GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
STANDARD BIDDING DOCUMENT
PROCUREMENT OF IT EQUIPMENT, OFFICE EQUIPMENT &
APPLIANCES, FOOD TESTING & SAMPLING EQUIPMENT,
GENERATORS, ARMS & AMMUNITION, OFFICE FURNITURE,
OFFICE STATIONERY, RENTAL OFFICE BUILDINGS, VEHICLE
TYRES AND PRINTING
May 2020
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-I INSTRUCTIONS TO BIDDERS
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SUMMARY
PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)
Section I. Instructions to Bidders (ITB)
This Section provides information to help Bidders prepare their bids. Information is also
provided on the submission, opening, and evaluation of bids and on the award of Contracts
Section II. Bid Data Sheet
This Section includes provisions that are specific to this procurement and that supplement
Section I, Instructions to Bidders.
Section III. Evaluation and Qualification Criteria
This Section specifies the criteria used to determine the lowest evaluated bid, and the Bidder’s
qualification requirements to perform the contract.
Section IV. General Conditions of Contract (GCC)
This Section includes the general clauses to be applied in all contracts.
PART 2 – PROCUREMENT SPECIFIC CONDITIONS (SCC)
Section V. Schedule of Requirements
This Section includes the List of Goods and Related Services, the Delivery and Completion
Schedules, the Technical Specifications and the Drawings that describe the Goods and Related
Services to be procured.
PART 3 – CONTRACT
Section VI. Special Conditions of Contract (SCC)
This Section includes clauses specific to each contract that modify or supplement Section VII,
General Conditions of Contract.
Section VII: Contract Forms
This Section includes the form for the Agreement, which, once completed, incorporates
corrections or modifications to the accepted bid that are permitted under the Instructions to
Bidders, the General Conditions of Contract, and the Special Conditions of Contract.
This section Lists all additional templates, forms and any additional links that bidder may wish
to use and to submit the requirements.
The forms for Price Declaration Performance Security and Advance Payment Security, when
required, will only be completed by the successful Bidder after contract award.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Date 14th May 2020
No. KPFS&HFA/AD(Pro)APP-02
RE-TENDER/BID NOTICE
Ref: Advertisement in various newspapers vide INF(P)982/20, dated 4th March, 2020
and subsequent Corrigendum No. 01, Published vide INF(P)982/20, dated 17th March,
2020 and Corrigendum No. 2, published vide INF(P)982/20, dated 8th April, 2020.
Sealed bids are invited under Single Stage-Two Envelope procedure from eligible
bidders/firms/ companies for the Supply of following Goods, the complete details are
provided in Bid Solicitation Documents.
Sr# Description of Items
Bid
Security
@2% in
Shape of
CDR
Date &
Time of
Closing of
Bids
Date &
Time of
Opening of
Bids
1 IT Equipment
02.06.2020
11:00 AM
02.06.2020
12:00 PM
2 Office Equipment &
Appliances (Refrigerator,
Split AC, Water Geyser etc.)
3 Food Testing & Sampling
Equipment
4 Generators
5 Vehicle Tyres
6 Office Stationery
(Framework Contract)
7 CCTV Cameras & DVR
8 Office Furniture
9 Printing Official documents
Complete set of Bidding/Tender Documents can be obtained by submitting written request
to [email protected] via email and can also be downloaded from the Procuring Agency’s
website www.kpfsa.gov.pk and KPPRA website www.kppra.gov.pk from the date of publishing
in the newspaper till closing date.
Samples for all the Goods/Items requested under all the Lots will be submitted by the bidders
along with the Technical Bids on 02.06.2020. Samples submitted late will not be
accepted/entertained. Bids complete in all respects must reach to the Office of undersigned
on or before the closing date and time.
Assistant Director (Procurement)
Khyber Pakhtunkhwa Food Safety & Halal Food
Authority
Tel#: 091-9212959, Email: krahim@[email protected]
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
DEFINITIONS THROUGHOUT THIS BIDDING DOCUMENT
a) "in writing” means communicated in written form (e.g. by mail, e-mail, fax, including if
specified in the BDS, distributed or received through the electronic-procurement
system used by the Procuring Agency) with proof of receipt.
b) if the context so requires, “singular” means “plural” and vice versa.
c) “Day” means calendar day, unless otherwise specified as “Business Day”. A Business
Day is any day that is an official working day of the Borrower. It excludes the Procuring
Agency's official public holidays.
d) “Framework Agreement”: A Framework Agreement is where no new firm(s) may
conclude Framework Agreement(s) during the Term of the Framework Agreement.
e) “Country” means the Procuring Agency’s/Procuring Agency’s country.
f) “Delivery Period” is the specified period from the date of formation of a Call-off
contract for delivery of the Goods, as per the applicable Incoterms.
g) “Framework Agreement (FA)” means the agreement between the Procuring Agency
and Supplier (s) (the successful Bidder(s)) to establish the terms and procedures
governing the award of Call-off contracts under the agreement.
h) “FA Supplier” means a Supplier under a Framework contract for LOT-1 Office
Stationery & Items.
i) “Goods” means all goods, materials or items that the Supplier is required to supply to
a Procuring Agency under a Framework Agreement or supplied for other LOTs (2, 3,
4 & 5) for which contracts will not be framework contracts. Details of such Goods are
set out in Supply Requirements, and the Framework Agreement. Where appropriate, for
interpretation, the definition for Goods includes Related Services.
j) “Multi-Supplier Framework Agreement” means where more than one Bidder
(Supplier) concludes a Framework Agreement for the supply of each item/Lot;
k) "One-Off Costs" are costs that are paid only once, such as acquisition price, offered
by the tenderers, which usually includes, if appropriate, delivery and installation and/or
initial training costs; end-of-life costs.
l) “Procuring Agency”, as specified in the BDS, means the agency(ies) that is/are
permitted to purchase Goods from a Supplier under any contract awarded through a
open bidding process in this case Khyber Pakhtunkhwa Food Safety & Halaal Food
Authority.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
m) "Recurrent Costs" are costs that are paid throughout the life cycle of the product,
such as "energy consumption, consumables, maintenance and repairs, spare parts, other
necessary services.
n) “Related Services” if applicable, means the services incidental to the supply of the
Goods, such as Printing, installation, training, initial maintenance and other such
obligations of the Supplier, as specified in BDS or proposed bid, specifically described in
Schedule of Requirements.
o) “Single-User Framework Agreement” means a Framework Agreement where
there is only one Procuring Agency.
p) “Single-Supplier Framework Agreement” means a Framework Agreement where
only one Bidder (Supplier) concludes a Framework Agreement for the supply of an item
or a Lot.
q) “Supplier” means a Bidder that has been awarded agreement both through the
Procurement process and may be considered for the award of a Contract, to deliver the
Goods, and, if applicable, Related Services.
r) “Term” means the duration of a Framework Agreement starting on the
Commencement Date. Where applicable, it includes any extension(s) to the initial Term,
if permitted.
s) "Life Cycle Cost" an activity used as evaluation criteria for the procurement of an
asset once the best specifications to achieve value for money and fit for purpose have
been determined. It includes the cost of an asset throughout its useful life such as initial
purchase price, installation, operation and maintenance costs over the life of the asset,
and during useful life.
Please Note: Text formatted as Italic or and within the parenthesis is the required
information to be filled in by the bidder. Any bidder failing to provide such information will
not be allowed to update the information or claim any relaxation once the bids are opened
after bid closing date. All the bidders are required to provide Technical and Financial
information in the templates and forms provided here in these SBDs.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Note: All the interested bidders will be required to submit following checklist completed
in all respects. Any supplier not submitting signed checklist will be disqualified.
MANDATORY REQUIRED CHECKLIST
Required Documentation Bidder's initial Document Name
Checklist Provided
NTN Certificate
GST Certificate
On Active Taxpayers List of FBR
Registration/Incorporation/Business Certificate
Complete Company profile
Operational Offices in Khyber Pakhtunkhwa
Firm’s past performance certificates issued by the
"Government, Semi Government & Autonomous Body" on
successful completion of delivery.
An affidavit on stamp paper of Rs. 100/- submitting
following clauses: that
i Only genuine manufacturer’s warranty for replacement and not repair of equipment parts will be provided for (number) of years.
ii That the firm/bidder is never blacklisted on any
grounds whatsoever. iii That the country of origin of equipment is mentioned
clearly and correct along with Brand / Manufacturer’s Name.
iv Standard Accessories as a part and parcel of the
equipment are clearly mentioned and provided. v That the Bidder will provide after sales services
beyond the period of warranty.
vi That the bidder has not withheld any information whatso ever, in case any such information arises later on / found by Procuring Agency which may ultimately lead to disqualification, will be acceptable at any stage.
Letter of Original Manufacturer's authorization
Bid Validity period of 120 days
Compliance with schedule of requirements
Samples Available for evaluation
Facilities for on-site Full Load Testing for Generators
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Required Documentation Bidder's initial Document Name
Checklist Provided
Submission of required amount of bid security with Financial
Bid
Compliance with Technical Specifications & scope of work
Manufacturer’s warranty / International: Minimum One year
and onsite support
Technical brochures/data sheets
Original Bidding Documents duly signed / stamped
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
PART 1
SECTION 1. INSTRUCTIONS TO BIDDERS (ITB)
Bidders are advised to read the contents of the Instruction to Bidders (ITB) carefully for filling
up the Bidding Documents properly in order to become responsive. Bidders must ensure that
they submit all the required documents indicated in the Bidding Documents. Bids received
without, undertakings, valid documentary evidence, supporting documents and the manner
for the various requirements mentioned in the Bidding Documents or test certificates are
liable to be rejected at the initial stage itself. The data sheets, valid documentary evidences for
the critical components as detailed hereinafter should be submitted by the Bidder for scrutiny.
The Procuring Agency will not be responsible for any costs or expenses incurred
by bidders in connection with the preparation or delivery of bids. Failure to supply
required items/services within the specified time period will invoke penalty as
specified in this document.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders Tables of Clauses
ITB No Instructions to Bidders
1 Scope of Bids
2 Source of Funds
3 Applicability of rules and procedures
4 Bidding procedure / methodology
5 Clarification of bidding document
6 Fraud and Corruption
7 Eligible Bidders
8 Eligible Goods and Services
9 Documents Establishing Eligibility of Goods and Services and Conformity to Documents for setting up Agreement
10 Documents Establishing Qualifications of the Supplier / Bidder
11 Bid Prices and Discounts
12 Currencies of Bid and Payment
13 Bidding for Selective Items.
14 Cost of preparation and submission of Bids
15 Content of Document for setting up Agreement
16 Amendment of Document for setting up Agreement
17 Language of Bid
18 Documents Constituting the Bid
19 Bid Form
20 Period of Validity of Bids
21 Bid Security
22 Alternative Bids by Supplier / Bidders
23 Format and Signing of Bid
24 Sealing and Marking of Bids
25 Deadline for Submission of Bids
26 Late Bids
27 Modification and Withdrawal of Bids
28 Bid Opening
29 Clarification of Bids
30 Confidentiality
31 Examination of Bids and Determination of Responsiveness
32 Evaluation of Bids
33 Preliminary Examination
34 Evaluation & Comparison of Bids
35 Award Criteria
36 Procuring Agency’s Right to Accept Any Bid and to Reject Any or All Bids
37 Notification of Award
38 No Obligation to Purchase
39 Non-exclusivity
40 Signing of Agreements
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders Tables of Clauses
ITB No Instructions to Bidders
41 Award of Purchase Orders
42 Procuring Agency’s Right to Vary Quantities at Time of Award
43 Procuring Agency's Right to Accept or Reject any or all Bids
44 Presentation of Samples
45 Term (Framework Agreement only)
46 Term Extension (Framework Agreement only)
47 No Obligation to Purchase
48 Non-exclusivity
49 Procurement Related Complaint (Grievance Redressal)
50 Integrity Pact
51 Notice of Intention to Award
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
1. Scope of Bids 1.1 Khyber Pakhtunkhwa Food Safety & Halaal Food
Authority (hereinafter referred as "Procuring Agency")
invites Bids for setting up agreement for the supply of office
stationery & items, Furniture, IT Equipment, Split Air
Conditioner, Generators, Food Testing & Sampling
Equipment, Vehicle Tyres and Printing Supplies. The items are
divided into Lots along with Technical Specifications and
related services incidental there to meet the requirements as
mentioned in these bidding documents.
1.2 The number of the Invitation for Bids (IFB) is:
KPFS&HFA/AD(Pro)APP-02
1.3 Throughout these bidding documents, the terms ‘bid’ and
‘tender’ and their derivatives (bidder / tenderer, bid / tender,
bidding / tendering etc.) are synonymous. 1.4 Throughout these documents, the terms “writing” means
any handwritten, typewritten, or printed communication,
including telex, cable, and facsimile transmission, and “day”
means calendar day. Singular also means plural
2. Source of Funds 2.1 The KHYBER PAKHTUNKHWA FOOD SAFETY &
HALAAL FOOD AUTHORITY (KP-FS&HFA)
received grant/provincial Public Fund in Pak rupees towards
establishment of Food Safety & Halaal Food Authority and
Promulgation of Act throughout Khyber Pakhtunkhwa
Province.
2.2 Payment by the Fund will be made only at the request of the
Procuring Agency and upon approval by the Competent
Authority and in case of a project will be subject in all respect
to the terms and conditions of the agreement. The Project
Agreement prohibits a withdrawal from the allocated fund
account for the purpose of any payment to persons or
entities, or for any import of goods, if such payment or
import, to the knowledge of the Federal Government/ Khyber
Pakhtunkhwa Government, is prohibited by a decision of the
United Nations Security Council taken under Chapter VII of
the Charter of the United Nations. No party other than the
Procuring Agency will derive any rights from the Project
Agreement or have any claim to the allocated fund proceeds
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
and will be subject in all respects to the terms and conditions
of that Agreement.
