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
Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement
LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-370-499-0342
ammm5@lesco.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: Material Management (Lahore Electricity Supply Company (LESCO)) The subject of procurement is: TENDER NO 4338 (REPAIR OF 11-KV BULK METERING PANELS “AS IS WHERE IS BASIS”) Expected commencement date: Friday, July 31, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P16382Â |
| 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 7, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on Material Management (Lahore Electricity Supply Company (LESCO)) 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: 75 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; LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Thursday, April 16, 2026 10:30 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
26.1 |
The Bids opening shall take place on EPADS v2.0. Day : Thursday Date:Â Thursday, April 16, 2026 Time : 11:00 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 |
|---|---|
|
Individual / Individual Consultant Sole Proprietorship Partnership Firm Company (Private Limited) Company (Public Limited) Company (Holding Company) Company (Limited by Guarantee) State Owned Enterprise (Private Limited) State Owned Enterprise (Public Limited) |
FBR (NTN) FBR (GSTN) |
| Eligibility Criteria | Document |
|---|---|
| The bidder should have registered with Income Tax & Sales Tax Department | Yes |
| As per directions of FBR dated. 3.9.2015 conveyed vide C.E (Operation) PEPCO vide letter No. 1918-28 dated. 17.09.2015, only registered suppliers who are on Active Taxpayers List (ATL) of FBR, are eligible to supply goods / services to LESCO | Yes |
| The bidder must be prequalified and registered with LESCO / DISCO / any WAPDA formation under the relevant category of material being procured. | Yes |
| The bid security shall be, at the option of the bidder, in the form of Deposit at Call or Pay Order or Banker’s Cheque or a Bank Guarantee must be issued in the favor of CEO LESCO. | Yes |
| The bid security shall be issued by the following Schedule Bank of Pakistan are acceptable..Allied Bank Limited, National Bank of Pakistan, Bank Al- Habib, United Bank Limited, Muslim Commercial Bank, Habib Bank Limited, Askari Bank Limited, Bank Al- Falah Limited, The Bank of Punjab, Faysal Bank Limited, Meezan Bank Limited, Zarai Trakiati Bank Limited, Habib Metropolitan Bank Limited, Samba Bank Limited, Standard Chartered Bank Limited, Dubai Islamic Bank Pakistan Limited and JS Bank Limited | No |
| Bid Security shall be in favour of the Purchaser valid for a period of 28-days beyond the Bid Validity date. i.e (75-days + 28-Days) = 103-Days. Bid guarantee shall be furnished on non-judicial stamp paper of value Rs.500/-. In case of any amendment in Bid Security, the bidder should also furnish the same on non-judicial stamp paper of value Rs. 500 | No |
| Failure to comply with the above-mentioned criteria shall result in the bidder being declared ineligible. | No |
Least Cost Based Selection (LCBS)
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Repair of 11-KV Bulk Metering Panels (Specification (Amended to date) DD-PD–4:90) |
Address: Dy. Manager, LESCO Regional Store Shalamar, Schedule: 100% quantity of above item shall be repaired within 150-days starting from the date of issuance of purchase order or from the date of approval of prototype subject to clause- 11 of special conditions of contract of the bidding documents. Quantity: 40 |
40 | 840000 |
No
Positions Without Lots :
Position: Repair of 11-KV Bulk Metering Panels (Specification (Amended to date) DD-PD–4:90)
Specifications / Requirements:
The material shall be supplied strictly according to NTDC’s standard specification and quantity mentioned in Form 3 & Form 4 as attached in Annexure Section. a) 13. If the Bidder does not possess the valid prototype approval for the offered material as per above mentioned standard specifications within last three years (if applicable under NTDC approved specification), the Bidder shall have to obtain the prototype approval from the office of Chief Engineer (S&S) NTDC, Lahore before start of mass production. Drawing and prototype samples for prototype testing (No. of samples as desired by the S&S office) shall be submitted within 30-days from the date of signing of Contract Agreement to Chief Engineer (S&S) NTDC Lahore. b) 14. Delay in offering the prototype beyond 30-days will be considered as breach of contract agreement and liquidated charges @ 0.0667% percent for each and every day, of delay in submission of prototype sample, beyond the allowable 30 days, shall be recoverable from the contractor. These liquidated charges are in addition to the