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
Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil
132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-370-499-0644
civilconstdivision.lesco@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 Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)) The subject of procurement is:Â P/F, installing, testing and commissioning of Security Surveillance System at 132kV G/S Old Kot Lakhpat including C-Type Store, Walton, Lallyani including C-Type Store, Ellahabad, Pattoki, Johar Town I & II, Qartaba, Model Town, Shadman & Garden Town Expected commencement date: Wednesday, April 15, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P11249Â |
| 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: Thursday, March 12, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)) 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: 120 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, 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; 132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Monday, March 30, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Monday Date:Â March 30, 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 Pay Order, Call at Deposit, 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) | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) PEC |
| Eligibility Criteria | Document |
|---|---|
| Technical Category EE-02 & EE-09 and Financial Category C-4 or above | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Post Qualification Criteria | ||
| Bidder attested copy of 03 (three) Nos of work orders each with a value of at least Pak Rs. 70 million (Pak Rs. Seventy Million) or more, that have been successfully completed and that are similar to the proposed work. (otherwise Zero marks) (Qualitative)(Doc Required) | 20 | |
| Bidder attested copies of at least 2 No. work orders of providing, installation and commissioning of surveillance system, each work should have at least 300 No. cameras (including fixed, dome and PTZ) with completion certificate.(otherwise Zero marks (Qualitative)(Doc Required) | 20 | |
| Bidder attested copy of at least one work order for O&M/SLA for security surveillance system having 300 No cameras or more, which has been completed within last 10 years along with satisfactory completion certificate. (otherwise Zero marks) (Qualitative)(Doc Required) | 20 | |
| Non-performance of a contract did not occur within the last 5 (five) years prior to the deadline for Bid submission based on all information on fully settled disputes or litigation. (otherwise Zero marks) (Qualitative)(Doc Required) | 10 | |
| Minimum average annual construction turnover of Rs. 150 Million for last three years (FY 2022-23, FY 2023-24 & FY 2024-25) to be calculated from FBR Tax Returns of firm or in case of J.V, collectively of all partners. (otherwise Zero marks) (Qualitative)(Doc Required) | 20 | |
| Electrical/ Electronics/ Software or I.T. Engineer with certification of PMP and CDCP along with employment letter on bidder’s letterhead. (otherwise Zero marks) (Qualitative)(Doc Required) | 10 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| P/F, installing, testing and commissioning of Security Surveillance System at 132kV G/S Old Kot Lakhpat including C-Type Store, Walton, Lallyani including C-Type Store, Ellahabad, Pattoki, Johar Town I & II, Qartaba, Model Town, Shadman & Garden Town | Address: 132 KV Grid Station Old Kot Lakhpat, Lahore, Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 180 Days Quantity: 1 | 1 | 4500000 |
No
Jobs Without Lots :
Job: P/F, installing, testing and commissioning of Security Surveillance System at 132kV G/S Old Kot Lakhpat including C-Type Store, Walton, Lallyani including C-Type Store, Ellahabad, Pattoki, Johar Town I & II, Qartaba, Model Town, Shadman & Garden Town
Specifications / Requirements:
| Sr. No | Ref No | Description | Quantity | Unit | Rate | Amount |
|---|---|---|---|---|---|---|
| 1 | Â | Miscellaneous Data Network Items | Â | Â | Â | Â |
