Balochistan Police Command, Control, Communication & Data Center 1
Balochistan Police Command, Control, Communication & Data Center 2
Balochistan Police Command, Control, Communication & Data Center 3
BIDDING DOCUMENT
FOR
THE ESTABLISHMENT
OF
BALOCHISTAN POLICE
COMMAND, CONTROL, COMMUNICATION &
DATA CENTRE (BPC3)
ON
TURNKEY BASIS
AT
CPO QUETTA
24 January 2020
Balochistan Police Command, Control, Communication & Data Center 4
DISCLAIMER
1. This request for bid documents has been prepared by the Procuring agency / Central
Police Office, Quetta (CPO). This request constitutes no commitment on the part of
CPO to enter into any arrangements with any (Engineer Procurement & Construction;
Operational & Management Contractor) or with any other person /bidder in respect of
this proposed procurement or otherwise.
2. The information contained in these bid documents or as may be subsequently
provided to bidders (whether verbally or in documentary or any other form) by or on
behalf of CPO, on the terms and conditions set out in these bid documents, are
indicative only and are provided solely to assist in a preliminary assessment of the
proposed procurement.
3. These bid documents do not constitute an agreement; its sole purpose is to provide
interested bidders with information that may be useful to them in preparing their bids
pursuant to these bid documents.
4. These bid documents may not be appropriate for all persons and it’s not possible for
CPO to consider the objectives and particular needs of each party which reads or uses
these bid documents.
5. The assumption, assessment, statements and information contained in theses bid
documents may not be complete, accurate and adequate or correct for the purposes of
any or all bidders.
6. Each bidder should, therefore, conduct its own due investigation and analysis, check
the accuracy, 8adequacy, correctness, reliability and completeness of the assumption,
assessments, statements and information contained in these bid documents and seek
independent professional advice on any or all aspects of these bid documents, as
deemed appropriate.
7. All information submitted in response to this bid documents becomes the property of
CPO, including all business information and proprietary data submitted with all rights
of communication and disclosures.
8. CPO shall not be responsible for non-receipt of any correspondence sent by the post /
courier / email / fax.
9. No decision should be based solely on the basis of the information provided for any
statements, opinions or information provided in these bid documents.
10. While submitting a proposal in response to these bid documents, each bidder certifies
that it understands, accepts and agrees to the disclaimers set forth above.
11. Nothing contained in any provision of these bid documents, any statements made
orally or in writing by the person or party shall have the effect of negating or
suspending any of the disclaimers set forth herein.
Balochistan Police Command, Control, Communication & Data Center 5
12. This CPO reserves the right to withdraw from or cancel this procurement bidding
process or any part thereof, or to vary any of its term at any time, without incurring
any financial obligation in connection therewith.
13. This project will be a turnkey-based solution.
Government of Balochistan Inspector General of Police Balochistan
TENDER NOTICE
The Inspector General of Police Balochistan invites bids from eligible Bidders for supply of
following items.
Description Total
Cost Tender Fee Bid Security
Establishment of Data Centre, containg
servers, storage, video wall, video
conferencing, emergency call center,
security and surveillance, and connecting
with existing facilities
PKR 150
Million Rs. 500/- 02 %
1. Procurements shall be made under the Balochistan Public Procurement Rules – 2014.
2. Eligibility of Bidders:
(a) The bidder must have completed 02 assignments/projects having almost similar
components/nature and cost of work.
(b) Turnover of at least PKR 200 million in last three years showing financial capacity
of the firm.
(c) Registration with relevant taxation departments.
3. Bid Security: The bids must accompany Bid Security in the form of Call Deposit or
Bank Guarantee of amount specified above in the name of the under-signed from a
scheduled bank.
4. Tender Documents: The bidding documents can be obtained from the office of the
under-signed upon payment (nonrefundable) bidding document fee (Rs. 500) through
Green Challan in CO2642 (Receipts) (The Bidding Document can also be
downloaded from www.bppra.gob.pk under TSE No. _______)
5. Issuance of tender Documents: From the date of publication of NIT to ……………,
during office hours on working days.
6. Last Date of bid submission: The Tenders must be submitted latest by ……………….
till 10:30 AM at Committee Room, CPO, Quetta.
7. Tender opening: All tenders will be opened on the same day at Committee Room,
CPO Quetta at 11:00AM.
8. Address: BALOCHISTAN POLICE, CENTRAL POLICE OFFICE, GULISTAN
ROAD. QUETTA – BALOCHISTAN.
9. PHONE NUMBER: +92 – 81 – 9203479, FAX NUMBER: +92819201267, E-MAIL
ADDRESS: [email protected]
Balochistan Police Command, Control, Communication & Data Center 6
INVIATION TO BID
1. CPO invites sealed bids from eligible bidders for the following:
Sr. Description Bid Security
1
FOR THE ESTABLISHMENT OF BALOCHISTAN
POLICE COMMAND, CONTROL, COMMUNICATION
& DATA CENTRE (BPC3) ON TURNKEY-BASED
SOLUTION
02 % 0f the total bid
value
2. Interested eligible bidders may obtain detailed BPC3 Project details, SUPPORT
SERVICES bidding documents which are available in the office of CPO after
depositing/ submitting Rs.500/-(non-refundable) in shape of Pay Order in the name of
“Inspector General of Police Balochistan” and may also be downloaded from the
website of CPO and Balochistan Public Procurement Regulatory Authority.
3. Sealed bids must reach in this office on or before PST 11:30 AM on
………….accompanied with a Bid Security as mentioned above in the form of CDR
or Bank Guarantee from a scheduled Bank of Pakistan that shall be opened on same
day within one hour after closing time mentioned above in the presence of bidder’s
representatives who chose to attend in the office of CPO.
4. For obtaining any further information or clarifications, please contact the General
Branch (Procurement Section) of CPO or Focal Person: AIG (General) – Balochistan
Police.
5. This project will be a turnkey-based solution.
BALOCHISTAN POLICE
CENTRAL POLICE OFFICE
GULISTAN ROAD. QUETTA –
BALOCHISTAN
PHONE NUMBER: +92 – 81 – 9203479
FAX NUMBER: +92 – 81 – 9201267
E-MAIL ADDRESS: [email protected]
Balochistan Police Command, Control, Communication & Data Center 7
ELIGIBILITY CRITERIA FOR BIDDERS
S.# Bidders Eligibility Factor Mandatory Requirement Document Required
1 Registration with Income
Tax
NTN Certificate AND being
Active Tax payer
Copy of NTN AND duly
verifiable Active Tax Payer
Certificate from FBR website
2 Registration with Sales-Tax GST Certificate Copy of GST registration
Certificate
3 Relevant Experience
For Self-experienced / Old Firms:
Experience of completing at least
two projects of establishing
Control Rooms, CCTV, Data
Centers & Video Walls in the
period of last 05 years.
Copy/ies of Supply Order/s with
relevant completion certificate/s
or Inspection Report/s
For In-experienced (New Firms):
JV or Agreement with a Firm
fulfilling the above-mentioned
criteria
Signed & stamped copy of
Agreement in addition to Supply
orders & Inspection Report /
Project completion report of the
experienced Firm
In Case of Joint venture, the role
and responsibilities of each
consortium member must be
mentioned along with the Lead
Bidder.
4 Financial Capacity Accumulated turn over PKR. 200
Million in last 3 years.
Audited Final Accounts OR
Bank Certificate of Company’s
Bank Account certifying the
required financial worthiness of
the Bidder
All JV / consortium Partners
must provide Audit Report /
Bank Statement for last 3 years
5 Non-Blacklisting Must not be presently black-listed
by any Government Organization
Declaration of Non-blacklisting
on Non-Judicial Stamp paper by
the Bidder. In Case of JV, all
members must provide the Non-
Blacklisting letter on NON-
Judicial Stamp Paper.
6 Local presence The Bidder must have functional
corporate office in Balochistan. Copy of Tenancy agreement or
ownership documents of the
Balochistan Police Command, Control, Communication & Data Center 8
office premises.
7 Warranty & After-Sales As required by the procuring
agency in the Data-sheet
Certificates of Warranty & After-
Sales by Manufacturer.
8 Bidder’s Area of Expertise
/ Personnel Required
Expertise:
CCTV Expert
Data Center Expert (CDCP
Certification)
Electrical/Electronics
Engineer with Valid PEC
Certifications
Connectivity Expert / Fiber
Project Management
Professional (PMP)
Certified System
Administrator
Please attach the CV of the
technical staff
9
Detailed write up on the
understanding of the scope
of Work
(Write Up + Presentation)
Bidder’s understanding of the
project is very important. The
evaluation committee can accept
or reject or provide an opportunity
to improve the understanding for
mutual benefit and outcome.
Following items must be included
but not limited to in the write-up /
presentation:
1. Back ground
2. Scope of the project
3. Salient features of the
project as understood by the
bidders
4. High level design
5. Complete integration plan of
BPC3 (Data Centre, CCTV
Cameras, Video Wall,
Software of various nature
from various sources e.g.
PITB, PSCA &/or
Punjab/Sindh Police)
6. Interior Design & Space
Management (working & 3D
Balochistan Police Command, Control, Communication & Data Center 9
Drawings).
7. Complete work plan (Write-
up + PowerPoint
presentation)
Note: Bidders are required to
prepare fresh write-ups and
custom-made presentations for
the project. Copy/paste,
plagiarism will be discouraged.
10 Delivery time compliance
Must agree to serve the Contract
within 120 days with complete
installation, configuration and
training (the bidder will impart
professional, technical & requisite
H/W & S/W comprehensive
training during and after the
completion of the project and will
submit undertaking in this regard
as well.)
Completion time (preferably on
Project Time lines) must be
clearly specified in the Technical
Bid
11 Agreement with all the
terms & conditions
Must unconditionally agree with
all the instructions, terms &
conditions specified in the bidding
documents & contract agreement
Signature & company seal on
every page of the bidding
document. In case of JV, The
Leader bidder will Sign and
company seal
12 Submission of Bidding
Document Fee
As required by the procuring
agency in the Tender Notice
Receipt of in-time payment of
Bidding document fee
13 Submission of
authorization Letters
Submission of authorization
letters from all principal / core
companies related to all the
components of the project.
Copy/ies of authorization letters
NOTE: It is mandatory for the bidders to meet all the above-mentioned requirements of
eligibility. In-case of not meeting any single requirement, the Bid shall be declared NON-
RESPONSIVE
The Technical Proposal shall provide the following information:
i. A brief description of the organization and an outline of recent experience on
assignments of a similar nature/components. For each assignment, the outline
should indicate, inter alia, the profiles of the staff, duration of the assignment,
contract amount, and firm’s involvement.
Balochistan Police Command, Control, Communication & Data Center 10
ii. A detailed description of the proposed methodology, work plan for performing
the assignment, staffing
iii. CVs recently signed by the proposed professional staff and the authorized
representative submitting the proposal. Key information should include
number of years of job experience and degree of responsibility held in various
assignments.
iv. Estimates of the total staff input (professional and support staff; staff time)
needed to carry out the assignment, supported by bar chart diagrams showing
the time proposed for each professional staff team member.
v. The Technical Proposal shall not include any financial information.
Balochistan Police Command, Control, Communication & Data Center 11
Table of Contents
Contents
1 INSTRUCTIONS TO BIDDERS .................................................................................12
1.1 INTRODUCTION .................................................................................................................12 1.2 THE BIDDING DOCUMENTS ...............................................................................................14 1.3 PREPARATION OF BIDS ......................................................................................................15 1.4 SUBMISSION OF BIDS ........................................................................................................18 1.5 OPENING AND EVALUATION OF BIDS ................................................................................21 1.6 AWARD OF CONTRACT ......................................................................................................24
2 SCOPE OF WORK........................................................................................................28
2.1 ESTABLISHMENT OF COMMAND, CONTROL, COMMUNICATION & DATA CENTRE (BPC3) 28 2.2 BPC3 DATA CENTER VIRTUALIZATION: ...........................................................................37 2.3 EXTERNAL NETWORK SERVICES REQUIREMENTS: ............................................................38
3 TECHNICAL SPECIFICATIONS ..............................................................................44
3.1 COMPONENT # 1- VIDEO WALL SOLUTION .......................................................................44 3.2 COMPONENT # 2- DATA CENTRE (2 TIER) .........................................................................47 3.3 COMPONENT # 3- LAPTOPS & COMPUTERS .......................................................................54 3.4 COMPONENT # 4- OUTDOOR IP SURVEILLANCE SOLUTION ...............................................55 3.5 COMPONENT # 5- VIDEO CONFERENCING SOLUTION ........................................................57 3.6 COMPONENT # 6- REQUISITE SOFTWARES .........................................................................57 3.7 COMPONENT # 7- IP SURVEILLANCE SOLUTION FOR BPC3 & DATA CENTRE ...................58
4 FINACIAL PROPOSAL SCHEDULE ........................................................................59
5 BID DATA SHEET ........................................................................................................62
6 SCHEDULE OF REQUIREMENTS ...........................................................................64
7 EVALUATION CRITERIA .........................................................................................65
8 BIDDING FORMS.........................................................................................................67
1. BID SUBMISSION FORM ...........................................................................................67 2. MANUFACTURER’S AUTHORIZATION FORM ...........................................................68
9 CONTRACT FORMS ...................................................................................................70
1. CONTRACT FORM .........................................................................................................70 2. PERFORMANCE SECURITY FORM.............................................................................71
10 GENERAL CONDITIONS OF CONTRACT ............................................................71
11 SPECIAL CONDITIONS OF CONTRACT ...............................................................91
12 INTEGRITY PACT .....................................................................................................110
Balochistan Police Command, Control, Communication & Data Center 12
1 INSTRUCTIONS TO BIDDERS
1.1 Introduction
1. Source of
Funds
1.1 Central Police Office (CPO) Balochistan has sufficient budget and intends
to apply a portion of the proceeds of this budget subject to the approval
from the competent authority to make eligible payments under the contract
for which this Invitation for Bids is being made.
2. Project info 2.1 Balochistan Police is the heart of all the operational information and
decision making for the province of Balochistan as far as law & order, and
crime management is concerned. In order to perform optimally, Balochistan
Police has envisaged an integrated Command, Control, Communication and
Data Centre, henceforth to be called as BPC3 Centre for convenience. BPC3
Centre is designed to function as an operational monitoring centre of all
policing activities in the province, spontaneous or planned, as well as co-
ordination with district and range units.
2.2 BPC3 will function as an independent unit of Balochistan Police, as an
entity as good as any other unit, to be staffed and supervised like any other
unit of Balochistan Police.
2.3 BPC3 is envisaged to function as a repository of all data collected through
live or recorded CCTV footage, or through various software provided by
any existing or future third party, by way of entering into MoUs or hiring
through this bid, or through emergency 15 calls, or through video
conferencing or through social media, and a coordinated response thereof.
3. Eligible Bidders/
Contractor
3.1 This Invitation for Bids is open to all Bidders, except as provided
hereinafter.
3.2 Government-owned enterprises may participate if they are legally and
financially autonomous.
3.3 Bidders blacklisted by any Government department or Balochistan Public
Procurement Regulatory Authority (BPPRA), or federal PPRA, or any
provincial PPRA, or found involved in any corrupt and fraudulent practice,
or facing such cases elsewhere.
3.4 Each bidder is allowed to submit only one bid, either individually or as a JV.
In case a bidder submits more than one bids, all such bids shall be rejected.
3.5 Joint Venture (JV) is allowed for this project. Bidder to provide the
documentary evidence/undertaking on legal paper, properly signed and
stamped. Bids submitted by a JV shall include the Joint Venture
Agreement entered into by all partners. The agreed Bid submitted by a joint
Balochistan Police Command, Control, Communication & Data Center 13
venture of two (2) or more firms shall comply with the following
requirements and any other section related to JV.
3.6 The Form of JV Agreement shall be signed so as to be legally binding on
all partners before submission of bids failing which the contract/the letter
of acceptance shall stand void and redundant.
3.7 All partners of JV shall be duly authorized by the bidder to deal with the
Employer/CPO regarding all matters related to the performance and
services as per the Terms and Conditions (T&C);
3.8 All partners of JV shall at all times and under all circumstances be liable
individually and jointly for the execution of the Contract in accordance
with the T&C of the Contract;
3.9 A duly attested copy of JV agreement shall be submitted along with the bid
stating the conditions under which JV will function, its period of duration
that shall not be less than the period of the contract/project. The JV
agreement shall be the part of the contract and no amendment/modification
whatsoever in the JV agreement shall be allowed without the prior
permission of the employer/CPO.
3.10 In case of any default or any fraudulent practice being found, or inability to
perform in accordance with Terms & Conditions of the agreement, or any
delay or any damage whatsoever to the employer/CPO, all the partners of
the JV shall be blacklisted as per applicable laws, clauses of the
contract/agreement, or any other penalty as deemed appropriate, shall be
imposed by CPO in this regard.
4. Origin of Goods 4.1 All goods and related services to be supplied under the contract shall have
their origin in eligible source countries, defined in the Bid Data Sheet
(BDS), and all expenditures made under the contract will be limited to such
goods and ancillary services,
4.2 For purposes of this clause, “origin” means the place where the goods are
mined, grown, or produced, or the place from which the related services are
supplied. Goods are produced through manufacturing, processing, or major
assembly of components. A commercially recognized product is
substantially different in basic characteristics or in purpose or utility from
its components.
4.3 The origin of goods is distinct from the nationality of the bidder.
4.4 The bidder shall visit the site before submission of bid at his own risk.
5. Cost of Bidding 5.1 The bidder shall bear all costs associated with the preparation and submission
of its bid, and the CPO will not be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
6. Constitution of 6.1 The Procuring agency (CPO) shall notify as many procuring committees as
Balochistan Police Command, Control, Communication & Data Center 14
Procurement
Committees
deemed fit, each committee shall comprise of odd number of persons headed
by an officer of BS-18 or higher.
6.2 The quorum for the decision is at least 2/3 of the members of procuring
agency.
6.3 The Procurement Committee(s) shall be responsible for—
(a) Overseeing to ensure consistency of procurement proceedings with the
rules;
(b) Carrying out technical as well as financial evaluation of the proposals and
bids;
(c) Performing post-qualification and other validation tasks prior to award;
(d) Preparing evaluation report as provided in Rule 40 of BPPRA;
(e) Making recommendations for the award of contract to the competent
authority; and
(f) Performing any other function ancillary and incidental to the above.
1.2 The Bidding Documents
7. Content of
Bidding
Documents
7.1 In addition to the Invitation for Bids, the bidders shall provide following
documents:
a. Bid Data Sheet
b. Schedule of Requirements
c. Technical Specifications
d. Bid Submission Form
e. Manufacturer’s Authorization Form
f. Price Schedules
g. Contract Form
h. Performance Security Form
i. General Conditions of Contract
j. Special Conditions of Contract
k. Specification Sheet
l. Design of the project including 3D rendering
m. Write-up & Power Point Presentation
n. Completion of work schedule
o. Documents related to Bid Evaluation Criteria
p. Payment Milestones (if different from as provided in this document)
q. Any subsequent document required by the employer (CPO)
7.2 The bidder is expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish any required
information or any required document will be at the bidder’s risk and may
result in the rejection of its bid.
7.3 The bidder shall either receive the bidding document from CPO, or download
it from the website of BPPRA or from Balochistan Police website
http://www.balochistanpolice.gov.pk. CPO will not respond to any request
for the provision of Bidding Documents received through Courier/Fax/mails
or any other source.
Balochistan Police Command, Control, Communication & Data Center 15
7.4 The fees for the bid document can be deposited while obtaining it from CPO
or at the time of submission of bids.
8. Clarification of
Bidding
Documents
8.1 An interested bidder, who has obtained bidding documents, may request for
clarification of contents of the bidding document in writing, and Procuring
Agency shall respond to such queries in writing within three calendar days,
provided they are received at least five calendar days prior to the date of
opening of bid:
Provided that any clarification in response to a query by any
bidder shall be communicated to all parties who have obtained bidding
documents.
8.2 Procuring Agency (CPO) shall re-issue the Notice Inviting Tenders, in
accordance with rules 15 and 16 of Balochistan Public Procurement Rules
2014, if it is convinced that there is a material infirmity or ambiguity in the
bidding documents, which cannot be addressed without modifying the
contents of bidding documents.
9. Amendment of
Bidding
Documents
9.1 At any time prior to the deadline for submission of bids, the CPO, for any
reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, may modify the bidding documents by
amendment.
9.2 All prospective bidders that have received the bidding documents will be
notified of the amendment in writing or by email well in time before the
deadline.
9.3 In case any amendment is made close to the deadline, the CPO may extend
the deadline for submission of bids in order to allow the prospective bidders
reasonable time for consideration of due amendments in the preparation of
their bids.
1.3 Preparation of Bids
10. Language of
Bid
10.1 The bid prepared by the Bidder, as well as all correspondence and
documents relating to the bid exchanged by the Bidder and the CPO shall be
written in English language specified in the Bid Data Sheet. Supporting
documents and printed literature furnished by the Bidder may be in same
language.
10.2 In case of any other language, the authentic copy of the translation &
translated document should be enclosed and is case of any ambiguity the true
contract / copy should be prevailed.
11. Documents
Comprising the
Bid
The bid prepared by the Bidder shall comprise the following components:
a. Bid Form and a Price Schedule
b.Documentary evidence that the Bidder is eligible to bid and is qualified
to perform the contract if its bid is accepted
c. Documentary evidence that the bidder possesses capacity to procure,
assimilate, build and run the project, and conform to the bidding
Balochistan Police Command, Control, Communication & Data Center 16
documents; and
d.Bid security furnished in accordance with the bid document.
12. Bid Form
12.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule
furnished in the bidding documents.
13. Bid Prices 13.1 The Bidder shall indicate in the price schedule the unit prices and total bid
price, including all applicable taxes, it proposes to supply under the contract.
13.2 Prices quoted by the Bidder shall be fixed during the Bidder’s performance
of the contract and not subject to variation on any account, unless otherwise
specified in the Bid Data Sheet. A bid submitted with an adjustable price /
Optional quotation will be treated as non-responsive and will be rejected.
14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid
Data Sheet.
15. Documents
Establishing
Bidder’s
Eligibility and
Qualification
15.1 The Bidder shall furnish, as part of its bid, documents establishing the
Bidder’s eligibility to bid and its qualifications to perform the contract.
15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to
the satisfaction of CPO that the Bidder, at the time of submission of its bid,
is eligible as defined in the bid document.
15.3 The documentary evidence of the Bidder’s qualifications to perform the
contract if its bid is accepted shall establish to the satisfaction of employer
(CPO):
(a) That in case a Bidder does not manufacture or otherwise produce any
component, the Bidder has been duly authorized by the Manufacturer or
producer to supply in Pakistan;
(b) That in case a bidder is a firm / company or organization which has a
valid certificate from a Govt. entity in respect of its registration /
renewal.
(c) that the Bidder has the financial, technical, and production capability
necessary to perform the contract;
(d) that, in the case of a Bidder not doing business within Pakistan, the
Bidder is or will be (if awarded the contract) represented by an Agent
with full authorization enabling it to carry out the Contractor’s
maintenance, repair, and spare parts-stocking obligations prescribed in
the Conditions of Contract and/or Technical Specifications if otherwise
is not mentioned; and
(e) That the Bidder meets the qualification criteria listed in the Bid Data
Sheet.
16. Documents
Establishing
Eligibility and
Conformity to
Bidding
16.1 Pursuant to relevant clauses of bid document, the Bidder shall furnish, as
part of its bid, documents establishing the eligibility and conformity to the
bidding documents of all components of the project, which the Bidder
proposes to supply under the contract.
16.2 The documentary evidence relating to eligibility of all the components of
the project shall consist of a statement in the Price Schedule of the country of
Balochistan Police Command, Control, Communication & Data Center 17
Documents origin of the Goods offered which shall be confirmed by a certificate of
origin issued at the time of shipment.
16.3 The documentary evidence of conformity of all the components of the
project to the bid document may be in the form of literature, drawings, and
data, and shall consist of a detailed description of technical and performance
characteristics of all the components of the project.
16.4 The successful Bidder may substitute alternative standards, brand names,
and/or catalogue numbers in its bid, provided that it demonstrates to the full
satisfaction of CPO that such substitutions ensure substantial equivalence or
higher to those designated in the Technical Specifications. (In case such
brand /item /equipment has been made redundant or ceased to exist)
17. Bid Security 17.1 Pursuant to relevant clauses of the bid document, the Bidder shall furnish a
bid security in the amount specified in the Bid Data Sheet.
17.2 The bid security shall be in Pak. Rupees as per bid data sheet or as required
by CPO.
17.3 Unsuccessful bidders’ bid security will be discharged or returned as
promptly as possible before the expiration of the period of bid validity
prescribed by the CPO in accordance with relevant clauses of bid document
as well as BPP Rules 2014 (amended). The bid security of successful bidder
shall be released after issuing of advance acceptance letter/contract and after
receiving the performance guarantee.
17.4 The bid security is required to protect the CPO against the risk of Bidder’s
conduct which would warrant forfeiture of bid security under following
circumstances:
(a) If a bidder withdraws its bid during the period of bid validity as
specified under BPPRA Rules; or
(b) In the case of a successful bidder, if the bidder fails;
i. To sign the contract in accordance with requirements
ii. To furnish performance security in accordance with relevant rules
iii. To submit its bid in accordance with the conditions of knock out
clause / basic requirement or in case of any false information or
submission a fake document, or in case of any illegal / fraudulent
practice
iv. Does not accept the correction of the quoted amount following the
correction of arithmetic errors
17.5 In case of a JV, the Bid Security must be in the name of the JV or the
partners thereof. If the JV has not been legally constituted at the time of
bidding, and the JV qualifies for award of contract then the JV will need to
legalize itself as per the requirements of concerned laws.
Balochistan Police Command, Control, Communication & Data Center 18
18. Period of
Validity of Bids
18.1 Bids shall remain valid for the period specified in the Bid Data Sheet after
the date of bid opening prescribed by the Central Police Office, pursuant to
relevant clauses of bid document. CPO shall reject a bid valid for a shorter
period.
18.2 In exceptional circumstances, the CPO may solicit the Bidder’s consent to
an extension of the period of validity as provided in BPP Rules 2014.
18.3 Extension of bid validity may be allowed subject to approval by the
competent authority of the CPO, and with reasons to be recorded in writing.
18.4 After obtaining such approval, the CPO/Procuring Agency, shall request in
writing all bidders to extend the bid validity period. Such a request shall be
made before the date of expiry of the original bid validity period.