liquidated damages stated in preamble to general conditions of contract clause 26.1. All expenses of testing charges will have to be borne by the manufacturer/supplier. Any change suggested during prototype testing for compliance of specification shall have to be incorporated without any extra price or claim. The Chief Engineer (S&S) NTDC will approve the prototype sample within 30-days after its submission. c) 15. In case of failure of 1st prototype Sample, the material shall be improved and second samples must be re-offered for prototype testing to Chief Engineer (S&S) NTDC by the Bidder, within 10-days and get prototype approval within 20-days after its submission. The time taken for improvement in samples and resubmission of drawings will not entitle the manufacturer to claim extension in delivery period on this account. If the Prototype fails second time, firm will be considered Non-Responsive and performance security will be fortified / encashed in favor of LESCO and the Contract Agreement shall stand cancelled. LESCO reserves the right to place Letter of Acceptance on the second lowest & substantially responsive bidder. Any further delay shall be on account of the Supplier / manufacturer and LESCO reserves the right to deduct the Liquidated Damages according to the relevant clause of the Purchase Order. d) The meter already installed in the repairable 11-KV Bulk Metering Panels shall be replaced with new one AMI Smart Energy Meters. Moreover, copies of type tests of the manufacturer whose CT & PT are to be installed in the panels, shall be attached with the bid. i. The quoted FCS price in Pak Rupees shall be firm and final and not subject to escalation for any reason what-so-ever. The Tenderer shall be entirely responsible for all duties and Taxes and other such levies on finished goods/ components and raw material of the Contracted goods until delivery to the consignee(s). The Sales Tax be quoted separately. ii. The prices are on FCS basis that includes the free pick & drop of repairable 11-KV Bulk Metering Panels from Regional Store LESCO Shalamar Lahore to the firm’s works and return repaired Panels from the firm’s works to Regional Store LESCO Shalamar Lahore. The bidder can visit the Regional Stores of LESCO (Ph. No. 03704990350) between 13.10.2025 to 17.10.2025 during office hours 8:30 am to 4:30 pm, for visual checking of repairable 11-KV Bulk Metering Panels before quoting per unit reclamation charges . iii. In case of any specific occurrence the shares will be distributed / allocated on the basis of previous performance in supplies against DISCOs Purchase Orders, manufacturing capacity / capability etc. iv. Conditional Bids / Rates will not be entertained / accepted. v. Bid submission / Tender opening date & timings shall be observed strictly. vi. You have to submit the requisite Certificate dully filled in, regarding the Declaration of Fees, Commission & Brokerage etc paid by you about Goods, Services & Works. vii. Cartel / pool rates are strictly prohibited. The firms found involved in collusive practice shall be dealt under PPRA Rules / PEPCO instructions. viii. In case of holiday announced by the Govt. of Pakistan, strike in LESCO or any other reasons what so ever due to which this office remains closed on the above scheduled tender opening date, the tender will be opened on next working day at same time and place / venue. ix. In case of new entrant, the tenderer should submit the copy of educational / regular purchase order issued by any DISCOs along-with its completion and performance of supplied material in the light of specification / instructions / guidelines issued by Chief Engineer (S&S) NTDC Lahore letter No.3187-97 dated. 20.10.2015, otherwise your firm will be considered for educational order / non-responsive...remaining part is uploaded/attached in Annexure Section.SCHEDULE OF REQUIREMENTS, TECHNICAL SPECIFICATIONS
A). Schedule of Requirement
Â
Â
(B) Technical Conditions/Special Provisions
Â
|
The material shall be supplied strictly according to NTDC’s standard specification and quantity mentioned in Form 3 & Form 4 (Attached in Anneure Section) |
|
|
 |
If the Bidder does not possess the valid prototype approval for the offered material as per above mentioned standard specifications within last three years (if applicable under NTDC approved specification), the Bidder shall have to obtain the prototype approval from the office of Chief Engineer (S&S) NTDC, Lahore before start of mass production. Drawing and prototype samples for prototype testing (No. of samples as desired by the S&S office) shall be submitted within 30-days from the date of signing of Contract Agreement to Chief Engineer (S&S) NTDC Lahore. |
|