3. Applicability of
Rules and
Procedures
3.1 The Bidding process will be governed by Khyber
Pakhtunkhwa Procurement Rules, 2014 Single Stage –
Two Envelope Bidding Procedure will be adopted. The
rules may be obtained from www.kppra.gov.pk.
3.2 Bidding will be conducted through “Open Competitive
Bidding” process, specified in Rules of the Khyber
Pakhtunkhwa Public Procurement Goods, Works and
Services Rules 2014. Bidding is open to all eligible bidders
as defined in the Khyber Pakhtunkhwa Public Procurement
Rules 2014 that meet the minimum qualification criteria and
required documents. These may be obtained from KPPRA’s
website www.kppra.gov.pk
4. Bidding
Procedure /
Methodology
4.1 Under KPPRA Rules, 2014, Single Stage – Two
Envelope Bidding Procedure / Methodology will be
followed.
4.2 All bids must be accompanied by Bid Security (Earnest
Money), as per provisions of this tender document clause
“Bid Security” in favor of “Khyber Pakhtunkhwa Food
Safety & Halal Food Authority” (hereinafter referred as
"Procuring Agency".
4.3 The complete bids as required under this tender document,
must be delivered to the following address by hand or by
registered courier:
Khyber Pakhtunkhwa Food Safety & Halal Food
Authority, Ground Floor, New C&W Building, Police
Lines, Khyber Road, Peshawar,
4.4 The Technical bids will be publicly Opened in the
Conference Room of Khyber Pakhtunkhwa Food
Safety & Halal Food Authority, at addressed mentioned
above, on the same day after 01 (One) hour. In case the last
date of bid submission falls in / within the official holidays of
the Procuring Agency or the Governments of Pakistan and
Khyber Pakhtunkhwa, the last date for submission of the bids
will be the next working day.
5. Clarification of
Bidding
Document
5.1 Queries of the Bidders (if any) for seeking clarifications
regarding the specifications, bidding procedure,
documentations, and any recommendations must be received
in writing to the Procuring Agency via Email or by post at
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
least 02 days before the deadline. Any query received
after said date will not be entertained. All queries will be
responded to within due time. Procuring Agency may host a
Q&A session, if required, in Conference Room at its
Directorate General. All Bidders will be informed of the date
and time in advance.
5.2 The attention of bidders is drawn to the provisions of this
tender document Clause regarding “Determination of
Responsiveness of Bid” and “Rejection / Acceptance of the
Tender” for making their bids substantially responsive to the
requirements of the Bidding Document.
5.3 It will be the responsibility of the Bidder that all factors have
been investigated and considered while submitting the Bid and
no claim whatsoever including those of financial adjustments
to the contract / Letter of Acceptance awarded under this
Bid Process will be entertained by the Procuring Agency.
Neither any time schedule, nor financial adjustments arising
thereof will be permitted on account of failure by the Bidder.
5.4 The Bidder will be deemed to have satisfied itself fully before
Bid as to the correctness and sufficiency of its Bids for the
contract and price/cost quoted in the Bid to cover all
obligations under this Bid Process.
6. Fraud and
Corruption
6.1 The Procuring Agency in pursuance to Public
Procurement Laws, Principles and other Laws of
Government of Pakistan and Khyber Pakhtunkhwa
requires that, Supplier / Bidder / contractors and their agents,
Service providers or Suppliers, and any personnel thereof,
observe the highest standard of ethics during the
procurement and execution of contracts financed through
Public Funds
(a) defines, for the purposes of this provision, the terms
set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice” is 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;
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(iii) “collusive practice” is an arrangement between two or
more parties designed to achieve an improper purpose,
including to influence improperly the actions of another
party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly
the actions of a party;
(v) “obstructive practice” is
deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation or making false statements
to investigators in order to materially impede an investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice;
and/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
(c) acts intended to materially impede the exercise of the
inspection and audit rights provided for here in these bidding
documents.
(d) will reject a Bid for award if it determines that the Supplier /
Bidder or bidder recommended for award, or any of its
personnel, or its agents, or its sub-consultants, sub-
contractors, service providers, suppliers and/or their
employees, has, directly or indirectly, engaged in corrupt,
fraudulent, collusive, coercive or obstructive practices in
competing for the contract in question;
(e) will declare mis procurement and cancel the portion of the
grant allocated to a contract if it determines at any time that
representatives of the Borrower or of a recipient of any
part of the proceeds of the grant engaged in corrupt,
fraudulent, collusive, coercive or obstructive practices
during the procurement or the implementation of the
contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the to address
such practices when they occur, including by failing to
inform the in a timely manner at the time they knew of the
practices;
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(f) will sanction a firm or individual, at any time, in accordance
with prevailing ’s sanctions procedures , including by
publicly declaring such firm or individual ineligible, either
indefinitely or for a stated period of time: (i) to be awarded
a -financed contract; and (ii) to be a nominated sub-
contractor, consultant, supplier or services provider of an
otherwise eligible firm being awarded a -financed contract;
6.2 Furthermore, Supplier / Bidders will be aware of the
provision stated in Clause 25(c) of the Agreement.
6.3 In pursuance of the policy defined in ITB Sub-Clause 3.1,
the will cancel the portion of the grant allocated to a
Contract for Goods or works if it at any time determines
that corrupt or fraudulent practices were engaged in by
the representatives of the Borrower or of a beneficiary
of the grant during the procurement or the execution of
that Contract, without the Borrower having taken timely
and appropriate action satisfactory to the to remedy the
situation
7. Eligible Bidders 7.1 Except as provided in ITB Sub-Clauses 4.2 and 4.3, this
Competition process is open to all Pakistan & Khyber
Pakhtunkhwa based firms from eligible source.
7.2 Firms of a member country may be excluded from bidding if:
(a) either:
i as a matter of law or official regulation, the Procuring
Agency's country prohibits commercial relations with that
country, provided that the is satisfied that such exclusion
does not preclude effective competition for the supply of
the Goods required; or
ii by an act of compliance with a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Procuring Agency's
country prohibits any import of Goods from that country
or any payments to persons or entities in that country.
(b) A firm (or any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that firm)
has been engaged by (i) the Borrower or (ii) the Procuring
Agency that has been duly authorized to act on behalf of
the Borrower or Procuring Agency to provide consulting
services for the preparation of the design, specifications,
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
and other documents to be used for the procurement of
the Goods described in these Bidding Documents.
(c) Government-owned enterprises in the Procuring Agency's
country may participate only if they can establish that they
(i) are legally and financially autonomous and
(ii) That no private firm / service provider will be a partner,
sub-contractor for any contract awarded under this
bidding.
(iii) operate under commercial law No dependent agency
of the Borrower or Sub-Borrower or Procuring Agency
under a -financed project will be permitted to bid or
submit a Bid for the procurement of Goods under the
project.
7.3 A firm declared ineligible by the Procuring Agency in
accordance with ITB Sub-Clause 3.1 (c) will be ineligible to bid
for a financed contract during the period determined by the
Procuring Agency.
7.4 Pursuant to ITB Sub-Clause 14.1, the Supplier / Bidder will
furnish, as part of its Supplier / Bidder, documents establishing,
to the Procuring Agency’s satisfaction, the Supplier / Bidder’s
eligibility to participate in procurement process.
(i) Supplier / Bidders will provide such evidence of their
continued eligibility satisfactory to the Procuring Agency as
the Procuring Agency will reasonably request.
7.5 Supplier / Bidders will provide evidence a written statement on
stamp paper that they are not currently under any litigation by
any department, in case of any litigation it is mandatory that
the supplier / bidder shall inform in writing along with bidding
documents otherwise the same will be disqualified.
7.6 A Bidder shall not have a conflict of interest. Any Bidder found
to have a conflict of interest shall be disqualified. A Bidder may
be considered to have a conflict of interest for the purpose of
this Bidding process, if the Bidder:
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(i) directly or indirectly controls, is controlled by or is
under common control with another Bidder; or
(ii) receives or has received any direct or indirect subsidy
from another Bidder; or
(iii) has the same legal representative as another Bidder; or
(iv) has a relationship with another Bidder, directly or
through common third parties, that puts it in a position
to influence the Bid of another Bidder, or influence the
decisions of the Purchaser regarding this Bidding
process; or
(v) or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of
the works that are the subject of the Bid; or
(vi) or any of its affiliates has been hired (or is proposed to
be hired) by the Purchaser or Borrower for the
Contract implementation; or
(vii) would be providing goods, works, or non-consulting
services resulting from or directly related to consulting
services for the preparation or implementation of the
project specified in the BDS reference ITB 2.1 (the
name of the project), that it provided or were provided
by any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that
firm; or
(viii) has a close business or family relationship with a
professional staff of the Borrower (or of the project
implementing agency, or of a recipient of a part of the
loan) who: (i) are directly or indirectly involved in the
preparation of the bidding document or specifications
of the Contract, and/or the Bid evaluation process of
such Contract; or (ii) would be involved in the
implementation or supervision of such Contract unless
the conflict stemming from such relationship has been
resolved in a manner acceptable to the Bank
throughout the Bidding process and execution of the
Contract
8. Eligible Goods
and Services
8.1 Funds from Procuring Agency's grant are disbursed only on
account of expenditures for the Goods and Services,
provided by nationals of, and produced in or supplied from,
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
eligible source countries as defined in the Procurement
Guidelines.
8.2 Goods are produced when they are mined, grown, or
manufactured in the territory of that country. Goods
produced, or Services supplied from a member country
may be excluded if that member country is subject to the
conditions specified in ITB Sub-Clause 7.5 & 7.6 (i, ii,
iii, iv…. viii).
8.3 For purposes of this clause, the nationality of the bidder or
Supplier / Bidder is distinct from the country from where the
Goods and Services are supplied.
8.4 For purposes of this clause, (a) the term “Goods”
includes any Goods that are the subject of this Invitation for
Bids and (b) the term “Services” includes related
services such as transportation, insurance, commissioning,
and training.
9. Documents
Establishing
Eligibility of
Goods and
Services and
Conformity to
Documents for
setting up
Agreement
9.1 Pursuant to ITB 8, the Supplier / Bidder will furnish, as part
of its Bid, documents establishing, to the Procuring Agency’s
satisfaction, the eligibility of the Goods and services to be
supplied under the Agreement.
9.2 The documentary evidence of the eligibility of the Goods
and Services will consist of a statement in the Bid of the
country of origin of the Goods and Services offered.
9.3 The documentary evidence of conformity of the goods and
services to the document for setting up agreement may be
in the form of literature, drawings, and data and will consist
of:
(a) A detailed description of the essential technical and
performance characteristics of the Goods;
(b) an item-by-item commentary on the Procuring Agency’s
Technical Specifications demonstrating substantial
responsiveness of the Goods and Services to those
specifications, or a statement of deviations and exceptions
to the provisions of the Technical Specifications;
9.4 that, in the case of a Bidder offering to supply goods under
the contract which the Bidder did not manufacture or
otherwise produce, the Bidder has been duly authorized
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
by the goods’ Manufacturer or producer to supply the in
Pakistan;
9.5 that the Bidder has the financial, technical, and production
capability necessary to perform the contract;
9.6 The Bidder shall also furnish a list giving full, including
available sources and current prices of spare parts, special
tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in
Financial Evaluation Life Cycle Costing following
commencement of the use of the goods by the Purchaser.
9.7 Standards for workmanship, process, material, and
equipment, as well as references to brand names or
catalogue numbers specified by the Purchaser in the
Schedule of Requirements, are intended to be descriptive
only and not restrictive. The Bidder may offer other
standards of quality, brand names, and/or catalogue
numbers, if it demonstrates, to the Procuring Agency's
satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the
Section V, Schedule of Requirements.
10. Documents
Establishing
Qualifications of
the Supplier /
Bidder
10.1 The Supplier / Bidder will provide documentary evidence
to establish to the Procuring Agency’s satisfaction that:
a. The Supplier / Bidder has the financial, technical, and
production capability necessary to perform the
Agreement, meets the qualification criteria specified in the
Section II, and has a successful performance history in
accordance with criteria specified in the Section III.
b. In the case of a Supplier / Bidder offering to supply Goods,
that the Supplier / Bidder did not manufacture or
otherwise produce, the Supplier / Bidder has been duly
authorized by the manufacturer or producer of such
Goods to supply the Goods in Pakistan (as per
Manufacturer’s Authorization Form).
c. In the case of a Supplier / Bidder who is not doing business
within Pakistan (or for other reasons will not itself carry
out service/maintenance obligations), the Supplier / Bidder
is or will be (if awarded the Contract) represented by a
local service/maintenance provider in Khyber
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
Pakhtunkhwa equipped and able to carry out the Supplier
/ Bidder’s warranty obligations prescribed in the
Conditions of Contract and/or Technical Specifications;
and
d. The Supplier / Bidder meets the qualification criteria listed
in these bidding documents.
e. Submission of Signed affidavit on minimum Rs. Fifty
(50) Stamp Paper stating all five (5) clauses provided
Mandatory Checklist.
10.2 It will be sole responsibility of the Bidder to provide all
required evidence / documents required under the bidding
documents. Bidder will also ensure to keep a copy for later
references if required. Procuring Agency may if deemed
appropriate will mark the documents for validation if
required during anytime during the evaluation process.
10.3 For clarification if any required as prescribed above shall be
in writing and send via post or email provided above and
in BDS.
11. Bid Prices and
Discounts
11.1 All lots (contracts) and items must be listed and priced
separately in the Price Schedules.
11.2 The price to be quoted in the Bid Submission Form shall
be the total price of the bid, excluding any discounts
offered.
