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
Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development)
2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
+92-300-931-6311
abdul.ghani@sepco.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 Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO) The subject of procurement is:Â Procurement, Supply, Installation, Testing & Commissioning of Asset Performance Management System (APMS) specification No. DS-01:2026 on Turnkey basis Expected commencement date: Thursday, June 11, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P28559Â |
| 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: Wednesday, May 13, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO) 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: 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: Pay Order, Banker's Cheque, 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; 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Wednesday, May 20, 2026 11:30 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Wednesday Date:Â May 20, 2026 Time : 12:00 PM |
|
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, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft |
| 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 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 |
|---|---|
| SEPCO invites E-bids from the Potential Eligible Registered bidder with WAPDA / PEPCO / DISCOs / PPMC having valid PEC registration, NTN, Sales Tax Registration alongwith registration in Provincial Revenue Authority for the purpose of Sales Tax on services in SEPCO jurisdiction (whichever is applicable) on Single Stage One Envelope bidding procedure under National Competitive bidding (NCB) basis in accordance with the provisions of PPRA Rules, General Conditions of Contract & other procuremen | Yes |
| SEPCO intends to procure 483-Nos. of Asset Performance Management System (APMS) for Pole Mounted Distribution Transformers as per PPMC specification No. DS-01:2026 including Supply, Installation, Testing & Commissioning with allied accessories and complete solution for successful operation in SEPCO jurisdiction. | Yes |
| 1. Successful completion, as the main supplier, within the last 10 (ten) years, of at least one (01) contract involving the supply, installation, testing, and commissioning of 483 APMS;ORSuccessful completion, within the last 10 (ten) years, of one or more contracts involving the supply, installation, testing, and commissioning of 10,000 AMR/AMI smart energy meters | Yes |
| 2. The bidder shall demonstrate that the supplied APMS/AMR/AMI systems have been in successful operation for at least 02 (two) | Yes |
| Bids must be accompanied by a Bid Security valid for 120 days amounting to PKR 2,400,000/- in the form of Demand Draft, Pay Order, CDR or Bank Guarantee duly issued from a Scheduled Bank of Pakistan in favor of Chief Executive Officer SEPCO Sukkur. Bid Security in original will be provided to procuring agency before opening of tender otherwise the bid will be treated Non-Responsive. | Yes |
| Bid shall be valid for 90 days from the date of tender opening. Bid having validity less than 90 days will be treated Non-Responsive. | Yes |
Least Cost Based Selection (LCBS)
Lot Title : Lot-I
Bid Security : 2400000
| Job | Delivery Schedule | Quantity |
|---|---|---|
| Standard Asset Performance Management System (APMS) with Magnetic Contactor and non-motorized MCCB for 25 kVA Distribution Transformers complete with all components (i.e., APMS Enclosure, Smart Metering and Controlling Device (SMCD), including Comm |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 75
|
75 |
| Standard Asset Performance Management System (APMS) with Magnetic Contactor and non-motorized MCCB for 50 kVA Distribution Transformers complete with all components (i.e., APMS Enclosure, Smart Metering and Controlling Device (SMCD), including Com |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 82
|
82 |
| Standard Asset Performance Management System (APMS) with Magnetic Contactor and non-motorized MCCB for 100 kVA Distribution Transformers complete with all components (i.e., APMS Enclosure, Smart Metering and Controlling Device (SMCD), including Co |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 148
|
148 |
| Standard Asset Performance Management System (APMS) with Magnetic Contactor and non-motorized MCCB for 200 kVA Distribution Transformers complete with all components (i.e., APMS Enclosure, Smart Metering and Controlling Device (SMCD), including Com |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 178
|
178 |
| Sheathed Insulated, Single Core Aluminium Cable (PVC/PVC), 185 mm2 as per NTDC Specification DDS-8:2007 amended to-date, (in effect as at the date 30 days prior to bid submission) |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 21735
|
21735 |
| Sheathed Insulated, Single Core Aluminium Cable (PVC/PVC), 120 mm2 as per NTDC Specification DDS-8:2007 amended to-date, (in effect as at the date 30 days prior to bid submission) |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 7245
|
7245 |
| PG connectors for 185 mm2, S/C Al. Cable as per Specification No P-25:67 amended to-date, (in effect as at the date 30 days prior to bid submission). |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 2898
|
2898 |
| PG connectors for 120 mm2, S/C Al. Cable as per Specification No P-25:67 amended to-date, (in effect as at the date 30 days prior to bid submission). |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 966
|
966 |
| Bimetallic Lugs (Type Tested) for 185 mm2, Single Core Aluminium Cable. |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 2898
|
2898 |
| Bimetallic Lugs (Type Tested) for 120 mm2, Single Core Aluminium Cable. |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 966
|
966 |
| Hardware for the deployment of Head End System (HES) and Software (Operating System, Database, and System Environment), to support the quoted No of APMS devices as per the Technical Specifications of bidding documents. |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 1
