible, will be cleaned as well. Desk chairs will be placed back at desks and classroom chairs will be arranged after cleaning. After cleaning, surfaces including corners, abutments and places accessible to the cleaning equipment will be free of all visible soil, streaks, litter and spots caused by spills. |
| 2.2.2.2 Daily Spot Clean Glass Doors/Partitions, Remove Stains Clean partition walls, window frames, partition doors, walls. To remove any nonpermanent stains, spots, streaks and graffiti, Use a cloth or sponge dampened with a germicidal detergent solution. Wipe the surface dry using a clean cloth. After cleaning the surface will have a uniform appearance free from dust, lint, streaks, stains, and writing/notices. |
| 2.2.2.3 Carpeted Rooms Daily Mop/sweep to remove dust, dry soil, and other surface debris Weekly, vacuum, spot clean carpeted surfaces. The services provider/ Contractor will arrange vacuum cleaners of appropriate capacity/power. |
| 2.2.3 Stairs/Hallway/cement concrete pavements, paths, drains and metaled roads Daily Dust/Wet Mop and/or Sweep The entire area will be thoroughly cleaned to remove dust, dry soil, and other surface debris. After cleaning, surfaces including corners, abutments, and places accessible to the cleaning equipment will be free of all visible soil, streaks, litter and spots caused by spills and washing with water when required with approved detergent/chemicals etc. |
| 2.2.4 Windows/Floor Cleaning/Aluminum frames, False Ceiling and adjacent concrete upto 165 feet |
| 2.2.4.1 Clean interior/exterior surfaces of door/window glasses with suitable Glint as when required by ZTBL. |
| 2.2.4.2 Floor washing as and when required of entire floor with suitable equipment/chemicals and polish. |
| 2.2.4.3 Carpet washing as and when required with suitable equipment (Carpet & upholstery cleaning Machine) & chemicals. |
| 2.2.4.4 Heavy duty Paper shredder machine to be placed in Main & Annex Building for waste paper shredding, pelleting for stacking. |
| 2.2.5 Pools/ Cascades Pressure washing of open area i.e fountains, driver ways, car porch & where pots and planters are placed, on quarterly basis (epically after rainy season). Washing/cleaning once a week tiles of cascade, pools and fountain of any shape/size and it fittings and fixtures by using approved detergents/chemicals to keep the same neat and clean in all respects as per any height. |
| 2.2.6 Water Supply and Sanitary Duties |
| 2.2.6.1 European, Eastern W.Cs, Wash Basins, Urinals, Kitchen Sinks, Toilet Paper Holders, Towel Rails, Showers, Muslim Showers, Floor Drains, Flush Tank of any type, G.I. Pipes of all sizes (cold/hot) including specials, C.I. Pipes (Soil/Waste) including specials, R.C.C Pipes (Soil/Waste) including specials, M.S. / G.I. Gas Pipes including Specials and PPRC/uPVC Pipes including specials of all sizes. |
| 2.2.6.2 Operation & Maintenance of Electric Water Pumps installed in Head Office/ZTBL Colony G-7/2, Islamabad. The Pumps have to be operated round the clock or as and when required to ensure that un-contaminated water in being supplied and all motors and parts associated with the pump must be maintained closely and necessary repairs must be carried out immediately. |
| 2.2.6.3 Water level and underground water tank/overhead water tank be checked daily. Cleaning/ disinfection of underground water tank/overhead water tank must be on quarterly basis or as required as per instructions of the Engineer Incharge. |
| 2.2.6.4 Sanitary ware and other accessories installed in bathroom, shower room and kitchen must be kept in good and working condition and broken / defective damaged or otherwise faulty items should be repaired or replaced immediately. |
| 2.2.6.5A survey of all the plumbing / sanitary ware / sewerage / electrical system will be carried out weekly for its necessary repair. |
| 2.2.6.6 To operate and keep functional / workable the heavy duty pumps of fountain and falls daily or as and when required. |
| 2.2.6.7 In case of water flooded in basement or anywhere, the Contractor will make necessary arrangement to drain out the water and the necessary T&P required for the purpose will be arranged at their own. |
| 2.2.6.8 Each floor has its own janitorial cart which carries all cleaning equipment. |
| 2.2.7 Gas Water Heater / Burner / Heater etc. |
| 2.2.7.1All hot water heaters must be checked / inspected daily to ensure their satisfactory performance. |