18.5 Such an extension shall not be for more than the original period of bid
validity.
18.6 Whenever an extension of bid validity period is requested, a bidder shall
have the right to refuse to grant such an extension and withdraw his bid and
bid security shall be returned forthwith.
18.7 Bidders who—
a. agree to extension of the bid validity period shall also extend validity of the
bid security for the agreed extended period of the bid validity; and
b.Agree to the Procuring Agency’s request for extension of bid validity period
shall neither be requested nor permitted to change the price or other
conditions of their bids.
1.4 Submission of Bids
19. Sealing/
Signing/
Submitting of Bids
19.1 The bidder shall seal the bid(s) in separate envelope after duly marking each
page and stamping, signing of the bid(s) (each pages) and then separately in
an outer envelope according to BPPR Rules.
19.2 Technical Bid should comprise of a single envelope containing two
separately sealed envelopes, marked:
Original – technical proposal
Copy – technical proposal
All envelopes should clearly state:
i. Name of bidder
ii. Technical original & copy proposal respectively
iii. Name of procurement
iv. Name of procuring agency
Balochistan Police Command, Control, Communication & Data Center 19
A set of this bidding document duly filled, supported with Bidder’s covering
Letter mentioning the complete list of the Contents of the Technical Bid, be
attached with the Technical Proposal, which shall be prepared keeping in view
the specifications provided in the Data Sheet.
19.3 Instructions for Preparing Financial Bid
Financial Bid should comprise of a SINGLE ENVELOPE containing: -
i. Financial Proposal
The Envelope Should Clearly State:
Name of Bidder
Name of the project
Name of Procuring Agency
a. A set of this bidding document duly filled, supported with Bidder’s covering
Letter mentioning the complete list of the Contents of the Financial Bid
be attached with the Financial Proposal, which shall be prepared
keeping in view the Financial details as required in the Data Sheet of
the Assignment.
b. The Financial Bid shall be quoted on Bidders Letter Head, explicitly
mentioning all the required information, including but not limited to
Original Bid Security, particulars of Bid Security in the covering letter
but in the shape as proposed by the CPO through these Bidding
Documents, complete financial details of the Proposal in the required
Currency, Cost-breakups, units and Total Cost, item-wise mentioned
taxes etc.
Every page of the Bid must be:
Numbered
Signed
Stamped by the Authorized Representative
c. Bid must be Spiral Banded / firmly stapled / strongly glued, so as to ensure
that the inner pages safely remain intact, during their Financial
Evaluation.
d. The attached printed material must be numbered as per the list of contents
mentioned in the Covering Letter Any other information relevant to the
financial aspect of the case, deemed necessary by the Bidder to
mention.
19.4 COMMON INSTRUCTIONS FOR PREPARING BIDS
a. Bidders shall submit their bids through Courier or their duly
authorized representatives using the appropriate forms / requirements
provided herein, on or before the deadline specified in the foregoing
bidding document. In no case, late bid shall be received or accepted
whether it was posted how many days before the dead line. The sole
responsibility lies on the bidder to provide the bid well before to the
Balochistan Police Command, Control, Communication & Data Center 20
given time/date.
b. Formats mentioned herein must be completed without any alterations
to their format and shall be typed or written in indelible ink. Proposals
not conforming to the instructions are likely to be rejected.
c. Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialed by the duly authorized representative/s of the
Bidder.
d. If bids are not sealed and marked as required, the Procuring Agency
will assume no responsibility for the misplacement or premature
opening of the bid; and, likely to be rejected on afore-mentioned
account.
20. NOTICES
20.1 Any notice, request, or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request, or
consent shall be deemed to have been given or made when received by the
concerned party, either in person or through an authorized representative of
the Party to whom the communication is addressed, or when sent by
registered mail, telex, telegram, E-mail or fax to such Party at the address
specified in the Bidding Document & the subsequent Bid, which shall be
effective when delivered and duly received or on the notice’s effective date,
whichever is later. A Party may change its address for notice hereunder by
giving the other Party notice of such change in writing within 10 days of the
occurrence of the said change.
21. ALTERNATIV
E BIDS
21.1 Alternative Bids shall be rejected. For this purpose, an alternative bid
defined as an offer made by a bidder in addition to its original bid which is
submitted in a separate envelope therewith or for purposes of bidding.
22. Deadline for
Submission of
Bids
22.1 Bids must be received by the CPO at the address specified not later than the
time and date specified in the Tender.
22.2 The CPO may, at its discretion, extend this deadline for the submission of
bids by amending the bidding documents in accordance with BPP Rules
2014.
22.3 In case, on the deadline date, there is Gazette holiday / local holiday or any
incident when the office is closed the next working day shall be consider as
closing date.
22.4 The Procuring Agency may extend the deadline for submission of bids only,
if one or all of the following conditions exist: —
(a) Fewer than three bids have been submitted and Procurement Committee is
unanimous in its view that wider competition can be ensured by extending
the deadline. In such case, the bids submitted shall be returned to the
Bidders un-opened; and
Balochistan Police Command, Control, Communication & Data Center 21
(b) if the Procuring Agency is convinced that such extraordinary
circumstances have arisen owing to law and order situation or a natural
calamity that the deadline should be extended:
Provided that the advertisement of such extension in time shall be made in
a manner similar to the original advertisement.
23. Late Bids 23.1 Any bid received in the office of the CPO after the deadline for submission
of bids prescribed in the tender by the CPO pursuant to rule 25 and 36 of
BPP Rules 2014 will be rejected and returned unopened to the Bidder.
23.2 In case the bid posted through courier or parcel it should reach the office of
CPO well before the time of closing of the bids and no excuse related to late
delivery on the part of corer company etc. or what so ever shall be consider
and accepted.
24. Withdrawal of
Bids
24.1 The Bidder may withdraw its bid after the bid’s submission, by providing a
written notice to CPO prior to one (01) day of the deadline for submission of
bids.
24.2 The Bidder’s withdrawal notice shall be prepared, sealed, marked, and
dispatched in accordance with the provisions of bid document.
24.3 No bidder is allowed to withdraw its bid after opening the bid with
permission or without permission of the procuring agency.
1.5 Opening and Evaluation of Bids
25. Process of
Procurement
25.1 Single Stage two envelop/process/ method provided in rule 41 of BPP Rules
2014 shall be followed.
Single Stage – Two-Envelope Procedure. —
(a) Bid shall comprise a single package containing two separate envelopes.
Each envelope shall contain separately the financial proposal and the
technical proposal;
(b) Envelopes shall be marked as ―FINANCIAL PROPOSAL and
―TECHNICAL PROPOSAL in bold and legible letters to avoid
confusion;
(c) initially, only the envelope marked ―TECHNICAL PROPOSAL shall be
opened;
(d) envelope marked as ―FINANCIAL PROPOSAL shall be retained in the
custody of the Procuring Agency without being opened;
(e) Procuring Agency shall evaluate the technical proposal in a manner
prescribed in advance, without reference to the price and reject any
proposal which does not conform to the specified requirements;
(f) No amendments in the technical proposal shall be permitted during the
technical evaluation;
(g) Financial proposals of technically qualified bids shall be opened publicly
Balochistan Police Command, Control, Communication & Data Center 22
at a time, date and venue announced and communicated to the bidders in
advance;
(h) Financial proposal of bids found technically non-responsive shall be
returned un-opened to the respective bidders; and
(i) Bid found to be the lowest evaluated shall be accepted.
26. Opening of Bids
by the CPO
26.1 The CPO will open all bids in the presence of bidders’ representatives who
choose to attend, at the time, on the date, and at the place specified in the Bid
Data Sheet. The bidders’ representatives who are present shall sign an
attendance sheet evidencing their presence.
26.2 The bidders’ names, bid withdrawals, the presence or absence of requisite
bid security and such other details as the CPO, at its discretion, may consider
appropriate, will be announced at the opening. No bid shall be rejected at
bid opening, except for late bids, which shall be returned unopened to the
Bidder.
26.3 The procurement committee as constituted by the procuring agency shall
open the bids in accordance with BPP Rules 2014 and ensure consistency of
procurement proceedings with the said Rules and other functions mentioned
in rule 8 of BPP Rules 2014.
27. Clarification of
Bids
27.1 During evaluation of the bids/prior the signing of the contract, the CPO
may, at its discretion, ask the Bidder for a clarification of its bid. The
request for clarification and the response shall be in writing, and no change
in the prices or substance of the bid shall be sought, offered, or permitted.
27.2 No bidder shall be allowed to alter or modify his bid(s) after the expiry of
deadline for the receipt of the bids:
(a) Provided that the Procuring Agency may ask the bidders for
clarifications needed to evaluate the bids but shall not permit any bidder to
change the substance or price of the bid.
(b) Any request for clarification in the bid, made by the Procuring Agency,
shall invariably be in writing. The response to such request shall also be
in writing.
28. Preliminary
Examination
28.1 The Procurement Committee notified by the CPO will preliminarily
examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed, and whether
the bids are generally in order.
28.2 Arithmetical errors will be rectified on the following basis. After technical
evaluation, the committee constituted for financial evaluation may rectify if
there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the Contractor does not
accept the correction of the errors, its bid will be rejected, and its bid security
shall be forfeited. If there is a discrepancy between words and figures, the
amount in words will prevail.
Balochistan Police Command, Control, Communication & Data Center 23
28.3 CPO may waive any minor informality, nonconformity, or irregularity in a
bid which does not constitute a material deviation or change the substance of
the bid, provided such waiver does not prejudice or affect the relative
ranking of any Bidder.
29. Qualification &
Evaluation of
Bids
29.1 In the absence of prequalification, the CPO will determine to its satisfaction
whether the Bidder is qualified to perform the contract satisfactorily, in
accordance with the. Evaluation Criteria / Section V.
29.2 The determination will take into account the Bidder’s financial, technical,
and production capabilities. It will be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to relevant clauses of bid document, as well as such other
information, as the CPO deems necessary and appropriate.
29.3 The CPO through a technical committee, will technically evaluate and
compare the bids which have been determined to be substantially
responsive, as per Technical Specifications requirement.
29.4 The CPO will through the committee financially evaluate a bid on Delivered
Duty Paid (DDP) standard and price shall be inclusive of all prevailing taxes
and duties, if otherwise not mentioned.
29.5 CPO may consider a single bid if it is responsive / meets the evaluation
criteria expressed in bidding documents and is not in conflict with any other
rules, regulations or policy of the Government. The price may be compared
with the prevailing market prices, if so required.
29.6 Financial evaluation bid shall be free from all computational errors.
29.7 Single bid may be considered for acceptance if, In case of forfeiture of bid
security under Rule 29(5) of BPP Rules 2014 the Procuring Agency may
award the procurement contract to next lowest evaluated bidder.
30. Announcement
of Evaluation of
Bids
29.8 CPO shall announce the evaluation report as provided in BPPR Rules 2014
updated as under:
a. CPO shall announce and upload on BPPRA’s website the results of
bid evaluation in the form of a report, giving justification for
acceptance of lowest evaluated bid, and reasons for non-acceptance of
all other bids or rejection of each bid at least 03 days prior to the
award of procurement contract.
b. Provided that a copy of the evaluation report shall be provided to any
bidder who may request for the same.
30. Contacting the
CPO
30.1 No Bidder shall contact the CPO on any matter relating to its bid, from the
time of the bid opening to the time evaluation report is made public. If the
Bidder wishes to bring additional information or has grievance to the notice
of the CPO, it should do so in writing through electronic means.
30.2 Any effort by a Bidder to influence the CPO during bid evaluation or bid
comparison may result in the rejection of the Bidder’s bid and forfeiting of
its bid security and its blacklisting.
Balochistan Police Command, Control, Communication & Data Center 24
1.6 Award of Contract
31. Award Criteria 31.1 Subject to relevant clauses of bid document, the CPO will award the
contract to the successful Bidder whose bid has been determined to be
substantially responsive in accordance with the Evaluation Criteria and has
been determined to be the lowest evaluated bid as defined in BPP rules
2014.
31.2 In case of more than one bidder quoting the same cost / equal (lowest bid)
the CPO may ask only to those lowest bidders at once to submit their
financial bids again or opt any other option.
32. CPO’s Right to
Vary Quantities at
Time of Award
32.1 The CPO reserves the right at the time of contract awarding to add/delete
terms and conditions, scope of work, quantities of any components of the
project originally specified in the Schedule of Requirements without any
change in unit price in accordance with prevailing rules & regulations.
33. CPO’s Right to
Cancel All Bids /
Bidding process and
Re - issuing Tender
33.1 CPO may cancel the bidding process at any time prior to the acceptance of
a bid or proposal.
33.2 CPO shall incur no liability towards the bidders, solely by virtue of its
invoking sub-rule (1).
a. Intimation of the cancellation of bidding process shall be given
promptly to all bidders and bid security shall be returned along with
such intimation.
b. CPO shall, upon request by any of the bidders, communicate to such
bidder, grounds for the cancellation of bidding process, but is not
required to justify such grounds.
c. CPO may Re-issue Tender incase, the process has been cancelled.
34. Notification of
Award
34.1 Prior to the expiration of the period of bid validity, the CPO will notify the
successful Bidder in writing by registered letter or by email, that its bid has
been accepted subject to verification of the CDR, however this acceptance
shall not be termed as a contract or the bidders can not made any claim or
as a vested right on this ground.
34.2 The notification of award will constitute the formation of the Contract
subject to the Performance Guarantee.
35. De Briefings 35.1 A bidder may ask the CPO for reasons for no acceptance of his bid and
may request for a debriefing meeting and CPO shall give him the reasons
for such non-acceptance, either in writing or by holding a debriefing
meeting with such a bidder.
35.2 The requesting bidder shall bear all the costs of attending such a
debriefing.
36. Signing & Closing
of Contract
36.1 After notifications to the successful Bidder that its bid has been accepted,
the successful bidder will send to CPO, the signed/stamped (on stamp
paper) Contract provided in the bidding documents or reviewed,
Balochistan Police Command, Control, Communication & Data Center 25
incorporating all agreements between the parties within seven (07) days (or
extendable date by CPO).
36.2 After notifications to the successful Bidder that its bid has been accepted,
the successful bidder will send to CPO, the signed/stamped (on stamp
paper) Contract provided in the bidding documents or reviewed,
incorporating all agreements between the parties within seven (07) days (or
extendable date by CPO).
36.3 Prior to signing of the contract successful bidder may discuss any issue
regarding the contents of the contract with CPO or vice versa. However,
there should be no variation or amendment in the contract without prior
approval and consent of CPO. However, no amendment, variation shall be
allowed that violate the principles of procurement.
36.4 The stamp duty on the contract of the same shall be imposed as per the
“The Stamp Act, 1899” that shall be paid by the bidder/ service provider.
36.5 If the successful bidder fails to submit the model contract in the prescribed
time as mentioned above, the next lowest evaluated bidder (whose bid is
responsive and acceptable) may be issued a letter of acceptance. In such
case, the bid security of the former bidder shall be forfeited along with any
other legal action.
36.6 Except for defect liability or maintenance by the supplier, consultant
or contractor, as specified in the conditions of contract, performance of the
contract shall be deemed close on the issue of overall delivery certificate,
certificate of completion of deliverables, or taking over certificate which
shall be issued within thirty days of final taking over of goods or receiving
the deliverables or completion of works enabling the supplier or contractor
to submit final bill and the CPO to carry out any inspection of goods,
works or services related thereto, as provided in the contract agreement
and auditors to do substantial audit.
36.7 In case of defect liability or maintenance periods, defect liability
certificate shall be issued within thirty (35) days of the expiry of the said
period enabling the supplier or contractor to submit the final bill.
36.8 Except for unsettled claims which shall be resolved through arbitration,
and shall be paid within the time given in the conditions of contract.
37. Commencement of
the Contract
37.1 The Contract shall be commencing after submission of the required
Performance guarantee and its validation / conformation for the bank.
38. Integrity Pact 38.1 CPO may require from the bidder (qualified) for submission of an
integrity pact and Non-Disclosure Agreement (NDA) and Service Level
Agreement (SLA).
39. Publication of the
Award of the
Contract
39.1 Within forty-five (45) days of the award of contract, CPO shall publish on
the website of the Authority and on its own website or its authorized
partners, if such a website exists, the results of the bidding process,
identifying the bid through procurement identifying number, if any, and the
following information: —
a. Contract Evaluation Report;
b. Form of Contract and Letter of Award; and
c. Bill of Quantities or Schedule of Requirement.
Balochistan Police Command, Control, Communication & Data Center 26
40. Performance
Security
40.1 Within Seven (07) days of the receipt of notification of award from the
CPO, the successful Bidder shall furnish the performance security in
accordance with the Conditions of Contract, on the Performance Security
Form provided in the bidding documents, or in any another form
acceptable to the CPO in shape of bank guarantee, Demand Draft by the
renowned Bank of Pakistan or insurance Bond by AA ranking insurance
companies.
40.2 Failure of the successful Bidder to comply with the requirements of
relevant Bid document Clauses or any other requirement by CPO shall
sufficient grounds for the annulment of the award and forfeiture of the bid
security/black listing, in which event or on any other reason deems
appropriate, the CPO may make the award to the next lowest evaluated
Bidder (responsive bidder) or call for new bids (re-bid).
40.3 In case of JV, the Performance Security of a JV must be in the name of the
JV as per the satisfaction of CPO.
40.4 The performance guarantee shall be released within sixty days of
completion of the contract subject to clearance of everything else.
41. Corrupt and
Fraudulent
Practices
41.1 The CPO requires that Bidders, Contractors, and Contractor observe the
highest standard of ethics during the procurement and execution of
contracts. For the purposes of this provision, the terms set forth in BPP
Rules /Act shall be applicable:
(a) The CPO will bar/black list a firm, in accordance with prevailing
Blacklisting procedures under Balochistan Procurement Rules
2014 or initiate any legal action against such bidders who
involve in such corrupt and fraudulent in any case if deems so
42. Performance
Required from the
bidder
42.1 The CPO requires that Bidders, Contractors, and Contractor observe the
highest standard of ethics during the procurement and execution of
contracts. For the purposes of this provision, the terms set forth in BPP
Rules /Act shall be applicable:
(a) The CPO will bar/black list a firm, in accordance with prevailing
Blacklisting procedures under Balochistan Procurement Rules 2014 or
initiate any legal action against such bidders who involve in such corrupt
and fraudulent in any case if deems so.
42.2 In case of any dis-satisfaction or objection against the act or decision of
the CPO after the issuance of notice to the inviting tender or evaluation /
report, the aggrieved bidder may approach to the grievance-redressed
committee that shall be notified by CPO for the purpose to address the
grievance as provided in BPPRA rules 2014 amended.
42.3 The complaint redressal committee upon receiving a complaint from an
aggrieved bidder may, if satisfied—
a. Reject the complaint considering it to have been made on frivolous
grounds;
Balochistan Police Command, Control, Communication & Data Center 27
b. Prohibit the Procurement Committee from acting or deciding in a
manner, inconsistent with these rules and regulations;
c. Annul in whole or in part, any unauthorized act or decision of the
Procurement Committee;
d. Recommend to the Head of Department that the case may be declared
a mis-procurement if material violation of the Act, rules, regulations,
orders, instructions or any other law relating to public procurement,
has been established; and
e. Reverse any decision of the Procurement Committee or
substitute its own decision for such a decision:
Provided that the complaint redressal committee shall not
make any decision to award the contract.
42.4 The Complaint Redressal Committee shall announce its decision within
fifteen (15) days and intimate the same to the bidder and the Authority
within three (03) working days by CPO.
42.5 CPO shall award the contract after the decision of the complaint redressal
committee.
42.6 Mere fact of lodging of a complaint shall not warrant suspension of the
procurement proceedings.
42.7 Any bidder not satisfied with the decision of the Committee of the
procuring Agency may lodge an appeal in the relevant court of jurisdiction.
43. Resolution of
Disputes
43.1 The CPO and the Contractor shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between
them under or in connection with the Contract. If, after thirty (30) days
from the commencement of such informal negotiations.
43.2 The matter shall be referred to Head of CPO in case of bidder / Contractor
and the procuring agency/ employer / CPO are not agreed or dispute is
unsettled after 30 days who shall decide the matter in accordance with
prevailing laws after affording opportunity of hearing to the parties whose
decision shall be final.
43.3 In case of any objection thereafter, the matter may be referred for
judication / arbitration in accordance with arbitration ACT 1940.
44. Declaration of Mis-
Procurement
44.1 The head of CPO on its own incitation or on recommendation of the
complaint redressal committee of CPO may declare the case to be of mis-
procurement as per Rule 57 of BPP Rules 2014.
45. Blacklisting 45.1 CPO shall de bar / black list the bidders / contractors individually or
collectively as a part of consortium if :
a. Conviction for fraud corruption, criminal misappropriation, theft,
forgery, bribery or any other criminal offence;
b. involvement in corrupt and fraudulent practices while obtaining
or attempting to obtain a procurement contract;
c. final decision by a court or tribunal of competent jurisdiction that the
contractor or supplier is guilty of tax evasion;
d. willful failure to perform in accordance with the terms of one or
more than one contract; and
Balochistan Police Command, Control, Communication & Data Center 28
e. Failure to remedy underperforming contracts, as identified by the
Procuring Agency, where underperforming is due to the fault of the
contractor, supplier or consultant.
45.2 CPO may, on its own motion, or information provided by any party, carry
out an investigation to determine, whether there is sufficient cause for
blacklisting a contractor, consultant or supplier. If the CPO is satisfied that
such a cause exists, it shall initiate the process of blacklisting in
accordance with the procedure laid down in the General Clause of the
agreement.
45.3 As a result of the scrutiny process, as mentioned above the CPO may take
one of the following decisions:—
a. Contractor or consultant or supplier may be blacklisted;
b. Contractor or consultant or supplier may be debarred temporarily,
specifying the time period; and
c. Contractor or consultant or supplier may be blacklisted if he fails to
take the specified remedial actions within a specified time period:
d. Provided that the Procuring Agency shall duly publicize and
communicate its decision to the BPPRA, other Government
departments, and also hoist on its own website and BPPRA’s website.
46. Limitation on
Negotiation
46.1 There shall be no negotiations with the bidder having submitted the lowest
evaluated bid or with any other bidder: If the extent of negotiation
permissible shall be subject to the regulations of issued by the BPPRA.
46.2 If the lowest evaluated bidders voluntarily offer the discounts in its financial
submitted bid without effecting the process, the quality, or the standard
requirements it may be considered.
47. Confidentiality 47.1 The Procuring Agency shall keep all information regarding the bid
evaluation confidential until the time of announcement of evaluation report in
accordance with the requirements of rule 40 BPPRA Rules 2014.
2 SCOPE OF WORK
2.1 Establishment of Command, Control, Communication & Data Centre
(BPC3)
Policing in the digital era has become more complex, challenging and
demanding which is primarily driven by the paradigm shift in the dynamic security
environment, technological advancements, and expectations of people to improve service
delivery system. The Balochistan Police is focused on introducing sustainable information
technology interventions.
The escalating operational situations in Balochistan, need for professionalized
Police response and evidence-based policing having proper data basis have prompted
Balochistan Police to strengthen its technological infrastructure by establishing Command,
Balochistan Police Command, Control, Communication & Data Center 29
Control, Communication and Data Centre (BPC3). The main functions of BPC3 have been
envisaged as under:
· Provincial Crisis Management Centre
· Digital surveillance capability
· 15 Police unified communication & responses
· Public complaints management Centre
· Database Centre for storage, research and analysis
· Police Intelligence Centre for strategic monitoring & planning
· Social media monitoring
· Interactive dashboards for performance appraisal & crime analysis
The concept of BPC3 will literally modernize the Balochistan Police. All the
15 emergency calls throughout Balochistan will be attended in BPC3 and then further
disseminated to all the districts which will be connected with BPC3. At present there are 169
operational cameras (detail is mentioned below) in Quetta City which will immediately be
connected with BPC3. 70 new cameras with be installed and in future its video wall will be
populated with the live display of more districts. The live streaming of all the major
gatherings and law & order situations from all the ranges will be shown at BPC3. The main
hall in Central Police Office, Quetta has already been earmarked for the Command, Control,
Communication and Data Centre. This will indeed help in improving the overall service
delivery mechanism.
The bidder will be duty bound to get the comprehensive testing done of all the
equipment (hardware & software) and to ensure the proper working and functionality of the
BPC3 project.
Already installed cameras: (iinnssttaalllleedd vviiaa wwiirreelleessss aacccceessss ppooiinnttss ((DDIIGG OOFFFFIICCEE))
S.
