Bidding Documents MMC
Bidding Documents MMC
TRY
PROVISION OF HARDWARE
BID
AND ESTABLISHMENT OF FIBER
OPTIC NETWORK WITH ALLIED
SOLICITATION
EQUIPMENT FOR MARDAN DOCUMENT
MEDICAL COMPLEX
TURNKEY BASIS
Note: The prospective bidder is expected to examine the Bidding Documents carefully,
including all Instructions, Terms & Conditions, and Specifications etc. Failure to furnish all
information required by the Bidding documents or submission of a Bid not substantially
responsive to the Bidding Documents in every respect would result in the rejection of the Bid.
Page 1 of 29
TABLE OF CONTENTS
S# Contents Page #
1. Introduction 3
2. Instruction To Bidders 3
3. Eligibility Criteria 5
4. General Conditions 6
5. Invitation For Bids 7
6. Bid Security 8
7. Bid Validity 8
8. Statement of Requirement with Specification 9
9. Special Conditions of the Contract 18
10. Evaluation Criteria 18
11. Award of Contract 19
12. Payment 21
13. Bid Forms 23
14. Contract Forms 24
Page 2 of 29
INTRODUCTION:
Directorate of Science & Technology (DoST) invites Item wise sealed bids from the eligible
bidders (Manufacturers/ Importers/Authorized Dealers) for Medical Teaching Institution (MTI)/
Mardan Medical Complex Teaching Hospital (MMCTH) MARDAN for Provision of Hardware and
Establishment of Fiber Optic Network with allied equipment under the project titled as “IT
Support for Improvement of Health Services Delivery in Khyber Pakhtunkhwa” through Open
Competitive Bidding under rule 6(2) (b) “Single Stage Two Envelope” bidding procedures of
Khyber Pakhtunkhwa Public Procurement Regulatory Authority (KPPRA) Rules 2014.
1) INSTRUCTIONS TO BIDDERS:
1. This Bidding procedure will be conducted in light of Khyber Pakhtunkhwa Public
Procurement Regulatory Authority (KPPRA) Laws, Rules made there under along with
Standard Bidding Documents.
2. Both Technical Bids and Financial Bids must be submitted in two separate sealed inner
envelops marked “1-Technical Bids” and “2-Financial Bids” which should be packed in
one outer envelope.
4. An affidavit is mandatory, without indicating the figure in the Technical Bid that bid
security is placed in the financial bid.
6. Any bid received after the deadline for submission of bids shall not be entertained and
shall be returned unopened to the Bidder.
7. All the bidders are required to provide annexure wise complete requisite documents
with page marking for their Technical Evaluation / Qualification as prescribed under the
rules.
8. The bid should be complete in all respect and must be hard binded, signed by the
bidder.
Page 3 of 29
9. All prices quoted must be in Pak Rupees (PKR) and should include all applicable taxes. If
not specifically mentioned in the Quotation, it will be presumed that the prices include
all the taxes.
10. Bidders are essentially required to provide correct and latest postal/email/web
addresses, phone/mobile/fax numbers for actively and timely communication.
11. For any query, clarification regarding Services / Bid Solicitation Documents, the
applicants may send a written request at least one day prior to the opening date.
12. The Bidder may after its submission withdraw its bid prior to the expiry of the deadline
prescribed for submission of bids. Withdrawn bids will be returned unopened to the
Bidders.
13. The bidder must attach the original receipt along with the bidding document submitted
to this institution. In case of photocopy, bank draft of equal amount must be attached.
14. Any bid not received as per terms and conditions laid down in this document are liable
to be ignored. No offer shall be considered if:
15. Usage of correction fluid & corrections are strictly prohibited unless duly initiated.
16. Any erasing / cutting etc. appearing on the offer, must be properly signed by the person
signing the tender.
17. The Bidder shall sign and stamp the Integrity Pact provided in this document for all Provincial
Government procurement contracts exceeding Rupees ten million. Failure to such Integrity Pact shall
make the bidder non-responsive
18. Bids will be rejected if the Bid is in some way connected with bids submitted under
names different from his own.
19. In case of Bid Tie, the contract will be awarded to the firm whose technical marks are
high.
20. Any direct or indirect effort by a bidding firm to influence this institution during the
process of selection of a bidder or award of contract may besides rejection of its bid
result into its disqualification from participation in the MMC's future bids.