| 2.2.7.2The hot water heaters / gas burners / cooking range must be serviced twice a year but any necessary repairs be carried out promptly as and when they are identified during the inspection. |
| 2.2.8 Main Sewerage Line / Drains |
| 2.2.8.1All manholes, internally and externally, must be inspected on weekly basis to ensure that all are clear and free from blockages, where these are blocked or are-likely to be blocked these are to be cleaned out and flushed through with high pressure water or any other appropriate arrangement at contractor cost. |
| 2.2.8.2The main CDA sewerage lines must be checked monthly or when required to ensure that they are not choked or are not likely to be choked. The Contractor will arrange their cleaning and free from blockage from CDA at contractor cost. |
| 2.2.8.3Main rain water lines must be checked and cleaned regularly on weekly basis. The roof drainage, gutter and down pipes must be cleaned weekly or before indication / prediction of rains. |
| 2.2.9 Water Testing A sample of the fresh water pumped out from the Tube Wells / CDA source and internal water supply / water tap must be provided for its testing on Bank expenses as and when required or annually. |
| 2.2.10 Kitchen Equipment Maintenance (Fast food, Canteen, President’s Chamber) All equipment, Deep Freezers, Refrigerators, Ovens, Gas Appliances Machines etc. and burners must be inspected thoroughly on weekly basis to ensure their satisfactory function. In case of any major repairs or replacement of parts seems necessary, the expenditure will be borne by the bank. |
| 2.2.11 Aluminum, Steel and Woodwork |
| 2.2.11.1 Repair of doors / windows, shutters, wooden and glazed partitions of any type including accessories complete in any floor at any height |
| 2.2.11.2 Repair / fixing by replacing the defective / damaged false ceiling of any type, the false ceiling sheets / necessary material required will be supplied by ZTBL but the petty items such as hanging wire, screws, G.I strips would be sole responsibility of Contractor |
| 2.2.11.3 Minor repair of chairs, tables, sofa sets, wooden / steel almirah cabinet etc. including welding and petty items |
| 2.2.11.4 Fixing of glass pane to windows/doors/partitions or where required upto any height at any floor |
| 2.2.11.5 Repair / fixing of door closer of any type at any height |
| 2.2.12 Blinds |
| 2.2.12.1 To check blinds (channel, roller, weights etc.) for any types/material carefully and ensure its satisfactory functioning and arrange necessary repairs |
| 2.2.12.2 In case of cleaning / washing of blinds which will be arranged by the ZTBL, the removal / refitting of blinds will be done by the Contractor/services provider |
| 2.2.13 Painting Works |
| 2.2.13.1 Painting of walls / ceilings / doors / windows at any height where needed or as desired by the Engineer In-charge |
| 2.2.13.2 Enamel painting of C.I. / G.I pipes, HVAC plant / equipment / pipes / accessories, fire cabinets, exterior electric poles, fittings / fixtures as and when needed |
| 2.2.13.3 Brasso / polishing to the metal works / surface / planters / vases, wooden fittings, logo etc. as and when needed in any floor at any height |
| 2.2.14 Masonry Works |
| 2.2.14.1 Repair of all types of minor masonry / marble / glazed tiles works up to any floor at any height |
| 2.2.14.2 Preparation of manhole cover and repair of damaged manhole when needed or as per instructions of the Engineer In-charge |
| 2.2.14.3 Repair of damaged plaster and filling of cracks / joints with appropriate material provided by the Bank in any floor at any height |
| 2.2.14.4 Application of appropriate material / bitumen over roof or wall in case of leakage at any floor at any height or as desired by the Engineer In-charge |
| 2.2.14.5 Repair of footpath / drive way / floor of any type at any height |
| 2.2.14.6 Filling / excavation / cutting where required |
| 2.2.15 Electrical System / Installations |
| To keep intact and satisfactory operation and routine service / cleaning of the following Electrical items / systems: |
| 2.2.15.1 All Exhaust / Ceiling / Pedestal / Bracket Fans, Window Type A.Cs / Split A.Cs / Desert Cooler / Tube Lights / Sockets / Control Switch / Main Switch of all type, Electric Water Heater & Cooler etc. |
| 2.2.15.2 Main Electric Boards in Central A.C. Plant / Control Room, Sub Main Panel at floor and A.H.U. |