# Name of Site Static IPC PTZ Remarks
Access on
Fiber
1 Serana Chowk 02 - DH-IPC-HFW4220EP No
2 TNT Chowk 03 - DH-IPC-HFW4220EP No
3 Civil Hospital 02 - DH-IPC-HFW4220EP No
4 White Jamali 01 - DH-IPC-HFW4220EP No
5 Chaman Phatak 02 - DH-IPC-HFW4220EP No
6 Killi Mubarak 02 - DH-IPC-HFW4220EP No
7 Masjid Rabul Alamin 02 - DH-IPC-HFW4220EP No
8 Spini Brewery 03 - DH-IPC-HFW4220EP No
9 Brewery Spini 02 - DH-IPC-HFW4220EP No
10 SBK University 02 - DH-IPC-HFW4220EP No
11 Kasi Road 01 - DH-IPC-HFW4220EP No
12 Mali Bagh 03 - DH-IPC-HFW4220EP No
Balochistan Police Command, Control, Communication & Data Center 30
13 Prince Art 02 - DH-IPC-HFW4220EP No
14 Art Archar 02 - DH-IPC-HFW4220EP No
15 Rahat Hospital 02 - DH-IPC-HFW4220EP No
16 Delight Cinema 01 - DH-IPC-HFW4220EP No
17 Milo Shaheed Chowk 02 - DH-IPC-HFW4220EP No
18 Pearl Chowk 02 - DH-IPC-HFW4220EP No
19 Sarai Namak 01 - DH-IPC-HFW4220EP No
20 Hockey Chowk 02 - DH-IPC-HFW4220EP No
21 Imdad Chowk 02 - DH-IPC-HFW4220EP No
22 Manan Chowk - 01 DH-IPC-HFW4220EP No
23 Punjabi IB 01 DHSD6AE230F-HNI Yes
24 Meezan Chowk 03 01 DH-IPC-HFW4220EP Yes
25 Shah Tower 02 - DH-IPC-HFW4220EP No
26 Safeer Masjid 02 - DH-IPC-HFW4220EP Yes
27 Junction Chowk 01 01 DH-IPC-HFW4220EP Yes
28 Jable Noor(Demo) 01 No
Total 49 05
GRAND TOTAL (STATIC + PTZ) 54
Already Installed on Fiber
S.# Camera Location Remarks Camera Points
1 Nasir-ul-Aza S1 2MP/Dahua Point-1 2 Nasir-ul-Aza S2
3 Nasir-ul-Aza S3
4 Flyover S1
2MP/Dahua
Point-2
5 Flyover S2
6 Flyover S3
7 Flyover S4
8 Spini Joint Cross S1
2MP/Dahua
Point-3
9 Spini Joint Cross S2
10 Spini Joint Cross S3
11 Spini Joint Cross
12 Jim khana chowk S2
2MP/Dahua
Point-4
13 Jim khana chowk S1
14 Jim khana chowk S4
15 Jim khana chowk S3
16 Old China Chowk S3
2MP/Dahua
Point-5 17 Old China Chowk S2
18 IG Office Chowk S1
2MP/Dahua
Point-6
19 IG Office Chowk S4
20 IG Office Chowk S3
21 IG Office Chowk S2
22 Mission Rd S3
Balochistan Police Command, Control, Communication & Data Center 31
23 Mission Rd S2 2MP/Dahua Point-7
24 Mission Rd S1
25 MDS Store S3
2MP/Dahua
Point-8
26 MDS Store S2
27 MDS Store S4
28 MDS Store S1
29 Misson Chowk S1
2MP/Dahua
Point-9
30 Misson Chowk
31 Misson Chowk S2
32 Misson Chowk S3
33 Saffer Masjid S1
2MP/Dahua
Point-10 34 Saffer Masjid S2
35 Toghi Taj Cross S3
2MP/Dahua
Point-11 36 Toghi Taj Cross S2
37 Punjabi 1 B S2 2MP/Dahua Point-12
38 Kasi Rd S3
2MP/Dahua
Point-13 39 Kasi Rd S2
40 Kasi Rd S1
41 Spini Road Traffic S3
2MP/Dahua
Point-14 42 Spini Road Traffic S2
43 Spini Road Traffic S1
44 Spini Road Traffic
45 Abdullah Jan Masjid S3
2MP/Dahua
Point-15 46 Abdullah Jan Masjid S1
47 Abdullah Jan Masjid S2
48 Fire Brigade S1
2MP/Dahua
Point-16
49 Fire Brigade S2
50 Fire Brigade S3
51 Fire Brigade S4
52 Cam 55 2MP/Dahua Point-17
53 Qandari Bazar S2 2MP/Dahua Point-18
54 Qandari Bazar S1
55 Qandari Bazar
56 Faqera Beef S1
2MP/Dahua
Point-19 57 Faqera Beef S2
58 Faqera Beef S3
59 Kasi Rd S4 2MP/Dahua Point-20
60 Ajab Khan S1
2MP/Dahua
Point-21
61 Ajab Khan S2
62 Ajab Khan S3
63 Ajab Khan S4
64 Cam 68 2MP/Dahua Point-22
65 Noor Yaseen S2
Balochistan Police Command, Control, Communication & Data Center 32
66 Noor Yaseen S1 2MP/Dahua Point-23
67 Art School Rd 2MP/Dahua Point-24
68 Liaqat Archar Rd
2MP/Dahua
Point-25 69 Liaqat Archar Rd S2
70 Liaqat Archar Rd S1
71 Junction Chowk PTZ 2MP/Dahua Point-27
72 Mezan Chowk PTZ 2MP/Dahua Point-28
1. BPC3 Equipment:
1.1 The Control Centre’s have distinct methods of operation, which require different
combinations of systems for appropriate ‘Role-based’ operation. The method of
selecting the correct combination of systems for the user to use is defined as a “Task”
1.2 The BPC3 shall have appropriate lighting to ensure the maximum visual of Video
walls, monitors and other LCD / LED or Analogue Computer displays. Each
luminaire shall be individually dimmable to control the environment.
1.3 The BPC3 shall have proper cooling source to maintain the temperature of
building/BPC3, Centre and equipment’s according to the standards.
1.4 Furthermore, the BPC3 shall have continuous Power and a back-up power supply,
which shall be a combination of Grid, UPS and Batteries and Generators.
1.5 The BPC3 shall be supplied with power continuously for 24x7x365 with no
possibility of disruption due to power failure.
1.6 The bidder shall provide video walls required for BPC3 as specified in Annexure A.
1.7 The detailed human resource of Supervisors and Operators required for each Control
Centre and required training is specified bellow:
1) BPC3 will remain operational round the clock and there will be thirty
workstations manned by 90 operators to work in three shifts.
2) In addition, there will be nine operators for interactive dashboards to work in three
shifts.
3) There will be three shift in charges and three supervisors for the Command
Centre.
4) In this way, each shift will have at least 35 officials at one time for running the
BPC3.
5) The HR will be performing the following assignments in multitasking mode:
i. Crises Management
Balochistan Police Command, Control, Communication & Data Center 33
ii. Digital Video Surveillance
iii. Emergency Response & Dispatch Work
iv. Video Conferencing Management
v. Public Complaints Management
vi. Database - storage
vii. Social media monitoring
viii. Interactive dashboards for performance appraisal & crime analysis
6) There will be an additional pool of 20 officials to cater for the emergent
operational and administrative needs.
7) All these officials will be trained by the final bidder vis-a-vis compatibility of
hardware and software, making the entire system operational, specific software
training, task management and shift system etc.
8) The selected bidder will be responsible for three types of training:
Initial Comprehensive Training
Capacity Building on monthly basis for one year
Need base training
9) The qualified bidder will make arrangements for stationing two expert officials of
its company at BPC3 Quetta for at least three initial months to make the project
fully operational and to remove the glitches, if any. After that one chief expert will
keep on visiting and supervising the entire system fortnightly for further three
months and on monthly basis for another six months (total one year). The Quetta
Police will provide the requisite security cover to the said officials.
10) Initially the HR needs will be fulfilled from the available selected strength of
Balochistan Police whereas at later stage an independent IT cadre will be raised
through dedicated recruitment with the approval of the competent authority.
1.8 The bidder shall provide mounted wooden cabinet solutions for BPC3 for filling and
storage as per requirements.
1.9 The BPC3 operator will have the following systems for the operator’s use:
i. Inventory Management System
ii. Fleet Management System
iii. 15 Emergency Call System
iv. PCMS (Police Complaints Management System)
v. MMC (Monitoring and Responder)
1.10 The BPC3 desktop shall preferably be provided with three monitor screens with a
fluid lay out.
1.11 Suggested configuration of monitors:
Balochistan Police Command, Control, Communication & Data Center 34
Monitor 1-2-3: any of following displays as per operator’s choice
a. IP NV Camera Images 1-4,
b. Emergency 15 calls and response
c. Fleet Management System
d. Any of crime management, PSRMS, HRMIS or any other software installed at
data centre
1.12 The final Design/Layout for the video wall to be installed in the BPC3 Centre shall be as
per available space and dimension. The number of BPC3 Supervisors and operators
position per shift shall be calculated by the bidder as per its submitted design.
1.13 The BPC3 Model layout is shown below.
Figure 1. Suggested BPC3 Layout
Note: Figure # 1 above is suggested model / layout only. The bidders may come up with their
own lay out in accordance with their design. Bidders are encouraged to visit/ study the site of
the project before finalizing their design/plans.
Balochistan Police Command, Control, Communication & Data Center 35
2. BPC3 Data Centre:
2.1 The Bidder shall provide a standards compliant structured cabling system (e.g. ISO
11801). The bidder as part of their tender shall quote what standards for structured
cabling will be adopted during the design and installation stages of the works.
Mandatory
2.2 The Bidder shall deploy structured cabling horizontal cabling connections to
minimum Cat.6A standard in the BPC3 hall. The installation shall carry a system and
application assurance warranty from the cabling system vendor for period of two
years. Mandatory
2.3 BPC3 Data Centre housing all Servers, Firewall and Storage designed devices.
Mandatory
2.3.1 BPC3 DC must be designed to house all Racks, Power, Servers with required
OS & Software/Hardware; Middleware, Disk Storage, Network and
monitoring agents for existing or currently under development
Systems/Applications and the Bidder supplied Systems/Applications.
Mandatory
2.3.2 The bidder shall provide local Storage of 300 cameras for fifteen days
minimum. Mandatory
2.3.3 All application/software (as per need, if required) shall have perpetual licenses
in the name of the bidder along with 2 Years from the date of full functioning
of the project with onsite support. Mandatory
2.4 The Bidder shall ensure that network redundancy is supplied in Servers,
Core/Distribution Routers/Switches, Firewalls/Security Appliances, including
redundant power-supplies for each device. Mandatory
2.5 The Bidder shall ensure that the DC Network shall support ‘mission critical’
applications and thus there is absolutely no room for undue failure in any element of
the Network Infrastructure due to failures. Mandatory
2.6 All IT equipment shall be dual-powered and fully compatible with the topology of a
site's architecture. In addition, the site concurrent maintainable infrastructure shall
have an expected availability of 99.95%. Mandatory
2.7 Where a discrete system is not being supplied, the Bidder is requested to provide
details as where the functionality requested is being met. Mandatory
2.8 The systems described within this section are not exclusively for the Equipment
Rooms but may be part of the overall BPC3 system suite. Information
2.9 All equipment shall be contained within racks as mentioned in detailed technical
specifications to provide the following:
2.9.1 Access to both back and front access doors; Mandatory
Balochistan Police Command, Control, Communication & Data Center 36
2.9.2 Ventilation to ensure the equipment is maintained at optimum temperature;
Mandatory
2.9.3 Security by having locks fitted and an alarm if access is gained. Mandatory
2.10 Floor loading calculation shall be provided to ensure that safety requirements are met.
Mandatory
2.11 The Bidder is requested to provide information on how the Bidder will use
virtualization to maximize server process and storage usage. Mandatory
2.12 The purpose of ‘Virtualization’ is to reduce hardware CAPEX and OPEX at the Data
Centre and Division and Node Computer Server installations while allowing
consolidation of hardware, system resources and reduce energy consumption.
Information
2.13 Within the BPC3 System, there shall be no single points of failure. Mandatory
2.14 All servers, switches, routers, firewalls etc. shall support monitoring using
SNMP/MIBS and shall have redundant power supplies. Mandatory
2.15 The Bidder is requested to provide information as to what equipment is being
provided and the level of redundancy available within the equipment. Mandatory
2.16 It should be noted that where redundancy has been defined that or better redundancy
levels shall be delivered for that system. Mandatory
2.17 The Bidder is requested to demonstrate how the BPC3 system can be expanded.
Mandatory
2.18 An anti-virus system shall be provided with updates being automatically loaded on to
the system as a maintenance task. Mandatory
2.19 A high availability solution shall provide automated failure detection, diagnosis,
application recovery, and node reintegration at DC. Mandatory
2.20 The NVR/Storage/Appliance shall provide the following minimum performance:
i. H265 main profile encoding or above; Mandatory
ii. Shall be ONVIF compliant; Mandatory
iii. Recording in “real-time” of minimum of 25fps “continuous”; Mandatory
iv. Minimum fifteen days of Storage; Mandatory
2.21 Data Centre also contains core router/switches in order to terminate the external
network in Centre. All incoming traffic in Centre shall be protected with firewall.
Mandatory.
Balochistan Police Command, Control, Communication & Data Center 37
Figure 2. Suggested Layout of Data Centre
Note: the bidders may provide their own Data Centre design in compliance to the TOR of bid
document and industry best practice. The above layout is suggested for the guidance of the
bidders in developing their own design/layout.
2.2 BPC3 Data Center Virtualization:
3.1 A ‘Virtualization’ Platform shall be used for implementing and hosting non-memory
intensive, moderate to low HDD I/O applications and databases in the Data Centre
along with HA facility. Mandatory
3.2 The virtualized platform shall come with a provisioning layer to allow ad-hoc
provisioning of memory and HDD storage as needed. Information
3.3 Systems and databases that shall NOT be virtualized and require extreme Memory
intensive and Disk Storage I/O operations. The Bidder will identify such systems
prior to installation. Mandatory
3.4 The Bidder will produce for the Employer a list of Applications that can be
virtualized. Mandatory
Balochistan Police Command, Control, Communication & Data Center 38
3.5 The Bidder will also produce for the Employer a list of Applications being proposed
that should not/cannot be virtualized. Mandatory
2.3 External Network Services Requirements:
4.1 The Bidder shall be responsible for determining and provide an initial estimate in
number and types of incoming network services (Including Internet, Voice Call, Data
Connection, Television Transmission etc.) required at BPC3 to support telephony and
other communications between the BPC3 and externally. Mandatory
4.2 The Bidder shall provide an initial telecommunications network bandwidth demand
analysis as part of their tender response and finalize this as part of the design stages
for the various phases of delivery. Mandatory
4.3 Employer shall provide the internet service as per required bandwidth. Information
4.4 The Bidder on behalf of the Employer shall be responsible for organizing, ordering,
and managing the delivery, installation and maintenance at the BPC3 premises of all
the public telecommunications network services. Mandatory
4.5 The Employer shall be fully responsible for the cost and permission` of these services.
The bidder shall facilitate discussions with network service providers. All services
shall be obtained on the behalf of employer. Mandatory
4.6 The Bidder shall provide high availability and resilience in the public
telecommunications network services by redundant Services provider. Mandatory
4.7 The bidder shall ensure all public health and safety issues which may arise during the
installation and execution of the work under his supervision and before taking over by
the Employer.
Balochistan Police Command, Control, Communication & Data Center 39
Annexure: A
BPC3 SYSTEMS AND INSTALLATION INCLUDING
ALL REQUISITE LICENSES
1. Video wall
7x7 matrix each display size 55 inches with 1.7 mm Bezel or below total width 27.5 feet
and height 15.5 feet
1.1. High definition UHD display capability Mandatory.
1.1.1. No granular sensation Mandatory.
1.1.2. 500Nit to 700Nit Mandatory.
1.1.3. Suited to 24x7 hour operational duty for 3 years Mandatory.
1.1.4. Front access servicing / replacement Mandatory.
1.1.5. 02 years warranted continuous working Mandatory.
2. Mounting of Video walls
2.1. All video walls shall be mounted to allow ALL users in the room to be able to
view all of the screen. This calculation shall take into account the users need
to be able to see over their own workstation screens. Mandatory.
2.2. All screens shall be complete with side concealment panels which shield from
the view of operators the cabling and rear elements of the wall, whilst at the
same time allowing for ventilation of the units. Mandatory.
3. Video Wall Control and Configuration
3.1 All video walls shall respond to seamless access and control of audio- visual
data from their respective control Centre operators. A site-wide video-wall
control and content management facility shall be provided, operable by
authorized personnel, throughout the BPC3 facility. Mandatory.
3.2 A single, site-wide scalable IP network-based content distribution and
management system shall be implemented. It shall primarily be configured for
the operational requirements of each control Centre. The system shall
comprise a series of bus-linked hardware nodes, powered by web-based
management software, allowing all users to simultaneously view, listen to and
interact with any source of information (including sharing content from
laptops and other PCs connected to the BPC3 LAN, there shall be no
requirement to use HDMI or similar connections between these devices and
the video wall controllers) relevant to operational requirements at control room
– or site-wide level. Mandatory.
Balochistan Police Command, Control, Communication & Data Center 40
3.3 Specifically, the main BPC3 wall shall be able to present to the
operator’s statistical information relating to call logging, police incidents, etc.
from a range of data sources. These shall be presented as a combined window
on the far right of the display. The bidder shall allow for all reformatting and
repurposing of the raw data provided by the BPC3 systems. Mandatory.
3.4 The video wall control system shall:
3.4.1 Use standard IP network for AV transport and control Mandatory.
3.4.2 Interact with all specified sources of AV information Mandatory.
3.4.3 Be capable of replicating and sharing content on many video walls and
desktops, simultaneously Mandatory.
3.4.4 Be HD capable and directly interface distribute, control and present all
(up to and including) HD sources, on video walls Mandatory.
3.4.5 Be Scalable and modular to allow for future expansion Mandatory.
3.4.6 Support HDCP/H.265 encryption throughout the network Mandatory.
3.4.7 Provide no central point of failure Mandatory.
3.4.8 Support all network sources including Video cameras, Video
conference systems, AV encoders, Network Video Recorders and
desktop capture streams, including integration with ONVIF compliant
IP cameras Mandatory
3.4.9 Have web-based setup and configuration capability Mandatory.
3.4.10 Provide full system monitoring including network readiness
indication with visual feedback of network configuration Mandatory.
3.4.11 Provide display array and audio-video synchronizing Mandatory.
3.4.12 Feature configuration and programming tools for managing, accessing
and searching sources efficiently mandatory.
3.4.13 Provide managed user access to displays and sources Mandatory.
3.4.14 Provide an integral messaging platform for content sharing
Mandatory.
4. Systems/Applications:
A brief detail of software to ensure complete compatibility with the requisite hardware /
equipment. This information will help the bidders to understand the real requirement.
4.1 The following systems/applications will be run at BPC3:
4.1.1 Emergency 15 Call System
Balochistan Police Command, Control, Communication & Data Center 41
4.1.2 Police Complaints Management System
4.1.3 Media Monitoring and Response System
4.1.4 Crime Management & Analysis System
4.1.5 HR Information Management System
4.1.6 Fleet Management System
4.1.7 Criminals Record Management System
4.2 The bidder shall provide a turnkey solution to integrate and run all the
applications mentioned in clause 4.1 (above mentioned). The Bidder shall
deploy a fully integrated solution for the project to run smoothly. Mandatory.
4.3 The Bidder shall provide evidence of mature and functioning systems as
mentioned above at any time during the bidding process. Mandatory.
4.4 High Level Features of all applications are mentioned below. Information.
5. 15 Emergency Call System Deliverables. Information (Compatibility)
5.1 15 Emergency Software with standard capabilities.
5.2 Telephony agents (45 minimums, per shift 15, 8 Hours for 3 shifts, 365×24×7,
can be expandable to 120 agents)
5.3 Mobile Application for Police Response Units to receive notifications about
emergency calls on handheld devices on public internet.
5.4 Admin Panel with live reporting for ECC (Emergency Call Centre), DCC
(Dispatch Control Centre) and regional supervisors (DPO/RPO).
5.5 Calling feature in DCC to contact with Complainants.
5.6 Organizational Chat for discussion among the users only.
5.7 Notifications Bar for sharing updates and alerts on Users Screen.
5.8 Social Media Complaint forms integrated with MMC.
5.9 Classified reports Engine with customized formats and features.
5.10 Design change Process for Application.
5.11 API documentation details as per requirements.
5.12 Backup server.
5.13 Servers to support the software’s as per technical requirements.
5.14 2 years Support services.
Balochistan Police Command, Control, Communication & Data Center 42
6. Specific Requirements for Emergency Call System 15 Mandatory
6.1 All calls data should be encrypted.
6.2 Any http tool should not be able to record the data and decrypt it.
6.3 All http parameters (if any) should be encrypted.
6.4 All Cookies should be http-only.
6.5 Encryption / Decryption details (encryption keys, methods) should be shared with
BPC3.
6.6 While playback recordings data should not be downloaded but streamed to the client
machine and must be encrypted.
6.7 Database dictionary (Design and schema) should be provided to Client.
6.8 UI should be according to the Client Preferences.
6.9 15 System shall be able to integrate with external systems for Location Bases
Services, Caller Info, Vehicle info and Cameras when available.
7. PCMS Deliverables Mandatory. Information.
7.1 PCMS Software
7.2 PCMS Telephony for agents for Receiving Public calls and launch complaints.
7.3 PCMS for Police Officers for feedback of assigned complaints by PCMS agents.
7.4 PCMS Public Complaints interface with Balochistan Police website for Public users
for online complaints registration.
7.5 Telephony services Users (upto 20).
7.6 SMS feature for receiving public complaints and confirmation test to complainer and
Owner of assigned complaint. For Online complaints a authentication code for complaints
registration sent to online complainer via SMS.
7.7 Email feature for registration of complaints.
7.8 PCMS Agents (upto 20).
7.9 PCMS External Users (Police Officials – as per actual Police Units).
7.10 Admin Panel with live reporting and dashboard for PCMS office and regional
supervisors DPO/RPO and other CPO office only.
7.11 Classified reports Engine with customized formats and features.
7.12 API documentation details as per requirements.
7.13 Database schema for future use by BPC3.
7.14 API documentation details as per requirements.
7.15 Organizational Call.
7.16 Notification Bar.
Balochistan Police Command, Control, Communication & Data Center 43
7.17 Clearance of previous issues with legacy system if any.
7.18 Software patches upgrades.
7.19 Initial Comprehensive Requisite Onsite trainings to Users for all Components is
Mandatory along with Periodic Refresher and Capacity building sessions.
7.20 Backup server.
7.21 2 years SUPPORT SERVICES support.
8. Specific Requirements for PCMS. Information.
8.1 All calls data should be encrypted.
8.2 Any http tool should not be able to record the data and decrypt it.
8.3 All http parameters (if any) should be encrypted.
8.4 All Cookies should be http-only.
8.5 Encryption / Decryption details (encryption keys, methods) should be shared with
BPC3.
8.6 While playback recordings data should not be downloaded but streamed to the client
machine and must be encrypted.
8.7 Database Dictionary (Design and schema).
8.8 Requisite UI as per Preferences.
9. Media Monitoring and Response System (MMRS)
9.1 Social Listening Source Types are Facebook, Twitter, YouTube, RSS Feed, Blogs &
Web
9.2 Brand VS. Keyword association.
9.3 Proximity Settings for Key terms.
9.4 Managing Facebook Channels.
9.5 Managing Twitter Handles.
9.6 Managing RSS Feeds.
9.7 Managing Tags.
9.8 Add Blogs Spots for getting feed.
9.9 Perform brand-wise sentiment analysis.
9.10 Demographics categorization across gender.
9.11 Complete Summary Report with Graphical Data and PDF Export Feature.
9.12 Analytics- Word Cloud and Proximity Graph.
9.13 Only tool which tracks discussions in English, Urdu and Roman Urdu.
Balochistan Police Command, Control, Communication & Data Center 44
9.14 Top Retweets/Tweets/Followers/ Followings count.
9.15 Count for Likes, Followers, Followings, Shares, and Comments against each
mention.
9.16 Treating complaint as a Case through a comprehensive Case Management Module.
9.17 Brand Wise Categorization in the Proximities.
9.18 Advance search section to filter data based on different criteria like Channels,
keywords, Author, sentiments etc.
9.19 Manage Complaints export to CSV feature.
9.20 Calendar filter with editable and Year View selection.
9.21 Original Link of the Tweets and Retweet (RT) Source tweet.
9.22 Customization within above mentioned scope.
9.23 Social CRM Responder and allied features
9.24 Social CRM Completed Requests.
9.25 Image attachment and Auto reply option in Facebook and Twitter chat.
9.26 Integration of Social Complaints from Responder & Unified Screen to 15 system.
9.27 Integration of "BPC3 Instagram Account".
9.28 Facebook Image Publishing.
9.29 Scheduling Post for all social media from compose screen.
3 Technical Specifications
Note: All Equipment quoted should be of renowned Brands whose rating or reference should
be available
3.1 Component # 1- Video Wall Solution
Video Wall for Control Room
i). 7x7 55'' Narrow Bezel Industrial level screens from top three manufacturers in
industry best rankings
The video wall screen shall be of 55” screen measure in diagonal aspect.
The video wall screen shall be DID-FHD-LED
The video wall screen shall have minimum ≤3.5 mm splicing gap. (1.7mm for each)
The video wall screen shall have 192- x 1080 8bit resolution.
The video wall screen shall have minimum 16.7M colour or better.
The video wall screen shall have 500cd/m2 brightness.
The video wall screen shall have 4000:1 contrast ratio
Balochistan Police Command, Control, Communication & Data Center 45
The video screen shall have 175˚ view angle
The video wall screen shall have VGAx1, HDMI x 1 DVI x 1, CVBS x 5, YUV x 1,
S-video x 1, DP x 1 input interfaces.
The video wall screen shall have CVBS x 2 out interface.
The video wall screen can communicate via RS485 loop input / output.
The video wall screen shall have AC 100 ~ 240V power input.
ii). Video Controller for Managing All System inputs & Various Screen Formats:
The video controller have powerful computing microprocessor for video processing
from different video source.
The video wall controller shall have Embedded Operating system for fast boot up and
less system crash
The video wall controller shall have minimum 8 video input cards and minimum 8
video output cards slots but not limit to have scalable solution for increase in video
source.
The video wall controller shall have redundant power supply.
The video wall controller shall support CVBS, RGBHV, DVI, HDMI & DP for input
signal
The video wall controller shall support VGA, DVI, HDMI, Ethernet and DP for
output interface.
The video wall controller shall have 100 Base-T & RS232 control port for
communication over ethernet.
The video wall controller shall have 100VAC – 240VAC power input.
iii). Video Managing Software for managing Various Screen Formats:
The video wall software shall pe run on windows 10 any latest version
The video wall software shall able to integrate multiple video wall controller via
TCP/IP or COM Port but not limited to specific maximum quantity.
The video wall software shall have offline upgradation process for seamless
operations.
The video wall software shall have user friend GUI for easier operations.
The video wall software main dashboard shall have sperate layout for video sources
and Screen sizing window
The video wall software shall have to capability to create window using mouse and
able to adjust its size and position as per the needs
The video wall software shall have separate control function for each layout window.
The video wall software able to save different scene layout but not limited to max 10
Nos.
The video wall software shall have Scene Mode Cycle function to run different save
scenes in a time interval can be set manually up to 999 seconds.
The video wall software shall have source management upon using this function it
will display complete list of input / out source with ID, Channel, Card ID, Machine,
Card type, source and status.
The video wall software shall have the capability to change channel names as desired
on the fly.
Balochistan Police Command, Control, Communication & Data Center 46
iv). Civil Works
Civil Work should include Complete Supply & engineering works related to Glass
partitions & doors, Partition, corporate style working cabins for Shift Incharge and
Overall Incharge of PBC3, walls of Gypsum / Dry Walls. Etc. celling works, walls
treatment, Interior works and layout plan as per the proposed design by the Bidder.