| 2 | 1 | P/F Data CAT6 Foiled Twisted Pair. With 23 AWG Solid Core conductors, 100% pure copper. Category 6 certified 250 MHz performace supports 1000BASE-T. 305 meters (1000 ft) per roll (D-link or equivalent) | 72.00 | Roll | 98,219.00 | 7,071,768.00 |
| 3 | 2 | P/F Data CAT6 Patch cord length 1.0 meter.(D-link or equivalent) | 64.00 | Each | 485.00 | 31,040.00 |
| 4 | 3 | P/F Data CAT6 connector type 8P8C. Compatibility for 23 AWG Solid Core cable. Gold Plating (D-link or equivalent) | 1,000.00 | Each | 46.00 | 46,000.00 |
| 5 | 4 | P/F Horizontal Cable Manager 1U, 19-inch rack mount. With cover (D-link or equivalent) | 8.00 | Each | 3,405.00 | 27,240.00 |
| 6 | 5 | P/F Wall Mount Cabinet 6U, Size: 600mm Wide x 600mm Depth. Standard accessories includes 1 fixed tray and integrated 2 fan cooling kit | 28.00 | Each | 40,597.00 | 1,136,716.00 |
| 7 | 6 | P/F Wall Mount Data Cabinet 9U, Size: 600mm Wide x 600mm Depth. With standard accessories includes 1 fixed tray and integrated 2 fan cooling kit. | 7.00 | Each | 48,455.00 | 339,185.00 |
| 8 | 7 | P/F Power Distribution Unit 1U Horizontal Rack Mount. Total 8 Outlets, Universal/Multi-Standard type. Rating 16 Amperes and with Integrated circuit breaker or On/Off switch (PDU-1U-M8-K-10A) | 7.00 | Each | 7,858.00 | 55,006.00 |
| 9 | Â | FIBER OPTICS | Â | Â | Â | 0.00 |
| 10 | 8 | P/F Fiber Optic Cable outdoor rated 12 Cores (fibers). Single Mode (SM) fiber type (9/125). Outdoor rated, UV-resistant, and suitable for duct or aerial installation.Cable Construction loose tube, dielectric, non-armored | 5,000.00 | Mtr. | 72.00 | 360,000.00 |
| 11 | 9 | P/F Optical distribution frame wall Mount installation. Port Densirty 8 duplex LC ports 16 fibers. Fully loaded type and preconfigured, including splice trays and spools. | 28.00 | Each | 5,003.00 | 140,084.00 |
| 12 | 10 | P/F Optical distribution frame rack mount with total 24 fibers capacity and supporting 12 duplex Connections. Standard mounting 1U, 19 inch rack mount. Fully loaded 12 LC duplex adapters. Factory loaded 24 single mode LC pigtails. (D-link or equivalent) | 7.00 | Each | 8,093.00 | 56,651.00 |
| 13 | 11 | P/F Single mode duplex Patch Cord 1 Meter. Connectorization LC-SC duplex. SM (D-link or equivalent) | 26.00 | Each | 589.00 | 15,314.00 |
| 14 | 12 | P/F Single mode duplex Patch Cord 3 Meter. Connectorization LC-SC duplex. SM (D-link or equivalent) | 32.00 | Each | 589.00 | 18,848.00 |
| 15 | Â | Network Switches, Firewall and NMS | Â | Â | Â | 0.00 |
| 16 | 13 | P/F 8-Port-POE-Switch | Â | Â | Â | Â |
| 17 | Â | As per mentioned specification (see Annexure B) | 9.00 | Each | 176,139.00 | 1,585,251.00 |
| 18 | 14 | P/F16-Port-POE-Switch | Â | Â | Â | Â |
| 19 | Â | As per mentioned specification (see Annexure B) | 22.00 | Each | 229,178.00 | 5,041,916.00 |
| 20 | 15 | P/F 24-Port-POE-Switch | Â | Â | Â | Â |
| 21 | Â | As per mentioned specification (see Annexure B) | 8.00 | Each | 229,178.00 | 1,833,424.00 |
| 22 | 16 | P/F Firewall | Â | Â | Â | Â |
| 23 | Â | As per mentioned specification (see Annexure B) | 8.00 | Each | 905,000.00 | 7,240,000.00 |
| 24 | Â | IP CAMERAS AND NETWORK STORAGE RECORDER | Â | Â | Â | 0.00 |
| 25 | 17 | P/F NVR | 11.00 | Each | 248,821.00 | 2,737,031.00 |
| 26 | Â | As per mentioned specification (see Annexure B) | Â | Â | Â | Â |
| 27 | 18 | P/F NVR Hard Drive 10tbx8 (total 64 HDD required) | 11.00 | Each | 1,257,203.00 | 13,829,233.00 |
| 28 | 19 | P/F Dome Camera | Â | Â | Â | Â |
| 29 | Â | As per mentioned specification (see Annexure B) | 75.00 | Each | 18,989.00 | 1,424,175.00 |
| 30 | 20 | P/F Bullet Camera 4MP | Â | Â | Â | Â |
| 31 | Â | As per mentioned specification (see Annexure B) | 275.00 | Each | 21,608.00 | 5,942,200.00 |
| 32 | 21 | P/F PTZ Camera | Â | Â | Â | Â |
| 33 | Â | As per mentioned specification (see Annexure B) | 20.00 | Each | 622,053.00 | 12,441,060.00 |
| 34 | 22 | P/F PTZ camera mounting accessories | 18.00 | Each | 19,644.00 | 353,592.00 |