| 2.2.15.3 Diesel operated generators and allied equipment, checking / testing / removal of defects of generating sets (500 KVA, 200 KVA, 125 KVA, 100 KVA, 12.5 KVA (5 Nos.), 0.8 P.F, 415 volts, 3 phase 4 wires, 50 Hz), including control cum automatic transfer switch with panel, fuel oil pump and other allied controls / switches etc., for the areas defined in Clause 11.1 |
| 2.2.15.4 Cleaning / overhauling and removing dust, dirt deposit and any foreign material including daily repair, maintenance, servicing / repair / replacement of any defective / damaged part / component of all light fittings / fixtures (inside and outside), lamp / tube lights, switch, socket, light and power plug, wiring main, sub main cable, earthing pits / system, circuit breakers, fuses, DB, switch board, H.T. normal panel, L.T. emergency panel, PFI plant, fire alarm system and their instruments, protections etc. |
| 2.2.15.5 Annual servicing of equipment involving overhaul, repairs, testing & commissioning if required |
| 2.2.15.6 Pump operator will be responsible for up keeping equipment for lifting of water to overhead water tank round the clock including day to day maintenance, monitoring of equipment and attending any complaint which arise on daily basis |
| 2.2.15.7 Complete cleaning, washing, servicing, overhauling, electric water coolers, window / split type A.Cs and oil changing and repair and replacement of any defective or damaged parts before start of summer season; replacement of major parts will be provided by the Bank and contractor will ensure satisfactory working during the summer season or as and when required |
| 2.2.15.8 The contractor will arrange daily inspection of street light (CDA); in case of any fault he will inform the concerned department for removal of fault |
| 2.2.16 Transformers |
| 2.2.16.1 General cleaning of HV & LV Bushings |
| 2.2.16.2 Check silica-gel of transformer and replace if required |
| 2.2.16.3 Check oil temperature and oil level of transformer |
| 2.2.16.4 Inform if any repair / replacement required for smooth operation |
| 2.2.16.5 Inform if any Lab. Testing of transformer oil, moisture level test, dielectric strength test and other related test as and when required |
| 2.2.17 Generator Set The following checks have to be conducted: - i. Oil pressure ii. Oil level and coolant level iii. Air cleaner indicator iv. Exhaust temperature v. Radiator louvers if any vi. Check for leaks, noises & unusual vibration vii. Oil sampling viii. Identifying problems & any repairs or replacement, if required. ix. General cleaning. x. Fuel filling in the tanks. xi. To run generator manually (on test) periodically check the working condition and charging the batteries. xii. Voltage checking of batteries. xiii. Maintain water level of batteries well in time. xiv. Cleaning of batteries terminals and their lubrications. xv. Change of engine oil and filters well in time as per manufacture instructions. xvi. Generator set servicing as and when required. Contractor prepare/maintain check list for daily checkup. |
| 2.2.18 High / Low Tension Panels |
| 2.2.18.1 Visual Inspection, Cleaning of terminal contacts of Voltmeter, Ammeter, MDI & KVARH meters & calibration of all safety relay (Earth, over current / low voltage etc.) Coordination with IESCO through management for any variation / fluctuation |
| 2.2.18.2 Change over switch must work freely to ensure commissioning of generator to take building load |
| 2.2.18.3 To maintain daily record of voltage fluctuation and phases |
| 2.2.18.4 Check tightness of the connections at bus bars |
| 2.2.18.5 Check for tightness, cleaning & alignment of auxiliary contacts |
| 2.2.18.6 Check for cleanliness and mark of spark of Dome Plug top |
| 2.2.18.7 To note the number of tripping on all the main OCBs, ACBs, periodically and adopt their remedies |
| 2.2.18.8 Check for mark of smoothness of contacting surface of fixed and moving contacts |
| 2.2.18.9 Check for proper earthing and clear ground terminal |
| 2.2.18.10 Check for tight connections at ACB / MCB / Fuse switches |
| 2.2.18.11 Check for cleanliness of all contacts surfaces (Terminal) |
| 2.2.19 LT Distribution Network |
| Checking, inspection, cleaning and servicing of boost dusts, bus bar, trenching, plug-in boxes, cables, distribution and sub-distribution boards. It comprises: |
| 2.2.20.1 Opening of bus tic ducts and rising mains and general cleaning and servicing and drying if required |
