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
Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), Deputy Manager
27 O/O Chief Engineer Assest Management, H-8/4, Islamabad Capital Territory
+92-335-740-2521
engrburki@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:Â Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)) The subject of procurement is:Â CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD Expected commencement date: Friday, April 10, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P10553Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 3 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Friday, March 13, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)) website and on EPADS v2.0. |
C. Preparation of Bids |
||
| 6. |
8.1 |
List of documents required along with the bid:
 |
| 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: 150 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: Banker's Cheque, Call at Deposit, Bank Guarantee  |
| 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; 27 O/O Chief Engineer Assest Management, H-8/4, Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, March 31, 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 March 31, 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: 10.00%. The Performance Guarantee shall be acceptable in the form of:Â Banker's Cheque, Bank Guarantee |
| 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 |
|---|---|
| Sole Proprietorship Partnership Firm Company (Private Limited) | FBR (NTN) PEC |
Least Cost Based Selection (LCBS)
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD | Address: 220kV GridStation Sangjani islamabad Schedule: 210 Days Quantity: 1 | 1 | 2500000 |
Yes
| Job | Related Services |
|---|---|
| CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD | Civil Works as per PEC Requirements |
Jobs Without Lots :
Job: CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD
Specifications / Requirements:
| Sr. No | Ref. No. | ITEM DESCRIPTION | UNIT | Qty | Rate | AMOUNT (PKR) |
|---|---|---|---|---|---|---|
| 1 | 59/1 | Excavation in foundation of buildings ,bridges and other structures including dag-belling dressing refilling around structure with excavated earth, waterering and ramming lead upto 30m and lift upto 1.5 metere In Ordinary Soil | Cum | 1766.07 | 678.38 | 1198067 |
| 2 | 59/2 | Cement concrete plain including placing compacting finishing and curing complete including screening and washing of stone aggregate without shuttering.1:4:8 | Cum | 90.11 | 12856.91 | 1158536 |
| 3 | 59/3 | Supplying and Fabrication of intermediate grade deformed reinforcement of 40,000 PSI(276 Mpa) yield for RCC in beams columns and pile caps i/c cutting bending laying in position i/c cost of binding wire and removal of rust etc. | Kg | 79083.58 | 478.07 | 37807487 |
| 4 | 59/4 | Reinforcement cement concrete work using course sand I/c all laboure & material except cost of steel reinforcement & its laboure for bending & binding which will be paid separately. This rate also includes all kind of forms, moulds, lifting, shuttering , cutting rendering and finishing the exposed surface (including screening and washing of shingle) Ratio 1:1.5:3 | Cum | 527.22 | 41143.67 | 21691766 |
| 5 | 59/5 | Filling ,watering and ramming earth under floor with surplus earth excavated from foundation | Cum | 1232.96 | 327.46 | 403745 |
| 6 | 59/6 | P/F Galvanized G.I angle 1.75 m length 50x50x6 mmangle iron post for barbid wire fencing arround switch yard duly fixed in position . | Nos | 483.00 | 4877.29 | 2355731 |
| 7 | 59/7 | Providing and fixing 4-rows barbed wire fencing around switch yard G.I barbed wire 14 SWG, 2 ply, 4 points fixed on G.I angle iron 50x50x6mm posts complete (excluding cost of angle iron post) | Rm | 618.50 | 658.21 | 407103 |
| 8 | 59/8 | Providing and fixing Concertina razor G.I wire 460mm outer dia @ 150mm c/c with 04 Nos of Horizental stay SWG 6 G.I wire welded with # 4 vertical stay rebar welded with G.I Angle Iron and Horizental Stay wire @ 3m C/C. | Rm | 618.50 | 1195.96 | 739701 |
| 9 | 59/9 | Cement concrete plain including placing, compacting finishing and curing complete (including screening and washing of stone aggregate ) with out shuttering Ratio 1:2:4 | Cum | 31.27 | 17132.85 | 535744 |
| 10 | 59/10 | Small iron work such as gusset plates, knees, bends, stirrups, straps, rings, etc. including cutting, drilling, riveting, handling, assembling and fixing but excluding erection in position. | Kg | 715.18 | 228.24 | 163233 |
