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 on Authority’s website at (www.ppra.org.pk).
Â
Â
Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer
Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (Province).
+92-333-753-1881
civil.cati@paa.gov.pk
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
|
BDS Clause Number |
ITB Number |
Amendments of, and Supplements to, Clauses in the Instruction to Bidders |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency:Â Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)) The subject of procurement is:Â RECONSTRUCTION OF ROAD AND FIRE PIT FOR FIRE TENDERS AT NAWABSHAH AIRPORT Expected commencement date: Wednesday, July 1, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P19799Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Monday, May 25, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)) website and on EPADS v2.0. |
C. Preparation of Bids |
||
| 6. |
8.1 |
List of documents required along with the bid: No |
| 7. | 9.1 |
The qualification criteria to establish the supply / production capability of the bidder. see Eligibility Criteria |
| 8. | 11.2Â |
|
| 9. | 11.1 | Price schedule will be provided according to the format defined and acquired. see section price schedule. |
| 10. | 11.4 |
 Specifications: see section of specifications. |
|
11. |
11.5 & 13.5 |
The price shall be Fixed. |
| 12. |
14.1 |
Currency of the Bids shall be : PKR |
| 13. |
16.1 |
The Bids/Bid Validity period shall be: 180 Days |
| 14. |
17.1Â |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
| 15. | 17.2 |
The Bid Security shall be in the form of: Pay Order, Call at Deposit, Demand Draft, Others  |
| 16. | 15.1 |
Alternative Bids to the requirements of the bidding documents will not be permitted. |
D. Submission of Bids |
||
|
17. |
18.1 & 21.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, June 9, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Tuesday Date:Â June 09, 2026 Time : 11:30 AM |
|
19. |
30.2 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Award of Contract |
||
|
20. |
41.1 & 41.2 |
The Performance guarantee shall: 0%. The Performance Guarantee shall be acceptable in the form of:Â Nil |
| 21. | 45.1 |
Arbitrator shall be appointed by mutual consent of the both parties. |
G. Review of Procurement Decisions |
||
|
22. |
37 |
Grievance 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) NGO / NPO IGO | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) PEC |
| Eligibility Criteria | Document |
|---|---|
| PEC Constructor's License in C-6 Category or above | Yes |
Least Cost Based Selection (LCBS)
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Civil Works | Address: Nawabshah Airport Schedule: 90 Days Quantity: 01 | 1 | 200000 |
No
Jobs Without Lots :
Job: Civil Works
Specifications / Requirements:
| Sr. No | Description | Unit | Qty | Rate | Amount |
|---|---|---|---|---|---|
| 1 | EXCAVATION FOR RAFT FOUNDATIONS, UNDERGROUND TANKS AND SEPTIC TANKS (RECTANGULAR OR SQUARE) IN ALL KINDS OF SOIL (EXCEPT GRAVELLY AND MURUM SOIL WET SILT, CLAY OR MUD, CONGLOMERATION OF GRAVEL AND BOULDERS, SOFT, SANDY OR DISINTEGRATED AND HARD ROCK) AND BACK FILLING THE EXCAVATED MATERIAL ALL ROUND THE TRENCHES INCLUDING BREAKING CLODS, WATERING, CONSOLIDATION BY RAMMING IN LAYERS NOT EXCEEDING 9 INCHES (229 MM) IN DEPTH TO FULL COMPACTION, DRESSING AND DISPOSAL OF SURPLUS EXCAVATED STUFF AS DIRECTED, LEAD UP TO ONE CHAIN (30.5 R.M) AND LIFT UPTO 5 FEET (1.52 M) | % Cft | 912 | 1,834.31 | 16,729.00 |