11.3 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 BDS. A bid submitted with an adjustable price
quotation shall be treated as nonresponsive and shall be
rejected, pursuant to ITB 30. However, if in accordance
with the BDS, prices quoted by the Bidder shall be
subject to adjustment during the performance of the
Contract, a bid submitted with a fixed price quotation
shall not be rejected, but the price adjustment shall be
treated as zero.
11.4 If so, specified in ITB 1.1, bids are being invited for
individual items / lots (contracts) or for any combination
of lots (packages). Unless otherwise specified in the BDS,
prices quoted shall correspond to individual items.
However, 100% of the quantities specified for each item
of a lot.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(a) For Goods manufactured in the Procuring Agency's
Country:
(i) The price of the Goods quoted shall include Sales tax only
already paid or payable on the components and raw
material used in the manufacture or assembly of the Goods;
and transport cost to the destination.
(b) For Goods manufactured outside the Procuring
Agency's Country, to be imported:
(i) The price of the Goods quoted DDP named place of
destination, in the Procuring Agency's Country, as
specified in the BDS all custom duties; and
(ii) Any Procuring Agency's Country sales and other taxes
which will be payable on the Goods if the contract is
awarded to the Bidder.
(c) For Goods manufactured outside the Procuring
Agency's Country, already imported:
(i) The price of the Goods, quoted DDP named place of
destination, excluding the custom duties and other import
taxes already paid (need to be supported with documentary
evidence) or to be paid on the Goods already imported;
(ii) All custom duties and other import taxes already paid (need
to be supported with documentary evidence) or to be paid
on the Goods already imported in the Procuring Agency's
country, payable on the Goods, if the Contract is awarded
to the Bidder;
(iii) Any Procuring Agency's Country sales and other taxes
which will be payable on the Goods if the contract is
awarded to the Bidder; and
(d) For Related Services specified in Section
V - Schedule of Requirements:
(i) The price of each item comprising the Related Services
(exclusive of any applicable taxes);
(ii) All custom duties, sales and other taxes applicable in the
Procuring Agency's country, payable on the Related
Services, if the Contract is awarded to the Bidder.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
12. Currencies of
Bid and
Payment
12.1 The currency(ies) of the bid and the currency(ies) of payments
shall be as specified in the BDS. The Bidder shall quote in
the currency of the Procuring Agency's Country the
portion of the bid price that corresponds to expenditures
incurred in the currency of the Procuring Agency's country,
unless otherwise specified in the BDS.
13. Bidding for
Selective Items.
13.1 A Bidder, if he so chooses, can bid for selective Lots and
Items from the list of goods provided for in the Schedule
of Requirements. A Bidder is also at a liberty to bid for all
the goods mentioned in the Schedule of Requirements
provided he fulfills the requirements.
13.2 However, a Bidder cannot bid for partial quantities of an
item in the Schedule of requirement. The bid must be for
the whole quantity of an item required in the schedule of
requirement
13.3 A firm / Bidder if decides to bid for multiple lots will submit
separate Technical and Financial Bids / Bids for individual
Lots. Any Bidder / Supplier bidding for multiple Lots will
have to prove its ability in managing multiple contracts
simultaneously.
13.4 Bidder / Supplier will also be required to prove its technical
and financial capabilities for managing multiple contracts /
lots.
13.5 Such Bidder / Supplier will also be required to submit
separate Bid Security for each Lot in order to avoid any
issues related to disqualification of a bidder for any of the
Lots bids was submitted.
14. Cost of
preparation and
submission of
Bids
14.1 The Supplier / Bidder will bear all costs associated with the
preparation and submission of its Bid, and the Procuring
Agency will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the
competition process.
15. Content of
Document for
setting up
Agreements
15.1 The Documents for setting up Agreement are those stated
below and should be read in conjunction with any
addendum issued in accordance with ITB Clause 16.
15.2 The Bidding document consists of Parts 1, 2, 3, 4, 5, 6 & 7
which include all sections, schedules, annexes. and should
be read in conjunction with addenda if any issued in
accordance with ITB 16.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
PART 1 - Bidding Procedures
Section I - Instructions to Bidders (ITB)
Section II - Bidding Data Sheet (BDS)
Section III - Evaluation and Qualification Criteria
Section IV - General Conditions of Contract
PART 2 - Supply Requirements
Section V - Schedule of Requirements
PART 3 - Contract
Section VI: Special Conditions of Contract (SCC)
Section VII – Procurement Forms
15.3 Unless obtained directly from the Procuring Agency, the
Procuring Agency is not responsible for the completeness
of the document, responses to requests for clarification,
the Minutes of the pre-Bid meeting or addenda (if any), to
the bidding document in accordance with ITB 16. In case
of any contradiction, documents obtained directly from
the Purchaser shall prevail.
16. Amendment of
Document for
setting up
Agreement
16.1 At any time prior to the deadline for submission of Bids,
the Procuring Agency may amend the Document for
setting up Agreement by issuing Addenda.
16.2 Any addendum thus issued will be part of the Document
for setting up Agreement pursuant to ITB 15.3 and will be
communicated in writing to all who have obtained the
bidding document from the Procuring Agency in
accordance with ITB 15.3 of the Document for setting
up Agreement and will be binding on them. Supplier /
Bidders are required to immediately acknowledge receipt
of any such amendment, and it will be assumed that the
information contained in the amendment will have been
considered by the Supplier / Bidder in its Bid. The
addendum will be uploaded on the Procuring Agency’s
website www.kpfsa.gov.pk and KPPRA’s website
www.kppra.gov.pk. Supplier / Bidders would be solely
responsible for ensuring that any subsequent addenda
issued thereafter and available in website is also
downloaded / incorporated while preparing and submitting
Bids.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
16.3 To give prospective Supplier / Bidders reasonable time in
which to take the amendment into account in preparing
their Bids, the Procuring Agency may extend, at its
discretion, the deadline for submission of Bids, in which
case, the Procuring Agency will notify all Supplier / Bidders
by cable confirmed in writing of the extended deadline.
17. Language of Bid 17.1 The Bid, as well as all correspondence and documents
relating to the Bid exchanged by the Supplier / Bidder and
the Procuring Agency, will be written in English language.
Supporting documents and printed literature furnished by
the Supplier / Bidder may be in another language provided
they are accompanied by an accurate translation of the
relevant passages in English, in which case, for purposes of
interpretation of the Bid, the translation will govern.
18. Documents
Constituting the
Bid
18.1 The Bid shall comprise two Parts, namely the Technical Part
and the Financial Part. These two Parts shall be submitted
simultaneously in two separate sealed envelopes (two-
envelope Bidding process). One envelope shall contain
only information relating to the Technical Part and the
other, only information relating to the Financial Part. These
two envelopes shall be enclosed in a separate sealed outer
envelope marked “ORIGINAL BID”.
18.2 The Technical Part shall contain the following:
(i) Letter of Bid - Technical Part: prepared in
accordance with ITB 19;
(ii) Bid Security or Bid-Securing Declaration: in
accordance with ITB 21.
(iii) Authorization: written confirmation authorizing the
signatory of the Bid to commit the Bidder, in
accordance with ITB 22.
(iv) Bidder’s Eligibility: documentary evidence in
accordance with ITB 7 & 8 establishing the Bidder’s
eligibility to Bid.
(v) Qualifications: documentary evidence in accordance
with ITB 7 & 8 establishing the Bidder’s qualifications
to perform the Contract if its Bid is accepted.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(vi) Eligibility of Goods and Related Services:
documentary evidence in accordance with ITB 9,
establishing the eligibility of the Goods and Related
Services to be supplied by the Bidder.
(vii) Conformity: documentary evidence in accordance
with ITB 16, that the Goods and Related Services
conform to the bidding document.
(viii) The manufacturers’ authorization form provided in
Section-VII.
(ix) Documents mentioned at ITB Clause 15; and
(x) All the documentation released by manufacturer with
the equipment
19. Bid Form /
Letter of Bid
19.1 The Supplier / Bidder shall prepare the Letter of Bid –
Technical Part, and Letter of Bid – Financial Part using the
relevant forms furnished in Section VII and will complete
the Bid Form and other forms furnished for setting up
Agreement, indicating the Goods to be supplied, a brief
description of the Goods, their country of origin, etc.
19.2 The forms must be completed without any alterations to
the text, and no substitutes shall be accepted except as
provided under ITB 22.3. All blank spaces shall be filled in
with the information requested 20. Period of
Validity of Bids
20.1 Bids will remain valid for the period 120 days after the
date of Bid submission specified in ITB 24. A Bid valid for
a shorter period will be rejected by the Procuring Agency
as non-responsive.
20.2 In exceptional circumstances, prior to expiry of the
original Bid validity period, the Procuring Agency may
request that the Supplier / Bidders extend the period of
validity for a specified additional period. The request and
the responses thereto will be made in writing. A Supplier
/ Bidder may refuse the request without forfeiting its Bid
security. A Supplier / Bidder agreeing to the request will
not be required or permitted to modify its Bid but will be
required to extend the validity of its Bid security for the
period of the extension.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
21. Bid Security 21.1 All bids must be accompanied by Bid Security (Earnest
Money), as per provisions of this tender document and
Invitation for Bid (IFB) in favor of “Khyber Pakhtunkhwa
Food Safety & Halal Food Authority”.
21.2 The Bid security will remain valid for a period of 120 days
beyond the validity period for the Bid.
21.3 The Bid security will be denominated in Pak Rupees, and
will be, at the Supplier / Bidder’s option, in the following
form:
(a) The bid security shall be submitted from the account of the
firm/ bidder/ contractor who submits the bid.
21.4 Any Bid not accompanied by an acceptable Bid security will
be rejected by the Procuring Agency as non-responsive.
The Bid security of a joint venture must be in the name of
the joint venture submitting the Bid.
21.5 The Bid securities of unsuccessful Supplier / Bidders will be
returned as promptly as possible, but not later than 28
days after the expiration of the period of Bid validity.
21.6 The Bid security of the successful Supplier / Bidder will be
returned when the Supplier / Bidder has signed the
Agreement and furnished the required performance
security.
21.7 The Bid security may be forfeited
(a) if the Supplier / Bidder withdraws its Bid, except as
provided in ITB Sub-Clauses 16.2 and 23.3; or
(b) in the case of a successful Supplier / Bidder, if the Supplier
/ Bidder fails within the specified time limit to:
(i) sign the agreement, or
(ii) furnish the required performance security.
22. Format and
Signing of Bid
22.1 The Supplier / Bidder will prepare Hard Copies One
(01) Original and Two (2) Copies/ Sets of the Bid,
and Clearly marking each one as “ORIGINAL BID”
and “COPY OF BID” as appropriate. In the event of
any discrepancy between them, the original will govern.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
22.2 The original and all copies of the Bid, each consisting of
the documents listed throughout this SBD, will be typed
or written in indelible ink and will be signed by the
Supplier / Bidder or a person or persons duly authorized
to bind the Supplier / Bidder to the Contract. The later
authorization will be indicated by written power of
attorney, which pursuant to ITB Sub-Clause 14.1 (d) will
accompany the Bid.
22.3 Any interlineation, erasures, or overwriting to correct errors
made by the Supplier / Bidder should be initialed by the
person or persons signing the Bid.
22.4 The Supplier / Bidder will furnish in the Bid Form (a sample
of which is provided in the Sample Forms Section of this
document) information regarding commissions or gratuities,
if any, paid or to be paid to agents relating to this Bid and to
the execution of the Agreement/Purchase Order if the
Supplier / Bidder is awarded the Agreement/Purchase
Order.
22.5 The original and all copies of the Bid shall be typed or written
in indelible ink and shall be signed by a person duly
authorized to sign on behalf of the Bidder. This authorization
shall consist of a written confirmation specified in BDS and
shall be attached to the Bid. The name and position held by
each person signing the authorization must be typed or
printed below the signature. All pages of the Bid where
entries or amendments have been made shall be signed or
initialed by the person signing the Bid.
22.6 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and
to be legally binding on all the members as evidenced by a
power of attorney signed by their legally authorized
representative(s).
22.7 Any inter-lineation, erasures, or overwriting shall be valid
only if they are signed or initialed by the person signing the
Bid.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
23. Sealing and
Marking of Bids
23.1 The bid shall comprise a single sealed package containing
Two separate envelopes. First Sealed Envelope shall
contain separately the Original Financial & Technical
Proposals both inner Envelopes shall be clearly marked as
“FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and legible letters to avoid confusion;
initially, only the envelope marked “TECHNICAL
PROPOSAL” will be opened.
23.2 Second Sealed Envelope shall contain Two (02) copies of only
the Technical Proposal.
23.3 The envelope marked as “FINANCIAL PROPOSAL” will be
retained in the custody of Procuring Agency without being
opened. The Procuring Agency will evaluate the technical
proposal, without reference to the price and reject any
proposal which do not conform to the specified qualification
requirements.
23.4 The inner and outer envelopes will:
a) bear the name and address of the Supplier / Bidder;
b) be addressed to the Procuring Agency at the address as
per the Bid Data Sheet.
c) Bear the specific identification of this Competition
process
d) Bear a statement “DO NOT OPEN BEFORE" closing
date as per Clause 25 and Bid Data Sheet.
23.5 If the outer envelope is not sealed and marked as required
by ITB Sub-Clause 20.2, the Procuring Agency will assume no
responsibility for the misplacement or premature opening of
the Bid.
24. Deadline for
Submission of
Bids
24.1 Bids must be received by the Procuring Agency at the
address specified at Clause 4.3 in Biding documents/ Data
Sheet. In the event of the specified date for the submission
of Bids being declared a holiday for the Procuring Agency,
the Bids will be received up to the appointed time on the
next working day.