Page 4 of 29
2) ELIGIBILITY CRITERIA:
Bidders must give compliance to the below mentioned clauses as these are mandatory
to being eligible for the bidding process. Relevant certificates must be attached which
may be verified from concern organization and authorities.
1. Manufacturers/ Importers/Authorized Dealers for procurement of IT/Network
Equipment
2. The bidder must be registered with Income / Sales Tax Department, reflected as
Active Tax Payer on the list of FBR.
4. Bidders having minimum 5 (Five) years of relevant experience for supply and
installation of the desired/quoted equipment from the date of incorporation of
the company / registration of the firm shall be eligible to participate.
5. In case of the Importers/Authorized Dealers, the firm will ensure that the items
are acquired from the original manufacturer and are procured through proper
channel as advised by the original manufacturer. The bidder should have
relevant certified after sales support resources.
6. The bidder must be Tier-1 partner with the relevant OEM/Principal for IT
equipment
7. The firm will ensure that the items are acquired from the original manufacturer
and are procured through proper channel as advised by the original
manufacturer.
8. The bidder should have positive financial turn-over for the last 03 years
equivalent to PKR100 Million or above.
10. Manufacturer Authorization Letter from the OEM is a MUST for IT equipment.
11. The bidder must have completed at least two or three projects of same or above
value and nature.
12. The bidder shall provide an undertaking that the bidder has not been declared
black listed by any Governmental/ Semi-Governmental institutions.
13. Bidders shall not be eligible to bid if they are under a declaration of Ineligibility
for corrupt and fraudulent practices issued by any government organization in
accordance with the Section 44(1) KPP Rules 2014.
Page 5 of 29
3. GENERAL CONDITIONS:-
1. DoST shall evaluate the proposal in a manner prescribed in advance, without
reference to the price and reject any proposal which does not conform to the
specified requirements.
2. Alternative bid shall not be considered and shall be rejected by the Competent
Authority.
3. DoST may increase or decrease the quantity of the items required, as per KPPRA
rules.
4. At any time prior to the deadline for submission of bids, DoST may, for any
reason, whether at its own initiative or in response to a clarification requested
by a prospective Bidder, modify the bidding documents by amendment.
6. DoST may accept or reject any or all of the bids under Rule 47 of KPPRA Rules,
2014.
Page 6 of 29
Directorate of Science & Technology
Khyber Pakhtunkhwa, TF 204
Deans Trade Center
Peshawar
Phone: 091-9211789
________________________________________________________________________________________
NOTICE INVITING TENDER
The Directorate of Science & Technology Khyber Pakhtunkhwa has initiated the project titled as “IT Support for
Improvement of Health Services Delivery, Khyber Pakhtunkhwa” for implementation of Hospital Management
Information System (HMIS) by providing Hardware and Network infrastructure to MTI, Mardan Medical Complex,
Mardan.
1. The Directorate of Science & Technology invites sealed bids under rule 6(2)(b) “Single Stage Two Envelope
Procedure on TURNKEY BASIS ” of KPPRA Rules 2014, from eligible bidders for the supply of Hardware Items and
Network (Fiber & Ethernet), Networking equipment for Mardan Medical Complex Mardan with the
following basic eligibility criteria.
i. Bidder should be registered with Income/Sales department reflected on Active Tax payer List of FBR.
ii. Bidder should be registered with Khyber Pakhtunkhwa Revenue Authority (KPRA).
iii. Bidder should have at least Five (05) years relevant experience in provision of Hardware,
establishment of Fiber Optic Backbone with Ethernet Access Network & Allied Network Equipment.
iv. Bidder should not have been blacklisted by any of the Provincial / Federal Government or
organizations of the state / Federal Government of Pakistan.
2. Bid Solicitation Documents containing detailed description and quantities, may be obtained from the
office of Director, Directorate of S&T, TF 204 Deans Trade Center Peshawar through a written
application between 09:00 AM - 05:00 PM on any working day (Monday to Friday) from the date of
publication of this advertisement in the newspaper till last date for submission of bids.
3. The bidders are required to submit bid security @ 2% of the quoted price in shape of Call Deposit Receipt
(CDR) in the name of undersigned, Directorate of S&T Khyber Pakhtunkhwa. An affidavit is mandatory
in the technical bid (without indicating the figure) that bid security is placed in the financial bid. Pre-bid
meeting with the interested bidders will be held on 28-11-2018 (Wednesday) at 11:00AM at the address
given below.