|
1 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Sukkur 1 |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 41
|
41 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Ranipur |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 76
|
76 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Shahdadkot |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 34
|
34 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 50
|
50 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Dadu 1 |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 51
|
51 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Naushero Feroze |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 58
|
58 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 74
|
74 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Old Sukkur |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 42
|
42 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Shikarpur 1 |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 30
|
30 |
| Transportation, Storage, Installation, Testing & Commissioning of Asset Performance System (APMS) on Distribution Transformers - Jacobabad |
Address: 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
Schedule: 60 Days
Quantity: 27
|
27 |
No
Lot Title: Lot-I
Specifications / Requirements:
| Sr. No | A. Price Schedule for Goods to Be Offered Name of Bidder _____________________ IFB Number ______________ Page ___ of ___ |  |
|---|---|---|
| 1 | Item No. | Â |
| 2 | 1 | Â |
| 3 | 1 | Â |
| 4 | 2 | Â |
| 5 | 3 | Â |
| 6 | 4 | Â |
| 7 | 5 | Â |
| 8 | 6 | Â |
| 9 | 7 | Â |
| 10 | 8 | Â |
| 11 | 9 | Â |
| 12 | 10 | Â |
| 13 | 11 | Â |
| 14 | Total Amount | Â |
| 15 | B. Price Schedule for Related Services to Be Offered Name of Bidder _____________________ IFB Number ______________ Page ___ of ___ | Â |
| 16 | Item No. | Total Price per item |
| 17 | Â | Â |
| 18 | 1 | 7=5*6 |
| 19 | 1 | Â |
| 20 | 2 | Â |
| 21 | 3 | Â |
| 22 | 4 | Â |
| 23 | 5 | Â |
| 24 | 6 | Â |
| 25 | 7 | Â |
| 26 | 8 | Â |
| 27 | 9 | Â |
| 28 | 10 | Â |
| 29 | Total Amount | 120749993 |
|  |  | Rs 120,750,000.00 |
Procurement, Supply, Installation, Testing & Commissioning of Asset Performance Management System (APMS) as per PPMC specification No. DS-01:2026on Turnkey basis. Eligible bidder will be responsible for supply, installation, testing & commissioning of APMS with allied accessories in the jurisdiction of Sukkur Electric Power Company for a contract period of 02 months.
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: Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur The Supplier is: The title of the subject procurement is:Procurement, Supply, Installation, Testing & Commissioning of Asset Performance Management System (APMS) specification No. DS-01:2026 on Turnkey basis |
|
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: Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 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: Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 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 0.01% 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, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft |
|
GCC 27 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 28 |
Payment terms: Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract. |
| Â | Â |
|
GCC 29 |
Identifying Defects: The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided. Inspections & Tests RequirementsFor being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier) For Physical Fitness having No Damages (Certificate from supplier) For the Country of Origin as quoted by the Supplier (Certificate from manufacturer) For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team) For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team) Delivery & DocumentsCopies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; Copies of the packing list identifying contents of each package; Insurance Certificate; Manufacturer’s or Supplier’s Valid Warranty Certificate; Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report; Certificate of Origin. The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock Sales Tax Invoice in Triplicate |
|
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.:P28559
To: Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
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 Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
 (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., Procurement, Supply, Installation, Testing & Commissioning of Asset Performance Management System (APMS) specification No. DS-01:2026 on Turnkey basis (P28559) 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:     Chief Engineer (Dev.) PMU SEPCO Sukkur (PMU SEPCO), Chief Engineer (Development) 2nd Floor, Al Sehra Building, Minara Road near Session Court Sukkur
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}
IT requirements for complianceÂ
Change of opening date as 20.05.2026 instead of 19.05.2026 as published in newspapers, due to technical reasons.
1. Successful completion, as the main supplier, within the last 10 (ten) years, of at least one (01) contract involving the supply, installation, testing, and commissioning of 483 APMS;
OR
Successful completion, within the last 10 (ten) years, of one or more contracts involving the supply, installation, testing, and commissioning of 10,000 AMR/AMI smart energy meters
2. The bidder shall demonstrate that the supplied APMS/AMR/AMI systems have been in successful operation for at least 02 (two) years.
The bidder should have sound financial status. In order to determine the same, the bidder shall provide it’s up to date financial statements i.e. (audited balance sheet and income tax returns, income statement, cash flow statements for the last 03 years). The bidders net worth calculated as a difference between total assets and total liabilities must be positive for the last 03 years.
To be awarded a contract for this order, the bidder has to have an average Annual Turnover in the last 03 years atleast 250 Million Pak Rs. .