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
National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant Director
Park Road, Islamabad Capital Territory
+92-333-855-4884
purchaseprocurement58@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 National Institutes of Health (NIH) (National Institutes of Health (NIH)) The subject of procurement is:Â Tender for Supply & Installation of Solar Power System for Allergy center NIH, Stable and CMLT Boys Hostel, National Institute of Health, Islamabad Expected commencement date: Thursday, April 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P9692Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Tuesday, March 31, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on National Institutes of Health (NIH) (National Institutes of Health (NIH)) 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: 210 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: E-Payment  |
| 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; Park Road, Islamabad Capital Territory Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, April 14, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Tuesday Date:Â April 14, 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: 0%. The Performance Guarantee shall be acceptable in the form of:Â Nil |
| 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 |
|---|---|
| Any | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP |
| Eligibility Criteria | Document |
|---|---|
| Technical Evaluation Criteria (Mandatory Requirements)All bidders must submit proof of:i. Registration: Bidders must be registered entities and provide proof of registration with relevant authorities in Pakistan i.e. FBR (Federal) NTN active status on the date of opening of bid and FBR (Federal) STRN active status on the date of opening of bidii. Bidder must attach a cover letter with the bid containing details of content of the bid.. | Yes |
| iii. SECP, Registrar of firms, etc. Registration of the firmiv. Bid Securityv. Contract must have valid firm/business registered with FBR on the same name which is shown on the FBR portal.vi. Bids on the individual’s name will be rejected. | Yes |
| vii. An Affidavit on Rs. 100/- stamp paper duly attested by Notary public, that the firm will provide original/ genuine and brand-new products and not the substandard, poor quality, fake/ counterfeited products / items. Undertaking that firm will provide after sale service for a period of one year.viii. Must have office setup and support center in Islamabad/Rawalpindi. Affidavit for after sales local support in the installation city. | Yes |
| ix. Bidder should have authorized distributor / Dealership Certificate where applicable. x. List of previous clients with installed system of 50KW or above showing relevant experience and satisfactory report (completion certificate, purchase orders etc.) in last 2 Years.xi. Bank statement for the past two years showing annual turnover of at least 25 Million. Account should be on company’s name either sole proprietor or other forms of Companies . | Yes |
| xii. The Bidder shall submit its audited financial statement and bank statement for the last two years. The submitted audited statement and bank statement shall be evaluated to gauge the financial strength of the company/firm/consortium to take up the assignment for execution. xiii. Complete set of technical information, description data, literature and drawings as required in accordance with Annex-II. This will include but not be limited to the following: | Yes |
| (I) A sufficient number of drawings, installation layout, catalogues, illustrations and such other information as are necessary to illustrate clearly the significant characteristics such as general construction dimensions and other relevant information about the Goods/Services to be provided.(II) Detail of equipment with capacity(III) Projected Energy output (kWh/day, kWh/month & kWh/year) from installed system.(IV) European, USA, Canadian, Chinese brands or equivalent are accepted for Panels | Yes |
| xiv. An affidavit claiming the warranty period of equipment and of total system. (explicitly mention the warranty period of solar modules, inverter and total system by bidder). xv. An affidavit must be provided in which contractor has mentioned that the firm has never been blacklisted from any government or private institution and contractor accepts all terms and conditons and contractor will not go to any litigation against NIH in any case. xvi. Registration with PEC in C-4 or above category. | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 90 | |
|---|---|---|
| Passing Marks | 63 | |
| Technical Evaluation Criteria | ||
| Specific relevant experience of company / firm / on similar nature projects will secure following marks on successfully completion: - Projects of Rs. 50 million = 10 Projects of Rs. 100 million = 20 03 projects of 50 KW or above each = 10 (Quantitative)(Doc Required) | 30 | |
| 02 Completed projects of 100KW or above in last two years = 05 Marks 02 Completed Projects of 150 KW and above in last two years = 10 Marks (Quantitative)(Doc Required) | 10 | |
| Quality of work after installation support (of atleast 1 year). Bidders must provide list of 02 customers where projects of 50 KW & above have been delivered along with certificate of satisfactory services provision. (Each service installation will e (Quantitative)(Doc Required) | 10 | |
| Proposed Team along with CVs with relevant qualification & Experience for each of the applying lot â—Ź 1 Professional Engineer with B.Sc. / BE in Electrical/Mechanical or equivalent/Relevant filed (10 marks for engineer with 10 years or above experienc (Quantitative)(Doc Required) | 15 | |
| Financial Position (Bank Statement for period 01.01.25 to 31.12.2025) 05 marks for Turnover up to 10.0 million 10 marks for Turnover up to 15.00 million 15 marks for Turnover up to 20.0 million & above (Quantitative)(Doc Required) | 15 | |
| Project completion and after sales support plan (where services of 1 year or above after installation has been provided) for 03 projects of 50 KW or above. (Quantitative)(Doc Required) | 10 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Supply, Installation / Commissioning of Solar Power Energy System, 80 KW, On-Grid System with Net Metering for Allergy Center (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment. | Address: Park Road, Islamabad Capital Territory Schedule: 120 Days Quantity: 1 | 1 | 260000 |
| Supply, Installation / Commissioning of Solar Power Energy System, 10 KW, On-Grid System with Net Metering for Stable (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment. | Address: Park Road, Islamabad Capital Territory Schedule: 120Days Quantity: 1 | 1 | 40000 |
No
Jobs Without Lots :
Job: Supply, Installation / Commissioning of Solar Power Energy System, 80 KW, On-Grid System with Net Metering for Allergy Center (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment.