24.2 The Deadline (Closing Date & Time) for Submission of
Bids is: Date: 2nd June 2020 Time: 11:00 AM
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
24.3 The Procuring Agency may, at its discretion, extend the
deadline for the submission of Bids by amending the
document for setting up Agreement, in which case all rights
and obligations of the Procuring Agency and Supplier /
Bidders previously subject to the deadline will thereafter
be subject to the deadline as extended.
25. Late Bids 25.1 Any Bid received by the Procuring Agency after the
deadline for submission of Bids prescribed by the
Procuring Agency in the ITB Clause 24 will be rejected
and returned unopened to the Supplier / Bidder.
26. Modification
and Withdrawal
of Bids
26.1 The Supplier / Bidder may modify or withdraw its Bid after
submission, provided that written notice of the
modification, or withdrawal of the Bids duly signed by an
authorized representative, is received by the Procuring
Agency prior to the deadline prescribed for submission of
Bids. No Bid can be modified subsequent to the deadline
for submission of Bids.
26.2 The Supplier / Bidder’s modification will be prepared,
sealed, marked, and dispatched as follows:
(a) The Supplier / Bidder will provide an original and the number
of copies specified ITB Sub-Clause 20.1 of any
modifications to its Bid, clearly identified as such, in two
inner envelopes duly marked “BID MODIFICATION-
ORIGINAL” and “BID MODIFICATION-
COPIES.” The inner envelopes will be sealed in an outer
envelope, which will be duly marked “BID
MODIFICATION.”
(b) Other provisions concerning the marking and dispatch of Bid
modifications will be in accordance with ITB Sub-Clauses
24.
26.3 A Supplier / Bidder wishing to withdraw its Bid will notify
the Procuring Agency in writing prior to the deadline
prescribed for Bid submission. A withdrawal notice will be
received prior to the deadline for submission of Bids. The
notice of withdrawal will:
a) be addressed to the Procuring Agency at the
address as per ITB Sub-Clause 20.2(b),
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
b) (b) bear the specific identification of the IFB title
and IFB number, and the words “BID
WITHDRAWAL NOTICE,” and
c) (c) be accompanied by a written power of attorney
authorizing the signatory of the withdrawal notice
to withdraw the Bid.
26.4 Bids requested to be withdrawn in accordance with ITB
Sub-Clause 23.3, will be returned unopened to the Supplier
/ Bidders. 26.5 No Bid may be withdrawn after the Bid submission
deadline. Withdrawal of a Bid after Bid submission
deadline may result in the forfeiture of the Supplier /
Bidder’s Bid security, pursuant to ITB Sub-Clause 17.7.
27. Bid Opening 27.1 The Procuring Agency will open all Bids, including
withdrawal notices and modifications, in public, in the
presence of Supplier / Bidders’ representatives who
choose to attend as per Bid Data Sheet, and at the place
specified in the Bid Data Sheet. Supplier / Bidders’
representatives will sign a register as proof of their
attendance. In the event of the specified date of the Bid
opening being declared a holiday for the Procuring Agency,
the Bids will be opened at the appointed time and location
on the next working day.
27.2 Envelopes marked “WITHDRAWAL” will be read out
and the envelope with the corresponding Bid will not be
opened but returned to the Supplier / Bidder. No Bid
withdrawal notice will be permitted unless the
corresponding withdrawal notice is read out at Bid
opening. Envelopes marked “MODIFICATION” will be
read out and opened with the corresponding Bid.
27.3 Bids will be opened one at a time, reading out: the name
of the Supplier / Bidder and whether there is a
modification; the presence or absence of a Bid security; the
presence or absence of requisite powers of attorney; and
any other such details as the Procuring Agency may
consider appropriate. No Bid will be rejected at Bid
opening except for late Bids pursuant to Sub-Clause 22.1.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
27.4 Bids (and modifications sent pursuant to ITB Sub-Clause
23.2) that are not opened and read out at Bid opening will
not be considered further for evaluation, irrespective of
the circumstances.
27.5 The Procuring Agency will prepare minutes of the Bid
before the financial bids opening, including, as a minimum:
a. The name of the Supplier / Bidder and whether there was
a withdrawal or modification; the presence or absence of
a Bid security; the presence or absence of requisite powers
of attorney.
27.6 The Supplier / Bidder’s representatives who are present
will be requested to sign the attendance sheet. The
omission of a Supplier / Bidder’s signature on the minutes
will not invalidate the content and effect of the attendance
sheet.
28. Clarification of
Bids
28.1 During evaluation of the Bids, the Procuring Agency may,
at its discretion, ask the Supplier / Bidder for a clarification
of its Bid. The request for clarification and the response
will be in writing, and no change in the substance of the Bid
will be sought, offered, or permitted.
28.2 Clarifications shall be asked in accordance with the clause
5.
29. Confidentiality 29.1 Information relating to the examination, clarification,
evaluation, and comparison of Bids, and recommendations
for the award of a Contract will not be disclosed to
Supplier / Bidders or any other persons not officially
concerned with such process until the notification of
Contract award is made to all Supplier / Bidders.
29.2 Any effort by the Supplier / Bidder to influence the
Procuring Agency in the Procuring Agency’s Bid evaluation,
Bid comparison, or contract award decisions may result in
the rejection of the Supplier / Bidder’s Bid.
29.3 From the time of Bid opening to the time of Contract
award, if any Supplier / Bidder wishes to contact the
Procuring Agency on any matter related to its Bid, it should
do so in writing.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
30. Examination of
Bids and
Determination
of
Responsiveness
30.1 The Procuring Agency will 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.
30.2 The Procuring Agency may waive any minor informality,
nonconformity, or irregularity in a Bid that does not
constitute a material deviation, provided such waiver does
not prejudice or affect the relative ranking of any Supplier
/ Bidder.
30.3 Prior to the detailed evaluation, pursuant to ITB Clause 28,
the Procuring Agency will determine whether each Bid is
of acceptable quality, is complete, and is substantially
responsive to the document for setting up agreement. For
purposes of this determination, a substantially responsive
Bid is one that conforms to all the terms, conditions, and
specifications of the document for setting up agreement
without material deviations, exceptions, objections,
conditionalities, or reservations. A material deviation,
exception, objection, conditionality, or reservation is one:
i. That limits in any substantial way the scope, quality, or
performance of the Goods and related Services.
ii. That limits, in any substantial way that is inconsistent with
the document for setting up agreement, the Procuring
Agency’s rights or the successful Supplier / Bidder’s
obligations under the Contract; and
iii. That the acceptance of which would unfairly affect the
competitive position of other Supplier / Bidders who have
submitted substantially responsive Bids.
30.4 If a Bid is not substantially responsive, it will be rejected by
the Procuring Agency and may not subsequently be made
responsive by the Supplier / Bidder by correction of the
nonconformity. The Procuring Agency’s determination of
a Bid’s responsiveness is to be based on the contents of
the Bid itself without recourse to extrinsic evidence.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
31. Evaluation of
Bids
31.1 The Procuring Agency will determine to its satisfaction
whether the Supplier / Bidders that are selected as having
submitted the responsive Bids are qualified to perform the
Contract satisfactorily, in accordance with the ITB Sub-
Clause 7.1 read with Section III Evaluation &
Qualification Criteria.
31.2 To evaluate a Bid, the Procuring Agency will consider the
following:
Evaluation will be done for Items to Item basis for all bids
by comparing each item with similar item only and the Bid
Price as quoted in accordance with these bidding
documents.
31.3 The determination will evaluate the Supplier / Bidder’s
financial, technical, and production capabilities. It will be
based on an examination of the documentary evidence of
the Supplier / Bidder’s qualifications submitted by the
Supplier / Bidder, pursuant to ITB Section-III, as well as
other information the Procuring Agency deems necessary
and appropriate. The Procuring Agency will also determine
whether the products offered by the Supplier / Bidder
meet the Technical Specifications Given in Section-
V and Samples Meet the Quality and Design
Requirements outlined in specifications of requirements.
31.4 An affirmative post qualification determination will be a
prerequisite for award of the agreement to the Supplier /
Bidder, who also quote lowest evaluated price. A negative
determination will result in rejection of the Supplier /
Bidder’s Bid. Arithmetical errors will be rectified as
follows. 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 or subtotal price will prevail. If
there is a discrepancy between subtotals and the total
price, the total price will be corrected. If there is a
discrepancy between words and figures, the amount in
words will prevail.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
32. Preliminary
Examination
32.1 The Procuring Agency will examine the bids to determine
whether they are complete, whether any computational
errors have been made, whether the required documents
have been furnished and properly signed, and whether the
bids are generally in order.
32.2 In the financial bids (at the time of opening the financial
proposal) the arithmetical errors will be rectified on the
following basis. 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 will prevail, and the
total price will be corrected. If the Bidders/Suppliers do
not accept the correction of the errors, its bid will be
rejected. If there is a discrepancy between words and
figures, the amount in words will prevail.
32.3 The Procuring Agency may waive any minor informality,
nonconformity, or irregularity in a bid which does not
constitute a material deviation (or changes the substance
of the bid), provided such waiver does not prejudice or
affect the relative ranking of any Bidder.
32.4 Prior to the detailed evaluation, the Procuring Agency will
determine the substantial responsiveness of each bid to the
bidding documents. For purposes of these Clauses, a
substantially responsive bid is one, which conforms to all
the terms and conditions of the bidding documents
without material deviations. Deviations from, or
objections or reservations to critical provisions will be
deemed to be a material deviation for technical proposals.
The Procuring Agency’s determination of a bid’s
responsiveness is to be based on the contents of the bid
itself without recourse to extrinsic evidence.
32.5 If a bid is not substantially responsive, it will be rejected by
the Procuring Agency and will not be accepted/entertained
for detail evaluation.
32.6 The determination shall be based upon an examination of
the documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB 10. The
determination shall not take into consideration the
qualifications of other firms such as the Bidder’s
subsidiaries, parent entities, affiliates, subcontractors
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
(other than specialized subcontractors if permitted in the
Bidding document), or any other firm(s) different from the
Bidder. 33. Comparison of
Bids
33.1 All the bids will be compared on item to item basis. A
supplier may qualify for 02 to 03 items but may as well be
disqualified technically for multiple or single items.
33.2 In case, a bidder has quoted maximum number of items /
equipment. However, one item / equipment does not meet
the required standard specified in requirements, Procuring
Agency reserves the right to exclude such item/equipment
from the award of contract and may select bidder with
minimum items / equipment quoted but for the specific
item / equipment standard meets the specified
requirements.
33.3 The Procuring Agency’s evaluation of a bid will consider,
in addition to the bid price quoted in accordance with ITB
Clause 11.2, one or more of the following factors as
specified in the Section-III Qualification & Evaluation
Criteria, and Section-V Schedule of requirements:
Administrative Capacity
Firm(s), Bidder(s) Evaluation (Qualification/ Technical/
Capacity).
Technical Evaluation
Equipment, Items, Bids and Sample Evaluation
Economic Evaluation
33.4 Supplier(s), Bidder(s) Financial Evaluation. Equipment, Item,
Lots Economical / Value for Money Evaluation/ Life Cycle
Cost. 33.5 Such other details as the Procuring Agency at its discretion,
may consider appropriate will be taken into consideration.
The evaluation factors/ criteria will be employed on
technical proposals. Only bids securing minimum of 70%
score out of 100 for Technical Evaluation would be
declared technically accepted.
Please Note:
• The Terms of Price Schedule for imported items only may change. The decision will be made 2 days before the Technical Opening. If no new terms are
communicated till, then by the Procuring Agency then the terms noted here will
be applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
• Above mentioned Criteria for Administrative and Economic Evaluations have
been detailed at Section-III Qualification and Technical Evaluation Criteria has been detailed at Section-V Schedule of Requirements.
• During the Technical Evaluation, no amendments in the technical proposal will
be permitted. i. Bidders who do not achieve the minimum score of 70% will be
rejected in Technical Evaluation and sealed / unopened
Financial Proposal will be returned to the bidder.
ii. All bidders scoring greater than or equal to 70% of the marks
will be accepted in technical proposal, and their financial bids
will be opened.
iii. PROVISO: Provided that if NONE or ONLY ONE (single)
bidder exceeds the 70% score in technical evaluation, then the
score to qualify technical evaluation will be decreased to 60%.
iv. If TWO OR MORE THAN TWO bidders exceed 70%,
score then the score will not be decreased.
33.6 After technical evaluation is completed, the Procuring Agency
will notify the date, time and location for opening of the
financial proposals. Bidders’ attendance at the opening of
financial proposals is optional.
33.7 Financial proposals will be opened publicly in the presence of
the bidders’ representatives who choose to be present. The
name of the bidders and the technical score of the bidder
will be read aloud. The financial proposal of the bidders who
met the minimum qualifying mark will then be inspected to
confirm that they have remained sealed and unopened
(financial proposals of Bidders failed to secure minimum
score thresh-hold in the technical evaluation will be returned
unopened.
LIFE CYCLE COST
33.8 Life cycle costs for the useful life of equipment, such as the
operating and maintenance costs of the Goods, will be
required in the following manner. provided, for evaluation
purposes only. Bidders are required to provide required
information separately for each equipment/ item. Only for
comparison and evaluation purpose, bidder will be required
to provide cost of “One” unit of each equipment / item
proposed. Financial bids will be evaluated as per the
following criteria:
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
a. Number of Years for Life Cycle Cost
Determination: To bring uniformity in the comparison
and evaluation of the bids for each equipment / item Total
Number of Years of For Life Cycle Cost
Determination to be used by all Bidders is Five (5)
Years.
b. Acquisition Cost / Purchase One Off Cost: Bidders
are expected to provide the best possible overall cost. For
evaluation purposes only. Bidders are required to provide
cost of one unit of proposed equipment / item, separately
for each equipment / item.
c. The Annual Operating and Maintenance Costs
(Recurrent Costs): Such costs are recurrent in nature
and are mandatory for the quality operations of the
equipment / item. Bidders are required to provide total
estimated cost required during its useful life.
d. Cost of Spare Parts: Total Cost of replacement of major
spare part after the warranty period.
e. To ascertain Value for Money and best possible bid offered
following information will be provided in addition to the
information specified above. Following information will
help Procuring Agency in comparing bids in best possible
manner and judge each bidder’s and proposed equipment
/ item capability to its fullest:
Durations:
a. After which Annual Service (if is required). (in Years)
b. Which that will be required for bidder / service provider
to complete Annual Servicing and in case of break down
time required to fix it and operationalize the item. (Down
Time) where equipment / item cannot be used by the
Procuring Agency.
