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
District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge Procurement
Sector G-9 Markaz., Islamabad Capital Territory
+92-007-878-7000
Proc.dhoict@gmail.com
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
|
BDS Clause Number |
ITB Number |
Amendments of, and Supplements to, Clauses in the Instruction to Bidders |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency:Â District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)) The subject of procurement is:Â Out-Sourcing of Security Services Expected commencement date: Wednesday, June 30, 2027 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P10166Â |
| 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: Friday, March 6, 2026 |
| 5. | 8.1 |
Any addendum, in case issued, shall be published on District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)) 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: 118 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; Sector G-9 Markaz., Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Thursday, March 26, 2026 11:00 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, March 26, 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 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 |
|---|---|
|
Company (Private Limited) |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP |
| Eligibility Criteria | Document |
|---|---|
| 1.Firm’s Name, Postal Address, Contact Numbers (Tel, Cell, Fax) & Emai 02.Name, Designation, Specimen Signature & CNIC of Authorized/Focal Person (attach copy) FBR Active Taxpayer Certificate & Valid NTN (attach copy) 3.NOC from Ministry of Interior.04alid License issued by Chief Commissioner, Islamabad. 05Details of Weapon Licenses on Company Letterhead. 06.Signed & Stamped Acceptance of Tender Terms & Conditions 07.Successful bidder to provide 5% Performance Guarantee. No cross cheque | Yes |
| 08. Directors’ Details (Form-29).09Monitoring/Inspection System Details on Company Letterhead. 10 Office Locations (Head/Regional Offices) on Form-21.. 11 Last 03 Years Bank Statements . 12Mandatory Office in Islamabad. 13Minimum 05 Years’ Experience with Teaching Hospitals/Govt. Departments/NGOs (attach proof) 14. Valid Wireless Communication License (Islamabad). 15.Declaration regarding Litigation Status. 16. Affidavit of Non-Blacklisting by any Government/Agency | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Company profile having experience with UN agencies | ||
| Company profile having experience with UN agencies (Quantitative)(Doc Required) | 5 | |
| List of inventories including weapons and equipment’s. | ||
| List of inventories including weapons and equipment’s. (Quantitative)(Doc Required)  List of inventories including weapons and equipment’s.  (15)  a. 0-50 % (Employees are Ex-Army Persons)  (5)  b. 51-75% (Employees are Ex-Army Persons)  (10)  c. More Than 75% (Employees are Ex-Army Persons) = 15  (15) | 15 | |
| Details of training and refresher courses of Guards and Supervisors (certificates should be attached) | ||
| Details of training and refresher courses of Guards and Supervisors (certificates should be attached) (Quantitative)(Doc Required) | 5 | |
| Details of Company Guard/s having Firing Refresher training during last one year. (certificates/Affidavit should be attached) | ||
| Details of Company Guard/s having Firing Refresher training during last one year. (certificates/Affidavit should be attached) (Quantitative)(Doc Required) | 5 | |
| Response Vehicles by the company | ||
| Response Vehicles by the company (Quantitative)(Doc Required) Â b. Above -05 (Vehicles) Â (8) Â a. 03-05 (Vehicles) Â (5) | 8 | |
| Established Control Room in the Office of The Company | ||
| Established Control Room in the Office of The Company (Quantitative)(Doc Required) | 7 | |
| List of inventories including weapons and equipment’s. | ||
| List of inventories including weapons and equipment’s. (Quantitative)(Doc Required) | 10 | |
| Experience in similar services at public hospital/ International NGO’s/ Government Offices | ||
| Experience in similar services at public hospital/ International NGO’s/ Government Offices (Quantitative)(Doc Required)  Above 15 (Years) = 20  (20)  11-15 (Clients)  (15)  05-10 (Years)  (10) | 20 | |
| Company profile having tenure of establishment: | ||
| Above 15 (Years) = 10 (Quantitative)(Doc Required) Â 11-15 (Years) Â (10) Â Above 15 (Years) Â (10) Â 11-15 (Years) Â (8) Â 05-10 (Years) Â (5) | 10 | |
| References / List of clients including public hospital/ International NGO’s/ Government Offices/ UN agencies | ||
| References / List of clients including public hospital/ International NGO’s/ Government Offices/ UN agencies (Quantitative)(Doc Required)  Above 15 (Clients)  (15)  11-15 (Clients)  (10)  05-10 (Clients  (5) | 15 | |
Lot Title : Out Sourcing security
Bid Security : 1500000
| Position | Delivery Schedule | Quantity |
|---|---|---|
| Armed Supervisor |
Address: Sector G-9 Markaz., Islamabad Capital Territory Schedule: 30 DaysQuantity: 2 |
2 |
| unarmed Supervisor |
Address: Sector G-9 Markaz., Islamabad Capital Territory Schedule: 30Quantity: 2 |
2 |
| Armed Guards |
Address: Sector G-9 Markaz., Islamabad Capital Territory Schedule: 30Quantity: 47 |
47 |
| Unarmed Guards |
Address: Sector G-9 Markaz., Islamabad Capital Territory Schedule: 30 DaysQuantity: 21 |
21 |
Yes
Out Sourcing security
| Position | Related Services |
|---|---|
| Armed Supervisor | Personality overall Uniform / identity Social behavior / Complaints against Security Persons Attendance overall Equipment / Arms etc |
| unarmed Supervisor | Personality overall Uniform / identity Social behavior / Complaints against Security Persons Attendance overall Equipment / Arms etc |
| Armed Guards | Personality overall Uniform / identity Social behavior / Complaints against Security Persons Attendance overall Equipment / Arms etc |
| Unarmed Guards | Personality overall Uniform / identity Social behavior / Complaints against Security Persons Attendance overall Equipment / Arms etc |
Lot Title : Out Sourcing security
Position: Armed Supervisor
Specifications / Requirements:
Age 40-to-55-year, Ex-Army, minimum MatriculationPosition: unarmed Supervisor
Specifications / Requirements:
Age 40-to-55-year, Ex-Army, minimum MatriculationPosition: Armed Guards
Specifications / Requirements:
Ex-army man 25-to-55-year, minimum middle passPosition: Unarmed Guards
Specifications / Requirements:
20-to-45-year, minimum middle pass|