The bidder is required to design a very modern control room & data center keeping in
view the operational and functional requirement as per best practices. (Turn-key Job)
v). Designing of Control Room Facility:
Complete state of the art design and preparation of Drawing for Control room and
data centre along with 3D plans.
vi). Acoustic treatment of the Control Room:
The Bidder is required to provide complete Acoustic Solution for the Control room on
Turn Key Basis.
vii). Lighting & Controls:
The Bidder is required to provide Supply & Engineering works related to Lighting
control system for the control room.
viii). Sound System:
Supply & installation of Sound system for control room that shall be integrated with
the VMS System, Alerts and PA system. The system should include complete Set of
Speakers, amps, Mic and related accessories. Sound system design + BOQ should be
provided in the submission.
ix). Furniture for complete Facility:
The bidder is required to provide complete furniture Plan and supply of furniture
catering to all functional and operational requirement as per the proposed design by
Bidder, including 40 workstations and 40 computer chairs.
x). Video wall Installation Assembly:
Engineering works related to installation, Calibration, integration and testing of the
video walls with the VMS and other related systems.
xi). Over Head Bridge for senior Management viewing:
Bidder is required to provide an Over Head Bridge for senior officers to view the
control room screen from an elevated platform. Design of this Bridge is required to be
incorporated in the design.
xii). Biometric Access Control System:
Balochistan Police Command, Control, Communication & Data Center 47
Supply & installation for Access Control System inclusive of following Features:
Finger Print + Card Reader + Pin Code
Reader - Access Control System
TCP/IP Based System - RS232 Connectivity
LCD Screen
Built in Access Control System.
Electromagnetic Lock/ Bolt Lock
Infrared / push button
RFID Card
Uninterrupted power supply.
xiii). Dispatch Gateway for Radio Terminal integration(complete solution with
accessories):
The gateway shall have the capability of two-way communication and integration
with radio network.
The gateway shall have the capability to interchange PPT (Push to talk)
communication to VoIP.
The DG shall have a modular chassis but not limited to have different type of card
slots which include PSU, MCU, and Radio Card.
The DG shall have minimum 4Nos. PPT ports and can be scalable up to 16 ports.
The Dispatch gateway shall have minimum 32 VoIP Gateway.
The dispatch gateway shall have 2 x 100/1000 Base-T ports.
The dispatch gateway shall have 1 x console management port.
The dispatch gateway shall be able to integrate with Motorola, Hytera, and TETRA,
Huawei, ZTE, AVAYA, Siemens, and Cisco and other Vendors used by Quetta
Police.
xiv). Online 40 KVA UPS: (Imported)
Pure Sine wave 40KVA UPS (with all accessories) for 01 Hour Back Ups (Inclusive
of Dry Battery Bank). The UPS should have SNMP/ WEB Management. The
Proposed UPS should be designed for Redundancy for fail over.
xv). Complete cooling and heating system of BPC3 hall for extreme weather
conditions (complete solution)
Note: All Equipment quoted should be of renowned Brands whose rating or reference
should be available
3.2 Component # 2- Data Centre (2 Tier)
Balochistan Police Command, Control, Communication & Data Center 48
Data Center will have four (4) racks to accommodate following components:
1) Computing Servers
2) SAN Storage
3) Network Video Recording
4) Networking
All the racks will be fully back-up with appropriate un-interrupted power supply (UPS)
i). High Performance Server for Computing & Virtualization:
Device: 2 Socket Rack Mounted Server Form Factor 2U
Processor: 2 x Intel® Xeon® Gold 6240 2.6G, 18C/36T, 10.4GT/s, 24.75M Cache
Memory: 8x 32GB DDR4 DIMMs, or higher
Disk: 5 x 1.2TB SAS 10K RPM, 12Gbps, equivalent or higher
RAID Controller: Support RAID 1,5,or more, 12Gbps or higher
Network Adapter: 2 x GE port and 2x 10GbE (SFP+) port with optical transceivers
HBA Card: 1 x dual-port 16Gbps FC HBA card with optical transceivers
Optical Drive: 1 x DVD-RW internal or external
Power Supply: Redundant hot-swappable high efficiency AC power supply
System Management: Provide features of server management
Compatibility: Supports mainstream operating systems, such as Windows, VMware
and other Latest Software’s
Note: one of the Server Machines would be used as DR at Traffic Police Office
Quetta.
ii). IP SAN Storage for 1200 TB:
The IP SAN Storage shall have 1200 Terabytes formatted capacity for video
archiving.
The IP SAN Storage Modular design with fully redundant dual controller
The IP SAN Storage shall have storage extension capacity or expandable capacity for
future requirement in accordance with the compatibility but not limited to use
SAS/mSAS interface.
The IP SAN Storage Shall support SAN protocols but not limit to support FCP,
iSCSI, FCoE respectively.
The IP SAN Storage shall have 64bit high-performance intel based processor.
The IP SAN Storage shall have minimum 8GB Memory per controller.
The IP SAN Storage shall have 32GB Cache per Controller
The IP SAN Storage shall have embedded linux OS.
The IP SAN Storage shall have web interface for management and configuration.
Balochistan Police Command, Control, Communication & Data Center 49
The IP SAN Storage shall support 48 HDDs, Up to 10TB Capacity for each HDD
SAS or SATAIII
The IP SAN Storage shall have dual mSAS port for each controller for storage
expansion but limited to have FC or FCoE or equivalent.
The IP SAN Storage shall have hot-swappable HDD enclosures
The IP SAN Storage Shall support RAID 0/1/3/4/5/6/10/50/60 for redundancy of
archive.
The IP San Storage shall have HDD track mapping to enhance HDD life Span
The IP SAN Storage shall support snapshot function.
The IP SAN Storage shall have dynamically adjusted RAID rebuild speed for load
balance.
The IP SAN storage shall have 2 management RJ-45 interface (10/100/1000 Mbps)
The IP SAN Storage shall have minimum 2 x 10G Optical interface but not limited to
higher port density of 4 and 8.
The IP SAN Storage shall have AC100V ~ 240V, 2 + 2 Redundant power.
The IP SAN Storage shall have following certification
o CE: EN55022, EN55024, EN50130-4, EN60950-1
o FCC: Part 15 Subpart B, ANSI C63.4-2009
o UL: UL 60950-1 and CAN/CSA C22.2 No.60950-1
Note: All Equipment quoted should be of renowned Brands whose rating or reference
should be available
iii). Firewalls (Next Generation) for protection against intrusion and providing
Encryption:
a. The Firewall shall have 2 Gbps of throughput or better
b. The Firewall shall have 1 Gbps of NGFW throughput or better
c. The Firewall shall have 1.5Million concurrent session or better
d. The Firewall shall have 760 Mbps of IP Sec Throughput or better
e. The Firewall shall have 1K SSL-VPN users or better.
f. The Firewall shall have 2 x GE fibre interface or 2 x 10G additional interface
module.
g. The Firewall shall have 500Gigabyte of internal Storage SSD or better
h. The Firewall shall have 1GB of Flash & 2 GB of SD RAM or better
i. The Firewall shall have enterprise level function comes with complete software
packing no need for extra license.
j. The Firewall shall support SOP technology.
k. The Firewall shall have Security Zone allocation function.
l. The Firewall shall have basic & Advance ACL’s
m. The Firewall shall support protection again malicious attacks such as land, smurf,
fraggle, ping of death, teardrop, IP spoofing, IP fragmentation, ARP spoofing
reverse ARP Lookup, invalid TCP Flag, Large ICMP packet, address/port
scanning, SYN Flood, ICMP flood, UDP flood, and DNS query flood.
The Fire shall have antivirus functionality with signature-based virus detection.
Balochistan Police Command, Control, Communication & Data Center 50
The Firewall shall have the capability to manual or auto upgrade for the signature
databases.
The Firewall shall have the capability to detect virus based on HTTP, FTP, SMTP and
POP3 but not limited to operate on other protocols.
The firewall shall have deep intrusion prevention again common attacks such as
hacker, worms/virus, Trojan, malicious code, spyware/adware, DoS/DDoS, buffer
overflow, SQL injection and IDS/IPS but not limited to other attacks which is not
mentioned.
The Firewall shall work in high availability active/active and active/standby stateful
failover.
The Firewall shall have configuration management at the CLI & remote management
through web GUI.
The bidder must propose hardware with 3 years 24x7x365 Support along with
necessary licenses
iv). VMware vSphere latest standard edition:
For 10 sockets base and 1 VCenter standard edition with 3 years support &
subscriptions
v). VM Backup & replication Solution/Licence:
For latest VMware vSphere for 10 sockets base Licence with 3 years support and
subscriptions with no license limit of number of VM and backup storage.
vi). Windows Servers & Desktop Antivirus:
Antivirus with ransomware protection. Must have client server architecture with 3
years licence.
vii). Windows server standard 2019 OLP 36 cores license with minimum 5 Cal
viii). Network & Computing Racks with PDU's:
Supply of Server racks (800 x 1000 mm) Equipped with 16 Ch PDU’s for support up
to 32 Amp per rack
ix). Online 20 KVA UPS: (Imported)
Pure Sine wave 20KVA/18KW UPS (with all accessories) for 01 Hour Back Ups
(Inclusive of Dry Battery Bank). The UPS should have SNMP/ WEB Management.
The Proposed UPS should be designed for Redundancy for fail over.
x). Air Conditions 4 Tons:
4-Ton Floor Standing Air-Conditioner for Data Center including piping and complete
accessories.
Balochistan Police Command, Control, Communication & Data Center 51
xi). Air Conditions 1.5 Tons (invertor):
1.5-Ton Split Air-Conditioner for Power Room and Network Operation Room (NOC)
including piping and complete accessories.
xii). Complete Network Cabling for Entire Facility:
Complete Supply and Engineering works related to Network Cabling, Piping, and
cable trays for control room.
xiii). Electrical / Cabling Works:
The bidder is required to provide complete solution for the project: supply &
engineering works related to Electrical cabling, Raceways, Cable trays and associated
accessories. Best Practices as required for data center is required to be followed as a
standard practice. (Turn-key Job)
xiv). Passive Works:
Complete Supply and engineering works related to Passive for Control room and Data
center Inclusive of CAT-6A UTP Patch Panels, I/O’s, Patch Cable, OFC accessories,
SC / LC adopters, Cable Managers, Face Plates, Pigtails, Labeling, Testing & Other
Accessories. (Turn-key JOB)
xv). Fire Suppression System FM-200:
Fire Suppression extinguishing System (with all accessories) complete with control
panel and complete Accessories (i.e. Alarm System etc.) for the Data Centre. The
scope requires complete Supply & engineering Works. (Turn-key Job)
xvi). Environmental Control System:
Environment Monitoring System with I/O Sensors supported: external configurable
sensors digital inputs. OS inside User-programmable. Temperature/Humidity
Combination Sensor, Water Leak Detect Sensor 10m.
xvii). Electrical & Network Panels:
Inclusive of MCCB Main Panel having Breakers for Input / output. All Panels should
be equipped with Digital Voltmeter and Ammeter with LED indications. (Turn-key
Job)
DB Panels for Mains
DB Panels for Data Centre
DB Panels for Lights & AC
DB Panels for Fire Suppression
DB Panels for ACS, FAS & CCTV system
DB Panels for Video Walls
xviii). Complete Integration of DC equipment's:
Engineering services related to integration of all DC equipment’s in the control room
and Data centre room as per the proposed Design by the bidder. The Solution should
be calibrated as per the industry best practices.
Balochistan Police Command, Control, Communication & Data Center 52
xix). Earthing / Grounding:
The bidder is required to provide supply & engineering works related to Earthing /
Grounding for all IT equipment to be housed in the Data Centre and Control room.
(Turn-key Job)
xx). Biometric Access Control System
Supply & installation for Access Control System inclusive of following Features:
Finger Print + Card Reader + Pin Code
Reader - Access Control System
TCP/IP Based System - RS232 Connectivity
LCD Screen
Built in Access Control System.
Electromagnetic Lock/ Bolt Lock
xxi). Tempered Glass Partitioning 16 mm (Complete Solution)
Tempered Glass partitioning of Data Centre suggested by the bidder
xxii). Anti-Static flooring
Anti-static flooring for DATA CENTER size (15x11) and Power Room size (15 x 11)
xxiii). Dampa False Ceiling 2x2 (Complete Solution)
Dampa False Ceiling 2 x 2 for Data Center and Power Room only
xxiv). WAN router for Internal Networks:
Dedicated Router Chassis with WAN Speed with mix traffic and services >= 2Gbps
DRAM 2GB or Higher
Fix WAN Interface: 1 x GE combo + 1 x GE RJ45 + 1 x 10 GE SFP+, LAN 8 x GE
RJ45 with min. 2 expansion slots.
xxv). Network Core Switching:
It shall have Switching Capacity of minimum 880Gbps
It shall have Forwarding rate minimum 700 Mpps
It shall have High Density port 10G Line cards
It shall have 1G optical ports.
It shall have 1000 Base-T electrical ports.
It shall Support 40G Line Cards for future bandwidth requirements
It shall have High end 64bit processor dual core
It Shall have Flash & SDRAM up to 2GB or more
It Shall have built-in CPU engine for switch fabric module
It Shall have MPU & LPU Slots as per requirements or better
It Shall have Static routing, RIP, OSPF or better routing protocols with the OS
without any additional license
Balochistan Police Command, Control, Communication & Data Center 53
It shall have ring protection protocol for outdoor devices connected in ring network
redundancy.
It Shall have VRRP for transparent failover or equivalent
It shall support convergence of MPLS, VPN and multi services integration in a
complete package without additional license requirements.
It Shall have multi-link aggregation with load sharing to provide better redundancy
and link utilization
It shall support MACsec encryption technology to secure communication for all the
traffic.
It shall have hot swapping components.
It shall have passive backplane.
It shall comply to:
o FCC Part 15 Subpart B CLASS A
o ICES-003 CLASS A
o VCCI CLASS A
o CISPR 32 CLASS A
o EN 55032 CLASS A
o AS/NZS CISPR32 CLASS A
o CISPR 24
o EN 55024
o EN 61000-3-2
o EN 61000-3-3
o ETSI EN 300 386
xxvi). Access Switches with fibre uplink to establish LAN connectivity in BPC3:
It shall have switching capacity of 128Gbps
It shall have 96 Mpps packet forwarding rate
It shall have management console port x 1
It shall have services ports 24-port10/100/1000 Base-T & 4-port SFP+ 10G uplink
It shall support IRF2 stacking
It shall support Dynamic aggregation and M-LAG or better
It shall support Port-base VLAN, QinQ, Voice VLAN and MAC VLAN
It shall support DHCP services with client, snooping, reply & server.
It shall support Static routing, RIP, OSPFv1/v2/v3
It shall support ring protection protocols
It shall have CLI for configuration and web management for secondary interface for
configuration.
It shall have SNMP protocols for monitoring
xxvii). KVM Switches
Dual Interface model supporting USB and
Dual interface model supporting USB and PS/2 input devices.
200 MHz bandwidth, high quality video switching supporting up to SXGA
(1280x1024) resolution.
Easy access control buttons for KVM switch and LCD on-screen-display menu.
19" flip-up flat panel LCD monitor
Balochistan Police Command, Control, Communication & Data Center 54
Server rack LCD console with 8-port USB KVM switches
Anti-glare tempered glass for added protection, 1280 x 1024 pixels resolution.
Ball-bearing slide out rails with locking clip.
Adjustable mounting brackets accommodates 24.75" to 38.0" rack depth
Note: All Equipment quoted should be of renowned Brands whose rating or reference
should be available
3.3 Component # 3- Laptops & Computers
i). Laptops:
Generation 8th with backlight support
Core i7- 2.0 GHz Base Frequency or higher
SSD hard drive 512 GB or higher
Installed RAM: 16 GB or higher
Gigabit Ethernet LAN
Dual band 802.11 b/g/n or ac Wi-Fi
Built-in graphic card
Screen size 14-15.6 inch
03-Years Manufacturer Warranty from the date of Delivery
5 numbers required
ii). Computers: (32 Operator Terminals with all accessories)
For efficient working, a sufficient number of operators will have video terminals. The
number of operators and their terminals will be given by the bidders in their design
and write-ups. The terminals will employ video/complaint management softwares.
The Operator shall have high end desktop computing with Intel Core i7 8th Gen or
higher processors 3.0 Ghz Base Frequency or higher with high end graphic card with
4 output to support multi-screen setup. The desktop computing shall have at least 16
GB of DDR-4. The desktop computing shall have 4 DIMM slots and 1.25 TB of
Storage divided 250GB SSD and 1TB SATA III. The high-end desktop operator
workstation shall have Dual gigabit LAN and band 802.11 b/g/n or ac Wi-Fi. The
High-end desktop shall have minimum 600Watt power supply.
03-Years Manufacturer Warranty from the date of Delivery
iii). High-end desktop shall have 92 numbers of 24” widescreen LEDs
iv). `
KVM Switches (30 numbers) with other accessories for LEDs to be mounted in
1 x 3 configuration.
Access up to four computers with one triple-display, keyboard and mouse
Balochistan Police Command, Control, Communication & Data Center 55
USB keyboard & mouse with support for almost any keyboard and mouse, graphics
tablet, jog shuttle, joystick, 3D explorer, etc.
USB 2.0 Hub (2-Port) with broad high-speed device support
All Related Cables (6ft Length) must be included
3.4 Component # 4- Outdoor IP Surveillance Solution
i). IP Fixed Out-door Cameras 4 MP minimum (numbers:60)
Fixed Camera shall have 1/3” 4Megapixel progressive scan CMOS
Fixed Camera shall support H.265 & H.264/MJPEG triple-stream encoding
Fixed Camera shall support 25/30fps @ 4Mp (2688×1520)
Fixed Camera shall support WDR (120dB), Day/Night (ICR), 3DNR, AWB, AGC,
and BLC
Fixed Camera shall have 2.8 mm Lens
Fixed Camera shall have 2/1 Alarm in/out, 1/1 audio in/out
Fixed Camera shall have Max. IR LEDs Length 50m
Fixed Camera shall support Micro SD memory, IP67, IK10, PoE
ii). IP PTZ Out-door Cameras 4 MP minimum (Numbers: 10)
PTZ Camera shall have 1/2.8" CMOS
PTZ Camera shall have 32x optical zoom capability
PTZ Camera shall have advance Night image enhancement technology provide such
details during low light conditions.
PTZ Camera shall have 30fps at 4M resolution
PTZ Camera shall have additional auto tracking and perimeter protection capability
PTZ Camera shall Support PoE+ as primary power
PTZ Camera shall have IR distance up to 150 m
PTZ Camera shall have IP66 ration
iii). Connectivity solutions of new cameras & connectivity of already installed 169
cameras as well – open Fiber (12 Core Optical Fiber Cable Single Mode)
installation option or underground installation option
iv). Connecting DIG Quetta office with CPO through Fiber Optic (Arial
/Underground) for getting Cameras Feed/Live display
v). Outdoor Industrial Switch (having one port for Fiber Connectivity ):
The outdoor industrial switch shall have switching capacity of 30Gbps
The outdoor industrial switch have forwarding rate 15Mpps
The outdoor industrial shall have 8* 100/1000 Mbps Base-T ports & 2*1000 Mbps
Base -X ports.
Balochistan Police Command, Control, Communication & Data Center 56
The outdoor industrial switch shall support flow control
The outdoor industrial switch shall support complete set of Layer 2 protocols but not
limited to support ARP, ATM, CHAP, Frame Relay, HDLC, LCAP, L2TP, LLDP,
MAC, Multi-link trunking, VLAN, STP, MSTP PPTP, PPP, PAP, and VTP.
The Outdoor switch shall support Both Multi-mode and Single Mode SFP up to 500m
to 20KM respectively but not limited to support 30KM and 40KM as per design.
The outdoor industrial switch shall support IEEE802.3af (PoE), IEEE802.3at (PoE+)
but limited to have Hi-PoE.
The outdoor industrial shall have -30°C~65°C working temperature.
The outdoor PoE Switch shall have DC power supply.
vi). Self-Supporting Tower Tripod Pole (15 Nos)
vii). 128 CH Network Video Recorders (03 in numbers) : (4 TB x 16 )
Total storage capacity: 64 TBx3= 200 TB approx.
Enough capacity of recording feed of 384 cameras (3x128 channels) for 15 days
The NVR shall accommodate 128 Nos. of video channel.
The NVR shall have multi-core processor
The NVR shall have embedded Linux OS
The NVR shall have 2 x HDMI and 1 x VGA output shall support 4K resolution but
not limited to support Full HD resolution.
The NVR shall support H.265/H.264/MJPEG Codec but not limited to support
H.265+, Smart H.265 /H.264+.
The NVR shall support minimum recording rate 2Mbps to 20Mbps per channel.
The NVR shall have 4 x (10/100/1000 Mbps) electrical ethernet ports.
The NVR Shall have the feature to have load balance between 4 x RJ45 ports and
work together to provide combined bandwidth but not limited to work independently.
The Network Video Recorder Shall have 2 x 1G Optical fibre interface for seamless
and smooth transition of video recording and forwarding to SAN Storage.
The NVR Shall support network function which include HTTP, HTTPs, TCP/IP,
IPv4/IPv6, UPnP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPoE,DDNS,
FTP, Alarm Server, IP Search but not limited to support other protocols.
The NVR Shall have built in 16 SATA III ports, up to 8TB for each HDD
The NVR shall support Single, RAID 0/5/6/10.
The NVR shall have mSAS extension port for storage expansion but not limited to
have FC/NAS/SAN direct connection to increase storage.
The NVR shall have dual power supply working mode AC100V ~ 240V, 50 ~ 60 Hz
Note: All Equipment quoted should be of renowned Brands whose rating or reference
should be available
viii). 500 Watts Hybrid UPS with Solar Panels (250 Watt) and Invertor 12v (hybrid
720 watts)
Balochistan Police Command, Control, Communication & Data Center 57
Supply and installation of Solar Hybrid MPPT Technology with higher solar energy
utilization.
ix). UPS Batteries 12 volts 100 Ah:
Supply and installation of UPS dry Batteries for Hybrid UPS. 12 Volts, 100 AH
Maintenance free battery with Battery terminals.
x). Out-door CCTV Cabinet:
Material made from Electro-Galvanized Steel Sheets (EG) - Epoxy Outdoor colour
coating type Support Fans 4"x4" (Top and Bottom) Support air flow 2 side with filter
steel protect in-sect, bug, fly 1 Door and key for easy management CNC foam gasket
for protection waterproof, humidity Enclosure box.
xi). One Fiber Splicing Tool/Machine:
3.5 Component # 5- Video Conferencing Solution
i). Cloud MCU Server: (1 No)
with service management platform: physical servers with at least 2 cores for Multi
conferencing unit and management of users including 50 users management and
registration license, firewall traversal license, Cloud MCU Concurrent Port License,
include 10*1080P30/20*720p30/30*SD port
ii). Full HD codec for Video Conferencing: (8 Nos)
Full HD codec 1080p30 Video Conferencing System with 4X zoom camera
H.323 and SIP Protocols.
G.711, G.722 AAC-LD Audio Protocols
Eco Cancellation and support of Omni Directional Voice Pickup.
2 HDMI Video Outputs and at-least 1 HDMI/VGA input. Support of audio out
iii). Smart LED 55’’ inch with 2xHDMI Ports (8 Nos)
3.6 Component # 6- Requisite Softwares
The bidders will offer a complete set of requisite following softwares available in the market
to make BPC3 fully operational and functional and to ensure analytics / analysis, in
accordance with BPPRA rules.
The bidder shall provide following softwares:
i). Middleware Software
Balochistan Police Command, Control, Communication & Data Center 58
ii). 15- Emergency Response & Integrated Communication & Dispatch Centre
software
iii). Crime Analysis and Mapping
iv). GIS (Geographic Information System)
v). Video Forensics (analytics) software
vi). Complaint Management System for redressal of public grievances
vii). Any other requisite software for BPC3 & Data Centre
viii). Interactive dashboards for running the softwares provided by the bidder as
mentioned above and the softwares already available with procuring agency as under :
1. HRMIS
2. CRMS
3. PSRMS
4. Hotel Eye
5. Welfare Eye
6. Fleet Management System
7. Inventory Management System
3.7 Component # 7- IP Surveillance Solution for BPC3 & Data Centre
i). IP Dome Camera 4-megapixel resolution CMOS ICR Infrared Network Bullet
Camera
ii). 16-Port Fast Ethernet PoE Desktop Switch
iii). 16 Port NVR Basic for Camera only with 2 Bays
iv). Wiring & connectivity solutions
v). 8-TB SATA HDD for recording
vi). Smart LED TV 55" with HDMI cabling & complete fitting for getting live feed of
ten security / surveillance Cameras
Balochistan Police Command, Control, Communication & Data Center 59
4 FINACIAL PROPOSAL SCHEDULE (Following format to be strictly followed by all bidders to ensure uniformity)
Financial proposal Format
S# Item Qty Unit Rate
Tota
l
Rate
Compliance
Yes / NO
Component # 1: Video Wall Solution
1 55'' Narrow Bezel LEDs 49
2 Video Controller for 49 LEDs 1
3 Video Managing Software 1
4 Civil Works As per design
5 Designing of complete Control Room
Facility As per design
6 Acoustic treatment of the Control Room As per design
7 Lighting & controls As per design
8 Sound System As per design
9 Furniture for complete Facility As per design
10 Video wall Installation and Assembly As per design
11 Over Head Bridge As per design
12 Biometric Access Control System 2
13
Dispatch Gateway for Radio Terminal
integration (complete solution with
accessories)
1
14 Online 40 KVA UPS with one hour dry
battery backup 1
15
Complete cooling and heating system of
BPC3 hall for extreme weather conditions
(complete solution)
As per design
Component # 2: Data Centre
16 High Performance Server for Computing &
Virtualization 5
17 IP SAN Storage for 1200 TB 1
18 Firewall (Next Generation) for protection
against intrusion and providing Encryption 3
19 VMware vSphere latest standard edition and
latest VCenter Standard edition 10+1
20 VM Backup & Replication License 10
21 Windows Servers & Desktop Antivirus 10+35
22 Windows server standard 2019 OLP 36
cores license with minimum 5 Cal 5
23 Network & Computing Racks with PDU's 4
24 Online 20 KVA UPS with one hour dry
battery backup 1
Balochistan Police Command, Control, Communication & Data Center 60
25 Air Conditioning 4 Tons 2
26 Air Conditioning 1.5 Tons (Invertor) 2
27 Complete Network Cabling for Entire
Facility As per design
28 Electrical / Cabling Works As per design
29 Passive Works As per design
30 Fire Suppression System with all accessories As per design
31 Fire Alarm System with all accessories As per design
32 Environmental Control System with all
accessories As per design
33 Electrical & Network Panels (Rackway) As per design
34 Complete Integration/Electrification of DC
equipment's As per design
35 Earthing / Grounding As per design
36 Biometric Access Control System 4
37 Tempered Glass Partitioning 16 mm
(complete solution) As per design
38 Anti-static Flooring As per design
39 Dampa False Ceiling 2 x 2 As per design
40 WAN Router for Internal Networks 2
41 Network Core Switching as per detailed
technical specifications 2
42 Access Switches with fiber uplink to
establish LAN connectivity in BPC3 4
43 KVM Switches for connecting Servers 2
Component # 3 Laptops & Computers
44 Laptops 8th Gen 5
45 Desktop Computer with all Accessories 32
46 LEDs 24” (Wide Flat Panel) 92
47 KVM Switches with other accessories for
LEDs to be mounted in 1 x 3 configuration. 30
Component # 4 Outdoor IP Surveillance Solution
48 4MP IP Fixed Camera (Out Door) 60
49 4MP IP PTZ Camera (Out Door) 10
50 Fiber connectivity solution for 70 new and
169 already installed cameras
As per
requirement (per
meter rate)
51 Connecting DIG Office Quetta with CPO
through Fiber Optic
As per
requirement (per
meter rate)
52 Outdoor Industrial Switch 8 Port (one port
fiber) 20
53 Self-supporting Pole/Tower Tripod 15
54 128 Channel Network Video Recorders with
storage capacity (4 TB x 16) 3
Balochistan Police Command, Control, Communication & Data Center 61
55 500 Watts Hybrid UPS with Solar Panels
(250 Watt) & Invertor 15
56 UPS Batteries 12 volts 100 Ah 15
57 Out Door CCTV Cabinet 15
58 Fiber Splicing Tool / Machine 1
Component # 5 Video Conferencing Solution
59 Cloud MCU Server 1
60 Full HD codec for Video Conferencing 8
61 Smart LED 55’’ inch with 2xHDMI Ports 8
Component # 6 Requisite Softwares
62 Middleware Software 1
63 15- Emergency Response & Integrated
Communication & Dispatch Centre software 1
64 Crime Analysis and Mapping 1
65 GIS (Geographic Information System) 1
66 Video Forensics (analytics) Software 1
67 Complaint Management System for
redressal of public grievances 1
68 Any other requisite software for BPC3 &
DC
69 Interactive Dashboards & any other requisite
software for BPC3 & Data Centre 1
Component # 7: Physical Surveillance & Monitoring Solution for BPC3 & DC
70 IP Dome Camera 4-megapixel 10
71 16-Port Fast Ethernet PoE Switch 1
72 16 Port NVR only with 2 Bays 1
73 Wiring & Connectivity As per designed
74 8-TB SATA HDD 1
75 Smart LED TV 55" 2
Total BID price inclusive of all taxes & duties. PKR ___________________________ &
(In words)__________________.