| 35 | 23 | P/F Galvanized, 4 foot high square. Including wall anchor bolts and internal cable entry | 22.00 | Each | 52,383.00 | 1,152,426.00 |
| 36 | 24 | P/F 10 foot galvanized steel pole, supplied with a 3 foot angle arm. Including anchor bolt foundation kit and integrated grounding stud. | 22.00 | Each | 111,315.00 | 2,448,930.00 |
| 37 | Â | Campus Surveillance Monitoring | Â | Â | Â | 0.00 |
| 38 | 25 | P/F LCD Screen,55", with wall mouting kit or bracket, indcluding 5Mtr, HDMI | 6.00 | Each | 159,770.00 | 958,620.00 |
| 39 | 26 | P/F Wireless Mouse, blutooth, Silent Click, with auto power off | 6.00 | Each | 6,548.00 | 39,288.00 |
| 40 | Â | Dedicated Power/ Electric Source | Â | Â | Â | 0.00 |
| 41 | 27 | P/F Unintrupted poweer supply, 3000VA/2400W min. capacity, Pure Sine Wave Output, Tower case, with 2 hours battery backup | 6.00 | Each | 392,876.00 | 2,357,256.00 |
| 42 | 28 | P/L Power Cable, Single core, Red and Black, PVC insulated, Copper conductor, 11 Amps rating, 250/440V minimum-7/29 | 2,400.00 | Mtr | 346.00 | 830,400.00 |
| 43 | 29 | P/F Multi Power Plug, Heavy-Duty Multi-Socket with Single-Pole Circuit Breaker and Surge Protection. | 30.00 | Each | 5,238.00 | 157,140.00 |
| 44 | Â | PVC / HDPE Items and accessories | Â | Â | Â | 0.00 |
| 45 | 30 | P/L HDPE Material, 1.5'', UV-resistant and suitable for direct burial underground cable protection | 6,000.00 | RFT | 80.00 | 480,000.00 |
| 46 | 31 | P/L Pipe, PVC, 1", 10ft, (Underground/ Wall) with U type clamps and accessories , (GM/ ADAM G/ PAPULAR) | 7,800.00 | RFT | 31.00 | 241,800.00 |
| 47 | 32 | P/L Pipe, PVC, 2", 10ft, (Underground/ Wall) with U type clamps and accessories , (GM/ ADAM G/ PAPULAR) | 350.00 | RFT | 85.00 | 29,750.00 |
| 48 | 33 | P/L Duct Channel, PVC, 40X40 with complete accessories , (GM/ ADAM G/ PAPULAR) | 900.00 | RFT | 71.00 | 63,900.00 |
| 49 | 34 | P/L Flexible pipe, 1", /ft (GM/ ADAM G/ PAPULAR) | 900.00 | RFT | 33.00 | 29,700.00 |
| 50 | 35 | P/L Flexible pipe, 2", /ft (GM/ ADAM G/ PAPULAR) | 300.00 | RFT | 64.00 | 19,200.00 |
| 51 | 36 | P/L Flexible Pipe, 4", /ft (GM/ ADAM G/ PAPULAR) | 360.00 | RFT | 95.00 | 34,200.00 |
| 52 | 37 | P/F PVC Junction Box, air tight, 3x3 | 372.00 | Each | 327.00 | 121,644.00 |
| 53 | 38 | P/F PVC Junction Box, air tight, 10x10 | 30.00 | Each | 1,964.00 | 58,920.00 |
| 54 | 39 | P/F Accessories | 12.00 | LOT | 13,096.00 | 157,152.00 |
| 55 | Â | Civil Work | Â | Â | Â | 0.00 |
| 56 | 40 | P/F Handhole, with conceret Slap, 2'x2', complete job | 18.00 | Each | 52,383.00 | 942,894.00 |
| 57 | 41 | P/F Handhole, with conceret Slap, 4'x4', complete job | 18.00 | Each | 91,671.00 | 1,650,078.00 |
| 58 | Â | Technical Support Services | Â | Â | Â | 0.00 |
| 59 | 42 | P/F 8-Port-POE-Switch Support Services | 6.00 | Each | 13,096.00 | 78,576.00 |
| 60 | 43 | P/F 16-Port-POE-Switch Support Services | 6.00 | Each | 19,644.00 | 117,864.00 |
| 61 | 44 | P/F 24-Port-POE-Switch Support Services | 18.00 | Each | 39,288.00 | 707,184.00 |
| 62 | 45 | P/F Firewall Support Services | 6.00 | Each | 458,355.00 | 2,750,130.00 |
| 63 | 46 | P/L Data cable UTP laying End to End Connectivity | 30,480.00 | Mtr | 327.00 | 9,966,960.00 |
| 64 | 47 | P/L Fiber Optics Cable Laying | 4,200.00 | Mtr | 393.00 | 1,650,600.00 |
| 65 | 48 | P/F Fiber Optics Splicing with sleeves | 348.00 | Each | 655.00 | 227,940.00 |
| 66 | 49 | P/F Camera Fixed/ Dome Installation | 348.00 | Each | 3,929.00 | 1,367,292.00 |
| 67 | 50 | P/F Camera PTZ Installation with mounting kit | 12.00 | Each | 10,477.00 | 125,724.00 |
| 68 | 51 | P/F Network Video Recorder, Installation and configuration complete with internet setup | 6.00 | Each | 32,740.00 | 196,440.00 |
| 69 | 52 | P/L Power Cable, 3/29 Laying | 7,800.00 | RFT | 131.00 | 1,021,800.00 |
| 70 | 53 | Civil Work, Soft digging with back filling | 6,000.00 | RFT | 655.00 | 3,930,000.00 |
| 71 | 54 | Civil Work, Hard digging with cementing | 900.00 | RFT | 1,964.00 | 1,767,600.00 |