Quantity of prints (IT Equipment):
a. Capacity of the Toner/ Refill/ Cartridge of a Laser Printer/
Scanner/ Fax/ Copier etc. Black & White or Color to
provide total number of Prints/ Copies.
Consumption (Generators, Split ACs, Refrigerators
etc.)
a. Hourly fuel consumption by Generators, Separate
Consumption will be provided in Liters of Fuel consumed
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
at three intervals of overall load i.e at 50%, 75% & 100 in
One (01) hour.
b. In case of Split Air Conditioners and Refrigerator Units
consumed per hour i.e Electricity is consumed. The
Consumption will be provided in "Units" and for a period
of 12 hours nonstop operation.
Longevity of Useful life before repair or maintenance
(Office Furniture)
a. In case of furniture, availability of maintenance material, whether material that can extend the durable life is readily
available and yearly cost of such maintenance.
b. Provision of Warranty / Maintenance and repair services
against Termite and other Wood Borers.
Please Note: Procuring Agency's requirement of cost of one equipment / item will
not affect the final quantity of equipment / item ordered by Procuring Agency. It is
only to reduce any financial constraints due to which Small & medium Bidders may
hesitate to participate. Detailed criteria & methodology provided in Section-III
Evaluation & Qualification Criteria.
34. Award Criteria 34.1 The Employer/Purchaser will award the Contract to the
Bidders/Suppliers whose bid has been determined to be
substantially responsive to the Bidding Documents and
who has offered the Most Economically
Advantageous Bid, Evaluated after the combination of
both Technical and Financial Evaluation Scores.
Provided that such Bidders/Suppliers has been determined
to be Eligible, Qualified and Technically Responsive.
34.2 Through the Merit Point Evaluation Methodology, if not in
conflict with any other law, rules, regulations or policy of
the Government of Khyber Pakhtunkhwa, will be awarded
the Contract, within the original or extended period of bid
validity.
35. Procuring
Agency’s
Right to
Accept Any
Bid and to
Reject Any or
All Bids
35.1 The Procuring Agency reserves the right to accept or reject
any Bid, or to annul the competition and reject all Bids at
any time prior to Agreement award, without thereby
incurring any liability to the affected Supplier / Bidder or
Supplier / Bidders.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
36. Notification of
Award
36.1 Prior to the expiration of the period of Bid validity, the
Procuring Agency will notify the successful Supplier /
Bidders in writing by registered letter or by cable, to be
subsequently confirmed in writing by registered letters,
that their Bids have been accepted.
36.2 The notification of award will constitute the formation of
the agreement.
36.3 Upon the successful Supplier / Bidders furnishing of the
signed Agreement and performance security pursuant to
ITB Clause 33, the Procuring Agency will promptly notify
each unsuccessful Supplier / Bidder and will discharge its
Bid security, pursuant to ITB Clause 17.
36.4 If, after notification of award, a Supplier / Bidder wishes to
ascertain the grounds on which its Bid was not selected, it
should address its request to the Procuring Agency. The
Procuring Agency will promptly respond in writing to the
unsuccessful Supplier / Bidder.
37. No Obligation
to Purchase
37.1 The conclusion of a Framework Agreement shall not
impose any obligation on the Procuring Agency and/or
Procuring Agency(s) to purchase any Goods under the
Framework Agreement.
38. Non-
exclusivity
38.1 This Primary Procurement process is non-exclusive, and
the Procuring Agency reserves the right to procure the
Goods from other suppliers who are not in this bidding
process.
39. Signing of
Agreements
39.1 Promptly after the Procuring Agency notifies the successful
Supplier / Bidders that their Bids have been accepted, the
Procuring Agency will send the Supplier / Bidders the Form
for setting up the agreements provided in the document
for setting up agreement, incorporating all agreements
between the parties. Procuring Agency will sign following
different contracts at conclusion of this bidding process:
LOT-1 OFFICE STATIONERY & PRINTING OFFICIAL DOCUMENTS
(FRAMEWORK AGREEMENT)
39.2 Prior to the expiration of the Bid Validity Period and upon
expiry of the Standstill Period, or any extension thereof,
and upon satisfactorily addressing a complaint that has
been submitted within the Standstill Period, the Procuring
Agency will transmit to the successful Bidder(s) a
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
Notification to Conclude a Framework Agreement (Fixed
Prices, Variable Quantity), for providing office stationary &
other office items under LOT-1 multiple times for the term
of contract.
39.3 Contract period will be initially for the period of One (1)
year from the date of issuance of Letter of Intent and
subsequent issuance of first relevant Purchase Order to
the Bidder.
39.4 Framework Agreement for LOT-1 will have fixed
price for all the items / Goods during the period of the
Framework Agreement. Quantity during the period of the
Framework Agreement will be variable i.e not fixed.
39.5 The Bidder shall not charge prices for the Goods/Items/
Printed items, the Services provided and for other
obligations discharged, under the Contract, varying from
the prices quoted by the Bidder in the Price Schedule
39.6 The Bidder shall deliver Goods/items within Fifteen (15)
days from the issuance of relevant Purchase Order(s)
during the period of Framework Agreement, after the
issuance of Letter of Acceptance.
LOT-2 FOOD TESTING & SAMPLING EQUIPMENT
39.7 Procuring Agency will sign contract(s) with successful
bidder(s) for supply of Food Testing & Sampling
Equipment under LOT-2 only. The contract will also
ensure provision of After Sale Service and Warranties
proposed by the bidder under the bid.
LOT-3 GENERATORS 39.8 Procuring Agency will sign contract(s) with successful
bidder(s) for supply of Generators under LOT-3 only. The
contract will also ensure provision of After Sale Service
and Warranties proposed by the bidder under the bid.
LOT-4 (IT EQUIPMENT, CCTV CAMERAS, DVR AND OFFICE
EQUIPMENT & APPLIANCES)
39.9 Procuring Agency will sign contract(s) with successful
bidder(s) for supply of IT Equipment, CCTV
Cameras & DVR and Office Equipment &
Appliances under LOT-4 only. The contract will also
ensure provision of After Sale Service such as
maintenance & repairing under Warranties proposed by
the bidder under the bid.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
LOT-5 OFFICE FURNITURE
39.10 Within Thirty-Five (35) days of receipt of the Form
for setting up the agreement, the successful Supplier /
Bidders will sign and date the Form and return it to the
Procuring Agency.
LOT-6 VEHICLE TYRES
39.11 Within Ten (10) Days of receipt of Purchase order
bidder sign the contract and supply Vehicle Tyres as per
specification.
40. Performance
Security
40.1 Within twenty-one (12) days of the receipt of notification
of award from the Procuring Agency, the successful
Supplier / Bidders will furnish the performance security in
accordance with the Conditions of Agreement, using the
Performance Security Form provided in Section VII of the
document for setting up agreement, or in another form
acceptable to the Procuring Agency.
40.2 Failure of the successful Supplier / Bidder to comply with
the requirement of signing the contract will constitute
sufficient grounds for the annulment of the award and
forfeiture of the Bid security.
40.3 Performance Security shall be submitted as per the BDS.
41. Award of
Purchase
Orders
41.1 Procuring Agency will issue the Purchase Orders directly
to the Suppliers during the validity of Agreement indicating
details like quantity, delivery location, delivery schedule
etc.
42. Procuring
Agency’s
Right to Vary
Quantities at
Time of
Award
42.1 The Procuring Agency reserves the right at the time of
contract award to increase or decrease the overall
quantity of goods and services originally specified in the
Schedule of Requirements without any change in unit price
or other terms and conditions.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
43. Procuring
Agency's Right
to Accept or
Reject any or
all Bids
43.1 The Procuring Agency reserves the right to accept or reject
any bid, and to annul the bidding process and reject all bids,
at any time prior to award of Contract (acceptance of a
bid or proposal rule 47(1)), without thereby incurring any
liability to the affected bidders or any obligation to inform
the affected bidders of the grounds for the Procuring
Agency's action except that the grounds for its rejection
of all bids will upon request be communicated, to any
bidder who submitted a bid, without justification of the
grounds. Notice of the rejection of all the bids will be given
promptly to all the bidders.
44. Presentation
of Samples
44.1 The Procuring Agency requires production and
presentation of samples representing any or all Goods and
Related Services proposed in response to this Bidding
Document. If Bidder fails to provide such Goods for
presentation, the Bidder’s Proposal may be rejected by the
Procuring Agency in its sole discretion. The Bidder
warrants that if awarded an Agreement the Goods and
Related Services delivered under such Agreement shall
meet or exceed the quality of the Goods presented.
Samples of the quoted products, when requested in BDS,
must be furnished free of charge and in a timely manner.
Bidder should not submit unsolicited samples.
44.2 If the Contracting Authority decide to request production
and presentation of samples representing any or all Goods
all Bidders will be informed in writing on the place where
the samples are to be delivered and the time when and the
place where the samples will be openly shown.
44.3 The Contracting Authority shall handle and examine
carefully, samples supplied by bidders; however, Bidders
shall not be paid compensation for samples lost or
destroyed in the examination process because of their
nature. Samples that are not lost or destroyed shall be
returned to unsuccessful bidders. If samples are not
claimed by unsuccessful bidders within 6 months, they shall
be forfeited to the government.
44.4 Unless the Contracting Authority decides otherwise, a
sample supplied by the successful bidder shall stay with the
Contracting Authority until the completion of the
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
procurement process to be used for checking conformity
during delivery.
45. Term
(Framework
Agreement
only)
45.1 The Term for the "Framework Agreement" will continue,
till the end of term specified in the BDS. Subject to
satisfactory performance of the supplier and no complains
initiated by the Procuring Agency throughout the Term of
Framework Agreement.
46. Term
Extension
(Framework
Agreement
only)
46.1 Term for "Framework Agreement" may be extended, at
the Procuring Agency's sole discretion, and where there
has been satisfactory performance by the Supplier. To
extend the Term, the Procuring Agency will give the
Supplier no less than three (2) months’ notice in writing,
prior to the date on which the Framework Agreement
would otherwise have expired. The Total and Initial Terms
of the Framework Agreement as specified in BDS.
47. No
Obligation to
Purchase
47.1 The conclusion of a Framework Agreement and this bidding
process will not impose any obligation on the Procuring
Agency to purchase any Goods or minimum quantity
under the Framework or any other agreement for any
LOT.
48. Non-
exclusivity
48.1 This Procurement process is non-exclusive, and the
Procuring Agency reserves the right to procure the Goods
from other suppliers who are not FA Suppliers.
49. Grievance
Redressal
49.1 For all procurement related complaints, Procuring Agency
has established a Grievance Redressal Committee. Details
at BDS.
50. Integrity Pact 50.1 The Bidder shall sign and stamp the Integrity Pact provided
at Form - 7 to Bid in the Bidding Document for all
Provincial Government procurement contracts exceeding
Rupees ten million. Failure to such Integrity Pact shall
make the bidder non - responsive
51. Notice of
Intention to
Award
51.1 When a Standstill Period applies, it shall commence when the
Purchaser has transmitted to each Bidder the Notification of
Intention to Award the Contract to the successful Bidder.
The Notification of Intention to Award shall contain, at a minimum, the following information:
a) The name and address of the Bidder submitting the
successful Bid.
b) The Contract price of the successful Bid.
c) The total combined score of the successful Bid when
rated criteria is used for bid evaluation;
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Instructions to Bidders
ITB Title Description
d) The names of all Bidders who submitted Bids, and their
Bid prices as readout and as evaluated prices and
technical points (if applicable).
e) A statement of the reason(s) the Bid (of the
unsuccessful Bidder to whom the letter is addressed)
was unsuccessful.
f) The expiry date of the Standstill Period; and
g) Instructions on how to request a debriefing or submit
a complaint during the standstill period.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-II BID DATA SHEET
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION 2
BID DATA SHEET
ITB Ref Description
ITB 1.1
The Procuring Agency is Khyber Pakhtunkhwa Food Safety & Halal
Food Authority.
The Procuring Agency is “the agency that will conclude, administer and
manage the Framework Agreement and other Contracts, and be the sole
Purchaser.
ITB 1.2 The number of the Invitation for Bids (IFB) is KPFS&HFA/AD(Pro)APP-
02
ITB 2
The Procuring Agency is Khyber Pakhtunkhwa Food Safety & Halaal
Food Authority.
The Procuring Agency is “the agency that will conclude, administer and
manage the Framework Agreement and other Contracts, and be the sole
Purchaser.
ITB 5
For clarification of Bid purposes only, the Procuring Agency’s address is:
Khyber Pakhtunkhwa Food Safety & Halaal Food Authority,
Ground Floor, New C&W Building, Police Lines, Khyber Road,
Peshawar.
CONTACT
Khalid Rahim
Assistant Director (Procurement)
091-9212959
All queries received in writing at least 02 days before the Closing Date
will be responded to accordingly. Any query received after said date will not
be entertained.
Bidders should note that during the period from the receipt of the bid and
until further notice from the Primary Contact, all queries should be
communicated via the Primary Contact and in writing (e-mail & post) only.
