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
IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director
Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory
+92-319-599-2205
iescopmu@iesco.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 IESCO-PMU (Islamabad Electric Supply Company (IESCO)) The subject of procurement is:Â NCB-226 Reconductroing / Remodeling of 132 kV Transmission Line (22.783 km) Burhan to Kamra included in Multi Year Tariff (Rs. 72,184,713) Expected commencement date: Tuesday, June 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P10685Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 2 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Saturday, April 4, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on IESCO-PMU (Islamabad Electric Supply Company (IESCO)) 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: 90 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: Call at Deposit, Bank Guarantee, Demand Draft  |
| 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; Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, April 7, 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 April 07, 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: 5.00%. The Performance Guarantee shall be acceptable in the form of:Â 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) Company (Public Limited) Company (Holding Company) Company (Limited by Guarantee) State Owned Enterprise (Private Limited) State Owned Enterprise (Public Limited) | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP PEC |
| Eligibility Criteria | Document |
|---|---|
| The bidder submit Performance Guarantee in the form of Bank Guarantee issued by a Schedule bank of Pakistan having rating A+. | Yes |
| Bid Security Declaration Form-9 is not applicable | No |
| IESCO will consider only price schedule for evaluation and further award of contract whereas the items without lot shall not be considered | No |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 100 | |
| Technical Evaluation Criteria | ||
| Average Annual Turn Over Rs.188 Million (Quantitative)(Doc Required) | 10 | |
| Aggregate net worth for last three years (with no negative net worth in any of the last three years Rs. 29 Million (Quantitative)(Doc Required) | 10 | |
| Financial Resources/Cash Flow Rs.73 Million (Quantitative)(Doc Required) | 10 | |
| Bidder / JV must demonstrate at least two (02) No. of contracts that have been successfully completed within last Ten (10) years similar to the proposed work. The aggregate value of Contract Agreements / Work Orders will be equal to Rs. 72 Million (Quantitative)(Doc Required) | 40 | |
| Technical Staff (Quantitative)(Doc Required) | 10 | |
| Equipment/ Machinery (Quantitative)(Doc Required) | 20 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| RECONDUCTORING / REMODELING OF 132 KV TRANSMISSION LINE (22.783 KM) BURHAN TO KAMRA INCLUDED IN MULTI YEAR TARIFF | Address: Burhan Kamra Schedule: 210 Days after signing of contract agreement Quantity: 1 | 1 | 2165541 |
| Item | UNSPSC | Delivery Schedule | Quantity | Bid Security | Related to Job/Lot |
|---|---|---|---|---|---|
| Tower type ZM-1 foundation 20Âş drawing No.PDW/TC-198 | Foundation and footing construction service |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 176
|
176 | ||
| Tower type ZM-30 foundation 20Âş drawing No.PDW/TC-199 | Foundation and footing construction service |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 44
|
44 | ||
| Tower type Landative-60 foundation 20Âş drawing No.PDW/TC-200 | Foundation and footing construction service |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 12
|
12 | ||
| Tower type EA foundation | Foundation and footing construction service |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 32
|
32 | ||
| Tower type ED foundation | Foundation and footing construction service |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 4
|
4 | ||
| Basic Body (without stubs) Medium Angle Tower Type ZM - 1 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days
Quantity: 44
|
44 | ||
| 3.0 m Leg Extension Medium Angle Tower Type ZM - 1 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 40
|
40 | ||
| 6.0 m Leg Extension Medium Angle Tower Type ZM - 1 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 32
|
32 | ||
| Basic Body (without stubs) Medium Angle Tower Type ZM - 30 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 11
|
11 | ||
| 3.0 m Leg Extension Medium Angle Tower Type ZM - 30 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days
Quantity: 16
|
16 | ||
