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
Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager
located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province).
+92-335-740-1666
dmtl.mansehra@ntdc.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: Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat) The subject of procurement is: CIVIL WORKS, DISMANTLING, ERECTION, STRINGING, TESTING AND COMMISSIONING FOR SHIFTING OF TOWER NO. 109 OF 500KV NEELUM–JHELUM–KAROT–NOKHAR D/C TRANSMISSION LINE DUE TO LAND SLIDING. Expected commencement date: Thursday, February 12, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P9416Â |
| 3. | 4.6 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 2 |
B. Bidding Documents |
||
|
4. |
7.1 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Monday, January 26, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat) 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: 90 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; located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Monday, February 2, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
26.1 |
The Bids opening shall take place on EPADS v2.0. Day : Monday Date:Â Monday, February 2, 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: 10.00%. The Performance Guarantee shall be acceptable in the form of:Â Bank Guarantee |
| 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 |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) Punjab (PRA) PEC KPK (KPRA) |
| Eligibility Criteria | Document |
|---|---|
| The Bidder shall be duly licensed by the Pakistan Engineering Council (PEC) minimum in the relevant category or had applied for renewal of license before submission of its bid. In case of Joint Venture, all the partners shall be duly licensed by PEC and the sum total of the limit of construction cost permitted by the categories of the individual licensees shall not be less than limit of construction cost permitted by the category required here above. | Yes |
| The Bidder shall not be blacklisted by NGC (Formally NTDC) /WAPDA/DISCOs/any Government/Public department/Donor Agencies at the time of submission of bids. The Bidder should provide details of previous black listing, if any. An affidavit is to be provided by the Bidder that the Bidder is not black listed by NGC (Formally NTDC) /WAPDA/DISCOs/ Any Govt. /Public department/Donor Agencies at the time of submission of bids. | Yes |
| The bidder shall submit an undertaking along with his bid that he has read and accepts the provisions of NTDC Policy for Blacklisting of Contractors (copy of policy attached with the bidding documents). Non-submission of this undertaking may result in the rejection of the bid. The undertaking will subsequently become part of the Contract Agreement as well. | Yes |
| The bidder as a main contractor (as single entity or as JV partner or approved subcontractor) must have substantially completed construction contract(s) comprising of detailed survey, sub-soil investigations, construction of tower conventional foundations, erection of towers, stringing, testing & commissioning of 500kV or higher voltage bundled transmission line of at least 10km strung by controlled tension method during last ten (10) years. | Yes |
| Such transmission lines must have been operating successfully for at least two (02) years prior to deadline for submission of bids. In case the bid is submitted by a joint venture under this bidding process, lead partners shall meet the above experience criteria. | Yes |
| Each JV partner other than the lead partner must have completed as a main contractor, JV partner or approved sub-contractor construction contract(s) comprising of detailed survey, sub-soil investigations, construction of tower conventional foundations, erection of towers, stringing, testing & commissioning of 500kV or higher bundled voltage transmission lines of at least 10km length strung by controlled tension method during last ten years | Yes |
| The Bidder shall have the personnel for the key positions registered with PEC (Give detail in annex attached) | Yes |
| The bidder/JV shall have sound financial background i.e. its net worth shall be positive for the last three (03) years, duly supported by audited financial reports. | Yes |
| Bidders are required to submit details of all litigation, arbitration and other claims whether pending, threatened or resolved in the last five years. The Employer may disqualify bidder in the event that the total amount of pending or threatened litigation, arbitration or other claims represents fifty percent (50%) of the Bidder’s net worth. (Give Detail in Annex Attached) | Yes |
Least Cost Based Selection (LCBS)
Lot Title : Civil Works, Dismantling, Erection, Stringing, Testing and Commissioning for Shifting of Tower No. 109 of 500kv Neelum–Jhelum–Karot–Nokhar D/C Transmission Line Due to Land Sliding.
Bid Security : 383356
| Position | Delivery Schedule | Quantity |
|---|---|---|
| Check Survey, clearing of Right of Way & Mobilization/Demobilization |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 10 DaysQuantity: 1 |
1 |
| CIVIL WORKS |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 30 DaysQuantity: 1 |
1 |
| ERECTION WORKS |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 7 DaysQuantity: 1 |
1 |
| STRINGING CONDUCTOR & OPGW, SAGGING & ADJUSMENT OVERHEAD SHIELD WIRE AND CONDUCTOR |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 5 DaysQuantity: 1 |
1 |
| DISMANTLING OF EXISTING TOWER |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 3 DaysQuantity: 1 |
1 |
| TESTING AND COMMISSIONING |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 2 DaysQuantity: 1 |
1 |
| CONTINGENCY |
Address: Village Bhalgran Domeren tehsil Thorar district poonch Rawlakot. (Remote Location) GPS Coordinates [33.849729,73.586068] Schedule: 2 DaysQuantity: 1 |
1 |
No
Lot Title : Civil Works, Dismantling, Erection, Stringing, Testing and Commissioning for Shifting of Tower No. 109 of 500kv Neelum–Jhelum–Karot–Nokhar D/C Transmission Line Due to Land Sliding.