4. The bids complete in all respect must reach the undersigned by 11:00AM on 11-12-2018 (Tuesday). Only
Technical bids will be opened at 11:00AM on the same day in conference room of the Directorate of S&T
in the presence of the procurement committee and the bidders / representatives who may choose to
attend.
5. The advertisement and bidding documents are also available on procuring entity website
www.dost.kp.gov.pk and KPPRA website i.e www.kppra.gov.pk
6. Competent Authority reserves the right to reject any or all the bids as per provisions contained in Rule 47
of KPPRA Rules 2014.
Project Director
Directorate of Science & Technology
Government of Khyber Pakhtunkhwa
TF-204-210, 3rd Floor, Deans Trade Centre, Peshawar
Phone: No. 091-9212254, 9212881
URL: www.dost.kp.gov.pk
Page 7 of 29
4. BID SECURITY
a. Bid security @ 02% of the quoted value in shape of Call Deposit / Bank Draft
(refundable) drawn in favor of “Director, Directorate of Science & Technology,
Government of Khyber Pakhtunkhwa” should be kept sealed in the financial
proposal. An affidavit is mandatory without indicating the figure in the technical
bid that bid security is placed in the financial proposal.
b. Bid security of the successful bidder will be released after submission of
Performance Guarantee.
c. The bid security may be forfeited:
i) If a Bidder withdraws its bid during the period of bid validity specified
by the Bidder on the Bid Form; or
ii) In the case of a successful Bidder, if the Bidder fails to sign the contract
or To furnish performance Guarantee.
5. BID VALIDITY:
i) The bids should be valid for a period of Ninety (90) Days from the date of
opening.
Page 8 of 29
Statement of Requirements along with Specifications
Technical Specifications
Important Note:
Device farm factor : Must be Dual Processor rack mount Server (2U)
Hard Disk Drive: 4 X 600 GB SAS, 15K rpm, 12Gb/s or higher Hot
Swappable
Page 9 of 29
Fan Module: Fully configured hot-swappable fan modules,
supporting single-fan failures, maintenance without the need for
opening the chassis cover.
Processor: 7th Gen. Intel® Core™ i5, 8MB cache, 2.8 GHz
03 175 speed or higher in Core, Cache, Speed
Computers RAM: 8GB
Branded HDD: 1TB GB or Higher
OS: Win pro 10 (64 bit)
N/w Adapter: WiFi + Rj45
LED: 18.5” LED display
Disk Drive: Combo drive, Keyboard, Mouse, Wire Locks
Warranty: 1 Year
UPS 5KVA
04 (Branded) 01 5KVA UPS branded for Server Machines
Output power capacity: 4.5 KWatts / 5.0 kVA
Max Configurable Power (Watts):4.5 KWatts / 5.0 kVA
Nominal Output Voltage: 230V
Output Voltage Distortion: Less than 2%
Output Frequency (sync to mains):50/60Hz +/- 3 Hz
Input voltage adjustable range for 100 - 275 (half load) V
Surge energy rating
Up to 86,000 Lux
Wide VGA: 752 x 480 pixels
Aiming: 2 Blue LED’s; Illumination: Red LED 610 - 650 nm 25 IPS
25% Pitch: +/- 65°; Roll (Tilt): +/- 360°; Skew (Yaw): +/- 60°
Beeper (Adjustable Tone and Volume); Datalogic , ‘Green Spot’
Good Read Feedback; Good Read LED 0.102 mm / 4 mils (Linear
Codes)
Green Scanner, Green Light Confirmation
07 50
Bar Code Scanner JS1 scanning, Imager 2D
/ Reader Withstands repeated drop from 1.5m/5.0ft onto a concrete
surface
08 Printer for Patient 01 Card Specifications:
Registration Card
(MRC) Printable Side: Dual
Front Side 4 Colour Static Design thru Litho Printing
Process
Rear Side 1 Colour Static Design thru Litho Printing
Process
ISO Standard size as per CR80
Finishing G=loss Laminated Dual Side
High Polished Surface
PVC Microne 0.8 mm Thickness
Interfaces: USB, Ethernet
Preprinted Sample & White Blank Cards should be
provided for technical
evaluation and testing
Production Lead time maximum 10~15 working days
01 Year Warranty
09 SAN Storage 02 20 TB or Higher
Controller: 1 x 2U,Dual Ctrl,AC,64GB,2*6*GE,25*2.5",SPE23C0225)
Disk: 20 TB Usable using 1.2TB 10K RPM SAS Disk Unit (2.5") & SSD
Drives 2.5” with 25-30% of Total Capacity can be used for Multi-Tier
Page 11 of 29
/ Cache purpose.