| 2 | PROVIDING AND LAYING 1:4:8 (1 CEMENT 4 SAND AND 8 COARSE AGGREGATE) CEMENT CONCRETE USING GRADED STONE BALLAST 2 INCHES (51 MM) AND DOWN GAUGE IN FOUNDATION INCLUDING LEVELLING, COMPACTING AND CURING ETC. COMPLETE. | % Cft | 85 | 29,354.74 | 24,952.00 |
| 3 | PROVIDING AND LAYING IN SITU 1:2:4 (1 CEMENT 2 SAND AND 4 COARSE AGGREGATE) CEMENT CONCRETE USING CRUSHED GRADED BOULDERS 3/4 INCH (19 MM) AND DOWN GAUGE IN FOUNDATION, BASEMENT AND PLINTH INCLUDING FORM WORK, COMPACTING, CURING AND REMOVAL OF FORM WORK ETC. COMPLETE, FOUNDATION AND BASEMENT UP TO 5 FEET (1.52 M) DEPTH AND PLINTH UP TO 4 FEET (1.2 M) HEIGHT FROM GROUND LEVEL . | % Cft | 20 | 52,729.76 | 10,546.00 |
| 4 | PROVIDING AND LAYING FIRST CLASS SOLID BURNT BRICK MASONRY SET IN CEMENT MORTAR 1:6 IN STRAIGHT OR CURVED WALLS MORE THAN 13-1/2 INCHES (343 MM) THICK INCLUDING SCAFFOLDING, RAKING OUT JOINTS AND CURING ETC. COMPLETE IN FOUNDATION, BASEMENT AND PLINTH (FOUNDATION AND BASEMENT MASONRY UPTO 5 FEET (1.52 RU.M.) DEPTH AND PLINTH UPTO 4 FEET (1.2 RU.M.) HEIGHT FROM GROUND LEVEL) . | % Cft | 132 | 48,775.12 | 64,383.00 |
| 5 | PROVIDING AND LAYING FIRST CLASS SOLID BURNT BRICK MASONRY SET IN CEMENT MORTAR 1:6 IN STRAIGHT OR CURVED WALLS 9" TO 13-/2 INCHES (228 MM TO 343 MM) THICK INCLUDING SCAFFOLDING, RAKING OUT JOINTS AND CURING ETC. COMPLETE IN FOUNDATION, BASEMENT AND PLINTH (FOUNDATION AND BASEMENT MASONRY UPTO 5 FEET (1.52 RU.M.) DEPTH AND PLINTH UPTO 4 FEET (1.2 RU.M.) HEIGHT FROM GROUND LEVEL) . | % Cft | 267 | 52,086.85 | 139,072.00 |
| 6 | PROVIDING AND LAYING IN SITU 1:2:4 CEMENT CONCRETE USING SCREENED GRADED BAJRI 3/4 INCH (19 MM) AND DOWN GAUGE IN ARCHITRAVES, COPING AND CORNICE ETC. OF REQUIRED SHAPE IN SUPERSTRUCTURE INCLUDING COMPACTING, CURING, COST OF FORM WORK AND ITS REMOVAL ETC., COMPLETE IN GROUND FLOOR . | % Cft | 13 | 50,935.30 | 6,622.00 |
| 7 | 3/4'' (19 MM) THICK CEMENT PLASTER 1:4 ON WALLS AND COLUMNS ETC. IN BASEMENT, PLINTH, MEZZANINE AND GROUND FLOOR INCLUDING MAKING EDGES, CORNERS, AND CURING ETC., COMPLETE. | % Sft | 1,057 | 7,202.33 | 76,129.00 |
| 8 | CUTTING TO A REQUIRED GRADIENT IN ALL KINDS OF MURUM SOIL AND FILLING THE EXCAVATED STUFF IN 6 INCHES (152 MM) LAYERS IN DEPRESSIONS WHERE REQUIRED OR DISPOSING THE SAME COMPLETE WITH LEVELLING, DRESSING, WATERING THE FILLING AND CONSOLIDATION ETC. AS REQUIRED, LEAD UPTO ONE CHAIN (30.5 RM) AVERAGE, AND LIFT UPTO 5 FEET (1.52 M). | % Cft | 6,000 | 3,087.96 | 185,278.00 |
| 9 | PREPARATION OF SUB-GRADE OVER BOTTOM OF EXCAVATION WITH REQUIRED DRESSING TO REQUIRED GRADE, CAMBER AND SIDE SLOPES INCLUDING CUTTING TO REQUIRED DEPTH AND . BREAKING CLODS WATERING AND CONSOLIDATION WITH SUITABLE MECHANICAL MEANS TO ATTAIN MINIMUM DENSITY OF 95% MODIFIED A.A.S.H.O. MAXIMUM DRY DENSITY FOR TOP 6" (152MM) LAYERS INCLUDING DISPOSAL OF SURPLUS EARTH WITHIN 3 CHAINS (92 M) LEAD COMPLETE . | % Sft | 12,000 | 2,003.06 | 240,368.00 |
| 10 | PROVIDING AND FIXING RCC PIPE OF CLASS "C" OR EQUIVALENT IN TRENCHES INCLUDING CUTTING, FITTING AND JOINTING WITH MAXPHALT COMPOSITION AND CEMENT MORTAR (1:1) AND TESTING WITH WATER INCLUDING ALL LEAD AND LIFT: 6" (150 MM) DIA PIPE. | Per Rft | 40 | 1,000.16 | 40,006.00 |