| 2.2.20.2 Cleaning of contact points of plug-in boxes and separators |
| 2.2.20.3 Removing of minor defects |
| 2.2.20.4 Cleaning, servicing and replacement of parts as required of distribution and sub-distribution boards |
| 2.2.20.5 Complete servicing, overhauling, cleaning, washing, repair, maintenance of all types of fans including repair and replacement of damaged / defective parts, wiring and allied electrical switch gear as directed by the Engineer In-charge |
| 2.2.21 Fire Fighting Equipment |
| 2.2.21.1 To keep intact and satisfactory operational condition of Fire protection system, Fire Extinguishers, Fire alarm system, smoke detector, i/c flexible pipes, valves and attached accessories complete |
| 2.2.21.2 In case of any mishap / fire the Contractor will assist to operate all the fire-fighting equipment and also inform Fire Brigade and related Departments accordingly |
| 3 TERMS & CONDITIONS |
| The above scope of work shall be subject to following procedure and terms & conditions: |
| 3.1 The Contractor shall hire and make available and maintain the following level of Human Resource(s) with the requisite skills. Such Human Resource(s) will not be part of ZTBL by any means: |
| Manpower Deployment |
| The Supplier shall deploy the qualified staff with following credentials: |
| 1. SUPERVISOR (Maintenance) (DAE- CIVIL with 5-10 years of experience in building Maintenance and Janitorial Systems preferably in Operation/Maintenance particularly in high-rise buildings. Additional Degree is preferable. |
| 2. ELECTRICIAN (HT/LT) DAE-ELECTRICAL with 05 years of experience in Systems preferably in Operation/Maintenance particularly high rise buildings relevant in building Maintenance and Janitorial. |
| 3. ELECTRICIAN Matric and diploma of vocational trainings at least 6 months with 05 years of experience in Systems preferably in Operation/Maintenance particularly high rise buildings building Maintenance and Janitorial. |
| 4. Lift Operator. Lift operator having 05 year experience of high rise/mixuse commercial buildings i.e experience in O/M, Emergency Evacuation, having sound knowledge of misc. Lift errors. Note: For proposed team, provide detailed CVs supported by experience letter, of the experts duly signed by the individual and the firm. |
| 3.2 The above staff shall remain present from 8:00 AM to 6:00 PM except Public Holidays. The availability of staff as deputed initially will be ensured so on to avoid frequent replacement and presence on 14th August, 12 Rabi ul Awal & any other occasions. |
| 3.3 The Contractor shall provide complete Janitorial/maintenance staff for the Locations mentioned in the bidding document. |
| 3.4 The staff / skilled / professionals provided by the Contractor shall be to the entire satisfaction of the ZTBL Administration. Standing Operating Procedures (SOPs) agreed between the parties shall be followed. |
| 3.5 Best quality janitorial material (decided by bank) of all types i.e.(Liquid hand Wash, brooms, phenyl, Roomi Tiki, Cleaning Material / Acid, wipers, shovel, wheelbarrow, mopping trolley, buckets etc.) shall be provided by the Contractor at his own cost and will be kept in the store/room to be provided by ZTBL. The security of that material shall be sole responsibility of the Contractor and in case of any loss or shortage due to any reason whatsoever, Bank shall not bear any liability whatsoever. |
| 3.6 The material required for repair work shall be provided by the ZTBL. |
| 3.7 In case the work and performance of the Firm is unsatisfactory then the Firm is liable for a fine/penalty as per rules settled and agreed in the contract agreement |
| 3.8 For the purpose of identification of security, the Contractor shall issue proper identity card to all his employees and workers, who may be from time to time, detained to work within the Bank's premises in connection with rendering of the agreed services. |
| 3.9 The Contractor shall be responsible for the settlement of the claim resulting from injury, burn or accident of any kind to his employees and workers, officers, agent advisors or any other person acting for and on his behalf in discharge of services. |
| 3.10 This agreement shall remain valid and enforceable for the period of two (02) years. The same shall be extendable for further 02 years subject to satisfactory performance. |
| 3.11 If any loss or damage is caused to the ZTBL property by any unauthorized work, the Contractor shall be required to rectify the same to the satisfaction of ZTBL. |