In the case of an urgent situation where the Primary Contact cannot be
contacted, the bidder may alternatively direct their enquiries through the
Secondary Contact.
ITB 9 Documentary evidence that can be duly verified will be required for all the
submissions against the requirements submitted by a bidder.
ITB 12 The currency(ies) of the bid and the currency(ies) of payments is:
Pakistani Rupees (PKR).
ITB 13 All the bidders can bid for all the items or an individual item or for all the Lots.
ITB 17 The language of the Bid is: English
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
ITB Ref Description
ITB 14.1
(h)
The Bidder shall include with its bid the Manufacturer’s Authorization for the
following Lots / item(s):
• All Electronic Equipment / Items under various LOTs.
• Food Testing Equipment & Accessories
• Vehicle Tyres
• Non-Stationary and Non-Furniture Equipment / Items.
• Including "Generators, Split Air Conditioner, Refrigerators,
CCTV Cameras, IT Equipment etc.
ITB 20 The bid validity period shall be 120 days.
ITB 21
The Bidder shall furnish a bid security in the amount of Two (02%) of the
total bid costs shall be submitted from the account of the firm/ bidder/
contractor who submits the bid.
The bid Security shall be calculated and submitted for a Single Quantity of
an item/equipment for which bid has been submitted.
ITB 22
• Alternative bids are allowed. However, alternative bid of only bidder who is
ranked 1st and achieves the highest combined scores for Technical and
Financial Evaluations will only be accepted.
• Bidders are required to clearly mark the alternative bid(s) as Alternative to
avoid any confusion.
• The Procuring Agency will not announce the Particulars of the alternative bids
during Technical or Financial Bid Opening.
ITB 23 In addition to the original Bid, the number of copies only Technical Bids is:
Two in hard copies duly initialed and stamped by bidder on each page.
ITB 23.6 Maximum number of partners in a single Joint Venture shall not exceed more
than Two (02) partners and shall also not include a sub-contractor.
ITB 25.1
The bids shall be submitted at Khyber Pakhtunkhwa Food Safety &
Halal Food Authority, Ground Floor, New C&W Building, Police
Lines, Khyber Road, Peshawar.
ITB 25.2
The deadline for bid submission is:
Date: 2nd June 2020
Time: 11:00 AM
ITB 28
The Technical bid opening will take place at The Conference Room
of:
Name: Khyber Pakhtunkhwa Food Safety & Halal Food Authority
Floor: Ground Floor
Building: New C&W Building
Street Address: Khyber Road, Police Lines
City: Peshawar
Date: 2nd June 2020
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
ITB Ref Description
Time: 12:00 PM
ITB 41.3 Performance Security amounting to 10% of the total award of contract will
be submitted along with the contract by the successful bidder.
ITB 45
The Term for the Framework Agreement will commence from the date
Framework Agreement is signed and all other obligations are fulfilled by the
Supplier to the satisfaction of the Procuring Agency.
ITB 46
The initial Term of the Framework Agreement will be for 1 (One) Year.
Subject to satisfactory performance by the supplier throughout the initial
Framework Agreement and receiving no complaint from the Procuring
Agency throughout the term of the Framework Agreement.
ITB 49
The Procuring Agency has established a Grievance Redressal Committee under
Grievance Redressal Mechanism as specified by KPPRA Rules 2014 and
Grievance Redressal Rules 2017. All Bidders must follow the rules and only
register complaints with the designated Grievance Redressal Officer and only
in the manner prescribed. The Bidder should submit its complaint following
these procedures, in writing, to:
For the attention: Grievance Redressal Officer
Title/position: Deputy Director (Operations)
Purchaser: Khyber Pakhtunkhwa Food Safety & Halal Food Authority
Address: Ground Floor, New C&W Building, Police Lines, Khyber
Road, Peshawar.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-III QUALIFICATION & EVALUATION CRITERIA
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-III QUALIFICATION AND EVALUATION CRITERIA
QUALIFICATION CRITERIA (MUST MEET CRITERIA)
For factors retained in the Bid Data Sheet pursuant to ITB 30, Following quantification
methods will be applied, submitted offers will be reviewed to determine compliance with
Procuring Agencies mandatory requirements which serves the purpose to evaluate the
responsiveness and eligibility of the bidder and goods proposed under the category of
Administrative Evaluation. Only bids found to be responsive and eligible will be further
evaluated for Technical criteria.
i. Verification: The validity of the Bidder requires that all relevant forms be signed by
authorized person or persons; and all the pages of the bidding document must be initialed
or stamped by the bidder.
ii. Compliance to Agreement – Accepting all the conditions set forth in these bidding
documents by signing each page of the SBD i.e. ITB, GCC, SCC, Bid Data Sheet,
Addendums / Corrigendum (if any) and other mandatory Forms provision etc.
iii. Authorization: If Bidder is an agent, representative of the original manufacturer, an
authorization from the supplier or manufacturer stating "Bidder" as an Authorized
Agent must be provided in addition to any documentation required of the supplier or
manufacturer itself. Authorized Agent must be Sole Agent of the original
manufacturer in the Procuring Agency's country
iv. Authorized Dealer: If Bidder is a dealer, to the "Authorized Agent" of the original
manufacturer, an authorization of "Dealership" in the Procuring Agency's country must be
provided. If Bidder is a dealer / representative to original manufacturer, an Authorization
of "Dealership" in the Procuring Agency's country must be provided. Authorized Agent
issuing Dealership Authorization must be Sole Agent of the original manufacturer
and if bidder is Authorized "Dealer" must be Sole Dealer of the original
manufacturer in the Procuring Agency's country.
v. Registration of firm/company. Offers must include company documentation, including
documentation regarding the company’s legal status and registration under relevant law of
Khyber Pakhtunkhwa or Government of Pakistan.
vi. Tax Registration: Sales & Income Tax registration of the bidder is required as:
a In case a service, Goods, Equipment / items is subject to taxation under Khyber
Pakhtunkhwa Revenue Authority (KPRA), the bidder must be registered for GST with
Khyber Pakhtunkhwa Revenue Authority (KPRA).
b In case a service Good, Equipment / items is subject to taxation under FBR, then the
bidder must be registered for sales tax with FBR.
c In any of the above case bidder must be registered with FBR for Income Tax.
d Bidder must be active taxpayer and listed as an active taxpayer on the respective
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
websites of relevant taxation authorities.
vii. Bid Security. Offers must include required Bid Security of 2%. An Affidavit in this regard
shall be included with technical proposal without mentioning the amount of bid security. Bid
Security shall be submitted with the Financial bid and from the account of the bidder / firm.
viii. Price/Bid Validity Offers must meet required Price Validity of 120 Days from Bid
Opening date.
ix. Conflict of Interest & Pending litigation. All the bidders are required to declare
Conflict of Interest, if any along with bidding documents. Bidder will also submit an affidavit
stating that the bidder or firm has not been blacklisted by any of Provincial or Federal
Government Department, Agency, Organization or autonomous body or Private Sector
Organization anywhere in Pakistan an affidavit on judicial stamp will be required. Information
regarding if any ongoing litigation may also be furnished.
x. Company profile describing following capabilities with evidence:
a. Engineering
b. Managerial
c. Technical capabilities
d. Technical Staff List
e. Address and Focal Peron Name of Bidders Offices/Warehouses / Service Center(s), (if
any) within Khyber Pakhtunkhwa / Outreach.
xi. An Affidavit on stamp paper of Rs. 50/- submitting following clauses: that
a. Only genuine manufacturer’s warranty for replacement and not repair of the complete
equipment and parts shall be done during the warranty period.
b. That the bidder / firm will provide all durables, consumables, spares etc for each
equipment / item throughout the useful life & beyond useful life (if required).
c. That the firm is never blacklisted on any grounds whatsoever.
d. That the Bidder / Supplier / Firm is not undergoing any litigation with any Government,
Private organizations' or individual.
e. That the country of origin of equipment / item is mentioned clearly and correct along
with Brand / Manufacturer’s Name.
f. Standard Accessories as a part and parcel of the equipment / item are clearly mentioned
and provided.
g. That the Bidder will provide after sales services beyond the period of warranty, (if
required).
h. That bidder has submitted Bid Security amounting to 2% of the proposed bid inside
financial proposal for each Lot / Equipment.
i. That bidder has submitted Bid Security amounting to 2% of the proposed bid inside
financial proposal for each Lot / Equipment.
j. That the Bidder will only provide Fresh, New and Genuine Goods / Items
Technical proposals of only those Bidders/ firms which meets all the above-mentioned criteria will
qualify for Technical & Financial Evaluation. Each Bid / proposal will be evaluated individually for each
equipment / item to achieve maximum value for money by selecting Most Economically Advantageous
Bid. The Evaluation procedure will be conducted exclusively based on information provided in the
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
technical bids by the bidders. The Most Economically Advantageous Bid is the Bid that meets the
qualification criteria and has been determined to be:
a. Substantially responsive to the bidding document, and
b. Ranks 1st based on achieving highest combined Technical & Financial
Evaluation.
TECHNICAL EVALUATION METHODOLOGY
(WEIGHT=70)
Technical Evaluation will be conducted in Two phases (Phase-1 & Phase-II). Phase-I of
Technical Evaluation is related to Capabilities of supplier / bidder or firm along with
conformance of the proposed Goods/ items with the Specifications of Requirements for each
Goods /item provided in "Section-V Schedule of Requirements".
Separate Evaluation Criteria has been provided for each type of Lot of Goods/items required.
Following are the details of both phases of Technical Evaluation:
EVALUATION PHASE PERCENTAGE WEIGHTING
Technical Evaluation Weight 70%
a. Phase-1
i Equipment / item quality
ii Conformity with specifications
iii Performance & Functionality
iv Bidders Administrative
v Technical & Financial Capabilities.
vi Bidders Experience. vii Delivery Period.
viii Warranty Provisions
b. Phase-2
i Samples Evaluation
60%
40%
Total 100%
PHASE-1 (BID EVALUATION) (WEIGHT 60%) OF TECHNICAL EVALUATION
Includes Evaluation and comparison of Compliance & Conformity with Technical
requirements including but not limited to:
• Equipment / item quality
• Conformity with specifications
• Performance & Functionality
• Bidders Administrative
• Technical & Financial Capabilities.
• Bidders Experience.
• Delivery Period.
• Warranty Provisions.
All bids will be scored for each proposed equipment / item separately for Total 100 points.
Phase-1 carries 60% weight of Technical Evaluation. Scores will only be awarded based on
supporting evidence submitted by each bidder along with technical bids for the criteria defined
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
herein. Scores will only be awarded based on evidence submitted by each bidder for the
criteria defined herein along with Technical bids.
Weighted Score of Phase I will be calculated using below formula:
Phase-I Weighted Score = Tph1 X Weightage1
Where: Tph1 = Total Score Achieved by a bid in Phase-1 (Bid Evaluation)
Weightage1 = Weightage of Phase-1 of Technical Evaluation i.e 60%
QUALITY
a. Compliance/Conformity with requirements
By comparing proposed equipment / item with the specifications of requirements to
determine the degree to which the Goods, meet or exceed the quality & specifications
specified by procuring agency in the “Schedule of Requirements” and comparing
goods with similar equipment / items proposed by other bidders.
b. Product Performance and Productivity
Extent of Purpose, Performance, Capacity, or Functionality and features meets or exceeds
samples (furniture only) or the levels specified Section-V "Schedule of Requirements".
CAPACITY AND CAPABILITY
Financial Capabilities
a. Availability of signed / attested audit reports for the last consecutive three years along
with financial statements for the past three fiscal years.
b. Availability of or access to liquid assets, lines of credit, and other finances enough to meet
cash flow requirement which must be equivalent to Rs. 1,000,000/- (Rs. 1 Million).
Personnel Capabilities
Number of individuals currently employed as “Qualified Technician (Having only
Verifiable Professional Technical & Vocational Training Certificate), Diploma Engineer
having Verifiable Professional Diploma issued by a recognized Board or University and a
“Professional Engineer” having Verifiable Professional Degree in Engineering issued by a
recognized University (for LOT-2, 3 & 4). Bidder shall be able to provide a full-service
technicians list with at least 30% dedicated to items of (Lots-2, 3 & 4).
Bidder with highest number of Technical personnel will be awarded highest score.
EXPERIENCE
a. General Experience
List of product deliveries/services provided over the last 2 years with details, dates and
recipients (whether in the public or private domain) along with Performance Certificate
from the user mentioning "Excellent, Good and Satisfactory Performance" will be
submitted.
b. Specific Experience
Experience in the same business and having acquired contracts similar in scope and nature.
Performance certificate or Satisfactory Delivery receiving certificate shall be furnished.
For Performance certificate or Satisfactory Delivery receiving certificate shall be
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
furnished. For on-going contract, signed copy of the contract shall be provided details for
verification will be provided as an evidence.
Please Note: Procuring Agency will not award any score to all such bids wherein
as an evidence only Purchase Order is submitted, or no evidence as mentioned
herein is provided. The Certificate shall NOT be older than 03 years.
DELIVERY SCHEDULE
Specify frequency / number of deliveries each month a bidder / supplier can manage. All
months will be equivalent to 30 Days. Each bidder will specify his Capability to ensure
delivery of all the equipment / items / furniture before the time limit specified for each Lot.