Supported storage
Page 12 of 29
Maximum Capacity of a Single File : 256 TB
Warranty:
Page 13 of 29
II) Networking
Medical Teaching Institute / Mardan Medical Complex has been established at very large
scattered area with multiple site. The responding bidder will provide the network solution as
per requirement of Mardan Medical Complex. All the information pertaining to network
establishment or site survey may be also be obtained from Mr. Mohsin Khan, Manager IT
MMC. All the mentioned network equipment will be installed, commissioned and configured
at Mardan Medical Complex with Networking as required at Core, Distribution or Access Level.
Power Supply Redundancy: Redundant and load sharing AC power entry module
(PEMs), or Redundant and load sharing DC PEMs and
DC power distribution units (PDUs)
Route Processors: Supports up to 2 RPs per system
The second RP can be used in any slot1
The first RP is inserted in slot 0 (1.25 inch height
Route Processor Redundancy: Supports online insertion and removal, hot
swappable RP redundancy
Switch Fabric: The switch fabric supports up to 80 Gbps of capacity
4. Firewall 01
Firewall throughput: 4 Gbit/s or higher
IPS throughput: 2 Gbit/s or higher
Concurrent sessions: 3,500,000 or higher
VPN Throughput: 400Mbit/s
Virtual firewalls: 50
4GE(RJ45) +2GE Combo,4GB Memory,1 AC Power, with IPS-AV-URL Function
Group Update Service Subscribe 36 Months)
300 Gb or Higher storage capacity
Optical Transceiver, eSFP, GE, Multi-mode Module(850nm,0.5km, LC)
NGFW extension rail
Patch cord-LC/PC-LC/PC-Multimode
Authentication methods: local, RADIUS, HWTACACS, SecureID, AD, CA, LDAP,
and Endpoint Security
IPv4: static routing, RIP, OSPF, BGP, and IS-IS
IPv6: RIPng, OSPFv3, BGP4+, IPv6 IS-IS, IPv6 RD, and ACL
1 Year Warranty
Page 15 of 29
5. WiFi Controller 01
Scalability: Supports 12, 25, 50,100, 250, or 500 access points for business-
critical wireless services at locations of all sizes
Performance: Wired speed, non-blocking performance for 802.11n and
optimized for 802.11ac networks
Wireless: IEEE 802.11a, 802.11b, 802.11g, 802.11d, WMM/802.11e,
802.11h, 802.11k, 802.11n, 802.11r, 802.11u, 802.11w, 802.11ac.
Wired/Switching/Routing: IEEE 802.3 10BASE-T, IEEE 802.3u 100BASE-TX
spécification, 1000BASE-T. 1000BASE-SX, 1000-BASE-LH, IEEE 802.1Q
VTagging, and IEEE 802.1AX Link Aggregation.