PENALTIES.(FY2026-2027) |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will have to pay for any damages caused to the property of District Health Office by their staff or due to negligence of their staff during discharge of their duty. It includes any loss or theft in any area of PHC centers. The damage will be assessed by the Security Committee and make recommendations for final decision by DHO-ICT administration which will not be open to review and the contractor will be liable to pay for the losses suffered by DHO-ICT. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
In case of serious violation of Hospital discipline, or gross violation of contract agreement, the District Health Officer (DHO) will have the right to terminate the contract without any prior notice to         the firm. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The company is not allowed suddenly to discontinue the contract in such cases the security amount will be forfeited on behalf of the Institute. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
At any instance, if prices quoted in the bills are found higher, than the price quoted by the firms at any other institute has the right to impose penalty as per decision of the District Health officer (DHO) |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Non-compliance to a registered posted letter on given address Telephone Number or E-mail will be considered non-compliance of the contract as per preceding clause. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
In case non-provision services is established against a firm behind 30 days the matter will be referred to committee for cancellation and selection of 2nd lowest firm from bids received in  original tender. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Attendance less than 100% (Absent / Vacant / Not Deployed) 1,000/- + Quoted Rate per day per person |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Missing Personnel (Absent / Vacant / Not Deployed 1,000/- + Quoted Rate per day per person Uniform 500/- per day per person |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Late Arrival / Early Departure 200/- per shift per person |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Non-Compliance of Min. Wage 2,000/- per person per month + Difference in amount |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Non provision of Equipment (Weapons, Hand Metal Detectors, Torch Light 1,000/- per day per item 100/- per day for torch |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Theft of major equipment / fixtures 5,000/- as penalty + amount of loss |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Found involved in any misuse / theft/ pilferage / anomaly of any Hospital Equipment / property. 5,000/- + termination + FIR + amount of loss |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Any protest or strike observed by the staff / janitors etc. 100,000/- per incident per day till calling off the strike |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Procuring agency may desire to replace any personnel with justifiable reason and failure to do so in seven 07 Days shall be considered as breach of contract. 2,000/- per day per person |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Non-Provision of Ex-Army Guard / LEA 1,000/- per day till the availability |
|||||||||||||||||||||||||||||||||||||||||||||||
|
RESPONSIBILITIES.(FYÂ 2026-2027) |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will be responsible for the security affairs of all components of Primary Health Care Facilities (RHCs, CHCs, MCH, BHUs, FWCs, RHSA’s.) and the District Health Office (Head Office) |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will be responsible to provide motor cycles to the supervisors on duty for effective patrolling and monitoring round the clock. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will be responsible for reducing unwanted rush of attendants in all areas of the Head Office/Hospitals/ PHC centers |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Shift duties will be assigned with prior approval of DHO-ICT administration. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will assign duties to the staff employed, according to existing Labour Laws. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The Armed Guard should be in possession of valid Arm License with authority letter. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The contractor will be responsible for any loss to hospital /PHC centers property/ Personals due to negligence of security staff and will replace the damages. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Any criminal activity done by the security staff will be the sole responsibility of the company and will liable to pay damages. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Personals particulars of all the staff of the firm with copy of CNIC and three photographs must be registered with the DHO-ICT administration in writing. Frequent changes will not be allowed. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The firm will provide metal / explosive detectors at all entry gates free of cost. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
The firm is responsible to ensure that no security guard at consecutive shifts. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
Extra duties to staff will not be allowed. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
No security person will be allowed to perform duty without uniform. |
|||||||||||||||||||||||||||||||||||||||||||||||
|
GENERAL CONDITION(FY 2026-2027)
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: District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge Procurement Sector G-9 Markaz., Islamabad Capital Territory The Supplier is: The title of the subject procurement is:Out-Sourcing of Security Services |
|
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: District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge 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: District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge 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 0.00% to 0.00%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 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 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) 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.:P10166
To: District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge Procurement Sector G-9 Markaz., 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 District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge Procurement Sector G-9 Markaz., 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., Out-Sourcing of Security Services (P10166) 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:     District Health Office (Ministry of National Health Services Regulations and Coordination (NHSR & C)), Incharge Procurement Sector G-9 Markaz., 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}