| 3.12 The Contractor shall ensure availability of a responsible person during the working hour (8:00 AM to 6:00 PM) with telephone facility. |
| 3.13 The Contractor shall also attend serious complaints of breakdown of any essential utility or dangerous situation round the clock. |
| 3.14 No escalation or rise in prices/costs on any account shall be entertained during the currency of this contract. |
| 3.15 All floors/stairs and common circulation areas etc. shall be kept spotless/clean at all times. |
| 3.16 The ZTBL, for the reasons to be recorded and conveyed, reserves the right to stop entry of any person deputed by the Contractor for performance of the contract. |
| 3.17 Water and electricity to be used for cleaning purpose shall be supplied by the ZTBL free of cost. However, Contractor shall arrange all sorts of Rubber/Plastic hoses and pipes required to make access of water to the specified cleaning areas. |
| 3.18 Monthly payments on lump-sum basis shall be made to the Contractor. A bill on printed form shall be submitted by the Contractor each month for all works executed in the previous month. The bill shall be verified by the concerned Officer of ZTBL before making the payment to the Contractor. |
| 3.19 The ZTBL shall deduct all the taxes at source under rules prescribed by Government of Pakistan and which fall under the jurisdiction of Federal Government. |
| 3.20 The ZTBL reserves the right to terminate this contract/agreement upon 30 days’ notice in writing or till any suitable alternate arrangement is made by the ZTBL whichever is earlier. The Bank shall however, have the right to terminate the contract and forfeit security without any compensation if the Contractor fails to provide the services to the utmost satisfaction of the Bank or commits any other breach of its obligations under this agreement. |
| 3.21 In case of any exigency like holding of any meeting/official function, extra manpower shall be provided by the Contractor as required without any additional payment. |
| 3.22 In case of expiry of contract period, contractor will have to perform his duty on existing rates till finalization of awarding contract to other party or as desired by the Bank’s Management. |
| 4. PAYMENT |
| 4.1 The Contractor shall be entitled for payment of services rendered on submission of the bill / sales tax invoice for payment |
| 4.2 The payment will be made against sales tax invoices duly supported by certificate authentication of services rendered as per scope specified in this Contract Agreement. Work completion certificate issued by the designated / authorized person(s) of the ZTBL shall be the proof of services rendered by the Contractor |
| 4.3 If Contractor fails to carry out the repair maintenance or any other contractual work, on several intimations, bank will reserve the right to arrange the same, at reasonable market cost, and deduct such expenses from monthly payment |
| 4.4 In case of absence of any workers the proportionate Amount will be deducted from the monthly bill of the Contractor |
| 5. WEARING OF UNIFORM The employees and workers of Contractor shall always wear proper and clean uniform provided to them by the Contractor at his own cost. For the purpose of identification, the uniform shall have permanently printed name/logo of Firm. |
| 6. CONTRACTOR LIABLE FOR PAYMENT OF COMPENSATION TO INJURED/DECEASED WORKERS IN CASE OF ANY EMERGENCY OR INCIDEN/REGISTRATION WITH EMPLOYEES OLD-AGE INSTITUTE The Contractor/Firm liable for the settlement of the claim resulting from injury, burn or accident of any kind to his employees and workers, Officers, agents, advisor or any other person acting for and on his behalf in discharge of services apart from registration of workers with Employees Old-Age Benefit Institute where workers remained in employment and meets the laid down criteria. |
| 7. COMPLIANCE WITH THE ENTIRE REGULATORY REQUIREMENT (AS PER GOVERNMENT LAW) |
| The Service Provider shall be responsible to comply with all applicable laws of the land to fulfill the regulatory payments under Labor Laws which includes but not limited to: |
| a. Payment of at-least minimum wages/salaries/remuneration as notified by the respective Government/local Government |
| b. Ensure EOBI/Social Security registration of its resources and regular payment of contributions |
| c. Group Life and Medical Insurance |
