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 Procurement of Design,Supply,Installation,Testing &Commissioning of Assert Performance Management System(APMS) according to revised PPMC spec No.PPMC-DS-01:2026 & its Configuration & Interfacing with AMI system as per schedule of requirement SoR Expected commencement date: Friday, July 31, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P29888Â |
| 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: Monday, May 18, 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: 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: 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; 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: Thursday, May 21, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Thursday Date:Â May 21, 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 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 |
|---|---|
| In case of foreign Bidder passport Number Of authorized representative having Power of Attorney for preparation of bidding document and subsequently contract signing. | Yes |
| The amount of performance security (or guarantee), as a percentage of the Contract Price, shall be Ten (10%) percent of the Contract Price in favor of Chief Engineer (Development) IESCO from Schedule Bank of Pakistan having rating A+ in shape of Bank Guarantee. Contractor will provide performance Guarantee at time of acceptance of Notification of Award | Yes |
| Bid Declaration Form not applicable | No |
| Bid security must be submitted in an acceptable form in the amount fixed in PKR valid for 28 days beyond bid validity period in favor of Chief Engineer (Development), IESCO, Islamabad. | Yes |
| A bidder may participate in JV under legally enforcement JV agreement  and all partners shall be jointly and severally laible for the execution of contract in accordance with contract terms  . In case JV agreement is not jointly and severally liable then bid shall be rejected. | Yes |
| a) Advance payment 20% is allowed against the advance bank guarantee from scheduled bank having credit rating A +.b) 100% payment shall be paid to contractor on 100% installation of APMS for individual feeder | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 100 | |
| Technical Evaluation Criteria | ||
| The bidder or Joint venture (JV) must demonstrate experience as a contractor by having successfully completed at least (02) two No. of contracts, with none of contract value should be less than 30% of Rs. 83 million. These projects must have been executed on a turnkey basis and involve systems rated at 415V or higher, and must have been completed within the last five years prior to the bid opening date. (Quantitative)(Doc Required) | 15 | |
| Manufacturer shall demonstrate at least five years experience in designing and manufacturing of similar nature/complex involving same or higher rated equipment/material. Three years satisfactory operation performance of same or high rated equipment. For the ease of evaluation, related form are enclosed in annexure and the same will be considered during evaluation. (Quantitative)(Doc Required) | 15 | |
| Bidder’s Net Worth for last year calculated as Rs. 82 Million difference b/w total assets & total liabilities should be positive (Quantitative)(Doc Required) | 15 | |
| Minimum average annual turnover of PKR calculated as total revenue of the Bidder over the last three Years shall be equal to: 502 M (Quantitative)(Doc Required) | 15 | |
| Specify proposed sources of financing, working capital and lines of credit after deduction of current commitments available to meet the cash flow demands as indicated in below: 61.8 M (Quantitative)(Doc Required) | 15 | |
| Technical Team required as per SoR (Quantitative)(Doc Required) | 10 | |
| Manufacturer will indicate its manufacturing / production capacity which shall be double the total sum of orders already in hand, expected orders in pipe line and this order (if placed on the bidder) (Quantitative)(Doc Required) | 15 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Procurement of Design,Supply,Installation,Testing &Commissioning of Assert Performance Management System(APMS) according to revised PPMC spec No.PPMC-DS-01:2026 & its Configuration & Interfacing with AMI system as per schedule of requirement SoR | Address: delivery as per SoR Schedule: 120 Days Quantity: 1 | 1 | 2062575 |
Yes
Jobs Without Lots :
Job: Procurement of Design,Supply,Installation,Testing &Commissioning of Assert Performance Management System(APMS) according to revised PPMC spec No.PPMC-DS-01:2026 & its Configuration & Interfacing with AMI system as per schedule of requirement SoR
Specifications / Requirements:
| Sr. No | Ref. No. | Description | Unit | Qty | Rate | Â |
|---|---|---|---|---|---|---|
| 1 | 1 | Design, Supply, Installation, testing & Commissioning of 415 Volt Asset Performance Management System (APMS) as per Ordering code APMS-MC-S-100 as per PPMC-DS-01:2026 & SOR except three phase Four wire Energy (LT ToU) Meters Ordering code (APMS-MC-S-100) and its interfacing & configuarion with AMI System | Nos. | 233 | Â | - |
| 2 | 2 | Design, Supply, Installation, testing & Commissioning of 415 Volt Asset Performance Management System (APMS) as per Ordering code APMS-MC-S-200 as per PPMC-DDS-01/2026 and SoR except three phase Four wire Energy (LT ToU) Meters (APMS-MC-S-200) and its interfacing & configuarion with AMI System | Nos. | 116 | Â | - |
| 3 | 3 | Design, Supply, Installation, testing & Commissioning of 415 Volt Asset Performance Management System (APMS) as per Ordering code APMS-MC-S-400 as per PPMC-DDS-01/2026 and SoR except three phase Four wire Energy (LT ToU) Meters (APMS-MC-S-400) and its interfacing & configuarion with AMI System | Nos. | 7 | Â | - |
| 4 | 4 | Supply, Installation of Busbar with AAC WASP Conductor with all allied accessories (PG connector and Spool Insulator (as per requirement) | Meter | 3500 | Â | - |
| 5 | 5 | Connection of LT Transformer terminal to APMS as per order code with 4 core 120mm2 PVC cable alongwith allied accessories (Terminal connector and Cable Sleeve with breaker& Magnetic contractor) | Meter | 2500 | Â | - |