(Please Note: Framework contract for LOT-I Office Stationery will only be made for
Peshawar). It does not include other parts of Khyber Pakhtunkhwa. All deliveries for
all Goods / items under All Lots will be made to Peshawar, except if specified
otherwise under the contract that will be signed with the bidder(s) who are awarded
contracts
SCOPE OF SERVICES
Bidders capability in terms of post award services which includes: Lot Nos. 2, 3, 4, 5 & 6
Food Testing & Sampling Equipment, IT Equipment, Generators, Split Air
Conditioners, Refrigerators, Stabilizers, other office equipment and Office
Furniture.
a. Warranty
As specified in the Evaluation Criteria for each LOT and Section-V "Schedule of
Requirements" under each lot.
b. Technical & After Sales Services
Evidence and capability of firm/Bidders/ manufacturer for technical support & after sales
service during & beyond warranty period. At least 3-part replacement or 05-Repair /
After Sale Service Certificate stating Excellent or Good from Semi Government /
Government Departments supplying similar goods will be submitted. Or
On-site Technical & After Sales Service: Evidence and Capability of firm / bidder
to provide 24/7 on-site Technical and After Sale Service. Personnel or service center
installation / Warehouses at various Divisional Headquarters of Khyber Pakhtunkhwa,
Divisional Headquarters of Khyber Pakhtunkhwa includes Peshawar, Kohat, DI
Khan, Bannu, Mardan, Mingora, Abbotabad
PHASE-II (SAMPLE EVALUATION) (WEIGHT 40%) OF TECHNICAL EVALUATION
Sample Evaluation Phase-II carries 40% weight of Technical Evaluation. Phase-II
Includes Sample evaluation of proposed Equipment / items. Each item/ equipment will be
compared with similar equipment / item and will be scored for meeting and exceeding
"Quality, Performance, Functionality & Aesthetic etc." requirements set for each item as
specified in Section-V Schedule of requirements of these Standard Bidding Documents
and General Sample Evaluation Criteria specified below under Performance & Quality
Standards.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Please Note: Samples provided by the bidders for Technical Evaluation must meet the
requirements and specifications set here in these bidding documents. Any sample not meeting the
requirement will be rejected and disqualified from the evaluation process.
SAMPLE EVALUATION (PERFORMANCE OF QUALITY STANDARDS)
Samples will be compared and evaluated based on Performance & Quality Standards specified
in these bidding documents and Technical characteristics submitted by the bidder or indicated
during Sample Evaluation on the manufacturers approved original documents. In addition,
following Quality Matrix will also be used to score each equipment item:
a. Performance Item / Equipment primary operating characteristics. For a Printer
performance would include traits like copies per minute, memory of copies, dual page
auto copying etc. Only the dimension of quality that are measurable attributes, and that
can usually be ranked objectively on individual aspects of performance will be taken
into consideration.
b. Features are dimension of quality that is often a secondary aspect of performance.
Features are the additional characteristics that of products and services, those
characteristics that supplement their basic functioning.
c. Conformance Dimension of quality to which item / equipment design and operating
characteristics meet established industrial standards. In addition, Goods / item
specifications will be compared and validated with Specifications provided in these
Standard Bidding Documents in Section-V Schedule of Requirements.
d. Durability A measure of product life, durability with both economic and technical
dimensions. Durability in terms of Technical Dimensions can be defined as the amount
of use one gets from a product before it deteriorates. Such as after so many hours of
use, the Generator requires Engine Replacement or needs to be retired. Durability in
terms of Economy can Only Manufacturer submitted warranty will be accepted
provided on manufacturers letter head.
e. Serviceability The minimum time required for bidder / supplier to repair or service
equipment / item. Frequency with which service calls can be answered on site.
Availability of service center / technical staff in number and locations of districts in
Khyber Pakhtunkhwa.
f. Aesthetics The equipment / item look, comfort, feel, touch is compared to equipment
/ item of same type and kind.
Bidder / Supplier will be responsible to quote or highlight any of the above quality dimension
for the item / equipment or Service. In the absence of any quality dimension highlighted by
bidder / supplier dimension quoted / noted by other supplier will be used for comparison.
Proposals of the bidders / firms achieving combined weighted score of minimum 70% score
for Phase-1 & Phase-II of Technical Evaluation will stand technically qualified and will
qualify for Financial Evaluation. The procuring agency is currently operating in
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
following districts: 1. Swat 2. Mardan 3. Peshawar 4. Kohat 5. Bannu 6. DI Khan 7.
Abbottabad.
The Procuring agency is in process of extending its offices to following districts
by mid of July 2020: 1. Khyber Agency 2. Hangu 3. Upper Dir 4. Nowshera 5. Charsadda
6. Lakki Marwat 7. Tank 8. Kurram Agency 9. Haripur 10. Mansehra 11. Lower Dir 12.
Malakand 13. Swabi 14. Buner 15. Malakand.
Weighted Score of Phase-II will be calculated using below formula:
𝑷𝒉𝒂𝒔𝒆 − 𝑰𝑰 𝑾𝒆𝒊𝒈𝒉𝒕𝒆𝒅 𝑺𝒄𝒐𝒓𝒆 = 𝑻𝒑𝒉𝟐 × 𝑾𝒆𝒊𝒈𝒉𝒕𝒂𝒈𝒆 𝑷𝒉𝒂𝒔𝒆 − 𝑰𝑰
Where:
Tph2 = Total Score Achieved by a bid in Phase-II (Sample
Evaluation)
Weightage2 = Weightage of Phase-1I of Technical Evaluation i.e 40%
Total Technical Evaluation Score will be calculated for each bid by Summing weighted Scores
achieved during Phase-I (Bid Evaluation) and Phase-II (Sample Evaluation) multiplied
by the weightage of Technical Evaluation i.e 70% using below formula:
𝑻𝒐𝒕𝒂𝒍 𝑻𝒆𝒄𝒉𝒏𝒊𝒄𝒂𝒍 𝑬𝒗𝒂𝒍𝒖𝒂𝒕𝒊𝒐𝒏 𝑺𝒄𝒐𝒓𝒆 = (𝑻𝒑𝒉𝟏 + 𝑻𝒑𝒉𝟐) × 𝑻𝒆𝒄𝒉𝒏𝒊𝒄𝒂𝒍 𝑾𝒆𝒊𝒈𝒉𝒕
Where:
wPh1 = Weighted Score Achieved by a bid in Phase-1 (Bid Evaluation)
wPh2 = Weighted Score Achieved by a bid in Phase-II (Sample Evaluation)
Weightage = Weightage of Technical Evaluation i.e. 70%.
Bids achieving minimum 70% or 49 points in Technical Evaluation will qualify for Financial
Evaluation
FINANCIAL CRITERIA / LIFE CYCLE COSTS
Life-cycle costs are the costs of the goods, or services through the duration of their useful
life. In broad terms, the life-cycle costs comprise all costs to the Procuring Agency relating to
the acquisition operational life and end of life i.e Investment, Operation, Maintenance, time
taken for resolution of issues, end of life disposal. The life-cycle costs can be either “one-off”
costs or “recurrent” costs.
“One-off costs” are those that are paid only once with the acquisition of the requirement
being procured, such as initial price, purchase and installation costs, initial training or disposal
costs. “Recurrent costs” are those that are paid throughout the life cycle of the
requirement being procured. They depend on its longevity recurrent costs include service
and maintenance charges, repairs, Re-agents and spare parts and energy consumption. Since
the operating and maintenance costs of the equipment / item being procured form a major
part of the life cycle cost of the equipment / item, these costs will be evaluated according to
the principles given hereafter, including the cost of spare parts for the initial period of
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
operation stated below and based on prices furnished by each Bidder in Price Schedule, as
well as on past experience. Each such cost must be mentioned separately for the period
mentioned as useful life.
Note: Template-LCC is provided in Section-VII for ease of understanding the same must be
used for provision of “Financial Proposal”.
Acquisition Cost: Acquisition cost is a one-time cost of purchase of equipment / item.
Bidders will provide the best possible acquisition cost in their bids. For Evaluation purposes
acquisition cost will be added to the following:
Cost of Spare Parts: Such costs are recurrent costs Bidders will provide a separate list of
all items and quantities of major components, and selected spare parts, its total cost and
number of times each component & spare part such as is likely to be replaced for smooth
operations over the useful life of each equipment / item.
Operating and Maintenance Costs: Such costs are recurrent costs. Since the operating
and maintenance costs of the goods under procurement form a major part of the life cycle
cost of the equipment / item, these costs will be evaluated in accordance with the criteria
specified in the Bid Data Sheet or in the Technical Specifications. Operating & Maintenance
costs includes planned maintenance service costs, in addition it also includes service costs for
unplanned maintenance in case of unanticipated malfunction of equipment / item, repair. In
case of Generators Liters Consumed in an Hour at Load of 25%, 50%, 75% and 100% for
Furniture Cost of polishing an item, cost of repairing part of an item etc.
Note: - Bidders are required to provide only the necessary costs required, as mentioned,
and provided by the manufacturer in writing in the original catalogue, service
documents, user manual etc. of each equipment / item.
Incidental Cost (if Any) Incidental costs are such costs that arise out of provision of
incidental services necessary and related to the proposed equipment / item / goods. those
services ancillary to the supply of the Goods, such as transportation and insurance, and any
other incidental services, such as installation, provision of technical assistance, training, and
other such obligations of the Supplier covered under the Contract.
Total Useful Life (in Years) Number of years each equipment / item is fully functional, for
evaluation purpose only useful life will be fixed at 6 years for all items / equipment.
a. Added Value (if any):
Added value is any savings or revenue generated through supplier / companies extended
benefits in terms of any “savings offered for trading used equipment / item for a new”,
“any savings offered as salvage value for equipment / item or in spares/parts” and
“consumables/re-agents etc.”
a. Product replacement/ Upgrade Savings (if Any):
Such savings that may be offered to replace the product after warranty period or if the
procuring agency requires to upgrade the product with an advanced or new model
offered or upgradation of existing product to advanced and latest model by the
manufacturer or an upgraded version with advanced or new additional features of the
same model.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Description Price Yield Page cost
Toner
Maintenance Kit
Total Cost (PKR)
Note: To avoid future confusions on costs and prices bidders are required to provide
only manufacturer approved costs and the same must also be converted into the
currency of the procuring agency’s country.
Please Note: Number of years of useful life will not add any score to the combined
score of a bidder rather it’s the confidence of the bidder on his proposed quality &
durability of equipment / item in form of commitment with Procuring Agency to
provide all necessary services and support for the equipment / item.
SCORING AND WEIGHTING CRITERIA
The Technical Evaluation Committee will evaluate and score bids to in accordance with the
quality of Technical Proposal in terms of:
Extent that bidder / firm meets the criteria set for award of contract.
Extent that the bidder proposed equipment / item specifications meets or exceeds the
Specifications set herein these Standard Bidding Documents for the same item.
Extent that the bidder proposed equipment / item Sample meets or exceeds the level
or Quality Dimensions set in this Standard Bidding Documents (SBD) and Quality
Dimensions of the relevant industry.
Extent that proposed equipment / item exceeds the Performance & Productivity
measures set under specifications of requirements.
Extent that bidder proposed equipment / item exceeds the level of Capacity, or
Functionality features specified under specifications of requirements.
Extent that samples provided meets or exceeds the Level of Specifications of
requirements set in this SBD and Performance & Technical specifications provided /
proposed by bidder / firm in its bid.
Extent that bidder / firm meets or exceeds the level “Capacity & Capability,
Experience, Delivery Schedule, Scope of Services” requirements set the criteria
set in this SBD.
Extent that bidder / firm "Meets or Exceeds" the criteria set in this SBD.
a. Technical Evaluation Committee will score Bids on Item to item basis using weighted
evaluation scoring. Weights for each criterion has been determined by their level of
importance and provided in these bidding documents.
b. Scores for each individual criterion for each item will be applied to each of the additional
criteria and are multiplied by the weight factor to arrive at the final score.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
c. The total Technical score for the Bids for each item will be determined through this
method and will be added to has been the basis for ranking Bids. The Evaluation
Committee will calculate the final scores using following methodology:
Rated-Type Criteria, And Sub-Criteria as appropriate, are prioritized, assigned merit
points, and weighted according to their relative importance in meeting the requirements.
During the evaluation process, the evaluation committee will evaluate each proposal for each
equipment / item on a rated point scale of 0 to 5 where “0” is Non-Compliant / or below
requirements and “5” “Exceptional or Exceeds requirements”,
The rated points / scores will be applied to each criterion, weighted result will be calculated
by multiplying the score by the weighting factor of the individual criterion.
For each bid the sum of weighted score of each criterion will be calculated which will
represent 70% Score for Technical Evaluation, the bids will be scored against criteria which
Weighting Totals to (100).
Rated Score achieved by a bid for each evaluation criteria "Ph1 & Ph2" will be Divided by
Max Available Score and Multiplied with the allocated Weightage of the same Criteria/
Category to form the weighted score of each criterion. Using formula/ calculation
methodology provided below.
𝑪𝒓𝒊𝒕𝒆𝒓𝒊𝒂 𝑾𝒆𝒊𝒈𝒉𝒕𝒆𝒅 𝑺𝒄𝒐𝒓𝒆 = (𝑺𝒖𝒎 𝒐𝒇 𝑷𝒐𝒊𝒏𝒕𝒔 𝑨𝒘𝒂𝒓𝒅𝒆𝒅
𝑴𝒂𝒙 𝑨𝒗𝒂𝒊𝒍𝒂𝒃𝒍𝒆 𝑷𝒐𝒊𝒏𝒕𝒔) × 𝑪𝒓𝒊𝒕𝒆𝒓𝒊𝒂 𝑾𝒆𝒊𝒈𝒉𝒕
CRITERIA CATEGORY BID-A BID-B BID-C BID-D MAX POINTS
Criteria-1 (20)
Sub criteria A
(10)
Sub criteria B
(10)
5/5*10=10
1/5*10=2
4/5*10=8
0/5*10=0
3/5*10=6
5/5*10=10
2/5*10=4
5/5*10=10 5
Criteria-2 (20)
Sub criteria (20)
1/5*20=4
2/5*20=8
3/5*20=12
4/5*20=16 5
Criteria-3 (30)
Sub criteria A
(12)
Sub criteria B (8)
Sub criteria C
(10)
2/5*12=4.8
3/5*8=4.8
2/5*10=4
3/5*12=7.2
5/5*8=8
3/5*10=6
4/5*12=9.6
2/5*8=3.2
4/5*10=8
5/5*12=12
1/5*8=1.6
5/5*10=10 5
Criteria-4 (30) 24 18 24 30 5
Technical
Score
53.6 55.2 72.8 83.6
RATED SCORE AND ASSESSMENT CRITERIA
Rated Score will be awarded on the following general parameters taken as a whole:
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Assessment Definition Points
Excellent
Exceeds the quality, specifications, performance, productivity
& functionality requirements with additional benefits.