Delay in offering the prototype beyond 30-days will be considered as breach of contract agreement and liquidated charges @ 0.0667% percent for each and every day, of delay in submission of prototype sample, beyond the allowable 30 days, shall be recoverable from the contractor. These liquidated charges are in addition to the liquidated damages stated in preamble to general conditions of contract clause 26.1. All expenses of testing charges will have to be borne by the manufacturer/supplier. Any change suggested during prototype testing for compliance of specification shall have to be incorporated without any extra price or claim. The Chief Engineer (S&S) NTDC will approve the prototype sample within 30-days after its submission. |
|
In case of failure of 1st prototype Sample, the material shall be improved and second samples must be re-offered for prototype testing to Chief Engineer (S&S) NTDC by the Bidder, within 10-days and get prototype approval within 20-days after its submission. The time taken for improvement in samples and resubmission of drawings will not entitle the manufacturer to claim extension in delivery period on this account. If the Prototype fails second time, firm will be considered Non-Responsive and performance security will be fortified / encashed in favor of LESCO and the Contract Agreement shall stand cancelled. LESCO reserves the right to place Letter of Acceptance on the second lowest & substantially responsive bidder. Any further delay shall be on account of the Supplier / manufacturer and LESCO reserves the right to deduct the Liquidated Damages according to the relevant clause of the Purchase Order. |
|
The meter already installed in the repairable 11-KV Bulk Metering Panels shall be replaced with new one AMI Smart Energy Meters. Moreover, copies of type tests of the manufacturer whose CT & PT are to be installed in the panels, shall be attached with the bid. |
Â
Â
Note:-
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: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). The Supplier is: The title of the subject procurement is:TENDER NO 4338 (REPAIR OF 11-KV BULK METERING PANELS “AS IS WHERE IS BASIS”) |
|
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: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement 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: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement 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 2.00% 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 RequirementsAs per detail mentioned in Annexure Section Delivery & DocumentsAs per detail mentioned in Annexure Section |
|
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.:P16382
To: Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (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 Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., TENDER NO 4338 (REPAIR OF 11-KV BULK METERING PANELS “AS IS WHERE IS BASIS”) (P16382) 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:     Material Management (Lahore Electricity Supply Company (LESCO)), Assistant Manager Procurement LESCO Head Quarter, 22-A, Queens Road., Lahore City, Lahore (District), Lahore Division (Division), Punjab (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}
In continuation of the procurement process, it is requested that the attached forms/annexures may kindly be reviewed, duly filled, signed (where required), and re-attached/submitted accordingly. The information provided in these annexures shall form an integral part of the subject procurement/tender. Non-submission or incomplete submission of any applicable form/annexure may lead to the disqualification of the bidder, as per the requirements of the bidding documents.
It is further clarified that all attached details and requirements, including but not limited to Bank Guarantee format/requirements, item specifications, mandatory clauses, technical parameters, and other relevant conditions, shall be considered binding and integral parts of the bidding documents for this procurement/tender. Therefore, the same must be carefully completed and submitted to ensure completeness of the procurement documentation.
Any missing or incomplete information shall be construed, interpreted, or derived from the relevant attached annexures/forms, and the same shall be treated as part of the bid for evaluation purposes. This includes, but is not limited to, Performance Guarantee requirements, testing/inspection criteria, payment terms, delivery schedule, and other contractual obligations, as specified in the annexures.
The qualification criteria required from Bidders in ITB 13.3(b) is modified as follows:
 It is mandatory for bidder (s) to establish experience, qualification and evaluation criteria.
Note: Non submission of said documents / certificates shall render the bid non-responsive.
In case bidder/manufacturer fails to fulfill the criteria, its bid will be considered non-responsive.