Balochistan Police Command, Control, Communication & Data Center 62
5 BID DATA SHEET
The following specific data for the BPC3 project/work/services/components to be procured
shall complement, supplement, or amend under the provisions in the Instructions to Bidders
(Bid documents clauses) Part One. Whenever there is a conflict, the provisions herein shall
prevail over those in ITB.
Introduction
CPO
Name of Project:
THE ESTABLISHMENT OF BALOCHISTAN POLICE COMMAND, CONTROL,
COMMUNICATION AND DATA CENTRE (BPC3) ON TURNKEY BASIS , CPO
QUETTA
For clarification purposes, the Employer’s address is:
CENTRAL POLICE OFFICE GULISTAN ROAD. QUETTA – BALOCHISTAN
PHONE NUMBER: +92 – 81 – 9203479
FAX NUMBER: +92 – 81 – 9201267
E-MAIL ADDRESS: [email protected]
Language of the bid – English
Bid Price and Currency
The price quoted shall be Delivered Duty Paid / BOQ / O & M at the following locations
in accordance with the Schedule of Requirements including the delivery charges: [CPO
Quetta]
The price shall be in Pak Rupees (including all taxes) and shall be fixed.
Preparation and Submission of Bids
Mandatory Requirement For All Lots –
a. Certificate of Incorporation of bidders firm
b. NTN , GST,
c. Professional Tax Certificate
d. Balochistan Sales Tax
e. Signed & stamped bidding document and all attachments
Balochistan Police Command, Control, Communication & Data Center 63
Qualification Requirements ;
In addition to Bid document relevant clause, the potential bidder must also fulfill the
following:-
a) Technical Brochures of Equipment quoted, mentioning its specifications,
manufacture’s model, product number, and country of origin.
b) Authority Letter from the Bidder Company authorizing the relevant person to
represent the company.
c) Submission of undertaking on legal valid and attested stamp paper that the firm,
company, joint venture (any partner of JV) or consortium is not blacklisted by any
of Provincial or Federal Government Department, Agency, Organization or
autonomous body or Private Sector Organization anywhere in Pakistan and incase
of international partner its undertaking that the firm is not Blacklisted anywhere in
the World.
Amount of Bid Security:
1. Bids shall be in the prescribed format, sealed and accompanied by the Bid Security
in the form of Call Deposit Receipt (CDR) in favor of “Inspector General of
Police Balochistan” having its validity 90 days from the date of opening of
Financial bid that shall be annexed the original with the financial proposal (bid)
and copy of the same with technical proposal (bid) with understanding that the bid
security has been duly paid.
Sr. Description Bid Security
1
THE ESTABLISHMENT OF BALOCHISTAN
POLICE COMMAND, CONTROL,
COMMUNICATION AND DATA
CENTER(BPC3) ON TURNKEY BASIS AT
CPO QUETTA
2% of the total bid
value
Bid Validity Period: 90 days after the date of opening of Financial bid.
Bids must be accompanied by unit price and total price.
Deadline for Bid Submission: 17.01.2020 no later than 1030 Hours
Time, Date, and Place for Bid Opening: (same date), 17.01.2020 at 1100 Hours at
Committee room, CPO, Quetta
Bid Evaluation
Criteria for bid evaluation: Quality Cost Base Selection Method
Contract Award
Percentage for quantity increase or decrease accordance with BPPRA rules.
Balochistan Police Command, Control, Communication & Data Center 64
6 SCHEDULE OF REQUIREMENTS
The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the
date of delivery required.
TABLE 1 COMPLETION SCHEDULE
Sr. Description Completion Period
1
THE ESTABLISHMENT OF BALOCHISTAN POLICE
COMMAND, CONTROL, COMMUNICATION AND
DATA CENTER(BPC3) ON TURNKEY BASIS AT CPO
QUETTA
120 Days
2 SUPPORT SERVICES (BPC3 Project, SUPPORT
SERVICES)
02 Years after Completion of
BPC3 Project Period
NOTE:
1. Client/CPO has the right to change in the quantities or numbers / sizes cancel the bid
and Lot at any point of time.
2. Samples are obligatory, will be submitted to CPO as a part of technical bid.
3. Standard Warranty at least for Two (02) year after the commissioning/operationally of
goods.
4. Delivery timeline is extendable with the consent after the issues of purchase order or
the Procuring agency may extend the delivery period or demand as per the time
frame given to the Contractor.
5. If delivered items are not as per standard mentioned in the Tender Document, Client
reserves the right to claim replacement of the same or cancelation of the Contract or
any other action along with forfeiting the performance guarantee and take any other
legal action.
6. The sample or delivered goods may be sent to any laboratory / factory for its
evaluation / examination and in case the samples etc. declared substandard as
required the client has right to reject all delivered items or its bid, forfeit its bid
security / performance security or initiate any legal action against him.
Balochistan Police Command, Control, Communication & Data Center 65
7 EVALUATION CRITERIA
S.# CRITERIA POINT DESCRIPTION MAX.
MARKS
DOCUMENTS
REQUIRED
A Bidders Years
of Existence as
a Firm
Firms Incorporation Date / Bidders
Registration of SECP.
Number of Years of Existence:
10 Years or above = 10
Marks
5 Years or above = 5 Marks
Less than 5 years = 2.5 Mark
10 SECP
Incorporation
certificate
B Similar nature
experience
Bidder must have completed At least
2 assignments projects of Control
Rooms
(5 Points for each Project)
10
Copy of Purchase
order /
Completion
certificate/Visual
Proofs
C Understanding
of the Project
Understanding of Project &
Operational Process
(Presentation & write up)
10 Detailed Project
Write UP and
Presentation
D Architectural
Design
Demonstration of Architectural
Design (visual + 3D + Plans of
Control Room & Data Centre)
10 Site Plans +
Designs
E Detailed
Technical
Design
Low Level Design covering
Network Design, Storage,
integration of cameras 10
Detailed
Technical Write
UP and Design
F Control Room
Dashboards
Mockups of Operational
Dashboards to be deployed in
Control Room
10 Actual Screens
Shots and Mock
Ups
G
Professional
Capability of
Bidder’s Staff /
HR
Technical Staff :
Relevant Associate Level
Certification per person = 1.5
Points
Relevant Professional Level
Certification per person =
3Points
(Accumulated total can be MAX 5
points for both levels).
10 Copies of
Certificate
H Implementation
1. Project Implantation Plan using
Project Management tool (05
Points)
2. Quality Control Strategy (05
Points)
10 Project Plan + QC
document
I Interoperability
Explaining integration with existing
installed CCTV System + S/W’s to be
Deployed in the Control Room 10 Integration Plan
Balochistan Police Command, Control, Communication & Data Center 66
J OEM
Partnership
Tier Status of Partnership for Control
Room Screens, Network, Storage,
Server & CCTV equipment:
Tier 1 / GOLD = 10 Marks
Tier 2 / Silver = 5 Marks
Tier 3 / Normal = 2.5 Marks
10 Attach Certificate
TOTAL MARKS =
100 MINIMUM PASSING MARKS = 70
Note:
Bidders are required minimum 70 % marks in total to qualify for Financial Stage.
Sealed Financial bid will be returned to unsuccessful bidders.
Financial Bids without 2% Earnest will be disqualified immediately.
Balochistan Police Command, Control, Communication & Data Center 67
8 BIDDING FORMS
1. BID SUBMISSION FORM
Date:
No:
To
[CPO]
Having examined the bidding documents including Addenda Nos. [ ], the receipt of which is
hereby duly acknowledged, we, the undersigned, offer to supply and deliver BPC3 project on
turn-key basis in conformity with the said bidding documents for the sum of [total bid
amount in words and figures]or such other sums as may be ascertained in accordance with the
Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver all components of the project in accordance
with the delivery schedule specified in the Schedule of Requirements. And, prior to execution
of the contract no right accrue.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 05%
percent of the Contract Price for the due performance of the Contract, in the form prescribed
by the CPO.
We agree to abide by this Bid for a period of 90 days from the date fixed for financial Bid
opening under relevant clauses of the Instructions to Bidders, and it shall remain binding
upon us and shall be accepted at any time before the expiration of that period.
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract
between us but prior to executing the contract we have no right to claim on any information,
written acceptance etc. issued by CPO.
In any case and at any stage of procurement process or thereafter for the verification purpose
the CPOhas right to seek the clarification or call any document / record to authenticate /
verify of the submitted document from undersigned or any institution, Commissions or
gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract
execution if we are awarded the contract, are listed below:
Name and address of agent Amount and Currency Purpose of Commission or
gratuity
______________________ _______________________ _______________________
______________________ _______________________ ________________________
______________________ _______________________ ________________________
(if none, state “none”)
Balochistan Police Command, Control, Communication & Data Center 68
We understand that CPO is not bound to accept the lowest or any received bid and may
cancelled the process at any time.
Dated this ________________ day of ________________ 20______.
[Signature] [In the capacity of]
Duly authorized to sign Bid for and on behalf of
2. MANUFACTURER’S AUTHORIZATION FORM
[See the Relevant clause of the Instructions to Bidders.]
To: [name of the CPO]
WHEREAS [name of the Manufacturer] who is established and reputable manufacturers of
[name and/or description of the BPC3 Project] 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 the above mentioned project.
We hereby extend our full guarantee and warranty as per Relevant Clause of the General
Conditions of Contract and bidding documents for BPC3 project on turn-key basis offered for
supply by the above firm/company against this Invitation for Bids.
[Signature for and on behalf of Manufacturer]
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 (attachment required)
to bind the Manufacturer. It should be included by the Bidder in its bid.
3. Price Schedules
THE ESTABLISHMENT OF DATA CENTRE AND PURCHASE OF I.T EQUIPMENT
FOR BALOCHISTAN POLICE COMMAND, CONTROL, COMMUNICATION & DATA
CENTRE (BPC3), CPO QUETTA.
Balochistan Police Command, Control, Communication & Data Center 69
Note:
1. In case of discrepancy between unit price and total, the unit price shall prevail.
2. The Contractor are required to complete the above said price schedule carefully and in
case of any discrepancy or multiple price the bid shall not be considered.
3. The bidders will strictly follow the format of price schedule (columns and rows) as
provided in the bidding document. Any other form of price schedule will not be
accepted.
4. At site complete training of CPOs nominated staff regarding maintenance and
operation of BPC3 project. (Mandatory)
5. All prices must be included with all prevailing taxes.
6. The technically qualified bidders shall be responsible to provide the samples.
7. All software and devices must be compatible with current data center of CPO
Balochistan Police Command, Control, Communication & Data Center 70
9 CONTRACT FORMS
1. CONTRACT FORM
THE AGREEMENT made the _____ day of __________ 20_____ between CPO (hereinafter
called “CPO/Client”) of the one part and [name of Contractor] of (hereinafter called “the
Contractor”/client) of the other part:
WHEREAS the CPO invited bids for its PBC3 project] and has accepted a bid by the
Contractor for the establishment of BPC3 project on turn-key basis in the sum of [contract
price in words and figures] (hereinafter called “the Contract Price”).
NOW THE AGREEMENT 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
integral part of this Contract, 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 CPO Notification of Award.
g. The clarifications provided to the Contractor
3. The Client hereby covenants to pay the Contractor in consideration for the
establishment of BPC3 project on turn-key basis 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.
4. The Client may add, delete, and review any conditions or clause of the contract at the
timing of its signing with mutual consent without changing the substance of the bid
process / price. The Contract may be extended for a reasonable period with the
consent of the parties.
5. A detail contract agreement shall be drafted and signed including all terms and
conditions followed by Service Lander Agreement (SLA) and Non-Disclosure
Agreement (NDA).
IN WITNESS whereof the parties hereto have caused the agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the CPO)
Signed, sealed, delivered by the (for the Contractor)
Balochistan Police Command, Control, Communication & Data Center 71
2. PERFORMANCE SECURITY FORM
To:
[Client Address]
WHEREAS [name of Contractor] (hereinafter called “the Contractor”) has undertaken, in
pursuance of Contract No. [Reference number of the contract] dated ____________ 20_____
to supply [description of BPC3 project’s works and services] (hereinafter called “the
Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a bank guarantee by a reputable bank for the sum specified therein as
security for compliance with the Contractor’s performance obligations in accordance with the
Contract.
AND WHEREAS we have agreed to give the guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Contractor, 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 Contractor 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.
This guarantee is valid until the _____ day of __________20_____.
Signature and seal of the Guarantors
[Name of bank or financial institution]
[Address]
[Date]
10 GENERAL CONDITIONS OF CONTRACT
1. Definitions 1.1 In this Bidding Documents, the following terms shall be interpreted as indicated:
a) “Applicable Laws/Rules” means the laws/Rules of Islamic Republic of
Pakistan/, as they may be issued and enforced from time to time.
b) “Authority” means the Balochistan Public Procurement Regulatory Authority
established under section 3 of the Act;
c) “Acceptable Bank" means a financial institution incorporated or organized in the
Balochistan Police Command, Control, Communication & Data Center 72
Country having a credit rating of at least AA or higher by PACRA or AA or
higher by JCR-VIS.
d) “Bid” means a tender, or an offer by a person, consultant, firm, company or an
organization expressing willingness to undertake a specified task at a
price, in response to an invitation by a Procuring Agency;
e) “Bidding Process” means the procurement procedure under which sealed bids
are invited, received, opened, examined and evaluated for the purpose of
awarding a contract;
f) “Blacklisting” means barring a bidder, contractor, consultant or supplier from
participating in any future procurement proceedings by the Procuring Agency;
g) "Bid Security" means the bid security provided by the Contractor in favor of the
CPO pursuant to the Bidding Documents.
h) “Contractor” means the individual or firm or JV executing the BPC3 Project on
turn-key basis under the Contract.
i) “Competent Authority” means the concerned officer of a Procuring Agency
empowered to exercise the financial powers and to decide other matters for the
establishment of BPC3 project on turn-key basis including all type of goods,
works or services, as the case may be;
a) “Conflict of Interest” means—
“where a contractor, supplier or consultant provides, or could provide, or could
be perceived as providing biased professional advice to a Procuring Agency to
obtain an undue benefit for himself or those affiliated with him;”
(ii) receiving or giving any remuneration directly or indirectly in connection
with the assignment except as provided in the contract;
(iii) any engagement in consulting or other procurement activities of a
contractor, consultant or service provider that conflicts with his role or
relationship with the Procuring Agency under the contract; and
(iv) where an official of the procuring agency engaged in the procurement
process has a financial or economic interest in the outcome of the process of
procurement, in a direct or an indirect manner;
b) “Consultant” means a professional who can study, design, organize, evaluate and
manage projects or assess, evaluate and provide specialist advice or give
technical assistance for making or drafting policies, institutional reforms and
includes private entities, consulting firms, legal advisors, legislative drafters,
engineering firms, construction managers, management firms, procurement
agents, inspection agents, auditors, international and multinational organizations,
investment and merchant banks,
universities, research institutions, government agencies, non- governmental
organizations, and individuals;
c) “Consulting Services” means services requiring adequate external technical and
professional expertise that are beyond the capability and/or capacity of the
government to undertake such advisory and intellectual nature of inputs which
are provided by consultants using their professional skills;
d) “Corrupt and Fraudulent Practices” means either one or any combination of the
practices given below and in BPR-2014—
i. (i) ―Coercive Practice means any impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of the party to
influence the actions of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
ii. Collusive Practice‖ means any arrangement between two or more parties to the
procurement process or contract execution, designed to achieve with or without
Balochistan Police Command, Control, Communication & Data Center 73
the knowledge of the Procuring Agency to establish prices at artificial,
noncompetitive levels for any wrongful gain;
iii. Corrupt Practice‖ means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence the acts of another party for
wrongful gain;
iv. Fraudulent Practice‖ means any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation; and
v. Obstructive Practice‖ means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the
vi. execution of a contract or deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation or making false statements
before investigators in order to materially impede an investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge
of matters relevant to the investigation or from pursuing the investigation, or acts
intended to materially impede the exercise of inspection and audit rights
provided for under the Rules;
e) “Day” means calendar day.
f) “Emergency” means natural calamities, disasters, accidents, war and operational
emergency which may give rise to abnormal situation requiring prompt and
immediate action to limit or avoid damage to person, property or the
environment;
g) "Facility" or "BPC3” means the Permanent Works, the Temporary Works and all
other obligations of the Contractor to be performed in terms of the agreement
including without limitation the completion of work, the Balochistan Police
Command, Control, Communication and Data Center, (BPC3) , the MDC/DRC,
IPNV site, LTE site, and all Divisions, all meeting the specifications set out in
the Employer's Requirements and in compliance with the Applicable Standards,
including the Support Services Works.
h) "Final Payment Certificate Support Services Works" means the payment
certificate issued for the Support Services
i) "Force Majeure Event" has the meaning given to that term in relevant clauses of
bid document, GCC, SCC.
j) “GCC” means the General Conditions of Contract contained in this section.
Government‖ means the Government of Balochistan;
k) “Head of the Department” means the administrative head of the department or
the organization;
l) "International Health and Safety Standards & Work Practices" mean those
practices, methods and procedures conforming to the safety, ethical and legal
requirements which are attained by exercising that. degree of skill, diligence,
prudence and foresight which would reasonably and ordinarily be expected from
a skilled and experienced engineering, procurement, supply, operations,
maintenance and services contractor engaged in the same or a similar type of
undertaking or activity under the same or similar circumstances and conditions
to those pertaining internationally and reasonably satisfying the ethical, health,
safety and environmental standards (including Environmental Standards
prevailing in the Country) of reputable engineering, procurement, supply,
operations, maintenance and services contractors internationally. 'International
Health and Safety Standards & Work Practices' are not limited to optimum
Balochistan Police Command, Control, Communication & Data Center 74
practices, methods or acts to the exclusion of all others, but rather are a spectrum
of possible practices, methods and acts which could have been expected to
accomplish the desired result at reasonable cost consistent with reliability and
safety in the relevant industry.
m) “ITB” means Information to the bidder.
n) “Lowest Evaluated Bid” means a bid closely conforming to evaluation criteria
and other conditions specified in the bidding document, having lowest evaluated
cost;
o) “Lowest Submitted Price” means the lowest price quoted in a bid, which is
otherwise not substantially responsive;
p) “Mis-procurement” means public procurement in contravention of any provision
of the Act, rule, regulation, order or instruction made there under or any other
law in respect thereof, or relating to, public procurement;
q) “Letter of Acceptance" means collectively the notification of award issued by
the Employer, whereby the Employer accepts the Tender on the terms stated in
such letter and agreed to by the Contractor.
r) "Local Currency" means Pakistani Rupees (PKRs.).
s) "Maintenance Services" means all activities as set out in the Employer's
Requirements, relating to the operation and maintenance of the Facility that meet
and are in accordance with the Applicable Standards and the Prudent Practices
so that the Facility remains fit for the Intended Purpose and includes (without
limitation) any scheduled maintenance, interim maintenance, routine
maintenance, unscheduled maintenance or other activities relating to the
maintenance of the Facility including procuring, supplying, transporting and
scheduling delivery at Site, inventory management and making timely payments,
in each case, in respect of any spare parts and availability at Site of personnel
(including specialist expatriate personnel) and Contractor's Equipment as may be
required for maintenance of Facility for the duration of the Support Services
Period.
t) "Operations & Maintenance Services" means the 24/7 help desk at the Site
maintained by personnel (including specialist expatriate personnel) and other
maintenance services to be provided by the Contractor from Taking Over in
accordance with the requirements and for performance of the services set out in
the Employer's Requirements.
u) "Support Services Works" means collectively all the works and services to be
performed by the Contractor relating to the, Operations & Maintenance Services;
and Maintenance Services.
v) "Support Services Period" means the period commencing from the date the
Contractor commences the Support Services and ending on the 2nd anniversary
thereof subject to any extension under the agreement.
w) “Open Competitive Bidding” means a specified procedure defined under these
Rules, advertised in the prescribed manner, leading to the award of a contract
whereby all interested persons, firms, companies or organizations may bid for
the contract and includes both National and International Competitive Biddings;
x) “Performance Security" means the irrevocable and unconditional bank
guarantee(s) in favor of the Employer in the form attached (Form Performance
Security) and which shall be issued and maintained by an Acceptable Bank in
the Country or a foreign bank outside the Country duly counter-guaranteed /
confirmed by an Acceptable Bank in the Country or insurance from an AA
rating Company of Pakistan or the Word acceptable in Pakistan.
y) “Party or Parties” means all entities that may have a direct or indirect influence
Balochistan Police Command, Control, Communication & Data Center 75
on procurement proceeding;
z) “Procurement Proceedings” means all procedures written or oral relating to
public procurement, starting from solicitation of bids up to award of contract;
aa) “Procuring Agency” means Central Police Office, Quetta. (CPO)
bb) “Province” means Balochistan Province.
cc) “SCC” means the Special Conditions of Contract.
dd) “Services” means any object of procurement other than goods or works,
and includes consultancy services;
ee) “Supplier” means a person, firm, company or an organization that undertakes
to supply goods and services related thereto, other than consulting services,
required for the contract;
ff) "Site" means the area specified for the Balochistan Police Command, Control,
Communication and Data Centre (BPC3) located at CPO, Quetta including but
not limited to MDC/DRC, IPNV site, LTE site, police stations, etc., Balochistan
Province, Pakistan, the place where the BPC3 project is to be executed and to
which Plant and Materials are to be delivered, and any other places as may be
specified in the agreement as forming part of the Site.
gg) "Subcontractor" means the subcontractors appointed by the Contractor in
consultation with the CPO/Procuring Agency.
hh) “The Contract Price” means the price payable to the Contractor under the
Contract for the full and proper performance of its contractual obligations.
ii) “The Contract” means the agreement entered into between the CPO and the
Contractor, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference
therein.
jj) “The Country” is Islamic Republic of Pakistan.
kk) “The CPO” means the Central Police Office Quetta, Balochistan.
ll) “The Goods” means all of the equipment, machinery, and/or other materials,
which the Contractor is required to supply to the CPO under the Contract and
ancillary services.
mm) “The Project Site,” where applicable, means the place or places located in the
CPO, Quetta.
nn) The “BPP Rules” means the Balochistan Procurement Rules 2014 amended to
date.
oo) “Value for Money” means best returns for each rupee spent in terms of quality,
timeliness, reliability, after sales service, up-grade ability, price, source, and the
combination of whole-life cost and quality to meet the Procuring Agency’s
requirements.
pp) ‘Works’ means a construction work heading consisting of erection , assembly ,
repair , renovation or demolition of a building or structure or part includes
incidental services such as drilling , mapping , sate light photography , seismic
investigation ‘’
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded
by provisions of other parts of the Contract.
3. Country of
Origin
3.1 For purposes of this Clause, “origin” means the place where the Goods were
mined, grown, or produced, or from which the Services are supplied. Goods
are produced when, through manufacturing, processing, or substantial and
major assembly of components, a commercially recognized new product
Balochistan Police Command, Control, Communication & Data Center 76
results that is substantially different in basic characteristics or in purpose or
utility from its components.
3.2 The origin of Goods is distinct from the nationality of the Contractor.
4. Standards 4.1 The BPC3 project under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard
is mentioned, to the authoritative standards appropriate to the Goods country
of origin. Such standards shall be the latest issued by the concerned
institution.
5. Use of Contract
Documents and
Information;
Inspection and
Audit by the
Bank
5.1 The Contractor shall not, without the CPO prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing,
pattern, sample, or information furnished by or on behalf of the CPO in
connection therewith, to any person other than a person employed by the
Contractor in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only as far as
may be necessary for purposes of such performance.
5.2 The Contractor shall not, without the CPO prior written consent, make use of
any document or information enumerated in GCC relevant clause except for
purposes of performing the Contract and under intimation of purchased.