1 Year Warranty
6. WiFi Router / Access Points 10
Dual-band 2.4 GHZ and 5 GHZ AP with 802.11a/b/g/n/ac wave
Data Rates up to 1.3 Gbps
4x4 MIMO with three spatial streams
80 MHz Channel Support
Controller based AP
Local and PoE Power Supply
Built in dual band antennas
Support 500 or above users
Ideal for office environment
Automatic remedial action and less manual intervention
1 Year Warranty
7. Intelligent Online 5 KVA UPS 02
Page 16 of 29
10. Patch Cord 3Meters 700
Category: 6A
Environmental Space: Non-plenum
Cable Type: U/UTP (unshielded)
Interface, connector A: RJ45 plug
Interface, connector B: RJ45 plug
Jacket Color: Black
Conductor Type: Solid
Brand: GigaSPEED X10
Product Type: Twisted pair patch cord
11. Patch Cord 5Meter 500
Category: 6A
Environmental Space: Non-plenum
Cable Type: U/UTP (unshielded)
Interface, connector A: RJ45 plug
Interface, connector B: RJ45 plug
Jacket Color: Black
Conductor Type: Solid
Brand: GigaSPEED X10
Product Type: Twisted pair patch cord
12. Fiber Cable-12 cores (Single Mode) 10,000M
Product Type: Fiber OSP cable
Cable Type: Stranded loose tube
Construction Type: Armored
Subunit Type: Gel-free
Fiber Type Solution: G.652.D and G.657.A1 , TeraSPEED® | OS2
Jacket Material: PE
Total Fiber Count: 12
Armor Type: Corrugated steel
Fiber Type, quantity: 12
Jacket Color: Black
Jacket UV Resistance: UV stabilized
Environmental Space: Aerial, Buried
13. Copper Cable (UTP)- GigaSPEED X10D® Cat 6A Cable 25,000M
Product Type: Twisted pair cable
Pairs, quantity: 4
Jacket Color: Slate
Conductor Type, singles: Solid
Conductors, quantity: 8
Separator Type: Isolator
14. Fiber Patch Cord 3M (LC-LC)- Single mode 300
Product Type: Fiber patch cord, simplex
Fiber Type: G.657.A2/B2
Total Fibers, quantity: 2
Jacket Color: Yellow
Fiber Mode: Single mode
Interface, connector A: LC
Interface, connector B: LC
15. Fiber Patch Cord 3M (SC-LC)- Multi mode 300
Product Type: Fiber patch cord, simplex
Page 17 of 29
Fiber Type: G.657.A2/B2
Total Fibers, quantity: 2
Jacket Color: Blue
Fiber Mode: Multimode
Interface, connector A: SC
Interface, connector B: LC
16. Patch Panel Copper 40
ANSI/TIA Category: 6A
Intelligence Type: Passive
Brand: Giga SPEED X10D®
Product Type: Copper patch panel
17. ODF 24 port complete 40
24 Ports ODF
24 ports cassette each
24 pig tails each
24 sleeves each
18. Face Plate 500
Dual Shutter
19. RJ- 45 Connectors- Cat 6A 1000
1. The items offered must have at standard warranty as per manufacturer after installation
and production
2. If any of the given specifications/parameters does not meet the required specifications,
their offer will not be considered and shall summarily be rejected by DoST.
Page 18 of 29
4. Inspection and Tests: The DoST shall have the right to inspect and/or to test the goods to
confirm their conformity in regards to the specification placed in this document. Institution
will notify the supplier in writing of the identity of any representatives for this purpose.
5. Warranty:- (i) Warranty period for the equipment should be standard as per original
manufacturer both with spare parts and services from the date of installation. All the
bidders / firms are required to clearly mention in its technical proposal / bidding
documents.
(ii) The period for correction of defects in the free warranty period is one year after installation
(with free parts) and free services, including all incidental charges but with all incidental charges
related to services provision on the site of installation.
(iii) During warranty period of One Year, bidder shall provide at least “4 PPM maintenance visits
per year at regular interval” for usual maintenance and supervision. If bidder fails to provide
these maintenance visits at regular interval, a proportionate deduction in the form of penalty on
pro-rata basis will be recovered from the bidder from the Bank Guarantee amount. In case the
Bank Guarantee is not adequate, Institute shall have right to recover the losses / penalty from
other sources as well.
(v) During warranty period, bidder will make the “Complete System” in satisfactory
working condition. In case, any spare parts, accessories, etc. needs replacement due to normal
wear and tear, bidder will supply and install the same for which no additional payment is to be
made. If any spares / accessories etc. are not replaced by the bidder during warranty period,
bidder should mention it clearly with name of the items with frequency of replacement and its
rate with a validity to cover warranty period.
(vi) The firm will also attend all breakdown calls within 48 hours of the receipt of the
information from institute through fax/e-mail/mobile/sms etc.
5. Upon shipment, the Supplier shall notify the DoST the full details of the shipment, including
Contract number, description of Goods, quantity and usual transport document. The Supplier
shall mail the following documents to this Institution.
i. copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total
amount; ii. 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; iii. copies of the packing list identifying contents
of each package; iv. Insurance certificate; v. Manufacturer’s 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 origin.