Specifications / Requirements:
| Sr. No | Ref. No. | Description | Unit | Qty | Rate | Â | Amount |
|---|---|---|---|---|---|---|---|
| 1 | 1 | Supply, Installation / Commissioning of Solar Power Energy System, 80 KW, On-Grid System with Net Metering for Allergy Center (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment. | job | 1 | 13000000 | (Rupees thirteen million only) | 13,000,000 |
| GRAND TOTAL: | Rs 13,000,000.00 |
Job: Supply, Installation / Commissioning of Solar Power Energy System, 10 KW, On-Grid System with Net Metering for Stable (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment.
Specifications / Requirements:
| Sr. No | Ref. No. | Description | Unit | Qty | Rate | Â | Amount |
|---|---|---|---|---|---|---|---|
| 1 | 1 | Supply, Installation / Commissioning of Solar Power Energy System, 10 KW, On-Grid System with Net Metering for Stable (Based on Turn-key basis, with 20 years warranty for solar panels and 05 years warranty period for allied equipment. | job | 1 | 2000000 | (Rupees two million only) | 2,000,000 |
| GRAND TOTAL: | Rs 2,000,000.00 |
Technical Specifications
Â
General System Description
Â
The system shall be designed and sized as per the site requirements and shall consist of mainly the following:
I. Solar Photovoltaic panels
II. Grid Tied Inverters
III. PV mounting Structure
IV. Cables and other accessories
V. Protection Systems
VI. Surge Arrestors
VII. Lighting Protection System
VIII. Net Metering
Â
Â
|
Parameters |
Minimum Specifications Required |
|
Module Make |
Tier 1, Brand should be verifiable |
|
PV Module Type |
Mono-Perc (Component Rating >500 Watts) |
|
Cell Quality |
A Grade (verifiable) Flash Test Report Required |
|
Module Efficiency |
≥21% or higher |
|
Operating Temperature |
-40ÂşC to +85 ÂşC |
|
Temperature Coefficient (Pmax) |
-0.4% / o C or less |
|
Certification |
IEC 61215, IEC 61730, IEC61701 or equivalent |
|
Junction Box |
IP 6, 66 , 68 with bypass Diode |
|
Cable |
Min. 4 mm2 (IEC) |
|
Connectors |
MC4 or compatible weatherproof |
|
Front Cover |
3.2 mm prism type tempered glass or higher |
|
Product and Performance Warranty |
Product and performance Warranty for 20 Years (≥ 80% at year 20) |
Â
Â
|
Parameters |
Minimum Specifications Required |
|
Inverter Make |
Brand should be verifiable (EU/USA/China origin ), Qualifying the given international standards |
|
Inverter Type |
Grid/Genset synchronized Pure Sine wave. |
|
Inverter Size (KW) |
60 KW, 10 KW & 30 KW or as per site requirement |
|
Grid/ Generator Synchronization |
On grid inverters are only synchronize with grid when grid supply are off, solar system shut down itself |
|
Output Voltage Range |
230VAC/400 VAC ±5% |
|
Solar Panel to Inverter Ratio |
1:1 |
|
IP Rating/ Dust Proofing |
Preferred IP 65 (IEC 60529)/ outdoor use |
|
Frequency |
50Hz |
|
Max. efficiency/Euro-eta |
98% or above |
|
Protections |
â—Ź Short Circuiting â—Ź Surge Protection â—Ź PV reverse polarity protection â—Ź Anti-Islanding Protection â—Ź Leakage current protection â—Ź High Insulation Input Input â—Ź Over voltage(PV) (if built-in) â—Ź Harmonics Filter Output Output â—Ź Over voltage (AC) |
|
Operating Temperature |
0 to 50oC |
|
Humidity |
10 ~90%RH |
|
Performance guarantee |
5 years Replacement of inverter 10 years equipment life guarantee  |
|
Termination Required |
At LT Side |
|
Input Voltage Range |
150 to 800V or above, as per design (depend upon the selected design) |
|
Max Input Voltage Range |
1000 V dc |
|
Power Factor |
0.8 leading/lagging |
|
Display |
Screen for parameters display, LCD/Wifi+App |
|
Applicable Standards and Compliances |
UL1741, UL1699B, UL1998, IEEE1547, CSA C22.2 #107.1-01, FCC Class A, ANRE 30, AS 4777, BDEW 2008, C10/11:2012, CE, CEI 0-16, CEI O-21, EN 50438:2013*, G59/3, IEC 60068-2-x, IEC 61727,IEC 62109-1/2, IEC 62116,MEA 2013,NBR 16149,NEN EN 50438,NRS 097-2-1, PEA 2013, PPC, RD 1699/413, RD 661/2007, Res. NÂş 7:2013, S14777, TOR D4, TR 3.2.2, UTE C15- 712-1, VDE 0126-1-1, VDE-AR-N 4105, VFR 2014 Or equaling with supporting documents |
|
Installation of Inverters |
At suitable available place, as per the instruction of the Engineer in-charge. |
|
Fault Detection |
Remote fault detection supported |
|
Data Analysis |
Remote Data collection supported, Online data access through portal |
|
Parameters Modification |
Remote parameter modifications supported |
Â
Should specify structure design (in Technical Proposal) before evaluation of tender by conducting pre survey of available space. Proper mounting needs to be designed according to the installation area. All proposed structures should comply with the standards and requirements below.