5.3 Any document, other than the Contract itself, enumerated in GCC relevant
clauses shall remain the property of the CPO and shall be returned (all
copies) to the CPO on completion of the Contractor’s performance under the
Contract if so required by the CPO.
5.4 The Contractor shall permit the CPO to inspect the Contractor’s accounts
and records relating to the performance of the Contractor and to have them
audited by auditors appointed by the CPO, if so required by the CPO.
6. Patent Rights 6.1 The Contractor shall indemnify the CPO against all third-party claims of
infringement of patent, trademark, or industrial design rights arising from the
project.
7. Performance
Security
7.1 Subject to SCC, within Seven (07) days of the receipt of notification of
award from the CPO, the successful Bidder shall furnish the performance
security in accordance with the Conditions of Contract, on the Performance
Security Form provided in the bidding documents, or in any another form
acceptable to the CPO in shape of bank guarantee, Demand Draft by the
renowned Bank of Pakistan or insurance Bond by AA ranking insurance
companies.
7.2 Failure of the successful Bidder to comply with the requirements of relevant
bid document Clauses or any other requirement by CPO shall sufficient
grounds for the annulment of the award and forfeiture of the bid
security/black listing, in which event or on any other reason deems
appropriate, the CPO may make the award to the next lowest evaluated
Bidder (responsive bidder) or call for new bids (re-bid).
Balochistan Police Command, Control, Communication & Data Center 77
7.3 In case of JV, the Performance Security of a JV must be in the name of the JV or
as per the satisfaction of CPO.
Performance Security of the successful bidder/s shall be released within 60 days from
the date of successful inspection. In case of unsatisfactory performance on part of
the supplier, the “Performance Security” shall be forfeited or if CPO thinks, he
may retain the Performance Security until satisfactory completion of the task.
8. Inspections and
Tests
8.1 The CPO or its representative shall have the right to inspect and/or to test the
BPC3 project or its components to ensure their conformity to the Contract
specifications at no extra cost to the CPO. SCC and the Technical
Specifications / SCC shall specify what inspections and tests the CPO
requires and where they are to be conducted. The CPO shall notify the
Contractor in writing, in a timely manner, of the identity of any
representatives retained for these purposes.
8.2 The inspections and tests may be conducted on the premises of the
Contractor or its subcontractor(s), at point of delivery, and/or at the project’s
final destination. If conducted on the premises of the Contractor or its
subcontractor(s), all reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the inspectors at no
charge to the CPO.
8.3 Any inspected or tested Goods / Works if fail to conform to the
Specifications, the CPO may reject the Goods / Works, and the Contractor
shall either replace the rejected Goods / Works or make alterations necessary
to meet specification requirements free of cost to the CPO or CPO may take
any action against the Contractor.
8.4 The CPO’s right to inspect, test and, where necessary, reject the Goods /
Works after the Goods / Works /its components arrival in Pakistan shall in
no way be limited or waived by reason of the Goods / Works having
previously been inspected, tested, and passed by the CPO or its
representative prior to the Goods shipment from the country of origin.
8.5 The CPO has right to inspect and test the work constructed, installed,
maintained and operate by the contractor at any time during the project and
specially on completion / handing over / taking over as per the requirements
or and in accordance with the criteria / specification / drawings or terms and
conditions set forth in the bidding document or thereafter. A satisfactory
certificate shall be issued at the time of handing over taking over by the
CPO.
8.6 The CPO has right to inspect and evaluate the services provided by the
contractor through its own resources or through an independent consultant to
gage the performance of the Contractor and to satisfy the terms and
condition provided in the bidding documents or settled separately.
8.7 Nothing in GCC relevant Clause shall in any way release the Contractor
from any warranty or other obligations under this Contract.
8.8 Inspection of Goods shall be to validate the performance of Vendor in
conformity with the requirements of Quality, Quantity & fulfillment of terms
& conditions as laid down under the award of Contract.
8.9 The Inspection may be carried out by the Inspection Committee of the
Balochistan Police Command, Control, Communication & Data Center 78
Procuring Agency on the basis of Lab Test Report (where applicable),
comparison with the approved samples and/or through technical co-opted
member (as the case may be).
8.10 Upon delivery of the required Goods by the supplier to the designated
location of the Procuring Agency, duly documented by the delivery challan,
the supplier shall have to seek date and time from the Procuring Agency for
inspection of the same by the Inspection Committee
8.11 Upon receipt of the delivery challan, the Procuring Agency shall assign
date & time for inspection of the delivered goods which shall, in no case be
later than 15 days from the date of delivery, and communicate the same to
the Supplier
8.12 The Inspection committee shall carry out the inspection on due date &
time and submit the inspection report within seven working days of the date
of inspection. The inspection report shall also be communicated to the
supplier
8.13 The Inspection Committee may or may not invite the supplier for
inspection. However in-case the supplier has reservations relating to the
contents of the Inspection Report, the supplier shall communicate the same
in writing to the chairman Inspection committee within two working days of
its notice, consequent upon which the Chairman shall take appropriate action
and / or review. In-case no reservation from the supplier is received within
two working days of receipt of inspection report, it shall be assumed that the
contents of the inspection report have been accepted by the supplier
8.14 In-case the Inspection Report declares the performance of supplier to be
not-in-fulfillment of the requirements laid down under the contract
agreement and the reservations of supplier are also not found to be genuine
or in conformity with the provision of the contract, then the Inspection
committee shall recommend to the competent authority penetrative measures
to the extent of the non-fulfillment, which may include financial penalty
and/or black-listing/debarring.
8.15 Proposal for Un-branded products will not be considered. Refurbished or
Low quality items will be rejected at the technical evaluation stage. Supply
will be compared with standard specifications/approved samples. The detail
has be given in SCC and shall be included in the contract subsequently.
9. Packing 9.1 The Contractor shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final destination,
as indicated in the Contract and SCC. The packing shall be sufficient to
withstand, without limitation, rough handling during transit and exposure to
extreme temperatures, salt and precipitation during transit, and open storage.
Packing case size and weights shall take into consideration, where
appropriate, the remoteness of the Goods final destination and the absence of
heavy handling facilities at all points in transit.
9.2 The packing, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any,
specified in SCC, and in any subsequent instructions ordered by the CPO.
10. Completion of
10.1 Delivery of the Goods shall be made by the Contractor in accordance
Balochistan Police Command, Control, Communication & Data Center 79
BPC3 Project with the terms specified in the Schedule of Requirements. The details of
shipping and/or other documents to be furnished by the Contractor are
specified in as per requirement of CPO as mentioned in SCC.
10.2 The works shall be completed by the contractors as per the criteria within
the time frame or extended with the consent of CPO without fail otherwise
CPO may initiate any legal action against the contractors
10.3 The services shall be rendered within the Time limit and in accordance
with the terms and conditions mentioned in the bidding documents or settled
thereafter with the consent and satisfaction of CPO.
11. Insurance 11.1 The Goods supplied under the Contract shall be delivered duty paid
(DDP) under which risk is transferred to CPO after having been delivered;
hence, insurance coverage is contractor responsibility. The insurance
coverage concerned to the works and services is the responsibility of the
contractor. The contractor insurance along with the employer / procuring
agency shall be incorporated in the contract as stated in SCC.
12. Transportation 12.1 All activities relating to transportation till the completion of the project
shall be arranged by the Contractor, and related costs shall be included in the
Contract Price. The detail shall be given in the contract subsequently
13. Incidental
Services
13.1 The Contractor may be required to provide any or all of the following
services, including additional services, if any, specified in SCC or required
by CPO:
(a) Performance or supervision of on-site assembly and/or start-up of the
supplied Goods.
(b) furnishing of tools required for assembly and/or maintenance of the supplied
Goods
(c) furnishing of a detailed Support Services manual for all components of
BPC3 Project.
(d) performance or supervision or maintenance and/or repair of the all the
components of BPC3 project for a period of time agreed by the parties,
provided that this service shall not relieve the Contractor of any warranty
obligations under this Contract; and
(e) Training of the CPO’s personnel, at the Contractor’s plant and/or on-site, in
assembly, start-up, operation, maintenance, configuration of all softwares
and/or repair of all the components of the project. (mandatory)
13.2 All cost for incidental service shall be borne by the Contractor included
in the contract Price for the Goods / Works and CPO shall not pay such cost
in any case except additional requirement by CPO.
14. Spare Parts 14.1 As specified in SCC, the Contractor may be required to provide any or
all of the following materials, notifications, and information pertaining to
spare parts manufactured or distributed by the Contractor:
(i) in the event of termination of production of the spare parts:
Balochistan Police Command, Control, Communication & Data Center 80
(ii) advance notification to the CPO of the pending termination, in
sufficient time to permit the CPO to procure needed requirements; and
(iii) Such termination, furnishing at no cost to the CPO, the blueprints,
drawings, and specifications of the spare parts, if requested.
15. Warranty 15.1 As stated in SCC in detail, the Contractor warrants that the Goods
branded including all spare parts) supplied under the Contract are new,
unused, and that they incorporate all recent improvements in design and
materials unless provided otherwise in the Contract. The Contractor further
warrants that all Goods supplied under this Contract shall have no defect,
arising from design, materials, or workmanship (except when the design
and/or material is required by the CPO’s specifications) or from any act or
omission of the Contractor, that may develop under normal use of the
supplied Goods in the conditions prevailing in the country of final
destination.
15.2 This warranty shall remain valid for twelve (24) months after the
completion of the project or any portion thereof as the case may be, have
been delivered to and accepted at the final destination indicated in the
Contract, or for eighteen (30) months after the date of shipment from the port
or place of loading in the source country, whichever period concludes earlier,
unless specified otherwise.
15.3 The CPO shall promptly notify the Contractor in writing of any claims
arising under this warranty.
15.4 Upon receipt of such notice, the Contractor Shall, within the period of a
week or specified in SCC and with all reasonable speed, repair or replace the
defective parts thereof, without costs to the CPO.
15.5 If the Contractor, having been notified, fails to remedy the defect(s)
within the period specified above or in SCC, within a reasonable period, the
may proceed to take such remedial action as may be necessary, at the
Contractor’s risk and expense and without prejudice to any other rights
which the have against the Contractor under the Contract.
16. Payment 16.1 The method and conditions of payment to be made to the Contractor
under this Contract shall be specified in SCC.
16.2 The Contractor’s request(s) for payment shall be made to the CPO in
writing, accompanied by an invoice describing, as appropriate, the
components of the BPC3 Project delivered, services performed, and by
documents submitted pursuant to relevant GCC Clause, and upon fulfillment
of other obligations stipulated in the Contract.
16.3 The currency of payment is Pak. Rupees and paid in lump sum after the
completion of services and issuing of Satisfactory Certificate or as per the
decision (agreement) of CPO.
Balochistan Police Command, Control, Communication & Data Center 81
16.4 Payment process shall be as follows:
a. Payment will be claimed on completion of 100% supply as per tender
specifications and approved samples.
b. On receipt of Inspection Committee report regarding inspected and
accepted store, 100% payment will be made by Procuring Agency i.e. CPO
in the light of approval by the Procurement Committee as per payment
milestone agreed by the Parties.
c. Payment will be made in the form of crossed cheque in the name of the
beneficiary of the Supply Order
d. Supplier shall have to claim the payment through submission of the Sales-
Tax Invoice amounting to the value of the Supply Order along-with Stamp
Duty @ 0.25% of the value of the Supply order
17. Prices 17.1 Prices charged by the Contractor for the components and services
delivered and performed of BPC3 project under the Contract shall not vary
from the prices quoted by the Contractor in its bid, with the exception of any
price adjustments authorized in SCC or in the CPO’s request for bid validity
extension, as the case may be or voluntary discount by the Contractor.
18. Change
Orders/
Variation
Orderss
18.1 The CPO may at any time, by a written order given to the Contractor,
make changes within the general scope of the Contract in any one or more
notwithstanding anything contrary to prevailing laws / rules:
19. Contract
& its Commencements
19.1 No variation in or modification of the terms of the Contract shall be
made except by written amendment signed by the parties given in SCC or in
the contract.
19.2 The contract shall be commenced after verification of the Bank guarantee
submitted by the Contractor from the concerned bank if otherwise not
provided.
20. Assignment or
Sub -contract
20.1 The Contractor shall not assign, to any other or sublet or sub-contract
with in whole or in part, its obligations to perform under this Contract,
except with the CPO’s prior written consent.
21. Delays in the
Contractor’s
Performance
21.1 Subject to SCC and the contract delivery / completion of the BPC3
project, SUPPORT SERVICES work shall be made by the Contractor in
accordance with the time schedule prescribed by the CPO in the Schedule of
Requirements shall not be tolerated.
21.2 If at any time during performance of the Contract, the Contractor or its
subcontractor(s) (if otherwise allowed) encounter conditions impeding
timely completion of the BPC3 project and intimate in writing regarding the
causes of delay and other requisite details then as soon as practicable after
receipt of the Contractor’s notice, the CPO shall evaluate the situation and
may at its discretion extend the Contractor’s time for performance, with or
without liquidated damages, in which case the extension shall be ratified by
the parties by amendment of Contract.
Balochistan Police Command, Control, Communication & Data Center 82
21.3 Except as provided anywhere in GCC Clause, a delay by the Contractor
in the performance of its delivery obligations shall render the Contractor
liable to the imposition of liquidated damages pursuant to GCC relevant
Clause, unless an extension of time is agreed upon pursuant to related GCC
Clause without the application of liquidated damages. The detail about the
completion, period and payment milestone shall be settled in contract
subsequently.
22. Liquidated
Damages
22.1 Notwithstanding anywhere in GCC Clause, if the Contractor fails to
deliver / complete any or all of the Goods / Works / or to perform the
Services within the period(s) specified in the Contract, the CPO shall,
without prejudice to its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to the percentage
specified in SCC (0.2 % of contractual price per day) of the delivered price
of the delay caused in the completion of BPC3 project or unperformed
Services for each day or part thereof of delay until actual delivery or
performance, up to a maximum. The detail of liquidated damages shall be
incorporated in the contract.
23. Termination for
Default
23.1 The CPO, without prejudice to any other remedy for breach of Contract,
by written notice of default sent to the Contractor, may terminate this
Contract in whole or in part:
(a) If the Contractor fails to deliver / perform any or all of the BPC3 project
work/services within the period(s) specified in the Contract, or within any
extension thereof granted by the CPO pursuant to GCC relevant Clause or
(b) If the Contractor fails to perform any other obligation(s) under the Contract.
(c) If the Contractor, in the judgment of the CPO has engaged in corrupt and
fraudulent or fraudulent practices in competing for or in executing the
Contract. For the purpose of this clause: “Corrupt and fraudulent practice”
means that defined in BPP Rules 2014 or Act 2009 amended to date.
However, CPO shall follow the prevailing rules and law in case of
termination of the contract, if required.
23.2 In the event the CPO terminates the Contract in whole or in part, the
CPO may procure, upon such terms and in such manner as it deems
appropriate, the BPC3 project or related services similar to those
undelivered, and such additional costs shall be payable by the Contractor.
However, the Contractor shall continue performance of the Contract to the
extent not terminated. The benefit of force majeure shall be in favor of client
if it anytime.
23.3 When the Supplier fails to deliver any or all of the Goods within the
period(s) specified in the contract, or within any extension thereof and such
failure amounts to at-least ten percent (10%) of the contact price;
23.4 As a result of force majeure if agreed by the CPO, the Supplier is unable
Balochistan Police Command, Control, Communication & Data Center 83
to deliver Goods amounting to at least ten percent (10%) of the contract
price, for a period of not less than sixty (60) days after receipt of the notice
from the Procuring Agency stating that the circumstance of force majeure is
deemed to have ceased; or
23.5 The Supplier fails to perform any other obligation under the Contract.
23.6 In case the delay in the delivery of the Goods and/or performance of the
Services exceeds a time duration equivalent to ten percent (10%) of the
specified contract time plus any time extension duly granted to the Supplier,
the Procuring Agency may terminate this Contract, forfeit the Supplier's
performance security and award the same to a qualified Supplier. In SCC the
detail has been provided.
24. Force Majeure 24.1 Notwithstanding anything contrary provided in the provisions of GCC
Clauses, the Contractor shall not be liable for forfeiture of its performance
security, liquidated damages, or termination for default if and to the extent
that it’s delay in performance or other failure to perform its obligations under
the Contract is the result of an event of Force Majeure.
24.2 For purposes of this clause, “Force Majeure” means an event beyond the
control of the Contractor and not involving the Contractor’s fault or
negligence or internal issues between any other Country/Firm/Company or
due to its corrupt/illegal or wrong practice and not foreseeable. Such events
may include, but are not restricted to, acts of the CPO in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
24.3 If a Force Majeure situation arises, the Contractor shall promptly notify
the CPO in writing of such condition and the cause thereof. Unless
otherwise directed by the CPO in writing, the Contractor shall continue to
perform its obligations under the Contract as far as is reasonably practical,
and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event. The benefit of Force Majeure shall be
in favor of client (CPO) if it happened anytime.
24.4 The Supplier shall not be liable for forfeiture of its performance security,
liquidated damages, or termination for default if and to the extent that it’s
delay in performance or other failure to perform its obligations under the
Contract is the result of a force majeure if agreed by the CPO
24.5 For purposes of this Contract the terms “force majeure” shall be
interpreted to mean an event which the Contractor could not have foreseen,
or which though foreseen, was inevitable. It shall not include ordinary
unfavorable weather conditions; work stoppage, delay or failure on the part
of the agents of the Suppliers, and any other cause the effects of which could
have been avoided with the exercise of reasonable diligence by the
Contractor.
Balochistan Police Command, Control, Communication & Data Center 84
24.6 If a force majeure situation arises, the Supplier shall promptly notify the
Procuring Agency in writing of such condition and the cause thereof also
elaborating the extent of deviation from the Contract and suggested remedial
measures thereof. Unless otherwise directed by the Procuring Agency in
writing, the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the force majeure.
25. Termination for
Insolvency
25.1 The CPO may at any time terminate the Contract by giving written notice
to the Contractor if the Contractor becomes bankrupt or otherwise insolvent.
In this event, termination will be without compensation to the Contractor,
provided that such termination will not prejudice or affect any right of action
or remedy which has accrued or will accrue thereafter to the CPO.
26. Termination for
Unlawful Acts
26.1 The Procuring Agency may terminate this Contract in case it is
determined prima facie that the Supplier has engaged, before or during the
implementation of this Contract, in unlawful deeds and behaviors relating to
contract acquisition and implementation. Unlawful acts include, but are not
limited to, the following:
a. Corrupt, fraudulent, and coercive practices as defined in the foregoing
bidding documents
b. Drawing up or using forged documents;
c. Using adulterated materials, means or methods, or engaging in production of
the procumbent item contrary to rules of science or the trade; and
d. Any other act analogous to the foregoing.
27. Termination for
Convenience
27.1 The Procuring Agency shall terminate this Contract if the Supplier is
declared bankrupt or insolvent as determined with finality by a court of
competent jurisdiction. In this event, termination will be without
compensation to the Supplier, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to the Procuring Agency and/or the Supplier. The Procuring
Agency may terminate this Contract, in whole or in part, at any time for its
convenience. The Head of the Procuring Agency may terminate a contract
for the convenience of the Government if he has determined the existence of
conditions that make Project Implementation economically, financially or
technically impractical and/or unnecessary, such as, but not limited to,
fortuitous event(s) or changes in law and national government policies.
27.2 To have any portion delivered and paid at the contract terms and prices;
and/or
27.3 To cancel the remainder and pay to the Supplier an agreed amount for
partially completed Goods and for materials and parts previously procured
by the Supplier.
27.4 If the Supplier suffers loss in its initial performance of the terminated
contract, such as purchase of raw materials for goods specially manufactured
for the Procuring Agency which cannot be sold in open market, it shall be
allowed to recover partially from this Contract, on a quantum merit basis.
Before recovery may be made, the fact of loss must be established under
oath by the Supplier to the satisfaction of the Procuring Agency.
28. Procedure for 28.1 The following provisions shall govern the procedures for termination of
Balochistan Police Command, Control, Communication & Data Center 85
termination of Contract this Contract:
a) Upon receipt of a written report of acts or causes from any source which
may constitute ground(s) for termination as aforementioned, the CPO at the
stance of the Inspection Committee, within a period of seven (7) calendar days,
shall verify the existence of such ground(s) and cause execution of a Verified
Report, with all relevant evidence attached
b) Upon recommendation by the Inspection Committee, or, upon its own
initiative, CPO shall cause issuance of a written notice to the Supplier conveying
the specific nature of the compliant or default, which could eventually result in
termination of the Contract. The notice shall state:
c) an instruction to the Supplier to show cause as to why this Contract
should not be terminated; and
d) that, in case of unsatisfactory response on part of the supplier to make
good the default reported by the CPO within a period of 15 (Fifteen) days, this
Contract shall be liable to termination for any of the ground(s) and a statement
of the acts constituting the same;
e) The CPO shall specifically indicate extent of termination, whether in
whole or in part;
29. Special instructions
of
the Procuring Agency,
if any.
29.1 The Notice to Terminate shall be accompanied by a copy of the Verified
Report;
29.2 Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Supplier shall submit to Head of the Procuring Agency or
CPO a verified position paper stating why this Contract should not be
terminated. If, on receipt of Termination Notice, the Supplier fails to show
cause after the lapse of the seven (7) day period, either by inaction or by
default, the Head of the Procuring Agency or CPO shall issue an order to the
effect of Terminating this Contract;
29.3 The Procuring Agency may, at any time before receipt of the Supplier’s
verified position paper to withdraw the Notice to Terminate if it is
determined that certain items or works subject of the notice had been
completed, delivered, or performed before the Supplier’s receipt of the
notice;
29.4 Within a non-extendible period of ten (10) calendar days from receipt of
the verified position paper, the Head of the Procuring Agency or CPO shall
decide whether or not to terminate this Contract. It shall serve a written
notice to the Supplier of its decision and, unless otherwise provided, this
Contract is deemed terminated from receipt of the Supplier of the notice of
decision. The termination shall only be based on the ground(s) stated in the
Notice to Terminate;
29.5 The Head of the Procuring Agency may create a Contract Termination
Review Committee (CTRC) to assist him in the discharge of this function.
All decisions recommended by the CTRC shall be subject to the approval of
the Head of the Procuring Agency;
30. Reservation Clause
30.1 If at any time prior to award of contract any changes arises in the
situation of the Bidder which will affect its capability to undertake the
project such that it fails the preset eligibility or bid evaluation criteria, the
Procuring Agency shall consider the said Bidder as ineligible and shall
disqualify it from submitting a bid or from obtaining an award or contract.
30.2 Based on the following grounds, the Procuring Agency shall declare a
Balochistan Police Command, Control, Communication & Data Center 86
Failure of Bidding process at any time prior to the contract award and make
no assurance that a contract shall be entered into as a result of this bidding
process:
30.3 If there is prima facie evidence of collusion between appropriate public
officers or employees of the Procuring Agency, or between the Procurement
Committee and any of the bidders, or if the collusion is between or among
the bidders themselves, or between a bidder and a third party, including any
act which restricts, suppresses or nullifies or tends to restrict, suppress or
nullify competition;
30.4 If the Procuring Agency’s Procurement Committee is found to have
failed in following the prescribed bidding procedures laid down under the
Balochistan Public Procurement Rules – 2014 or the General Financial Rules
being followed by the Government of the Balochistan; or
30.5 For any justifiable and reasonable ground where the award of the
contract will not prove to the benefit of the Government of Balochistan or
the procuring agency as follows:
30.6 If the physical and economic conditions have significantly changed so as
to render the project no longer economically, financially or technically
feasible as determined by the head of the procuring Agency;
30.7 If the project is no longer necessary as determined by the head of the
procuring Agency; and
30.8 If the source of funds for the project has been withheld or reduced
through no fault of the Procuring Agency.
30.9 In addition, the Procuring Agency may likewise declare a failure of
bidding when:
No bids are received;
i. All prospective bidders are declared ineligible;
ii. All bids fail to fulfill the evaluation criteria laid down in these
bidding document or any other ground which CPO deems
appropriate.
31. Evaluation Criteria
of Bids
31.1 Evaluation Criteria: Selection of the successful bidder shall be based on
the Least-Cost Selection Method which means, “Technically responsive,
lowest financial bid, received from Eligible Bidders” Procedure for which is
as follows: -
a. Bidders Eligibility Assessment. Initial evaluation of the Technical
proposals shall be carried-out by the PROCUREMENT
COMMITTEE, subsequent upon fulfillment of requirements of the
eligibility criteria laid down under the heading of “Letter of
Invitation for Bids – Eligibility Criteria for Bidders” and Bidders
shall be categorized as:
i. Eligible Bidders
ii. Ineligible Bidders
b. Return of Proposals from Ineligible Bidders after execution of the
contract with the lowest evaluated bidder as per BPP Rules 2014.
Proposals from Ineligible Bidders shall be declared “Non-
Balochistan Police Command, Control, Communication & Data Center 87
Responsive”, consequently shall NOT be accepted for any further
evaluation:
i. Their Financial Proposals shall be returned without being
opened.
ii. Their Bid security shall be released upon their written request.
c. Item-wise Evaluation. The Bids received from the Eligible Bidders
shall then be evaluated by the “TECHNICAL COMMITTEE.” (if the
required items are not technically complex) Technical Proposal shall
be evaluated Item-wise on technical specification / requirements
through comparison of minimum required technical qualification (as
stated in the Data-Sheet) compared with specifications mentioned in
the Technical Bid. Bids conforming to the required specification /
technical requirements shall stand Responsive, hence will qualify for
Financial Bid opening. All proposals shall be categorized as:
i. Responsive Proposals
ii. Non-Responsive Proposals
d. Return of Non-Responsive Proposals& preparation of Technical
Evaluation Report. Technical Proposals not fulfilling the
specification/s and or any technical requirements shall be declared as
“Non-Responsive”, consequently shall NOT be accepted for any
further evaluation:
i. Their financial proposals shall be returned without being
opened.
ii. Their Bid security shall be released upon their written request.
iv. Technical Evaluation Report shall be prepared duly signed by all the
members of the Procurement Committee, giving REASONS and announced
publically for;
1. Acceptance of the Eligible & Responsive Bids and;
2. Rejection of the Ineligible & Non-Responsive Bids
e. Financial Evaluation. Financial Proposals of the Responsive
Technical Proposals shall be publicly opened in the Next meeting
(date to be fixed by the procuring agency) as communicated by the
Procuring Agency. Financial Evaluation Report /comparative
statement of the “Responsive Proposals” shall be prepared by the
PROCUREMENT COMMITTEE. Subsequently, the prepared
Financial Evaluation Report shall duly be signed by all the members
of the Procurement Committee.
f. Recommendation of Procurement Committee & Uploading of
Balochistan Police Command, Control, Communication & Data Center 88
Evaluation Report. After Technical and Financial Evaluation of the
Bids, both the Technical & the Financial Evaluation Reports shall be
combined. This Report shall be called as the “Evaluation Report”.