Position: Check Survey, clearing of Right of Way & Mobilization/Demobilization
Specifications / Requirements:
| Title | Description |
|---|---|
| Check Survey | Job 1.00 |
| Mobilization & Demobilization | Job 1.00 |
| Clearing of Right of Way | Job 1.00 |
Position: CIVIL WORKS
Specifications / Requirements:
| Title | Description |
|---|---|
| Excavation in rock dressed to designed section, grades and profile, excavated material disposed off within lead of 50 m and lift upto 1.5 mtr Medium hard rock requiring occasional blasting. (P-2-2/7 vi) | Cum 447.70 |
| Reinforced Cement Concrete work using coarse sand except the cost of steel reinforcement and its labour for bending and binding. This rate also includes all kinds of forms moulds lifting shuttering curing rendering and finishing the exposed surface (Including screening and washing if shingle) 1:1.5:3 | Cum 100.02 |
| Supplying and fabrication of intermediate grade deformed reinforcement for R.C.C in slabs, beams, columns and pile caps incl cutting bending laying in position welding and fastening including cost of binding wire 60,000 psi. | Kg 15003.594 |
| Filling watering and ramming earth under floors with new earth from foundation. (P.2-5/26) | Cum 347.68 |
| Earth work in all type of soils dressed to designed sections grades & profile and excavated material disposed off & dressed lead upto 15 meter. | Cum 3200.00 |
| Carriage of earth 3.00mm/5matric ton of all material like stone aggregate spawls, coal, lime, surkhi etc .B.G rail fastening sheet rail , MS bars etc or 1000No bricks (525x127x76mm) or 1000No tils 300x152x51mm or 4.25cum of timber or 3.75 ton of fuel wood by truck or byany other means lead 27 km. | Cum 100.02 |
Position: ERECTION WORKS
Specifications / Requirements:
| Title | Description |
|---|---|
| Collection, Transportation and installation of 500 KV D/C tower from Regional Stores/ Warehouses in accordance with requirements of contract documents/ drawing . Erection of Tower Type DA1 6+8 | Job 1.00 |
| Transport & installation of Anti-Climbing Devices arial markers number plates, danger signs, phase plate etc for DA1 tower. | Job 1.00 |
| Welding of Erected tower bolts & nuts after final inspection upto height of 8.0m for Double circuit tower from top of foundation chimney. | Job 1.00 |
Position: STRINGING CONDUCTOR & OPGW, SAGGING & ADJUSMENT OVERHEAD SHIELD WIRE AND CONDUCTOR
Specifications / Requirements:
| Title | Description |
|---|---|
| Installation of ACSR Drake conductor for Quad Bundle configuration , OPGW, insulator hanging, hardware assemblies and Loosing of conductor and down to ground on wooden planks or ladder to avoid any kind of damage, shield wire, broken insulator etc and shifting/stacking of dismantled material to A type store Rawat. | Job 1.00 |
| Transportation (from designated NTDC Ware House/ Store) including loading / unloading of conductor, disc insulator & allied hardware | Job 1.00 |
Position: DISMANTLING OF EXISTING TOWER
Specifications / Requirements:
| Title | Description |
|---|---|
| Dismantling of Existing 500kV D/C DA1 tower (brace by brace) and its shifting to A-type store Rawat alongwith all dismantled material. | Job 1.00 |
Position: TESTING AND COMMISSIONING
Specifications / Requirements:
| Title | Description |
|---|---|
| TESTING AND COMMISSIONING | Job 1.00 |
Position: CONTINGENCY
Specifications / Requirements:
| Title | Description |
|---|---|
| Misc Work (If required as per site condition) | Job 1.00 |
The scope of work covers civil works, dismantling, erection, stringing, testing and commissioning for shifting of Tower No. 109 of 500 kV Neelum–Jhelum–Karot–Nokhar Double Circuit Transmission Line due to land sliding, including all associated activities required for safe and successful completion of the job.
Survey, ROW Clearing & Mobilization
Civil Works
ERECTION WORKS
STRINGING CONDUCTOR & OPGW,SAGGING & ADJUSMENT OVERHEAD SHIELD WIRE AND CONDUCTOR
DISMANTLING OF EXISTING TOWER
TESTING AND COMMISSIONING
CONTINGENCY:Misc Work (If required as per site condition)
Â
Â
Â
For Individual Positions
| # | Position Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
|
Number of GC Clause |
Amendments of, and Supplements to, Clauses in the General Conditions of Contract |
|
 |
Definitions The Procuring Agency is: Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province). The Supplier is: The title of the subject procurement is:CIVIL WORKS, DISMANTLING, ERECTION, STRINGING, TESTING AND COMMISSIONING FOR SHIFTING OF TOWER NO. 109 OF 500KV NEELUM–JHELUM–KAROT–NOKHAR D/C TRANSMISSION LINE DUE TO LAND SLIDING. |
|
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: Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager 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: Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager 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 0.20% 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 10.00%Â of the contract price in acceptable form of Bank Guarantee |
|
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 successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team) |
|
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.:P9416
To: Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province).
Â
Â
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred  for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
Â
THIS AGREEMENT made the _____ day of __________ 20_____ between Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province).
 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., CIVIL WORKS, DISMANTLING, ERECTION, STRINGING, TESTING AND COMMISSIONING FOR SHIFTING OF TOWER NO. 109 OF 500KV NEELUM–JHELUM–KAROT–NOKHAR D/C TRANSMISSION LINE DUE TO LAND SLIDING. (P9416) 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:     Office of Deputy Manager, 500 KV T/L (M) Division NGC (Manager Asset Management Circle National Grid Company (NGC-North) Rawat), Deputy Manager located in 220KV Grid Station, NGC Lassan Nawab Road., Mansehra, Mansehra (District), Hazara Division (Division), Khyber Pakhtunkhwa (KP) (Province).
Â
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
Â
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}
Schedule of Prices  (Page 1 of 3)
Schedule of Prices  (Page 2 of 3)
Schedule of PricesÂ
(Page 3 of 3)
General Information
Construction Experience
Performance Certificate
Current Contract Commitments
Financial Data
Annual Turnover Data
Financial Resources
Bank Certificate
Pending Litigation