|
Description |
Requirements |
|
Mounting Structure |
Elevated shed type structure H Beam Garder 2.5” x 5” 12 Gauge GI C-Channel 16 Gauge (should confirm this in survey and mention in technical proposal) |
|
Structure Material |
Mild steel Galvanized / Aluminum or equivalent material more than 15 years of proven life. Nuts & bolts should be of SS |
|
Wind Loading |
Must provide SAP report and stability certificate from structure engineer before time of execution Mounting system should be able to allow air circulation for cooling in high temperature and withstand wind speed of 150 Km/hour at 3 secgust |
|
Angle adjustment mounting structure |
Angle adjustment should be in accordance to specifications for Islamabad. Manual Seasonal adjustments options should be available on flat roofs structures |
|
Material surface protection |
Mounting structure should be Galvanized not less than 90 microns (Hot dip Steel). (or follow Applicable Standards) |
|
Civil Work |
Ground slope should be maintained properly to allow access water drainage. The Civil Design should comply with the ACI Code/ IBC Codes. All the required civil work must be included. SAP analysis report of civil work should be Submitted |
Â
Â
i .BS 7671:2008, IEE Wiring Regulations 17th Edition, IEC 60364:2001, IEC 62124 ed 1, sec 8.3
|
Item |
Requirements |
|
PV to JB and JB to inverter |
Stranded and flexible 99.9 % pure copper fire resistive insulation (Stranded) All exposed cables must be UV resistive. Voltage drop (node to node) should not be more than 1% |
|
Grid/LV, DB to Inverter |
99.9 % pure copper fire resistive insulation (Stranded) Voltage drop (node to node) not be more than 1 % |
Â
Â
|
Required System Protection |
Surge Arresters Lightening Protection DC over voltage protection Short circuit Protection Fuse/Breaker Protection. AC & DC disconnect |
|
Protection Class |
IP 66 or IP 67 |
Â
Â
|
Parameters |
Min. Specifications Required |
|
Discharge current (I max) |
min. 20kA (8/20 u sec.) |
|
Impulse current (I imp) |
min. 25kA (10/350u sec.) |
|
Response time |
≤50 n sec |
|
Leakage current |
≤ 1m A |
|
Dielectric strength |
2000 V AC @ 1 minute |
|
Protection Class |
Class 2(Type2) minimum |
|
Discharge voltage |
1000 V DC or 1200 VDC (Line to earth) or above(matching the size of inverter) |
|
Ingress Protection |
Minimum IP20 (placed in IP 65 Box along with other protections) |
|
Short circuit withstand capacity |
min. 30kA |
|
Presence |
On all MPP inputs of inverters |
Â
Â
|
Parameters |
Min. Specifications Required |
|
Recommended method for Calculation |
Rolling sphere method to ensure total insulation from lightning strike. |
|
Air termination rod material |
99 % Copper |
|
Air termination rod Length |
As per design |
|
Earthling Pit |
1 Ohm or as per net metering standards 99 % Pure copper plate/ rod |
|
Air termination rod diameter |
As per design |
|
Cable for structure |
4 mm² or higher, 99.99% pure copper (strip or single conductor) |
|
Cable for interconnecting/Grounding metal structure |
6 mm² or higher, 99.99% pure copper |
|
Insulated Spacer |
As per design |
|
Cable Bracket |
As per design |
|
Stand – Fang Fix System |
As per design |
|
Compliance |
ICE 62305-3 (EN62305-3) IEC 62305-3 (EN 62305-3) DIN VDE 0151 and DIN 18014 |
Â
The following outcome is expected:
Â
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: National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant Director Park Road, Islamabad Capital Territory The Supplier is: The title of the subject procurement is:Tender for Supply & Installation of Solar Power System for Allergy center NIH, Stable and CMLT Boys Hostel, National Institute of Health, Islamabad |
|
GCC 2 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 3 |
Language: The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English. |
|
GCC 4 |
Notices: The addresses for the notices are: Procuring Agency: National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant 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: National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant 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 1.00% to 1.50%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 0%Â of the contract price in acceptable form of Nil |
|
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 |
|
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.:P9692
To: National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant Director Park Road, 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 National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant Director Park Road, 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., Tender for Supply & Installation of Solar Power System for Allergy center NIH, Stable and CMLT Boys Hostel, National Institute of Health, Islamabad (P9692) 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:     National Institutes of Health (NIH) (National Institutes of Health (NIH)), Assistant Director Park Road, 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}