6. Applicable Law:- The Contract shall be interpreted in accordance with the laws of Islamic
Republic of Pakistan which includes the following legislation:
i. The KPPRA Act 2012
ii. The KPPRA Rules 2014
iii. The Contract Laws 1872
Page 19 of 29
v. The General Financial Rules of the Govt. of Khyber Pakhtunkhwa and all the relevant laws,
rules and regulations pertaining to budgeting and financial management of public funds.
vi. The Factories Act 1934
7. Award of Contract: Contracts shall be confirmed through a written agreement signed by the
successful bidder and Directorate of Science & Technology
In case of a successful bidder, who repudiates the contract or fails to furnish performance
guarantee and as the case may be shall proceed for blacklisting and the work order will be placed to the
Next Successful Bidder or from the alternative sources at the cost/risk of the concerned firm.
The firm will be responsible for custom clearance etc. The hospital will provide undertaking.
8. Delivery period/Liquidated Damage: - Goods should be delivered within two months after
receipt of irrevocable and confirmed Letter of Credit. If the delivery is not affected by due date,
the Directorate Management shall have the right to charge liquidated damage on supplier / his agent
as under: -
i) 1st extension for a month or a part thereof @ 2% per month of C.I.F value.
ii) 2nd extension for an additional month or a part thereof @ 3% per month of C.I.F. value
subject to maximum Limit of 20% of the order items. All expenses incurred for extension of
L.C. will be borne by supplier/his agent.
iii) Cancellation.- If delivery is not done even after 2nd extension Institute shall have the
right of cancellation of Purchase order at its discretion..
12. ASSIGNMENT:
The Bidder shall not assign, in whole or in part, its obligations to perform to another party
under this Contract, except with the Procuring Entity's prior written consent.
i) In case of the situation related to Force Majeure, the Bidder may inform the Procuring Entity
in writing about the situation immediately without delay along with solid proof through the
fastest, lawful and available means of communication, but not through the electronic mail, and
request the Procuring Entity for the grant of extension in the supply period.
ii) The Procuring Entity , in case of being fully satisfied with the genuineness of situation
arising from Force Majeure for the Bidder, may extend the period of supply of goods up
to a maximum of not more than thirty days without penalty. However, the Procuring
Entity and / or Procuring Entity shall, in no case, be responsible or held responsible for
any complications in making payments to Bidder by the Procuring Entity that may arise
from the closure of financial year and lapse / surrender of public funds vis-à-vis the
normal financial management procedures in public sector.
Page 20 of 29
14. ARBITRATION AND RESOLUTION OF DISPUTES:
i) The Procuring Entity and the bidder shall make every effort to resolve amicably by direct
informal negotiations any disagreement or dispute arising between them under or in connection with
the Contract.
ii) If after Seven (7) days from the commencement of such informal negotiations, the
Procuring Entity and the bidder have been unable to resolve amicably a Contract
dispute, either party may require that the dispute be referred for resolution through
arbitration.
iii) In case of any dispute concerning the interpretation and/or application of this Contract is to
be settled through arbitration. Secretary ST&IT Department or his nominee shall act as sole
arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the Parties.
15. Payment:
No advance payment will be permissible and will be made after successful supply,
installation/inspection (as on Turnkey basis) and test run of all requisite items along with
training to the 02 x End Users / Technical Staff.
16. Part Supply: No part supply/ wrong supply or short supply will be accepted by the
Directorate.
The DoST Management will be the final authority and will have the right to reject full or
any part of supply, which is contradictory to the terms and conditions agreed at the time of placement
of order. In case of rejection of any supplied items due to nonconformity in quantity and/or quality,
Institute will have right to charge liquidated damages, as it deems fit.
Page 21 of 29
TECHNIAL EVALUATION CRITERIA
Note:-
i. Qualification Marks for financial bid opening are 70 out of 100 marks.
ii. Contract shall be awarded to the bidder whose bid is responsive and is determined as the best
evaluated bid under section 2(1)(C)(i) of KPPRA Act 2012.
iii. 70:30 (Technical: Financial) ratio shall be applied for the subject procurement.
Page 22 of 29
Financial Evaluation:
The bid with the lowest price will be given a score of 100 while the other proposals will be given
scores that are inversely proportional to the lowest cost bid using the formula as under;
Technical Score shall be given 70% Weightage and Financial Score shall be given 30%
weightage.
8. Award of Contract:
Page 23 of 29
BID FORMS
Whereas name of the Bidder (hereinafter called “the Bidder”) has submitted its bid dated date of submission of bid
for the supply of name and/or description of the goods (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE name of bank of Pakistan, having our registered office at
[address of bank] (hereinafter called “the Bank”), are bound unto [name of Procuring entity] (hereinafter called “the
Procuring entity”) in the sum of for which payment well and truly to be made to the said Procuring entity, the
Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank
this _____ day of ____________ 2018.