| Basic Body (without stubs) Medium Angle Tower Type ZM -60 | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days
Quantity: 3
|
3 | ||
| Basic Body (without stubs) 220 kV Medium Angle Tower Type EA | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 8
|
8 | ||
| 2.0 m Leg Extension 220 kV Medium Angle Tower Type EA | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 12
|
12 | ||
| 4.0 m Leg Extension 220 kV Medium Angle Tower Type EA | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 4
|
4 | ||
| 8.0 m Leg Extension 220 kV Medium Angle Tower Type EA | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 16
|
16 | ||
| 6.0 m Body Extension 220 kV Medium Angle Tower Type EA | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 16
|
16 | ||
| Basic Body (without stubs) 220 kV Medium Angle Tower Type ED | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 1
|
1 | ||
| 2.0 m Leg Extension 220 kV Medium Angle Tower Type ED | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 4
|
4 | ||
| SPA Pole | Power transmission steel tower |
Address: Burhan Kamra
Schedule: 210 Days after signing of contract agreement
Quantity: 1
|
1 |
Yes
| Job | Related Services |
|---|---|
| RECONDUCTORING / REMODELING OF 132 KV TRANSMISSION LINE (22.783 KM) BURHAN TO KAMRA INCLUDED IN MULTI YEAR TARIFF | Yes |
Jobs Without Lots :
Job: RECONDUCTORING / REMODELING OF 132 KV TRANSMISSION LINE (22.783 KM) BURHAN TO KAMRA INCLUDED IN MULTI YEAR TARIFF
Specifications / Requirements:
| Sr. No | Ref. No. | Description | Unit | Qty | Rate | Amount |
|---|---|---|---|---|---|---|
| 1 | 1 | Providing and casting in situ bored RCC piles in 1:1.5:3 cement concrete of approved crush stone and coarse sand including all cost of bording drilling with rotary, reverse rotary or any approved method, placing concrete with tremie excluding cost of supply and fabrication of steel bars reinforcement cage, which shall be paid separately including screening and washing of shingle iv) (P 5-2/4-v) SPA+3M, SPA+4.5M, SPG+7M 1200mm dia (D.No.PDW/TC-791). | Mtr. | 10.300 | 29,752 | 306,448 |
| 2 | 2 | Supplying and fabrication of intermediate grade deformed reinforcement for RCC, pile i/c cutting, bending, laying in position, welding and fastening i/c cost of binding wire a) 40,000 psi (276 Mpa) yield (P 5-3/7-a) | Kg | 1563.029 | 332 | 519,144 |
| 3 | 3 | Reinforced cement concrete work using coarse sand except the cost of steel reinforcement and its labour for bending and binding. This rate also includes all kinds of forms moulds, lifting, shuttering, curring, rendering and finishing the exposed surface (including screening and washing of shingle Ratio 1:1.5:3 (P 5-1/3-ii) | Cum | 3.393 | 24,672 | 83,721 |
| 4 | 4 | Fixing in position of foundation bolts duly assembled in template i/c welding the bolts with steel cap. (P 20-8/75) | No. | 16 | 454 | 7,257 |
| 5 | 5 | Tower type ZM-1 foundation 20Âş drawing No.PDW/TC-198 | Footing | 176 | 85000 | 14960000 |
| 6 | 6 | Tower type ZM-30 foundation 20Âş drawing No.PDW/TC-199 | Footing | 44 | 95000 | 4180000 |
| 7 | 7 | Tower type Landative-60 foundation 20Âş drawing No.PDW/TC-200 | Footing | 12 | 95000 | 1140000 |
| 8 | 8 | Tower type EA foundation. | Footing | 32 | 215000 | 6880000 |
| 9 | 9 | Tower type ED foundation | Footing | 4 | 295000 | 1180000 |
| 10 | 10 | Basic Body (without stubs) Medium Angle Tower Type ZM - 1 | No. | 44 | 165000 | 7260000 |
| 11 | 11 | 3.0 m Leg Extension Medium Angle Tower Type ZM - 1 | No. | 40 | 8500 | 340000 |
| 12 | 12 | 6.0 m Leg Extension Medium Angle Tower Type ZM - 1 | No. | 32 | 9500 | 304000 |
| 13 | 13 | Basic Body (without stubs) Medium Angle Tower Type ZM - 30 | No. | 11 | 215000 | 2365000 |
| 14 | 14 | 3.0 m Leg Extension Medium Angle Tower Type ZM - 30 | No. | 16 | 9500 | 152000 |
| 15 | 15 | Basic Body (without stubs) Medium Angle Tower Type ZM -60 | No. | 3 | 235000 | 705000 |
| 16 | 16 | Basic Body (without stubs) 220 kV Medium Angle Tower Type EA | No. | 8 | 365000 | 2920000 |
| 17 | 17 | 2.0 m Leg Extension 220 kV Medium Angle Tower Type EA | No. | 12 | 6500 | 78000 |
| 18 | 18 | 4.0 m Leg Extension 220 kV Medium Angle Tower Type EA | No. | 4 | 7500 | 30000 |
| 19 | 19 | 8.0 m Leg Extension 220 kV Medium Angle Tower Type EA | No. | 16 | 11500 | 184000 |
| 20 | 20 | 6.0 m Body Extension 220 kV Medium Angle Tower Type EA | No. | 16 | 12500 | 200000 |
| 21 | 21 | Basic Body (without stubs) 220 kV Medium Angle Tower Type ED | No. | 1 | 415000 | 415000 |
| 22 | 22 | 2.0 m Leg Extension 220 kV Medium Angle Tower Type ED | No. | 4 | 6500 | 26000 |
| 23 | 23 | SPA Pole | No. | 1 | 285000 | 285000 |