| 6 | 6 | Replacement of 2-phase or 2-leg Transformer & Transportation of Transformer from Regional store to Site & Dismantled Transformer back to Store (100 KVA) | Nos. | 10 | Â | - |
| 7 | 7 | Replacement of 2-phase or 2-leg Transformer & Transportation of Transformer from Regional store to Site & Dismantled Transformer back to Store (200 KVA) | Nos. | 20 | Â | - |
| 8 | Total | Â | Â | Â | Â | 82,503,000.00 |
| GRAND TOTAL: | Rs 82,503,000.00 |
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:Procurement of Design,Supply,Installation,Testing &Commissioning of Assert Performance Management System(APMS) according to revised PPMC spec No.PPMC-DS-01:2026 & its Configuration & Interfacing with AMI system as per schedule of requirement SoR |
|
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 10.00%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. Inspections & Tests RequirementsQuality and quantity inspection shall be carried out prior to shipment of Goods by the manufacturer(s) at the supplier’s own expense and responsibility in terms of the items specified in the specifications. The supplier shall submit the inspection certificate issued by him which should be attached with the certificate(s) of the manufacturer(s) to the Procuring Agency in order to ensure that the goods are manufactured in compliance with the contract. Factory Acceptance Tests (FAT) shall be carried out at the premises of Manufacturer jointly witnessed with IESCO Engineers.The Contractor shall keep the Engineer informed of the progress of manufacture and notify the Engineer approximately six (6) weeks in advance, in writing as to when the Goods or any part thereof will be ready for inspection and for shipping to wharf at the port of entry/disembarkation. Following the receipt of such notice, the Engineer shall nominate to arrange pre-shipment inspection of the Goods or any part thereof including the packing at the Contractor's premises and will issue a pre-shipment Inspection Report or waiver to pre-shipment inspection. The Goods or any part thereof shall be shipped or delivered only upon issuance of pre-shipment inspection report.The Goods/material shall be subject to the type, sample and routine tests as described in the Specifications. The contractor shall provide free of charge all such assistance, instruments, machines, labor and materials as are normally required for carrying out such tests. In case a part or whole of the equipment being supplied at the project by the contractor is from within the country (Pakistan) or outside country, the cost of performing as well as witnessing any test by the Inspectors during pre-shipment local inspection shall be borne by the contractor if such tests are clearly intended by or provided for in the specifications or as agreed between IESCO and the contractor. Two (2) number authorized Engineers from IESCO will carry out inspection of the material at manufacturer’s works. A notice of at least six (6) weeks advance, in writing shall have to be given to the IESCO by the Supplier when the stores against the order are ready for Inspection. Manufacturer will provide facilities for tests as per tender specifications free of cost All reasonable facilities as provided in the specifications or followed by Trade & Industry in general shall have to be offered to the Inspecting officers, by the Supplier at their expense for carrying out Testing and Inspection. If Goods are being manufactured on other premises, the Contractor shall obtain permission of the Engineer/IESCO to carry out such inspection, examinations and testing at those premises. For such purpose, the Supplier shall provide free access at all times during manufacture, assembly and testing to the premises in which the work is being carried out. The contractor will cover all the expenses in context of witnessing of the tests by the Inspectors including 1st class traveling (by air or by road depending on the distance from Islamabad Pakistan to the place or places of inspections), boarding & lodging in any A class accommodation, local transportation and daily allowance As per prevailing rules per inspector to meet other expenses. Abroad Testing witnessing @ 250 USD and 15% incidental charges per inspector. Local Testing Witnessing as per prevailing rules and regulation of TA/DA. The supplier shall submit the inspection certificate issued by him which should be attached with the certificate(s) of the manufacturer(s) to the Procuring Agency in order to ensure that the goods are manufactured in compliance with the contract. In case the Goods fail to withstand any test, the cost of repeating such test and the cost of witnessing such test by the authorized Engineer/ Inspectors of IESCO shall be borne by the contractor and the equipment released or modified to the satisfaction of the Engineer without any additional cost to the IESCO. Any inspection and /or witnessing of tests or the waiving of such tests and /or surveillance by the IESCO/Engineer or their two Nos. representatives / Inspectors shall not relieve the Supplier of its obligations and responsibilities under the Contract regardless of any approval or consent given by the IESCO/Engineer or their two Nos. Representatives Inspector. Two copies of all the Inspection and Tests Reports and certificates including that for-quality control shall be supplied to IESCO The IESCO/Consultant or his two Nos. representatives/Inspector shall countersign the reports and certificates of such tests as have been witnessed.The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice. The Purchaser may require the Supplier to carry out any test and /or inspection notrequired by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes and standards under the Contract, the costs and expenses incurred in the carrying out of such test and/or inspection shall be borne by the Contractor / Supplier. Further, if such test and /or inspection impede the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection In case, due to any Pandemic/ urgency of material etc. where witnessing of factory acceptance testing/ foreign Inspection (if involved) may not be possible considering travels restrictions, requirement