| 11 | PROVIDING AND LAYING ROAD KERB OF 1ST CLASS BURNT BRICK MASONRY LAID IN CEMENT MORTAR 1:4, 9" (229 MM) WIDE AND 12" (305 MM) DEEP WITH ROUND MOULDED CORNERS OF BRICKS INCLUDING COST OF EXCAVATION AND BACK FILLING OF EXCAVATED STUFF AND ITS DISPOSAL WITHIN ONE CHAIN LEAD AS DESIRED . | % Rft | 1,200 | 42,542.23 | 510,507.00 |
| 12 | PROVIDING AND LAYING 1:4:8 CEMENT CONCRETE IN ANY THICKNESS USING 2" (51 MM) AND DOWN GAUGE STONE BALLAST OF APPROVED GRADE AND QUALITY OVER PREPARED SUB-GRADE OR SAND CUSHION IN ROADS, PATHS, CRETEWAYS LAID TO REQUIRED GRADIENT AND CAMBER INCLUDING COST OF NECESSARY FORM WORK AND ITS REMOVAL COMPACTING WITH VIBRATORS INCLUDING CURING ETC. COMPLETE . | % Cft | 3,960 | 37,634.31 | 1,490,319.00 |
| 13 | PROVIDING AND LAYING 1/2" (13MM) THICK MARBLE PATTIES (PANNEL STRIPS) UP TO 1-1/2" (38 MM) DEPTH IN FLOOR AND DADO OF ANY DESCRIPTION IN ALL FLOOR. | Per Rft | 600 | 27.26 | 16,354.00 |
| 14 | PROVIDING AND LAYING 4" (102 MM) THICK NOT LEANER THAN 1:2:4 CEMENT CONCRETE (MINIMUM WORKS CUBE CRUSHING STRENGTH OF 3000 LBS. PSI (211 KG. PER SQ.CM. AT 28 DAYS) IN ROAD, PATHS, CRETE-WAYS ETC. USING CRUSHED GRADED BOULDERS IN PANELS OF APPROVED SIZE LAID TO REQUIRED GRADIENT AND CAMBER OVER ANY SUB-GRADE INCLUDING COST OF NECESSARY FORM WORK AND ITS REMOVAL, COMPACTING WITH VIBRATORS (IMMERSION OR SCREEN OR BOTH) BELTING THE SURFACE WITH CANVAS BELT, ROUGHENING THE SURFACE AFTER LAYING CONCRETE WITH BRUSH AND CURING ETC. COMPLETE.. | % Sft | 12,000 | 17,398.56 | 2,087,827.00 |
| 15 | PAVEMENT MARKING IN REFLECTIVE CR PAINT FOR LINES OF 15CM WIDTH, WITH ROAD MARKING MACHINE COMPLETE AS PER DIRECTION OF ENGINEER INCHARGE | Per Rft | 1,200 | 28.28 | 33,939.00 |
| GRAND TOTAL: | Rs 4,943,031.00 |
RECONSTRUCTION OF ROAD AND FIRE PIT FOR FIRE TENDERS AT NAWABSHAH AIRPORT
For Individual Jobs
| # | Job 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] |
Â
Â
Â
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: Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (Province). The Supplier is: The title of the subject procurement is:RECONSTRUCTION OF ROAD AND FIRE PIT FOR FIRE TENDERS AT NAWABSHAH AIRPORT |
|
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: Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer 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: Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer 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 0.05% 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 0%Â of the contract price in acceptable form of Nil |
|
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. |
|
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.:P19799
To: Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (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 Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (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., RECONSTRUCTION OF ROAD AND FIRE PIT FOR FIRE TENDERS AT NAWABSHAH AIRPORT (P19799) 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:     Civil Aviation Training Institute (CATI) - Pakistan Airports Authority (Pakistan Airports Authority (PAA)), Divisional Engineer Airport, Hyderabad, Hyderabad (District), Hyderabad (Division), Sindh (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}
This Contract Document shall prevail over all other provisions. The bidder(s) are required to sign & stamp the document and upload the scanned copy as part of the Bid submission.
Affidavit for Non-Blacklisting on Non-Judicial Stamp Paper