| 24 | 24 | Stringing / Sagging of (Single Circuit) 03 No. Conductor type AAAC Greely including installation of Disc Insulators, Stock Bridge Dampers,Suspension/Tension Fitting, Midspan Joints, Repair Sleeves etc along with transportation from IESCO regional store to site of work | Km | 22.783 | 550000 | 12530650 |
| 25 | 25 | De-Stringing/Re-Stringing / Sagging of (Single Circuit) 03 No. Conductor type ACSR Lynx including installation of Disc Insulators, Stock Bridge Dampers,Suspension/Tension Fitting, Midspan Joints, Repair Sleeves etc along with transportation from IESCO regional store to site of work | Km | 22.783 | 350000 | 7974050 |
| 26 | 26 | Stringing of 1 No. Galvanized Steel Wire 9mm dia, including installation of Stock Bridge Dampers,Suspension/Tension Fitting, Midspan Joints, Repair Sleeves etc along with transportation from IESCO regional store to site of work | Km | 14.500 | 250000 | 3625000 |
| 27 | 27 | ZM-1 tower without stubs (Dismantling of existing tower brace by brace and reuse at same line.) | No. | 2 | 95000 | 190000 |
| 28 | 28 | Dismantling of existing towers and returned to store (33 No. OA & 06 No.OD) | Kg | 97472 | 19 | 1851968 |
| 29 | 29 | Dismantling of existing conductor (Zigolo) along with supension/tension assembly,Stock Bridge Dampers & PG Clamps & returned to store. (Zigolo S/C length 22.783 Km) Total Weight ACSR Scrap | Kg | 53039.60 | 12 | 636475 |
| 30 | 30 | Water quality monitoring. | Job | 4 | 20000 | 80000 |
| 31 | 31 | Air quality monitoring. | Job | 4 | 25000 | 100000 |
| 32 | 32 | Noise quality monitoring. | Job | 4 | 1500 | 6000 |
| 33 | 33 | Waste water quality monitoring. | Job | 4 | 20000 | 80000 |
| 34 | 34 | Other environmental & Social mitigation measures (Demarcation of work area, SSEMP, First Aid Box, Fire Fighting Equipments, Proper Storage of Oil & Lubricants.PPES | Job | 1 | 250000 | 250000 |
| 35 | 35 | Site restoration (complete in all respects). | No. | 68 | 5000 | 340000 |
| GRAND TOTAL: | Rs 72,184,713.00 |
CONSTRUCTION OF TOWER FOUNDATIONS, RCC PILE FOUNDATIONS OF POLES, ERECTION, STRINGING , DISMANTLING OF EXISTING LINE AND EMMP FOR RECONDUCTORING / REMODELING OF 132 KV TRANSMISSION LINE (22.783 KM) BURHAN TO KAMRA INCLUDEDÂ IN MULTI YEAR TARIFF UNDER IESCO OWN RESOURCES
1.Tower Foundations
2.RCC Pile Foundation of Poles
3.Erection of Towers/Steel Tubular Poles.
4.Stringing of Conductor, Shield wire and Installation of Insulators,Fittings & Dampers etc. i/c Transportation etc
5.Dismantling charges of Existing Towers/Conductor along with hardware & returned to store
6.Mitigation Measures for Environmental Management & Monitoring Plan (EMMP)
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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., Islamabad Capital Territory The Supplier is: The title of the subject procurement is:NCB-226 Reconductroing / Remodeling of 132 kV Transmission Line (22.783 km) Burhan to Kamra included in Multi Year Tariff (Rs. 72,184,713) |
|
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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director 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: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director 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 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. |
|
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.:P10685
To: IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., 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 IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., 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., NCB-226 Reconductroing / Remodeling of 132 kV Transmission Line (22.783 km) Burhan to Kamra included in Multi Year Tariff (Rs. 72,184,713) (P10685) 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:     IESCO-PMU (Islamabad Electric Supply Company (IESCO)), Director Head Office, Street # 40, Sector G-7/4., 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}
1Non-performance of a contract did not occur within the last Five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation.
2All pending litigation shall in total not represent more than Ten percent (10%) of the Bidder’s net worth and shall be treated as resolved against the Bidder
3bidder must sign stamp the forms
Submission of audited balance sheets acceptable to the Employer, for the last Three [3] years to demonstrate the current soundness of the bidder’s financial position and its prospective long-term profitability.
Minimum average annual turnover, calculated as total certified payments received for contracts in progress or completed, within the last Three (3) years be as follows: Rs. 188Â Million