This Evaluation Report must clearly state, justification for acceptance
of lowest evaluated Bid, and reasons for non-acceptance of all other
Bids. Consequently, lowest financial Bidder among the “Responsive”
and “Eligible Bidders” shall be recommended for the Award of
Contract by the PROCUREMENT COMMITTEE. The Procuring
Agency shall upload this Bid Evaluation Report at the website of
Balochistan Public Procurement Regulatory Authority and procuring
agency, at-least ten days prior to the award of Contract. Copy of the
same shall also be provided to bidders upon their written request.
g. Award of Contract to the recommended Bidder/s shall be placed with
the lowest evaluated bidder/s (“Technically Responsive, lowest
Financial Bid, received from Eligible Bidder” after ten days of
uploading of the Evaluation Report at B-PPRA Website.
32. Resolution of
Disputes
32.1 Settlement of Disputes shall comprise of three Tier Mechanism, which is
illustrated as follows:
32.2 First Tier Mechanism:
a. If any dispute or difference of any kind whatsoever shall arise between
the Procuring Agency and the Supplier in connection with or arising out
of this Contract, the parties shall make every effort to resolve amicably
such dispute or difference by mutual consultation.
32.3 Second Tier Mechanism:
a. If after lapse of thirty (30) days, the parties fail to resolve their dispute or
difference by such mutual consultation, then either the Procuring
Agency or the Supplier may give notice to the other party of its
intention to exercise the Second Tier Mechanism, as hereinafter
provided, and no proceedings in respect of this matter may be
commenced unless such notice is given and received by the other party.
b. Upon issuance & receipt of such notice, both the Procuring Agency and
the Supplier shall authorize and nominate one representative each, who
must be:
c. An external member from the Procuring Agency and Supplier.
d. The De facto Sole Arbitrator on behalf of the Procuring Agency shall be
the “Additional Chief Secretary to the Government of Balochistan;
e. The Sole Arbitrator shall plead the case with each other for and on behalf
of their respective nominators and try to resolve the issue through
mutual arbitration, whose decision shall be binding upon both the
parties.
f. Both the Parties, shall bear their respective cost incurred on this arbitration.
g.Notwithstanding any reference to arbitration herein, the parties shall continue to
perform their respective obligations under the Contract unless they otherwise
agree; and the Procuring Agency shall withhold payments to the Supplier until
the resolution, if the disputed matter relates to monetary issues.
h.Party in defiance of the unanimous decision by the Arbitrators, shall be considered
to be in default.
32.4 Third Tier Mechanism
Balochistan Police Command, Control, Communication & Data Center 89
a. If after lapse of a period of thirty (30) days, the parties fail to resolve their dispute
or difference by means of Arbitration, then either the Procuring Agency or the
Supplier may give notice to the other party of its intention to exercise the third
Tier mechanism.
b.The Final forum for settlement of the dispute shall be the Court of competent
jurisdiction within local limits of Pakistan; and, the result/ conclusions arrived at
by the Sole Arbitrator appointed under the second tier of dispute resolution shall
be presented by both the Parties for decision by the Court, by means of
appointing an Arbitrator in accordance with the provisions of the Arbitration
Act, or, (at the sole discretion of the Court).
c. Notwithstanding any reference to arbitration herein, the parties shall continue to
perform their respective obligations under the Contract unless they otherwise
agree; and the Procuring Agency shall withhold payments to the Supplier until
the resolution, if the disputed matter relates to monetary issues.
33. Governing
Language
33.1 The Contract shall be written in the language English. The version of the
Contract written in the specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract which are
exchanged by the parties shall be written in the same language. In case of
any other language the authenticated translation dully attested may be added
with bid and, In case of any ambiguity the language of original documents
shall prevails.
34. Applicable Law 34.1 The Contract shall be interpreted in accordance with the laws of Islamic
Republic of Pakistan / Balochistan.
35. Notices
35.1 Any notice given by one party to the other pursuant to this Contract shall be
sent to the other party in writing or by fax or by email or any other modern
devices (accepted by CPO) and confirmed in writing to the other party’s
address specified in the bidding document and construed its receiving if not
responded.
36. Taxes and Duties 36.1 Contractor shall be entirely responsible for all taxes, duties, license fees, etc.,
incurred until delivery / completion of the contracted BPC3 project.
37. Corrupt and
fraudulent or Fraudulent
Practices
37.1 The CPO requires that bidders, Contractors, and Contractor observe the
highest standard of ethics during the procurement and execution of contracts.
For the purposes of this provision, the terms set forth in Balochistan Public
Procurement Rules /Act shall be applicable:
(a) The CPO will bar a firm/individual/company/ bidders/Contractor/Contractors/
consultants/or what so ever named, in accordance with Blacklisting procedures
under Balochistan Procurement Rules 2014 in any case if deems so.
37.2 Furthermore, Bidders shall be aware of the provision stated in the General
Conditions of Contract.
38. CPO’s Privileges
38.1 The CPO reserves the right at the time of contract awarding or thereafter to
add/delete any terms and conditions, the quantity of Goods or scope of
Balochistan Police Command, Control, Communication & Data Center 90
Works or terms and condition of the Services originally specified in the
Schedule of Requirements without any change in unit price in accordance
with prevailing rules & regulations.
39. Integrity
Pact
39.1 CPO may require from the bidder (qualified) for submission of an integrity
pact.
40. Blacklisting
Mechanism Or Process
40.1 CPO may on the grounds given in Rule 23 of BPPRA 2014 or, on
information received from any resource, issue show cause notice to a bidder
or contractor.
40.2 The show cause notice shall contain:
a. precise allegation, against the bidder or contractor;
b. the maximum period for which the procuring agency proposes to debar the bidder
or contractor from
c. participating in any public procurement of the procuring
d. agency; and the statement, if needed, about the intention of the
e. procuring agency to make a request to the Authority for
debarring the bidder or contractor from participating in
Public procurements of all the procuring agencies.
40.3 CPO shall give minimum of seven days to the bidder or contractor for
submission of written reply of the show cause notice.
40.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, CPO may issue notice for personal hearing to the bidder or
contractor/ authorize representative of the bidder or contractor and CPO shall
decide the matter on the basis of available record and personal hearing, if
availed.
40.5 In case the bidder or contractor submits written reply of the show cause
notice, CPO may decide to file the matter or direct issuance of a notice to the
bidder or contractor for personal hearing.
40.6 CPO shall give minimum of seven days to the bidder or contractor for appearance
before the specified officer of CPO office for personal hearing.
40.7 CPO shall decide the matter on the basis of the available record and personal
hearing of the bidder or contractor, if availed and request to BPPRA to upload the
information on its website.
40.8 The Authority shall immediately publish the information and decision of
blacklisting on its website.
40.9 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
41. Conflict of interest 41.1 A conflict of interest involves a conflict between the public duty and private
interests (for favor or vengeance) of a public official, in which the public
official has private interest which could improperly influence the
performance of their official duties and responsibilities. Conflict of Interest
would arise in a situation when any concerned members of both the parties
are related either directly or indirectly, or has any association or had any
confrontation. Thus, conflict of interest of any tender committee member
must be declared in a prescribed form (sample form attached).
41.2 The Bidder shall not lend to or borrow any money from or enter into any
Balochistan Police Command, Control, Communication & Data Center 91
monetary dealings or transactions, directly or indirectly, with any committee
member, and if he does so, the Procuring Agency shall be entitled forthwith
to rescind the Contract and all other contracts with the Bidder.
11 Special Conditions of Contract
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
General Conditions of Contract.
1. Definitions
a) The Employer means CPO is: [Department Name]
b) The CPO country is: Islamic Republic of Pakistan
c) The Contractor is: [Detail]
d) The Project Site is: [Detail]
2. Performance Security
The amount of performance security, i.e. Rs…………………. in the shape of non-
recourse, irrevocable and unconditional bank guarantee from scheduled bank of
Pakistan/ having setup in Balochistan on the prescribed format attached with the
bidding document and stated in Bid document clauses & GCC.
3. Inspections and Tests
Inspection and tests prior to delivery of Goods completion of works & services and at
final acceptance are:-
i) For Physical Fitness having No Damages
ii) Inspection of Goods shall be to validate the performance of Vendor in
conformity with the requirements of Quality, Quantity & fulfillment of
terms & conditions as laid down under the award of Contract.
iii) The Inspection shall be carried out by the Inspection Committee of the
Procuring Agency on the basis of Lab Test Report (where applicable),
comparison with the approved samples and/or through technical co-
opted member (as the case may be).
iv) The Inspection committee shall carry out the inspection on due date &
time and submit the inspection report within seven working days of the
date of inspection. The inspection report shall also be communicated to
the supplier
4. The Contractor
4.1 Contractor's General Obligations
Balochistan Police Command, Control, Communication & Data Center 92
4.1.1 The Contractor shall warrants that he shall comply with and continue to comply,
in all respects, with the Bidding Documents, which form part of the Tender.
4.1.2 The Contractor shall design, execute, complete and perform the Works in
accordance with the agreement (including the Employer's Requirements) and
shall remedy any defects in the Works. The Work shall be fit for the Intended
Purpose.
4.1.3 The Contractor shall provide the Plant and Contractor's Documents specified in
the agreement, and all Contractor's Personnel, Goods, consumables and other
things and services, whether of a temporary or permanent nature, require in and
for this design, execution, completion and remedying of defects
4.1.4 The Works shall include any work which is necessary to satisfy the Ernployer’s
Requirements, or is implied by the agreement, and all works which (although
not mentioned in the agreement) are necessary for stability or for the
completion, or safe and proper operation, of the Work.
4.1.5 The Contractor shall be responsible for the adequacy, stability and safety of all
Site operations, of all methods of construction and of all the Works.
4.1.6 The Contractor shall, whenever required by the Employer, submit details of the
arrangement and methods which the Contractor proposes to adopt for the
execution of the Works. No significant alteration to these arrangements and
methods shall be made without this having previously been notified to the
Employer.
4.1.7 Following the issuance of Taking Over Certificate and/or Taking Over
Certificate for the Division, the Contractor shall, in accordance with Employer's
Requirements, remain liable for its obligations under the agreement (including
Support Services Works) related all Works and such Division and shall comply
with such obligations related to the all Works and such Division without
interfering with the completion of the remaining BPC3 project’s works to
ensure that all the Works are completed in accordance with Sub Time for
Completion. Furthermore, the Contractor shall ensure that the issuance of the
Taking over Certificate and/or Taking over Certificate for the Division and the
coming into operation of all works and/or a Division shall not in any way hinder
or delay the performance of the Contractor's obligations in relation to the
completion of the Facility.
4.2 Performance Security
4.2.1 In addition to GCC the Contractor shall procure the issuance of the
Performance Security no later than seven (07) days prior to the signing of the
agreement in accordance with the Bidding Documents. The Performance
Security shall be for an amount equal to five percent (05%) of the Agreement
Price.
4.2.2 The Performance Security shall remain valid until the Contractor has
completed all obligations under the agreement. If the terms of the
Performance Security specifies an expiry date and the BPC3 project
Completion Certificate has not been issued, the Contractor shall, twenty eight
(28) days prior to the expiry of the Performance Security, extend the
Performance Security until such date as notified by the Employer.
Balochistan Police Command, Control, Communication & Data Center 93
4.2.3 In the event the credit rating of the financial institution(s) issuing and/or
counter guaranteeing the Performance Security falls below the credit rating of
an Acceptable Bank and a replacement Performance Security issued and/or
counter guaranteed by an Acceptable Bank is not provided to the Employer
within fourteen (14) days of such occurrence, the Employer shall be entitled
to (without notice to the Contractor) immediately en cash the full amount of
the Performance Security
4.2.4 The Employer may at any time and from time to time, make a claim under the
Performance Security in the event of:
(a) failure by the Contractor to extend the validity of the Performance Security as
described in the preceding paragraphs, in which event the Employer may claim the
full amount of the Performance Security;
(b) failure by the Contractor to pay the Employer:
i. Liquidated damages pursuant to relevant clause within twenty-one (21) days
after the date of the delivery of the Employer LDs Invoice to the Contractor;
and/or
ii. An amount due, which has either been agreed by the Contractor herein (other
than the liquidated damages set out in (i) above) or determined under
Employer's Claims, within fourteen (14) days after such agreement or
determination;
(c) failure by the Contractor to comply with any warranty obligations under the
agreement;
(d) failure by the Contractor to provide a replacement Performance Security in the
circumstances described in the preceding paragraphs, in which event the Employer
may claim the full amount of the Performance Security;
(e) failure by the Contractor to remedy a default (subject to any grace period permitted
by the Employer or otherwise specified in the agreement) after receiving the
Employer's notice requiring the default to be remedied (provided that such default is
capable of remedy); or
(f) Circumstances which entitle the Employer to terminate the agreement under Clause
Termination by Employer, irrespective of whether notice of termination has been
given;
4.2.5 The Employer shall indemnify and hold the Contractor harmless from and
against all consequences of a claim under the Performance Security to the
extent to which the Employer was not entitled to make the claim.
4.2.6 The Employer shall return the Performance Security to the Contractor within
21 days after the Contractor has become entitled to receive the Agreement
Completion Certificate.
4.3 Contractor's Representative
Balochistan Police Command, Control, Communication & Data Center 94
4.3. I The Contractor shall appoint the Contractor's Representative and shall give him all
authority necessary to act on the Contractor s behalf under the agreement.
4.4 Subcontractors
4.4.1 The Contractor shall not subcontract the whole of the Works.
4.4.2 The Contractor shall be responsible for the acts or defaults of and
Subcontractor, its agents or employees, as if they were the acts or defaults of the
Contractor. The Contractor shall give the Employer not less than seven (7) days’
notice of:
(a) The intended appointment of a Subcontractor as listed in the Tender, with
detailed particulars which shall include his relevant experience;
(b) The intended commencement of the Subcontractor's work; and
(c) T
he intended commencement of the Subcontractor's work on the Site.
4.4.3 The Contractor will notify the Employer of all works to be executed by the
Subcontractor.
4.5 Co-operation
4.5.1 The Contractor shall, as specified in the agreement or as instructed by the
Employer, allow appropriate opportunities for carrying out work by:
(a) the Employer's Personnel;
(b) any other contractors employed by the Employer; and
(c) the personnel of any legally constituted public authorities,
Who may be employed in the execution on or near the Site of any work not included
in the agreement?
4.5.2 The Contractor shall be responsible for its construction activities on the Site,
and shall co-ordinate its own activities with those of other contractors to the
extent (if any) specified in the Employer's Requirements.
4.6 Quality Assurance
4.6.1 The Contractor shall institute a quality assurance system to demonstrate
compliance with the requirements of the agreement. The system shall be in
accordance with the details stated in the agreement. The Employer shall be
entitled to audit any aspect of the system.
4.6.2 Compliance the quality assurance system shall not relieve the Contractor of any
of its duties, obligations or responsibilities under the agreement.
4.6.3 Documents, all relevant data in the Employer's possession relating to the Site
(including the details of civil and electrical works etc. and their up to date
Balochistan Police Command, Control, Communication & Data Center 95
progress). The Employer shall similarly make available to the Contractor all
such data which come into the Employer's possession after the Base Date.
4.6.4 The Contractor shall be responsible for verifying and interpreting all such data.
'The Employer shall have no responsibility for the accuracy, sufficiency or
completeness of such data, except as stated in General Design Obligation.
4.7 Sufficiency of the Agreement Price
4.7.1 Unless otherwise stated in the agreement, the Agreement Price covers all the
Contractors obligations under the agreement and all things necessary for the
proper design, execution and completion of the Works and the remedying of any
defects.
4.8 Unforeseeable Difficulties
4.8.1 Except as otherwise stated in the agreement:
(a) the Contractor shall be deemed to have obtained all necessary information as to risks,
contingencies and other circumstances which may influence or affect the Works;
(b) by signing the agreement, the Contractor accepts responsibility for having foreseen all
difficulties and costs of successfully completing the Works; and
(c) Neither the Agreement Price shall be adjusted to take account of any
unforeseen difficulties or costs nor shall the Contractor be entitled toany extension of
time under Extension of Time for Completion due to any unforeseen difficulties or
costs, if completion is or will be delayed.
(d) If there is delay in work due to Employer’s direction e.g. security, political
risk, law and order, then contractor shall be compensated for deployment of extra
resources or any other reasonable expenses.
4.9 Rights of Way and Facilities
4.9.1 The Employer shall facilitate, only to an extent, the Contractor to get necessary
No Objection Certificates from the Relevant Authorities.
4.9.2 The Employer shall exercise its reasonable efforts for waiver of official fee for
the right-of-way from Relevant Authorities, as and where applicable.
4.9.3 The Employer shall make direct payments of official fee for the right-of-way to
the Relevant Authority, as and where applicable.
4.9.4 The Contractor shall bear all costs and charges for special and/or temporary
restorations. And/or damages to the existing infrastructure and/or services
caused during the execution of the Project related to the rights-of-way,
including but not limited to access to the Sites.
4.9.5 If there is any dispute related to fixation of responsibility for restorations and/or
damages to the existing infrastructure and/or services caused during the
execution of the Project related to rights-of-way, and it is not resolved at the
project management level of the Parties, the Parties to the dispute will approach
a joint committee comprising of Commissioner Quetta and DIG Quetta Police
for timely resolution. If the matter is not resolved within thirty (30) days from
Balochistan Police Command, Control, Communication & Data Center 96
the reference of such dispute to Commissioner Quetta and Head of Balochistan
Police, either Party may refer such dispute for arbitration if deems so.
4.9.6 13.5 The Contractor shall also obtain, at its risk and cost, any additional
facilities outside the Site which it may require for the purposes of the Works.
4.10 Avoidance of Interference
4.10.1 The Contractor shall not interfere unnecessarily or improperly with:
4.10.2 the convenience of the public; or
4.10.3 the access to and use and occupation of all roads and footpaths
irrespective of whether they are public or in the possession of the Employer
or of others,
4.10.4 The Contractor shall indemnify and hold the Employer harmless against and
from all damages, losses and expenses (including legal fees and expenses)
resulting from any such unnecessary or improper interference.
4.11 Access Route
4.11.1 The Contractor shall be deemed to have been satisfied as to the suitability and
availability of the access routes to the Site. The Contractor shall use reasonable
efforts to prevent any road or bridge from being damaged by the Contractor's
traffic or by the Contractor's Personnel. These efforts shall include the proper
use of appropriate vehicles and routes. The Contractor shall indemnify the
Employer against and from losses in respect of any breach of its obligations
under this paragraph.
4.11.2 Except as otherwise stated herein:
a. the Contractor shall be responsible for any, maintenance which may be
required for its use of access routes;
b. the Contractor shall provide all necessary signs or directions along access
routes, and shall obtain any permission which m y be required from the
relevant authorities for its use of routes, signs and directions;
c. the Employer shall not be responsible for any claims which may arise from the
use or otherwise of any access route;
d. the Employer does not guarantee the suitability or availability of particular
access routes; and
Costs due to non-suitability or non-availability, for the use required by the
Contractor, of access routes shall be borne by the Contractor.
4.12 Transport of Goods
4.12.1 Unless otherwise stated herein:
the Contractor shall give the Employer not less than twenty one (21) days' notice
of the date on which any Plant or a major Item of other goods of project,
SUPPORT SERVICES Works will be delivered to the Site,
Balochistan Police Command, Control, Communication & Data Center 97
a. the Contractor shall be responsible for packing, loading transporting to site,
custom clearance, receiving, unloading, storing and protecting all Goods and other
things required for the Works; and
b. the Contractor shall indemnify and hold the Employer harmless against and from
all damages, losses and expenses (including legal fees and expenses) resulting
from the transport of Goods and shall negotiate and pay all claims arising from
their transport.
4.13 Contractor's Equipment
4.13.1 The Contractor shall be responsible for all Contractor s Equipment. When
brought on to the Site, Contractor's Equipment shall be deemed to be
exclusively intended for the execution of the Works.
4.14 Protection of the Environment
4.14.1 The Contractor shall take all reasonable steps to protect the environment (both
on and off the Site) and to limit damage and nuisance to people and property
resulting from pollution, noise and other results of its operations and shall, at its
own cost take all necessary and appropriate remedial measures in relation to any
such resulting damage or nuisance.
4.14.2 The Contractor shall fully comply with, and shall ensure that it’s Subcontractors
comply with, all applicable Laws for the purposes of all Works to be undertaken
in the Country. The Contractor shall indemnify and hold the Employer harmless
against the consequences of any failure to comply with such applicable laws
and other requirements.
4.14.3 The Contractor shall comply with all Consents and applicableLaws pertaining
to protection of the environment in its access arrangements, execution of Works,
procurement, construction and operations on Site.
4.14.4 The Contractor shall take all necessary steps to protect the environment and
shall not cause damage and nuisance to people and property resulting from
pollution, noise and other results of its operations.
4.14.5 Subject to Limitation Of Liability, the Contractor shall indemnify, defend and
hold the Employer harmless from any and all liabilities, claims, damages, costs,
penalties, fines, expenses, fees (including reasonable legal fees) and charges of
any nature associated with any non-compliance by the Contractor of its
obligations contained in any Sub-Clause
4.15 Contractor's Operations on Site
4.15.1 The Contractor shall confine its operations to the Site, and to any additional
areas which may be obtained by the Contractor and agreed by the Employer as
working areas.
4.15.2 The Contractor shall take all necessary precautions to keep Contractors
Equipment and Contractor l s Personnel within the Site and these additional areas,
and to keep them off adjacent land.
4.15.3 During the execution of the Works, the Contractor shall keep the Site free
from all unnecessary obstruction, and shall store or dispose of any Contractor's
Balochistan Police Command, Control, Communication & Data Center 98
Equipment or surplus materials. The Contractor shall clear away and remove from
the Site any wreckage, rubbish and Temporary Works which are not required.
4.15.4 The Contractor shall leave the Site and the Works in a clean and safe
condition. However, the Contractor may retain on Site during each of the Punch list
Completion Period and the Punch list Completion Period for the Division, such
Goods as are required for the Contractor to fulfil obligations under this.
4.16 DESIGN
General Design Obligations
4.16.1 The Contractor shall be deemed to have scrutinized, prior to the Base Date, the
Employer's Requirements (including design criteria and calculations, if any).
The Contractor shall be responsible for the design of the Works in accordance
with the Applicable Standards and for the accuracy of such Employer's
Requirements (including design criteria and calculations), except as stated
below.
4.16.2 Any mistake, inaccuracy, discrepancy or divergence in information provided by
the Employer or set out in the Employer's Requirements shall be notified to the
Employer as soon as the same is discovered and, if the Employer so instructs,
corrected by the Contractor, provided that no adjustment to the Agreement Price
shall be made in respect of such correction and the Contractor shall not make
any claim for an extension of the Time for Completion and/or Time for
Completion for the Facility, in respect of such correction.
4.17 Contractor's Documents
4.17.1 The Contractor's Documents shall comprise the technical documents specified
in the Employer's Requirements, documents required to satisfy all regulatory
approvals, and the documents described in As-Built Documents) and Operation
and Maintenance Manuals. Unless otherwise stated in the Employer's
Requirements, the Contractor's Documents shall be written in the language for
communications defined in Law and Language clause.
4.17.2 The Contractor shall prepare all Contractor's Documents, and shall also prepare
any other documents necessary to instruct the Contractor(s Personnel.
4.17.3 The Employer may, within the review period, give notice t the Contractor that a
Contractor's Document fails (to the extent stated) to comply with the agreement.
If a Contractor's Document so fails to comply, it shall be rectified, resubmitted
and reviewed in accordance with this Clause, at the Contractor's cost.
4.17.4 In case the Contractor proposes changes in the approved design, at any time
during the period of the agreement, then all such changes shall be made, subject to
the approval of the Employer at a cost, if any, mutually agreed between the
parties.
4.18 Contractor's Undertaking
4.18.1 The Contractor shall undertake that the design, the Contractor's Documents, the
execution and the completed Works will be in accordance with the Applicable
Standards as stated in bidding documents.
Balochistan Police Command, Control, Communication & Data Center 99
4.19 Technical Standards and Regulations
4.19.1 The design, the Contractor's Documents, the execution and the completed
Works shall comply with the Applicable Standards.
4.20 Training
4.20.1 The Contractor shall carry out the two-week training of Employer's Personnel In
the operation and maintenance of the Works to the extent specified in the
Employer's Requirements.
4.21 As-Built Documents
4.21.1 The Contractor shall prepare, and keep up-to-date, a complete set of "as-built"
records of the execution of the Works, showing the exact as built locations,
sizes and details of the work as executed. These records shall be kept on the Site
and shall be used exclusively for the purposes of this Clause. Two (2) copies
shall be supplied to the Employer prior to the commencement of the Tests on
Completion.
4.21.2 In addition, the Contractor shall supply to the Employer as-built drawings of the
Works, showing all Works as executed, and submit them to the Employer for
review under relevant Clause of the Documents. The Contractor shall obtain the
consent of the Employer as to their size, the referencing system, and other
relevant details.
4.22 Operation and Maintenance Manuals
4.22.1 I Within seven (07) days prior to the scheduled date for commencement of the
Tests on Completion, the Contractor shall supply to the Employer provisional
operation and maintenance manuals in sufficient detail for the Employer to
operate, maintain, dismantle, reassemble, adjust and repair the relevant part(s)
of the BPC3 project, relevant works subject to the Tests on Completion being
conducted at that time.
4.22.2
The manual should clearly specify the three type of maintenance i.e. preventive,
corrective and user maintenance with relevant response times. Within 30 days
from the date of signing of the agreement) the Parties shall agree and finalize
the 086M testing protocol, which shall be set out as an Annexure to the
Employer's Requirements.
6. STAFF AND LABOUR
4.1 Engagement of Staff and Labor.
Balochistan Police Command, Control, Communication & Data Center 100
4.1.1 Except as otherwise stated in the Employer's Requirements, the Contractor shall
make arrangements for the engagement of all staff and labor, local or otherwise,
and for their payment, housing, feeding and transport.