| 11 | 59/11 | Erection and fitting in position or iron truses , staging of water tank etc. | Kg | 715.18 | 74.53 | 53302 |
| 12 | 59/12 | Pacca brick work in foundation & plinth of building including of joints upto 3 Meter height in CSM Ratio 1:5 | Cum | 448.10 | 21123.24 | 9465324 |
| 13 | 59/13 | Pacca brick work other then building including striking of joint upto 3.0m height in cement sand motor CSM Ratio 1:5 | Cum | 639.80 | 21950.15 | 14043706 |
| 14 | 59/14 | 20mm thick Cement plaster in 1:4 upto 1st floor height. | Sqm | 6984.50 | 828.14 | 5784144 |
| 15 | 59/15 | Bolts and nuts | Nos. | 714.00 | 56.03 | 40005 |
| 16 | 59/16 | Providing and laying 02 coat of hot plastic bitumen (PB-02 OR PB-04) coating to plastered or cement concrete surface using 1.0kg/sqm per coat.(Ref-575/76/XEN/EHV/WE-76 dated 23-04-2022 | Sqm | 280.60 | 473.28 | 132802 |
| 17 | 59/17 | Cement Concrete plin i/c placing, Compacting and finshing etc complete (1:3:6). | Cum | 0.85 | 14913.12 | 12676 |
| 18 | 59/18 | Dismentellling all type of wire fencing including rolling wire into bundle & collecting material. | Rm | 4.50 | 51.41 | 231 |
| 19 | 59/19 | Dismantling brick work in cement mortar. | Cum | 15.19 | 2647.77 | 40220 |
| 20 | 59/20 | Dismantling cement concrete 1:4:8 | Cum | 0.42 | 3425.70 | 1439 |
| 21 | 59/21 | Dismantling cement concrete 1:2:4 | Cum | 1.68 | 6853.15 | 11513 |
| 22 | 59/22 | Making and Fixing steel grated door with 16 SWG sheeting i/c angle iron frame 40x40x3mm hinges and railing with locking arrangement complete in all respect as per drawing | Sqm | 14.99 | 21770.88 | 326345 |
| 23 | 59/23 | Painting new surface preparing surface and painting of doors and windows any type i/c edges 3-Coats.(01-Priming +02-subsequent coats) | Sqm | 29.99 | 1142.33 | 34258 |
| 24 | 59/24 | Wiring light or fan point with 1/1.13 (3.029) PVC insulated wire in 19.1mm, 1.50mm thick PVC conduit recessed in the wall or column complete withswitch plastic plate ceiling rose/batton holder | Each | 3.00 | 3855.21 | 11566 |
| 25 | 59/25 | Providing and fixing B.C bakelite batten lamp holder with 200 mm white glass globe and gallery etc | Each | 3.00 | 696.16 | 2088 |
| 26 | 59/26 | Providing and fixing WAPDA monogram on the main entry gate of grid station prepared from 16 gauge MS sheet | Each | 2.00 | 3728.90 | 7458 |
| 27 | 59/27 | Providing and fixing fair face bricks | Sqm | 21.30 | 1808.44 | 38520 |
| 28 | 59/28 | M.S. Plates | Kg | 105.98 | 441.91 | 46834 |
| 29 | 59/29 | Providing and Fixing of Translucent milky acrylic sheet with proper rivets to angel iron frame 25x25x1.5mm. | Sqm | 2.76 | 7573.64 | 20903 |
| 30 | 59/30 | Providing and fixing ROPE light 12mm diameter of best Quality with flesher adapter complete in all respect | Meter | 26.76 | 506.92 | 13565 |
| 31 | 59/31 | Glazed tiles dado | Sqm | 3.14 | 6531.58 | 20509 |
| 32 | 59/32 | Pacca brick work | Cum | 0.97 | 22906.52 | 22219 |
| 33 | 59/33 | Topping of cement concrete (1:2:4) including surface finishing & dividing into panels: 50mm Thick | Sqm | 15.76 | 1786.86 | 28161 |
| 34 | 59/34 | Pacca Brick work in foundation and plinth in cement sand mortar 1:4. | Cum | 3.50 | 21566.86 | 75484 |
| 35 | 59/35 | b) Precast in columns beams, slab, lintel, staircases, shelves, etc. Ratio: i) 1:2:4 | Cum | 0.81 | 38539.17 | 31217 |
| 36 | 59/36 | c) Erecting and fixing in position precast cement concrete or stone slab in roofs or lintels, etc. lift upto first floor including all charges. | Cum | 0.81 | 7560.09 | 6124 |
| 37 | 59/37 | Supply and Filling sand floor or plugging in wells | Cum | 1.25 | 2131.36 | 2664 |
| 38 | 59/38 | Cement Plaster 1:4 upto 1st floor 13mm thick etc | Sqm | 172.69 | 620.12 | 107089 |
| 39 | 59/39 | Distempering 3-coat over and including cost of priming coat.) | Sqm | 172.69 | 260.62 | 45006 |
| 40 | 59/40 | Wiring of light or fan point with (3/.029)PVC insulated wire | Nos | 2.00 | 4871.42 | 9743 |
| 41 | 59/41 | Wiring 2-Pin Plug Point on board with ( 3/.029) insulated wire | Nos | 2.00 | 539.38 | 1079 |
| 42 | 59/42 | Wiring 3/5-pin 15-Amps Wall socket point with (3/.029) PVC insulated wire | Nos | 2.00 | 5657.16 | 11314 |
| 43 | 59/43 | Wiring mains with 3-1/1.78(7/.029) PVC insulated wire in 25 mm PVC Conduit on surface on the wall as required. | Meter | 180.00 | 404.06 | 72731 |