| 72 | 55 | Operation, removal of defects for all above sites far a period of one year (Vender will be responsible for smooth running of system at all sites with minimum response period within 8 hours other than any forced theft, robery e.t.c incidents). | 1.00 | Job | 2,500,000.00 | 2,500,000.00 |
| GRAND TOTAL: | Rs 99,907,142.00 |
Providing/fixing, installing, testing and commissioning of Security Surveillance System at 132kV Grid Station Old Kot Lakhpat including C-Type Store, 132kV Grid Station Walton, 132kV Grid Station Lallyani including C-Type Store, 132kV Grid Station Ellahabad, 132kV Grid Station Pattoki, 132kV Grid Station Johar Town I & II, 132kV Grid Station Qartaba, 132kV Grid Station Model Town, 132kV Grid Station Shadman and 132kV Grid Station Garden Town
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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province). The Supplier is: The title of the subject procurement is:P/F, installing, testing and commissioning of Security Surveillance System at 132kV G/S Old Kot Lakhpat including C-Type Store, Walton, Lallyani including C-Type Store, Ellahabad, Pattoki, Johar Town I & II, Qartaba, Model Town, Shadman & Garden Town |
|
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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 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 Pay Order, Call at Deposit, 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 conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team) Refabricated material/equipment will not be accepted. Within defect liability period, equipment will be in warranty and will be replaced by contractor without cost. Equipment must be delivered on site within 60 days of letter of commencement for departmental Inspection otherwise L.D as mentioned in special stipulations will be deducted. On successful issuance of inspection certificate of equipment, 75% payment of equipment will be released but safe keeping of equipment will be responsibility of vendor till commissioning and handing over. No payment will be made for any work involved for making approach / access to site of work. Water charges @1% on water based construction works will be charged, if contractor's use the water from LESCO water supply arrangements, otherwise contractor should make arrangement for by installing water pump & seeking temporary connection of electricity from concerned LESCO (Op) office for their use. Technical specifications are available in the office of Dy: Manager Civil Construction Division GSC LESCO, which can be collected during working hours. Those bidders who do not fulfill the post qualification criteria will be declared as non-responsive and their bid will not be considered for further process. Delivery & DocumentsManufacturer’s or Supplier’s Valid Warranty Certificate; 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.:P11249
To: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province).
Â
Â
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred  for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
Â
THIS AGREEMENT made the _____ day of __________ 20_____ between Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province).
 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., P/F, installing, testing and commissioning of Security Surveillance System at 132kV G/S Old Kot Lakhpat including C-Type Store, Walton, Lallyani including C-Type Store, Ellahabad, Pattoki, Johar Town I & II, Qartaba, Model Town, Shadman & Garden Town (P11249) 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:     Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Deputy Manager Civil 132 KV Grid Station Old Kot Lakhpat, Lahore, Model Town, Lahore (District), Lahore Division (Division), Punjab (Province).
Â
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
Â
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}
Each Bidding firm must possess minimum average annual construction turnover of Rs. 150 Million (One Hundred & Fifty Million) for last three years (FY 2022-23, FY 2023-24 & FY 2024-25) to be calculated from FBR Tax Returns of firm or in case of J.V, collectively of all partners.