of material then third-party inspection will be opted through signing of Addendum after approval of Competent Authority. In such cases contractor will provide 03-year additional extended Warranty in lieu of waiver of physical inspection. The third-party inspection will be carried out after obtaining approval of Credible Testing laboratory from IESCO conducted by third party inspector witnessed by two No. IESCO Engineers on line through Zoom/ skype. The charges of testing/ witnessing of type tests will be borne by Supplier. The material will be delivered after approval of inspection certificate & test reports of approved inspectors from IESCO. Delivery & DocumentsFor Goods supplied from abroad: (Outside purchaser’s country on DDP) Upon shipment, the Supplier shall notify the Procuring Agency and the Insurance Company by cable the full details of the shipment, including Contract number, description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc The Supplier shall mail the documents (but not limited to the following papers) to the Procuring Agency, with a copy to the Insurance Company: (i) One original plus four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) original and four copies of the negotiable, clean, on-board bill of lading marked “freight prepaid” and four copies of non negotiable bill of lading (iii) One original plus four copies of the packing list identifying contents of each package, (iv.) Insurance Certificate, (v.)Manufacturers or Supplier’s warranty certificate, (vi.)inspection certificate, issued by the nominated inspection agency, and the Supplier’s factory inspection report; and (vii.) Certificate of country of origin issued by the chamber of commerce and industry or equivalent authority in the country of origin in duplicate. The above documents shall be received by the Procuring Agency at least one week before arrival of the Goods at the port or place of arrival and, if not received, the Supplier will be responsible for any consequent expenses For Goods from within Pakistan: (within purchaser’s country on EXW) Upon delivery of the Goods to the transporter, the Supplier shall notify the Procuring Agency and mail the following but not limited documents to the Procuring Agency:(i.)one original plus four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii.)delivery note, railway receipt, or truck receipt; (iii.)Manufacturers or Supplier’s warranty certificate (iv.)inspection certificate issued by the nominated inspection agency, and the Supplier’s factory inspection report; and (v.)Certificate of country of origin issued by Pakistan Chamber of Commerce and Industry or equivalent authority in the country of origin in duplicate. The above documents shall be received by the Procuring Agency before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses |
|
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.:P29888
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., Procurement of Design,Supply,Installation,Testing &Commissioning of Assert Performance Management System(APMS) according to revised PPMC spec No.PPMC-DS-01:2026 & its Configuration & Interfacing with AMI system as per schedule of requirement SoR (P29888) 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}
The bidder or Joint venture (JV) must demonstrate experience as a contractor by having successfully completed at least (02) two No. of contracts, with none of contract value should be less than 30% of Rs. 83 million. These projects must have been executed on a turnkey basis and involve systems rated at 415V or higher, and must have been completed within the last five years prior to the bid opening date.
Â
The manufacturer shall demonstrate at least five (05) years’ experience in designing and manufacturing of similar nature/complex involving same or higher rated equipment/material. Three (03) years satisfactory operation performance of same or high rated equipment /material. For the ease of evaluation,related form are enclosed in annexure and the same will be considered during evaluation.
History of Non-performing Contracts
Non-performance of a contract a did not occur as a result of contractor default since 1st January 2025.
a Non-performance, as decided by the Purchaser, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts where Purchasers decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all information on fully settled disputes or litigation,i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.
bThis requirement shall comply as individual incase of bidder participate as Joint venture.Â
pending litigation
All pending litigation, arbitration, Greivance Redressal committee (GRC) and Appellate GRC or other material events impacting the net worth and/or liquidity of the bidder, if any, shall be treated as resolved against the Bidder and so shall in total not represent more than 25% (twenty five percent) of the Bidder’s last year net worth calculated as the difference between total assets and total liabilities.
Financial Resources shall be determined as per following :
Financial Resources = working capital + credit line from sheduled bank - current commitment as per attached proforma
a. Financial Capability of Bidder
Submission of audited financial statements for the last three years to demonstrate the current soundness of the Bidder’s financial position.Bidder’s Net Worth for the last year calculated as per FIN form shall be equal or exceed to NCB-277=Rs.82 Million .The difference between total assets and total liabilities should be positive.
incase ofÂ
1 single entity = 100% complyÂ
2 incase of JV lead partner 100% and member 100%
b. Specify proposed sources of financing, working capital, lines of credit, and other financial means after deduction of current commitments, available to meet the cash flow demands as indicated in below:NCB-277=Rs.61.8 Million.
incase ofÂ
1 single entity = 100% complyÂ
2 incase of JV lead partner 60% and member 40%
Minimum average annual turnover of PKR calculated as total revenue of the Bidder over the last three Years shall be equal to: NCB-= 502Million.
incase ofÂ
1 single entity = 100% complyÂ
2 incase of JV lead partner 60% and member 40%