| d. Any other requirement as applicable under the relevant law |
| e. Employees’ Old-Age Benefits Institution (EOBI) of all the employees |
| f. The contractor will have to provide the proof of EOBI within 15 days after award of Tender |
| g. ICT Employees Social Security (IESSI) of all the employees |
| h. The contractor will have to provide the proof of IESSI, EOBI within 15 days after award of Contract |
| i. Contractor will submit receipts copy of the contributions made for IESSI/EOBI every month |
| j. Any Claims of injuries, loss of limb or life of employee engaged by the firm/contractor |
| k. For operations under this agreement or work connected directly or indirectly with the agreement shall be settled and paid by the firm. ZTBL will not be responsible for any compensation in this case |
| l. Staff salaries should be equal to minimum wage set by the government of Pakistan time to time |
| m. Payment of Salaries should be made through ZTBL bank’s transfer to the staff and Contractor will provide the proof through monthly statement to Head (Maintenance) for process of billing |
| 8. CONTRACT VALIDITY AND RENEWAL The contract shall be valid for two years and renewable on yearly basis on mutual consent of both parties’ subject to satisfactory performance and issuance of addendum. |
| B. Delivery Schedule: |
| (a) The Supplier shall commence provision of services within stipulated days from the date of issuance of the Purchase Order |
| (b) Upon delivery of services, the Supplier shall obtain an acknowledgment of receipt from the designated officer of ZTBL. The Supplier must submit the original acknowledgment document, duly signed and stamped by the authorized ZTBL representative, along with the corresponding invoice |
| (c) Should the Supplier fail to deliver reports or services within the stipulated timeframe, a penalty of 0.2% per week of the delayed service value may be deducted from the Performance Security deposit. This penalty is in addition to any operational penalties applicable during contract execution as specified under the Scope of Work |
| C. Payment Schedule: |
| (a) Monthly payments shall be made based on the satisfactory monthly performance report issued by the designated officer or project coordinator of ZTBL |
| (b) Payments shall be subject to deduction of all applicable taxes and any performance-related penalties, where applicable |
| (c) All payments shall be made in Pakistani Rupees (PKR) |
| (d) Payments will be processed against the submission of a valid invoice by the Supplier along with following documents: |
| i. Invoice with covering Letter, both duly signed and stamped by authorized officer |
| ii. Attendance sheet of the workers daily and monthly duly verified by the officer in-charge Estate |
| iii. Copy of any/all correspondence made with ZTBL or any other agency/person/organization during that month regarding this contract |
| iv. Any other details/documents, if required by the ZTBL |
| v. Evidence/support of all claims in bills |
| vi. List of deputed workers along with their cell numbers / CNIC number and present address |
| (e) ZTBL reserves the right to partially withhold payment, providing documented justification for such partial payments |
Position: Sweepers
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Lady Sanitary Workers
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Sanitary / Sewerage Cleaner Workers
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Supervisor (DAE Civil) (HO/Colony)
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Masons
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Industrial Electrician (DAE Electrical)
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: General Electrician
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Plumbers
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Carpenters
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Painter
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Helper / Unskilled Labor
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Gardener / Maali
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Welder
Specifications / Requirements:
Same as per details given in scope of work at serial 01Position: Lift Operator
Specifications / Requirements:
Same as per details given in scope of work at serial 01The Supplier shall provide, at its own cost, high-quality janitorial materials as approved by the Bank, including but not limited to liquid hand wash, brooms, phenyl, Roomi Tiki, cleaning acids, wipers, shovels, wheelbarrows, mopping trolleys, buckets, etc. These materials shall be stored securely in designated Bank storage areas. The Supplier assumes full responsibility for the security and safekeeping of these materials, and the Bank shall bear no liability for any loss or shortage arising for any reason.
All materials required for repair and maintenance of works (except mentioned above)shall be supplied by ZTBL.
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: Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory The Supplier is: The title of the subject procurement is:Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad |
|
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: Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head 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: Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head 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 0.01% 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. |
|
GCC 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 |
|
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 RequirementsFor being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier) For Physical Fitness having No Damages (Certificate from supplier) For the Country of Origin as quoted by the Supplier (Certificate from manufacturer) For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team) For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team) Vendor shall provide verification certificates of deputed staff from concerned authorities as per ZTBL requirements. Delivery & DocumentsCopies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; Copies of the packing list identifying contents of each package; Insurance Certificate; Manufacturer’s or Supplier’s Valid Warranty Certificate; Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report; Certificate of Origin. The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock |
|
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.:P13724
To: Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory
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 Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory
 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Procurement of Services of a Firm for Janitorial & Allied Maintenance Services at ZTBL Head Office & Other Allied Premises in Islamabad (P13724) 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:     Zarai Taraqiati Bank Ltd (ZTBL) (Zarai Taraqiati Bank Ltd (ZTBL)), Unit Head Procurement Dept, Room-203, 2nd Floor, Main Building, ZTBL Head Office, Zero Point., Islamabad Capital Territory
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}
We have inspected the buildings/premises of ZTBL against the
scope of services, terms and conditions etc. given in the bid document.
We meet the requirements given in the scope of services and other terms & conditions.
We hereby offer to execute the scope of services as stipulated in the bidding documents.
The bidders are required to fill the table to quote the price of each position. the total of this table (inlcuiding taxes) should be same to total quoted price.
| Serial No. | Name of position | Unit Rate | Taxes | Unit Rate with Taxes |
|---|---|---|---|---|
The bidders are required to fill the table and mention all material of related servcies including but not limited to liquid hand wash, brooms, phenyl, Roomi Tiki, cleaning acids, wipers, shovels, wheelbarrows, mopping trolleys, buckets, etc. These materials shall be stored securely in designated Bank storage areas. the payment of related material shall be used as per actual basis. ZTBL resreves the right to provide the material if the quoted prices are high or the qulaity of related materia is not satisfactory.Â
General Experienc,
Relevant Experience with reputable institutes, government, semi-government, banks, corporate sector, building complexes, high-rise buildings with at least 50% of scope of services required hereunder.
Contracts completed or in hand
Experience in building Maintenance / Janitorial (Provide Work Order / Agreement / Satisfactory Certificates etc.No marks for projects completion older than 10 years.
Average Annual Turnover in Millions: Audit Reports (or Bank Statements in case of Sole Proprietor Firm) should be attached of last three years till June 2025.
Â