4.2 Rates of Wages and Conditions of Labor
4.2.1 The Contractor shall pay rates of wages, and observe conditions of labor, which
are not lower than those established for the trade or industry where the work is
carried out or as prescribed under the Laws of the Country. If no established
rates or conditions are applicable, the Contractor shall pay the rates of wages
and observe conditions which are not lower than the general level of wages and
conditions observed locally by employers whose trade or industry is similar to
that of the Contractor.
4.3 6.3 Persons in the Service of Others
4.3.1 The Contractor shall not recruit, or attempt to recruit, staff and labor from
amongst the Employer's Personnel.
4.4 Labor Laws
4.4.1 The Contractor shall comply, and shall cause its Subcontractors to comply, with
all the relevant labor Laws applicable to the Contractor's Personnel, including
Laws relating to their employment, health, safety, welfare, immigration and
emigration, and shall allow them all their legal rights.
4.4.2 The Contractor shall require its employees to obey all applicable Laws,
including those concerning safety at work.
4.5 Health and Safety
4.5.1 The Contractor shall at all times take all reasonable precautions to maintain the
health and safety of the Contractor's Personnel. In collaboration with local
health authorities, the Contractor shall ensure that medical staff, first aid
facilities, sick bay and ambulance service are available at all times at the Site
and at any accommodation for Contractor's and Employer's Personnel, and that
suitable arrangements are made for all necessary welfare and hygiene
requirements and for the prevention of epidemics.
4.5.2 The Contractor shall send, to the Employer, details of any accident as soon as
practicable after its occurrence. The Contractor shall maintain records and make
reports concerning health, safety and welfare of persons, and damage to
property, as the Employer may reasonably require.
7. PLANT, MATERIALS AND WORKMANSHIP
Balochistan Police Command, Control, Communication & Data Center 101
4.1 Samples
The Contractor shall submit samples to the Employer, for review and/or
approval (as applicable) in accordance with the procedures for Contractor's
Documents described in GCC as specified in the agreement and at the
Contractors cost. Each sample shall be label as to origin and intended use in the
Works.
4.2 Inspection
4.2.1 The Employer's Personnel shall at all reasonable times with or without notice:
(a) have full access to all parts of the Site and to all places from which natural
Materials are being obtained; and
(b) During production, manufacture and construction (at the Site and, to the
extent specified in the GCC or agreement elsewhere, be entitled to examine, inspect,
measure and test the materials and workmanship and to check the progress of
manufacture of Plant and production and manufacture of Materials.
4.2.2 The Contractor shall give the Employer's Personnel full opportunity to carry out
these activities, including providing access, facilities, permissions and safety
equipment. No such activity shall relieve the Contractor from any obligation or
responsibility.
4.3 Testing
4.3.1 This Sub-Clause in addition to GCC shall apply to all tests in the agreement.
4.3.2 The Contractor shall provide all apparatus, assistance, documents and other
information, electricity, equipment, instruments, materials, and suitably
qualified and experienced staff, as are necessary to carry out all of the tests
efficiently. The Contractor shall agree, with the Employer, the time and place
for the testing of any Plant, Materials and other parts of the Works.
4.3.3 The Employer may, under Clause Variations and Adjustments, vary the location
or details of specified tests, or instruct the Contractor to carry out additional
tests. If these varied or additional tests show that the tested Plant, Materials or
workmanship is not in accordance with the agreement, the cost of carrying out
this Variation shall be borne by the Contractor, notwithstanding any other
provision of the agreement,
4.3.4 The Employer shall give the Contractor not less than twenty-four (24) hours'
notice of the Employer's intention to attend the tests. If the Employer does not
attend at the time and place agreed, the Contractor may proceed with the tests
(unless otherwise instructed by the Employer), which shall then be deemed to
have been conducted in the Employer's presence.
4.3.5 If the Contractor suffers delay and/or incurs Cost from complying these
instructions, or as a result of a delay for which the Employer is responsible, the
Contractor shall give notice to the Employer and shall be entitled, subject to
Clause Contractor's Claims, to:
Balochistan Police Command, Control, Communication & Data Center 102
(a) An extension of time for any such delay, if completion is or will be delayed,
under Clause Extension of time for Completion, and
(b) Payment of any such Cost, which shall be added to the Agreement Price.
4.3.6 After receiving this notice, the Employer shall proceed in accordance GCC &
agreement to agree or determine these matters.
4.3.7 The Contractor shall promptly forward to the Employer duly certified reports of
the tests. When the specified tests have been passed, the Employer shall endorse
the Contractors test certificate, or issue a certificate to it, to that effect. If the
Employer has not attended the tests, he shall be deemed to have accepted the
readings as accurate.
4.4 Rejection
4.4.1 If, as a result of an examination, inspection, measurement or testing
(including for Tests on Completion), any Plant, Materials, design or
workmanship is found to be defective or otherwise not in accordance with the
agreement, then the Employer may, without prejudice to any other rights or
remedies under the agreement, reject the Plant, Materials, design or
workmanship by giving notice to the Contractor, with reasons. The Contractor
shall then promptly make good the defect and ensure that the rejected item
complies with the agreement any such defect shall be remedied by the
Contractor, at its sole cost and risk, without any delay in achieving the taking
over in accordance with Clause Taking over the Works.
4.4.2 If the Employer requires this Plant, Materials, design or workmanship
to be re-tested, the tests shall be repeated under the same terms and conditions.
If the rejection and re-testing cause the Employer to Incur additional costs, the
Contractor shall subject to Clause Employer's Claims pay these costs to the
Employer.
4.4.3 If the Contractor fails to remedy any defect or the retesting is
unsuccessful then the Employer shall be entitled to reject the Works in terms of
Clause Failure to Remedy Defects).
4.5 Remedial Work
4.5.1 notwithstanding any previous test or certification, the Employer may
instruct the Contractor to:
(a) remove from the Site any BPC3 project’s works which are not in accordance
with the agreement;
(b) remove and re-execute any other work which is not in accordance with the
agreement; and
Balochistan Police Command, Control, Communication & Data Center 103
(c) Execute any work which is urgently required for the safety of the Works,
whether because of an accident, unforeseeable event or otherwise.
4.5.2 The Contractor shall comply with instruction within a reasonable time, which
shall be the time (if any) specified in the instruction(s), or immediately if
urgency is specified under sub-paragraph.
4.5.3 If the Contractor fails to comply with any such instruction, which complies with
Instructions clause, the Employer shall be entitled to employ and pay other
persons to carry out the work. Except to the extent that the Contractor would
have been entitled to payment for the Contractor shall subject to Sub-Clause
Employers Claims pay to the Employer all costs arising from this failure.
4.6 Ownership of BPC3 Project (works & services)
4.6.1 Each item of the Project Works shall, to the extent consistent with Laws of the
Country, become the property of the Employer free from liens and other
encumbrances, at whichever is the earlier of the following times:
7.6.1.1 when the Contractor is entitled to payment of the value of the project works
under Clause Timing and Mode of Payments;
4.6.2 Any purchase order issued in respect of the Plant and Materials or other BPC3
Project Works/Services shall be in the name of the Employer and shall
specifically state that the Plant and Materials or other project Works to be
manufactured, procured etc, shall be in the name of and for the benefit of the
Employer.
8. Support Services
4.1.1 During the Support Services Period, the Contractor shall without limiting its
obligations -in respect of other provisions of the agreement:
a. be responsible for the performance of the Support Services in accordance with
the Applicable Standards;
b. Ensure that the Support Services, at all times remain fit for the Intended Purpose.
c. perform the Support Service in a manner so that it does not result in a breach of
any manufacturer's warranties on any machinery, equipment and other items
comprising the Facility and is consistent with all Support Services manuals',
d. ensure that the Support Services are executed with due skill and care, in a proper,
workmanlike manner with properly equipped facilities in accordance with
internationally recognized good practice and Applicable Standards; and
Balochistan Police Command, Control, Communication & Data Center 104
e. Be responsible for repairing and making good any damage or defect occurring
during such period, whether such defect or damage is notified by the Employer,
or observed by the Contractor himself.
f. The Agreement Completion Certificate issued under Sub-Clause Agreement
Completion Certificate will not be issued until all defects and damage and all
outstanding work, including all such items identified during the joint inspection
made in accordance with Joint Inspection Prior to Agreement Completion, have
been completed.
4.2 Cost of Remedying Defects
4.2.1 All Works required to repair defects or damage shall be executed at the risk and
cost of the Contractor, except where it is attributable to any act by the Employer
or the Employer's Personnel or agents.
4.2.2 Where the Contractor is required to remedy a defect or damage to the Works
due to a reason attributable to the Employer or the Employer's Personnel, the
Contractor shall notify the Employer's Representative and shall be entitled to a
Variation under Variations and Adjustments.
4.3 Failure to Remedy Defects
4.3.1 If the Contractor fails to remedy any defect or damage following the
Commencement Date until the expiry of the Support Services Period within the
time, specified by the Employer's Representative, the Employer may:
(a) Require the Employer's Representative to determine and certify a reasonable
reduction in the Agreement Price or the rates and prices submitted for the
Support ServicesPeriod; or
(b) If the defect or damage is such (i) that the Contractor has been unable to pass
the Tests on Completion, and/or- (ii) that it deprives the Employer of
substantially the whole benefit of the Projects Works and / or Support Services
or parts of the Works, terminate the agreement as a whole, or in respect of any
parts of the Works which cannot be put to the intended use. Without prejudice
to any other rights, under the agreement or otherwise, the Employer shall then
be entitled to recover all sums paid for the whole or these parts of the project
Works and / or Support Services(as the case may be), plus financing costs (if
any) and the cost of dismantling the same, clearing the Site and returning Plant
and Materials to the Co tractor; or
(c) If the Employer chooses to complete the project’s works or carry out the
Support services by itself or by engaging others, the Employer shall be entitled
Balochistan Police Command, Control, Communication & Data Center 105
to recover the extra costs, if any, of completing the BPC3 project or carry out
the Support Services/Works after allowing for any sum due to the Contractor.
Removal of Defective Work
4.3.2 If the defect or damage cannot be remedied expeditiously on the Site and the
Employer gives consent to the Contractor may remove from the Site for the
purposes of repair such items of Plant as are defective or damaged. This consent
may require the Contractor to increase the amount of the Performance Security
by the full replacement cost of these items, or to provide other appropriate
security acceptable to the Employer.
4.4 Further Tests
4.4.1 If the work of remedying of any defect or damage may affect the performance
of the Works, the Employer's Representative may require the repetition of any
of the tests described in the agreement, The requirement shall be made by notice
within twenty-eight (28) days after the defect or damage is remedied.
4.4.2 These tests shall be carried out in accordance with the terms applicable to the
previous tests, except that they shall be carried out at the risk and cost of the
Party liable, under Cost of Remedying Defects, for the cost of the remedial
work.
4.5 Right of Access
4.5.1 Until the BPC3 Project Completion Certificate has been issued, the Contractor
shall have the right of access to all parts of the Works and to records of the
operation and performance of the Works, except as may be inconsistent with the
Employer's reasonable security restrictions.
4.6 BPC3 Project Completion Certificate
4.6.1 Performance of the Contractor's obligations in respect of the Project works
shall not be considered to have been completed until the Agreement
Completion Certificate has been signed by the Employer's Representative and
issued to the Contractor (the "Agreement Completion Certificate"), stating the
date on which the Contractor completed his obligations in respect of the project
Works.
Balochistan Police Command, Control, Communication & Data Center 106
4.6.2 (Contractor's Operations on Site), issue the ‘BPC3 Project Completion
Certificate' to the Contractor within twenty-one (21) days after the last day of
the Support Services Period. No extension of the Support Services Period shall
be allowed except by written agreement between the Parties.
4.6.3 Only the Project Completion Certificate shall be deemed to constitute the
Employer's acceptance of the Contractor's completion of his obligations under
the agreement. Following the issue of the Agreement Completion Certificate
the Employer shall be fully responsible for the care, safety, operation, servicing
and maintenance of the Works except support services which shall be with the
Contractor for 24 months thereon.
4.7 Unfulfilled Obligations
4.7.1 After the BPC3 Project Completion Certificate has been issued, each Party shall
remain liable for the fulfillment of any obligation which remains unperformed at
that time. For the purposes of determining the nature and extent of unperformed
obligations, the agreement shall be deemed to remain in force.
4.8 Clearance of Site
4.8.1 Upon receiving the Agreement Completion Certificate, the Contractor shall
remove any remaining Contractor's Equipment, surplus material wreckage,
rubbish and Temporary Works from the Site. If all these items have not been
removed within twenty eight (28) days. after the Employer issues the Project’s
Completion Certificate, the Employer may sell or otherwise dispose of and
remaining items. The Employer shall be entitled to be paid the costs incurred in
connection with, or attributable to, such sale or disposal and restoring the Site.
4.8.2 Any balance of the moneys from the sale shall be paid to the Contractor. If these
moneys are less than the Employer's costs, the Contractor shall pay the
outstanding balance to the Employer.
9. Variation Procedure
4.1 If the Employer requests a proposal, prior to instructing a Variation, the
Contractor shall respond in writing as soon as practicable, either by giving reasons
why he cannot comply (if this is the case) or by submitting:
a. description of the proposed design and/or work to be performed and a programme for
its execution;
b. the Contractors proposal for any necessary modifications to the programme and to the
Time for Completion and/or Time for Completion for the Facility; and
c. the Contractor's proposal for adjustment to the Agreement Price.
4.1.1 The Employer shall, as soon as practicable after receiving such proposal Value
Engineering or otherwise, respond with approval, disapproval or comments. The
Contractor shall not delay any work when the proposal is approved.
Balochistan Police Command, Control, Communication & Data Center 107
4.1.2 Each instruction to execute a Variation, with any requirement for the recording
of Costs, shall be issued by the Employer to the Contractor, who shall
acknowledge receipt,
4.1.3 Payment in Applicable Currencies shall be made as per variations milestones to
be agreed between the parties at the time of approval of the variations.
4.2 Indemnities
4.2.1 The Contractor shall indemnify and hold harmless the Employer, the
Employer's Personnel, and their respective agents, against and from all claims,
damages, losses and expenses (including legal fees and expenses).
4.3 Contractor's Care of the Works
4.3.1 The Contractor shall take full responsibility for the care of the Works and
Goods from the Commencement Date until end of project period.
4.3.2 If any loss or damage happens to the Works, Goods or Contractor's Documents
during the period when the Contractor is responsible for their care, the
Contractor shall rectify the loss or damage at the Contractor's risk and cost, so
that the Works, Goods and Contractor's Documents conform with the
agreement.
10. General Requirements
4.1.1 The Contractor shall comply with the Support Services requirements provided
for in the Employer's Requirements and any revisions thereof, which are agreed
during the Support Services Period.
4.1.2 The Contractor shall follow the requirements of the Support Services plan
submitted by the Contractor and approved by the Employer. No alteration to
such arrangements and methods shall be made without the prior approval of the
Employer's Representative.
4.1.3 During the Support Services Period, the Contractor shall be responsible for
ensuring that the Works remain fit for the Intended Purpose.
4.1.4 The Support Services personnel carrying out the Support Services/Works,
including the plant operators, shall have the appropriate experience and
qualifications to perform the Support Services/Works. The names, with details
of qualifications and experience, of all such personnel shall be submitted to the
Employer for approval, and no such personnel shall engaged prior to receiving
such written approval.
4.1.5 In carrying out the Support Services, the Contractor shall comply with the
agreement.
4.1.6 If the Contractor wishes to modify a document which has previously been
submitted and approved, the Contractor shall immediately notify the Employer's
Representative, and shall subsequently submit revised document(s) to the
Employer(s Representative for review accompanied by a written explanation of
the need for such modification.
4.1.7 The Contractor shall not implement any proposed modification in accordance
with subparagraph(c) of Contractor's Documents until such modification has
been reviewed by the Employer's Representative, and consent to proceed has
been given in writing. However, any such approval or consent, or any review
Balochistan Police Command, Control, Communication & Data Center 108
(under this Sub-Clause or otherwise), shall not relieve the Contractor from any
obligation or responsibility.
11. Delivery of Materials
4.1.1 The Contractor shall be responsible for the supply and delivery to the Site (or
other designated place) of the materials, spare parts and other such items
required for the Support Services/Works. The Contractor shall be responsible
that all such items are fit for purpose and comply with the requirements of the
agreement in respect of quality, purpose and function.
4.1.2 Delays and Interruptions during the Support Services Period.
4.1.3 Delays and interruptions during the Project or Support Services shall be agreed
and determined as follows:
a. Delays or Interruptions caused by the Contractor
i. If there are any delays or interruptions during the Support Services which are
caused by the Contractor or by a cause for which the Contractor is responsible,
the Contractor shall be liable to pay liquidated damages calculated in the manner
set out in Liquidated Damages, and the Employer shall be entitled to recover the
amount due by making a corresponding deduction from the next payment due to
the Contractor. There will be no extension of the period of the Support Services
Period as a result of any such delay or interruption.
ii. ln case the amount to be recovered exceeds the payment due to the Contractor,
then the Employer will be entitled to deduct the balance amount by en-cashing
the Performance Security. In such case the Contractor shall immediately recoup
the amount of the Performance Security to the specified value.
b. Suspension by the Employer
i. The Employer's Representative may at any time during the Support Services
Period instruct the Contractor to suspend progress of the Support. During such
suspension, the Contractor shall protect, store, secure and maintain the Facility
against any deterioration, loss or damage as far as possible from technical and
cost perspective.
ii. If the need to suspend the Support Services by the Employer is due to any
failure of the Contractor or circumstances for which the Contractor is
responsible under the agreement, the provisions of paragraph (a) of this Sub-
Clause shall apply.
iii. Where suspension by the Employer is not attributable to the failure of the
Contractor, the Contractor may raise the claim for additional cost subject to
Contractor's Claim.
Balochistan Police Command, Control, Communication & Data Center 109
12. Reporting
4.1.1 During the Support Services Period, the Contractor shall furnish to the
Employer periodic reports as required to be submitted in accordance with the
Employer's Requirements.
13. Completion of Support Services
4.1.1 Unless the Parties have mutually agreed to extend the Support Services Period,
the obligation of the Contractor to operate the Facility in accordance with the
Applicable Standards, and fit for the Intended Purpose, shall terminate on the
issuance of the Agreement Collation Certificate but not later than 2 years from
start of Support Services.
4.1.2 The Contractor shall not be entitled to issuance of the Agreement Completion
Certificate in accordance with Agreement Completion Certificate, unless the
following, inter aha, have been complete.
14. Warranty
4.1.1 In accordance with the provisions and GCC, the overall warranty period shall be
24 months from date of Handing Over of the Goods and incase of works as per
the agreement. The Contractor shall, in addition, comply with the performance
and/or consumption guarantees specified under the Contract.
4.1.2 In case of any default or failure to perform obligation as per the obligation as
per contract or late delivery, the Contractor shall pay liquidated damages to the
CPO as provided.
15. Payment
The method and conditions of payment to be made to the Contractor under this Contract
shall be as follows in addition to GCC:
a. Payment for BPC3 project’s works supplied / Support Services rendered:
b. Payment shall be made in Pak. Rupees in the following manner:
c. Billing Cycle: The payment shall be done after completion of milestones given in the
contract and issuing certificate by CPO / client or as per contract (addendums etc.).
(i) Payment against completion works: Upon submission of claim and satisfaction
of CPO the Contractor shall be paid within thirty (10) days of receipt of the
Goods at site after performing the requisite inspection and tests as mentioned
above or on satisfaction of CPO.
16. Prices:
Balochistan Police Command, Control, Communication & Data Center 110
In addition to GCC; Prices shall be: Fixed.
Liquidated Damages / Late Delivery:
a. The maximum amount of liquidated damages for the whole of the Works may subject
to satisfaction of CPO be 5% of the contract price.
b. Applicable rate: 0.1 % of contract price per day.
17. Payment Milestone:
Payment milestone will be finalized at the time of contract.
12 INTEGRITY PACT General
Whereas, ___________ (Name of Procuring Agency), representing the ______ (Name of
Administrative Department) Government of Balochistan of The Islamic Republic of Pakistan,
hereinafter referred to as the Procuring Agency on one part, and __________________
(Name of person) representing the ________________ (Name of Firm) as the other part
hereby execute the agreement as follows:
The agreement is a part of the tender document, which shall be signed and submitted along
with the tender document. The head of the Procuring Agency/or his authorized representative
should be the signing authority. For the bidders, the bidder himself or his authorized
representative must sign the Integrity Pact (IP). If the winning bidder had not signed during
the submission of the bid, the tender shall stand cancelled.
Objectives
Now, therefore, the Procuring Agency and the Bidder agree to enter into this pre-contract
agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by
following a system that is fair, transparent and free from any influence/unprejudiced dealings
prior to, during and subsequent to the currency of the contract to be entered into, with a view
to:-
Enabling the Procuring Agency to obtain the desired contract at a reasonable and competitive
price in conformity to the defined specifications of the Goods; and
Enabling bidders to abstain from bribing or any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also refrain from bribing
Balochistan Police Command, Control, Communication & Data Center 111
and other corrupt practices and the Procuring Agency will commit to prevent corruption, in
any form by their officials by following transparent procedures.
Commitments of the Procuring Agency
The Procuring Agency Commits itself to the following:-
The Procuring Agency hereby undertakes that no official of the Procuring Agency, connected
directly or indirectly with the contract, will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favor or any material or
immaterial benefit or any other advantage from the Bidder, either for themselves or for any
person, organization or third party related to the contract in exchange for an advantage in the
bidding process, bid evaluation, contracting or implementation process related to the
Contract.
The Procuring Agency further confirms that its officials have not favored any prospective
bidder in any form that could afford an undue advantage to that particular bidder during the
tendering stage, and will further treat all Bidders alike.
All the officials of the Procuring Agency shall report to the head of the Procuring Agency or
an appropriate Government office any attempted or completed violation.
Following report on violation of clauses 3.1 and 3.2 by official (s), through any source,
necessary disciplinary proceedings, or any other action as deemed fit, including criminal
proceedings may be initiated by the Procuring Agency and such a person shall be debarred
from further dealings related to the contract process. In such a case while an enquiry is being
conducted by the Procuring Agency the proceedings under the contract would not be stalled.
Commitments of Bidders
The Bidder commits himself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of his bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commits himself to the following :-
The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favor, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the Procuring Agency, connected directly or
indirectly with the bidding process, or to any person, organization or third party related to the
contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the Contract.
The Bidder further undertakes that he has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favor, any material or immaterial benefit or
other advantage, commission, fees, brokerage or inducement to any official of the Procuring
Agency or otherwise in procuring the Contract or forbearing to do or having done any act in
relation to the obtaining or execution of the Contract or any other contract with the
Government for showing or forbearing to show favor or disfavor to any person in relation to
the Contract or any other contract with the Government.
Balochistan Police Command, Control, Communication & Data Center 112
The Bidder will not collude with other parties interested in the contract to preclude the
competitive bid price, impair the transparency, fairness and progress of the bidding process,
bid evaluation, contracting and implementation of the contract.
The Bidder, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to
make to officials of the Procuring Agency of their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of services agreed upon
for such payments.
Sanctions for Violation
The breach of any aforesaid provisions or providing false information by Procuring
Agency, including manipulation of information by evaluators, shall face
administrative charges and penal actions as per the existing relevant rules and laws.
The breach of the Pact or providing false information by the Bidder, or any one
employed by him, or acting on his behalf (whether with or without the knowledge of
the Bidder), or the commission of any offence by the Bidder, or any one, employed by
him, or acting on his behalf, shall be dealt with as per the provisions of the Pakistan
Penal Code, Prevention of Corruption Act of Pakistan and the National Accountability
Ordinance of Pakistan.
The Procuring Agency shall also take all or any one of the following actions,
wherever required:-
To immediately call off the pre-contract negotiations without giving any
compensation to the Bidder. However, the proceedings with the other Bidder(s) would
continue.
To immediately cancel the contract, if already awarded/signed, without giving any
compensation to the Bidder.
The Earnest Money / Security Deposit shall stand forfeited.
To recover all sums already paid by the Procuring Agency.
To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the Bidder, in order to recover the payments, already made by the
Procuring Agency, along with interest.
To cancel all or any other Contracts with the Bidder.
To debar the Bidder from entering into any bid from the government of Bhutan as per
the Debarment Rule.
Conflict of Interest
A conflict of interest involves a conflict between the public duty and private interests (for
favor or vengeance) of a public official, in which the public official has private interest which
could improperly influence the performance of their official duties and responsibilities.
Balochistan Police Command, Control, Communication & Data Center 113
Conflict of Interest would arise in a situation when any concerned members of both the
parties are related either directly or indirectly, or has any association or had any
confrontation. Thus, conflict of interest of any tender committee member must be declared in
a prescribed form (sample form attached).
The Bidder shall not lend to or borrow any money from or enter into any monetary dealings
or transactions, directly or indirectly, with any committee member, and if he does so, the
Procuring Agency shall be entitled forthwith to rescind the Contract and all other contracts
with the Bidder.
Examination of Books of Accounts
In case of any allegation of violation of any provisions of this Integrity Pactor payment of
commission, the Procuring Agency/authorized persons or relevant agencies shall be entitled
to examine the Books of Accounts of the Bidder and the Bidder shall provide necessary
information of the relevant financial documents and shall extend all possible help for the
purpose of such examination.
Monitoring and Arbitration
The respective procuring agency shall be responsible for monitoring and arbitration of the
Integrity Pact as per the Procurement Rules.
Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extant law in force relating to any civil
or criminal proceedings.
Validity
The validity of this Integrity Pact shall cover the tender process and extend until the
completion of the contract to the satisfaction of both the Procuring Agency and the Bidder.
Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
We, hereby declare that we have read and understood the clauses of the agreement and shall
abide by it. Further, the information provided in the agreement are true and correct to the best
of our knowledge and belief.
The Parties hereby sign this Integrity Pact at _________________ on _____________
Procuring Agency Bidder
(Signatures & Stamp) (Signatures & Stamp)
Witness 1: Witness 1:
SIGNATURE: ______________________ SIGNATURE:
______________________
Balochistan Police Command, Control, Communication & Data Center 114
NAME: __________________________ NAME: __________________________
DESIGNATION: ___________________ DESIGNATION:
___________________
Witness 2: Witness 2:
SIGNATURE: ______________________ SIGNATURE:
______________________
NAME: __________________________ NAME: __________________________
DESIGNATION: ___________________ DESIGNATION:
___________________