1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid
Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Procuring entity during the
period of bid validity:
We undertake to pay to the Procuring entity up to the above amount upon receipt of its first written
demand, without the Procuring entity having to substantiate its demand, provided that in its demand the
Procuring entity will note that the amount claimed by it is due to it, owing to the occurrence of one or both
of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including twenty eight (28) days after the period of bid validity,
and any demand in respect thereof should reach the Bank not later than the above date.
Page 24 of 29
CONTRACT FORMS
PERFORMANCE SECURITY FORM
To:
The Director,
Directorate of Science & Technology,
Government of Khyber Pakhtunkhwa,
Peshawar.
WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.
[Reference number of the contract] dated / /2018 to supply Surgical Instruments and its ancillary services (hereinafter
called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
bank guarantee by a reputable bank for the sum specified therein as security for compliance with the
Supplier’s performance obligations in accordance with the Contract.
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, 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 Supplier to be in default under the Contract and without cavil or argument, any sum or
sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds
or reasons for your demand or the sum specified therein.
[Address]
[date]
Page 25 of 29
CONTRACT FORM
THIS AGREEMENT made the date day of month 2017 between [MTI / MMC MARDAN (KPK) ] of [Pakistan]
(hereinafter called “the Procuring entity”) of the one part and [Name Of Supplier] of [city and country of Supplier]
(hereinafter called “the Supplier”) of the other part:
WHEREAS the Procuring entity invited bids for Goods (Surgical Instruments) along with ancillary services and
has accepted a bid by the Supplier for the supply of those goods and services in the sum of [contract price in
words and figures] (hereinafter called “the Contract Price”).
1. In this Agreement 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
Agreement, viz.:
(a) The Bid Form and the Price Schedule submitted by the Bidder;
(b) The Schedule of Requirements;
(c) The Technical Specifications;
(d) The General Conditions of Contract;
(e) The Special Conditions of Contract; and
(f) The Procuring entity’s Notification of Award.
3. In consideration of the payments to be made by the Procuring entity to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Procuring entity to provide the goods and services and to
remedy defects therein in conformity in all respects with the provisions of the Contract
4. The Procuring entity hereby covenants to pay the Supplier in consideration of the provision of the
goods and services 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.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written
Page 26 of 29
INTEGRITY PACT
Contract No. Dated Contract Value: [ ]
Contract Title: “Procurement & Installation of Hardware Items and Network (Fiber & Ethernet),
Networking equipment at MTI-MMC MARDAN”
Firm Name 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 Khyber
Pakhtunkhwa (GoKP) or any administrative sub division or agency there of or any other entity
owned or controlled by GoKP through any corrupt business practice.
Without limiting the generality of the foregoing, Firm Name represents and warrants that it has
fully declared the brokerage, commission, fees 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 consultation 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 Government of
Khyber Pakhtunkhwa, except that which has been expressly declared pursuant hereto.
Firm Name 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 Government of
Khyber Pakhtunkhwa and has not taken any action or will not take any action to circumvent the
above declaration, representation or warranty.
Firm Name accepts full responsibility and strict liability for making any false declaration, not
making full disclosure, misrepresenting facts 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 rights and remedies available to GoKP under any law, contract or other
instrument, be voidable at the option of Government of Khyber Pakhtunkhwa.
Notwithstanding any rights and remedies exercised by GoKP in this regard, Firm Name agrees
to indemnify GoKP for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to GoKP in an amount equivalent to ten time the sum
of any commission, gratification, bribe, finder’s fee or kickback given by Firm Name as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right,
Page 27 of 29
interest, privilege or other obligation or benefit in whatsoever form from Government of
Khyber Pakhtunkhwa.
Firm Name
Name: Name:
Designation: Designation:
Signature Signature
SEAL SEAL
Page 28 of 29
6. Manufacturer’s Authorization Form
WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of [name and/or description of
the goods] having factories at [address of factory]
do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and sign the
Contract with you against IFB No. [reference of the Invitation to Bid] for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for
the goods offered for supply by the above firm against this Invitation for Bids.
Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a
person competent and having the power of attorney to bind the Manufacturer. It should be included
by the Bidder in its bid.
Page 29 of 29