| 44 | 59/44 | Wiring mains with 3-1/7/1.04 (7/.044) PVC insulated wire 660 volts grade in 25 mm PVC conduit recessed in the wall as required. | Meter | 180.00 | 606.75 | 109215 |
| 45 | 59/45 | Wiring mains with 3-1/7/2.14 (19/.052) PVC insulated wire 660 volts grade in 38.2 mm PVC conduit recessed in the wall as required. | Meter | 70.00 | 2214.46 | 155012 |
| 46 | 59/46 | Providing and fixing of distribution board single phase 30 Amps, 250 volts with 1-No. incoming circuit breaker 30 Amps. D.P. 4-Nos. outgoing 6-15 Amps. Single pole circuit breaker with N link on prepared board. | Nos | 6.00 | 20964.00 | 125784 |
| 47 | 59/47 | Supply and erection of ceiling fan best quality including wiring of down rod with 1/1.13 mm (3/.029) PVC wire, fixing of regulator, blade, canopy etc 1422 mm (48”) sweep. | Nos | 6.00 | 10752.61 | 64516 |
| 48 | 59/48 | Proving & Fixing of 20-Watt LED tube light 4ft long (Philips) complete in all respect. | Nos | 10.00 | 4035.63 | 40356 |
| 49 | 59/49 | Extra Labour for R.C.C in 2nd floor | Cum | 4.82 | 1742.27 | 8398 |
| 50 | 59/50 | Providing Fixing (J-Bolt) Grade-60 (G.I) having 1" dia 24" long including nuts and washer complete quantity in all respect. | Nos | 8.00 | 6531.58 | 52253 |
| 51 | 59/51 | Providing Fixing MS Plate (500 x 500 x 25mm) | Kg | 131.40 | 530.31 | 69683 |
| 52 | 59/52 | Providing Fixing MS Pipe 100mm dia Vertical Suport Pol 1st Landing. | Kg | 8.18 | 6101.47 | 49910 |
| 53 | 59/53 | Providing Fixing MS Pipe 50mm dia. | Kg | 39.43 | 2116.47 | 83452 |
| 54 | 59/54 | Providing Fixing MS Tube (12x12mm) | Kg | 65.27 | 384.22 | 25078 |
| 55 | 59/55 | Providing Fixing MS angle Iron (38 x 38 x 3mm) | Kg | 244.65 | 384.22 | 93999 |
| 56 | 59/56 | Providing Fixing MS Stip 12mm x 2mm | Kg | 46.65 | 430.24 | 20071 |
| 57 | 59/57 | Painting fillets, framing, skirting, pipes. Gutters, & Similar works not exceeding 152mm girth: | Meter | 147.60 | 162.21 | 23942 |
| 58 | 59/58 | Praparing Surface in Painting of guard bars, gates, of iron bars, grating, rallings and similar open work. | Sqm | 29.05 | 663.32 | 19269 |
| 59 | 59/59 | P/F 16mm dia hook for fan | Nos | 2.00 | 591.17 | 1182 |
| GRAND TOTAL: | Rs 97,923,472.00 |
CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220
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: Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), Deputy Manager 27 O/O Chief Engineer Assest Management, H-8/4, Islamabad Capital Territory The Supplier is: The title of the subject procurement is:CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD |
|
GCC 2 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 3 |
Language: The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English. |
|
GCC 4 |
Notices: The addresses for the notices are: Procuring Agency: Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), 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: Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), 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 0.10% 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 Banker's Cheque, 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. |
|
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.:P10553
To: Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), Deputy Manager 27 O/O Chief Engineer Assest Management, H-8/4, 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 Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), Deputy Manager 27 O/O Chief Engineer Assest Management, H-8/4, 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., CONSTRUCTION OF BOUNDARY WALL, MAIN GATE & 2 NOS. DOUBLE STOREY WATCH TOWERS DUE TO PASSAGE OF MARGALLA AVENUE FROM N-5 TO M-1 MOTORWAY ISLAMABAD THROUGH 220KV GRID STATION NGC SANGJANI ISLAMABAD (P10553) 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:     Assets Management (North), NGC Islamabad (Chief Engineer Asset Management National Grid Company (NGC-Islamabad)), Deputy Manager 27 O/O Chief Engineer Assest Management, H-8/4, 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}
The firm must have total work experience of 100 millions within last 10 years of similar naturw of works
The bidder must not have any litigation history or non-performance
please list all the works in hand and the remianing amount of works
The bidder must demonstrate average annual turnover of atleast 50 millionsÂ
The bidder must demonstrate access to cash flow of atleast 25 million in addition to the 25% of the current commitment amount
Atleast 50 million