Exceptional demonstration by the supplier of the relevant
ability, understanding, experience, service delivery, resource
& quality measures required to provide the equipment / item.
Response identifies factors that will offer potential added
value, with evidence to support and complete in all manner.
5
Good
Meets the quality, specifications, performance, productivity &
functionality requirements with minor additional benefit.
Good demonstration by the supplier of the relevant ability,
understanding, experience, service delivery, resource &
quality measures required to provide the equipment / item.
Response identifies factors that will offer potential added
value, with evidence to support and complete in all manner.
4
Acceptable
Satisfies the requirement. Demonstration by the Supplier of
the relevant ability, understanding, experience, skills, resource
& quality measures required to provide the supplies / services,
with evidence to support the response.
3
Inadequate
Satisfies the requirement with minor reservations. Some
minor reservations of the Supplier’s relevant ability,
understanding, experience, skills, resource & quality measures
required to provide the supplies / services, with little or no
evidence to support the response.
2
Not
Acceptable
Satisfies the requirement with major reservations.
Considerable reservations of the supplier’s relevant ability,
understanding, experience, skills, resource & quality measures
required to provide the supplies / services, with little or no
evidence to support the response.
1
Nil or No
Response
Does not meet the requirement. Does not comply and/or
insufficient information provided to demonstrate that the
Supplier has the ability, understanding, experience, skills,
resource & quality measures required to provide the supplies
/ services, with little or no evidence to support the response.
0
The score for each feature within a criteria/ category will be combined with the scores of
features in the same category as a sum to form the Criteria/ Category Technical Score.
The Scores of all the Criteria/ Category will be combined as a Sum to form the Total Technical
Score of a bid for each Good/ item proposed
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
TECHNICAL EVALUATION CRITERIA
No chance will be provided for re-submission of secondary documentation. The bidders must
carefully read the instructions. Non-compliance to the stated instructions may lead to their technical disqualification. Separate Technical
Evaluation Criteria has been specified below for each Lot.
No chance will be provided for re-submission of secondary documentation. The BIDDERS must carefully read the instructions. Non-compliance
to the stated instructions may lead to their technical disqualification
EVALUATION CRITERIA LOT-1 (OFFICE STATIONERY & OFFICIAL PRINTED MATERIAL
SNO
CATEGORY
WEIGHT CRITERIA FOR SCORE SCORES
1 Compliance/Conformity with
requirements 10
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
2
Delivery period in "Days" for supply of
Goods/ Items/ Printed Material from
the Day each Purchase Order is issued
during framework term
10
a. Delivery within 5 working Days. 5
4
c. Delivery within 14 working Days. 3
3 Sample Evaluation 40
a. Goods/ Items/ Printing Quality is Outstanding. 5
b. Goods/ Items/ Printing Quality is Excellent. 4
c. Goods/ Items/ Printing Quality is Good. 3
4 Financial Capabilities 10
a. Audit reports of last consecutive 3 years showing
Good financial position of bidder’s firm / company
submitted. 5
b. Last sales tax paid Form 4
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-1 (OFFICE STATIONERY & OFFICIAL PRINTED MATERIAL
SNO
CATEGORY
WEIGHT CRITERIA FOR SCORE SCORES
c. Bank Statement for Last Two (02) years Showing
good financial position showing minimum
transactions of 02 (Two) million or above. 3
5 Printing Press 10
a. Bidder owns and has an established printing press
within Peshawar. 5
b. Bidder has a partnership and established printing
press within Peshawar. 4
c. Bidder has Proprietary and established printing
press within Peshawar. 3
6 Bidder’s / firms Experience 10
a. 03 certificates submitted clearly mentioning
Excellent / Very Good Performance”. 5
b. 02 certificates submitted clearly mentioning
Excellent / Very Good Performance”. 4
c. 01 certificate certificates submitted clearly
mentioning Excellent / Very Good Performance”. 3
7 Established Warehouse within
Peshawar 10
b. Established Business place without warehouse in
Peshawar. 4
c. Established Business Place and Warehouse in 100
KM from Peshawar 3
Total 100
Please Note: A valid & Registered partnership agreement will be required as an evidence to award points to a bidder for Criteria No.
(5) “Printing Press”.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-2 Food Testing & Sampling Equipment
Sno CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
1 Quality 32
i Compliance/Conformity with
requirements 8
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
ii Product Performance &
Productivity 8
a 100% compliance with additional benefits 5
b 100% compliance no additional benefits. 4
c 90% compliance. 3
2 Sample Evaluation 35
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
3 Bidders Capacity &
Capability 10
a Financial Capabilities 3
a. Audit reports of last consecutive 3 years showing
Good financial position of bidder’s firm / company
submitted.
5
b. Last sales tax paid Form 4
c. Bank Statement for Last Two (02) years Showing
good financial position showing minimum
transactions of 02 (Two) million or above.
3
b
Quality Assurance by
company/bidder 5
a. Approved Internal Quality Control and Assurance
Procedures in place & functional along with regular
external quality & standards control monitoring
5
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-2 Food Testing & Sampling Equipment
Sno CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
conducted. Evidence of External & Internal Quality
Control tests conducted before delivery to
procuring agency.
b. Approved Internal Quality Control and Assurance
Procedures in place & functional occasional external
quality & standards control monitoring conducted.
Evidence of Quality Control tests conducted before
delivery to procuring agency submitted.
4
c. Approved Internal Quality Control and Assurance
Procedures in place & functional. Quality Control
tests conducted before delivery to procuring agency
submitted.
3
c Personnel Capabilities 2
a. One Engineer with more than 5 years of
experience as a manager based at the location of
Procuring Agency.
5
One Diploma Engineer with 3 years of experience
based at Procuring Agency’s location. 4
c. One Technician with 3 years of minimum
experience based at Procuring Agency’s location.
Signed copy by HR Head submitted.
3
iv Bidder’s / firms Experience 6
a. 03 certificates submitted clearly mentioning
Excellent / very good performance”. 5
b. 02 certificates submitted clearly mentioning
Excellent / very good performance”. 4
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-2 Food Testing & Sampling Equipment
Sno CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
c. 01 certificate certificates submitted clearly
mentioning Excellent / very good performance”. 3
v Delivery Schedule 10
a. Delivery date confirmed within 08 days from
award of contract. 5
b. Delivery date confirmed within 15 days from
award of contract 4
c. Delivery date confirmed within 25 days from
award of contract. 3
vi Scope of Services 17 a. 01 year international, 02 years local warranty for
replacement provided. 4
a Warranty 6
b. 01 year international, 01-year local warranty for
replacement provided. 3
Please Note: Max score of 05 will be awarded to firm
/ bidder providing 01 year international, 03 years
local warranty for replacement.
b Technical Support & After
Sales Services 6
a. 3-part replacement or 05-Repair / After Sale
Service Certificate stating Excellent or Good from
Semi Government / Government Departments
supplying similar goods will be submitted.
5
b. 2-part replacement or 03-Repair / After Sale
Service Certificate stating Excellent or Good from
Semi Government / Government Departments
supplying similar goods will be submitted
4
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-2 Food Testing & Sampling Equipment
Sno CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
c. 01-part replacement or 01-Repair / After Sale
Service Certificate stating Excellent or Good from
Semi Government / Government Departments
supplying similar goods will be submitted.
3
c Established Office / Service
Center 5
a. Established office & Service Center within
Peshawar with 24/7 after sales service facility. 5
b. Established office within 150 KM from the
procuring agency’s location with 24/5 after sales
service facility.
4
c. Established office within 300 KM from the
procuring agency’s location with 24/7 after sales
service facility.
3
Total Weight: Criteria (i + ii + iii
+ iv + v + vi) = 100
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-3 (GENERATORS)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
1 Compliance/Conformity with
requirements 10
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
2 Warranty 10
a. One Year or 600 hours for replacement of parts
provided. 5
b. One Year or 500 hours for replacement of parts
provided. 4
3 Sample Evaluation 40
a. Goods/ Items/ Printing Quality is Outstanding. 5
b. Goods/ Items/ Printing Quality is Excellent. 4
c. Goods/ Items/ Printing Quality is Good. 3
4 Financial Capabilities 10
Audit reports of last consecutive 3 years showing
Good financial position of bidder’s firm / company
submitted.
5
b. Last sales tax paid Form 4
c. Bank Statement for Last Two (02) years Showing
good financial position showing minimum transactions
of 02 (Two) million or above. 3
5 After Sale Service 10
a. Established Office within Peshawar district with
24/7 after sale service facility. 5
b. Established office within 150 KM from the procuring
agency’s location with 24/5 after sales service facility. 4
c. Established office within 300 KM from the procuring
agency’s location with 24/7 after sales service facility. 3
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-3 (GENERATORS)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
6 Bidder’s / firms Experience 10
a. 03 certificates submitted clearly mentioning
Excellent / very good performance”. 5
b. 02 certificates submitted clearly mentioning
Excellent / very good performance
c. certificates submitted clearly mentioning Excellent /
very good performance
7 Delivery Schedule 10
Delivery date confirmed within 15 days from award of
contract.
Delivery date confirmed within 25 days from award of
contract
Delivery date confirmed within 35 days from award of
contract
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-4 (IT EQUIPMENT, CCTV CAMERAS & DVR AND OFFICE EQUIPMENT & APPLIANCES)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
1 Compliance/Conformity with
requirements 10
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
2 Warranty 10
a. One-year Local Warranty for replacement of pa
provided as per requirements specified. 5
b. One-year International Warranty for
replacement parts provided as per requirements
specified.
4
3 Sample Evaluation 40
a. Goods/ Items/ Quality is as per specifications w
additional benefits. 5
b. Goods/ Items/ Quality is as per specifications w
some additional benefits. 4
c. Goods/ Items/ Quality is as per specifications with
no additional benefits. 3
4 Financial Capabilities 10
a. Audit reports of last consecutive 3 years showing
Good financial position of bidder’s firm / company
submitted
5
b. Last sales tax paid Form 4
c. Bank Statement for Last Two (02) years Showing
good financial position showing minimum
transactions of (Two) million or above.
3
5 After Sale Service 10
a. Established Office within Peshawar district with 2
telephone support after sale service facility. 5
b. Established office within Khyber Pakhtunkhwa w
24/7 telephone support after sale service facility. 4
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-4 (IT EQUIPMENT, CCTV CAMERAS & DVR AND OFFICE EQUIPMENT & APPLIANCES)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
c. Established office within Khyber Pakhtunkhwa w
24/7 telephone support after sale service facility. 3
6 Bidder’s / firms Experience 10 03 certificates submitted clearly mentioning
Excellent / very good performance”.
02 certificates submitted clearly mentioning
Excellent / very good performance”.
01 certificate certificates submitted clearly
mentioning Excellent / very good performance”.
7 Delivery Schedule 10 a. Delivery date confirmed within 15 days from
award of contract.
b. Delivery date confirmed within 25 days from
award of contract
c. Delivery date confirmed within 35 days from
award of contract.
Total 100
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-5 (OFFICE FURNITURE)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
1 Compliance/Conformity with
requirements 10
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
2 Warranty 10
a. Anti-Termite Warranty for One year provided as per
requirements specified. 5
b. Anti-Termite Warranty for 06 months provided. 4
3 Sample Evaluation 40
a. Goods/ Items/ Quality is as per specifications with
additional benefits. 5
b. Goods/ Items/ Quality is as per specifications with
some additional benefits. 4
c. Goods/ Items/ Quality is as per specifications with no
additional benefits 3
4 Financial Capabilities 10
a. Audit reports of last consecutive 3 years showing Go
financial position of bidder’s firm / company submit 5
b. Last sales tax paid Form 4
c. Bank Statement for Last Two (02) years Showing go
good financial position showing minimum transactions
of 02 (Two) million or above.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-5 (OFFICE FURNITURE)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
5 After Sale Service 10
a. Established Office within Peshawar district with 24/7
telephone support & after sale service facility. 5
b. Established office within Peshawar with 24/5
telephone support & after sale service facility. 4
c. Established office within Khyber Pakhtunkhwa with
24/7 telephone support & after sale service facility. 3
6 Bidder’s / firms Experience 10 03 certificates submitted clearly mentioning Excellent /
very good performance”.
02 certificates submitted clearly mentioning Excellent /
very good performance”.
01 certificate certificates submitted clearly mentioning
Excellent / very good performance”.
7 Delivery Schedule 10 a. Delivery date confirmed within 15 days from award
of contract.
b. Delivery date confirmed within 25 days from award
of contract
c. Delivery date confirmed within 35 days from award
of contract.
Total 100
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-6 (Vehicle Tyres)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
1 Compliance/Conformity with
requirements 10
a. 100% compliance with additional benefits 5
b. 100% compliance no additional benefits. 4
c. 90% compliance. 3
2 Manufacturing Date 10
a. Tyres Manufacturing date is less than 03 months
from date of the purchase order. 5
b. Tyres Manufacturing date should be less than 06
months from date of the purchase order. 4
c. Tyres Manufacturing date should be less than 08
months from date of the purchase order.
3 Sample Evaluation 40
a. Goods/ Items/ Quality is as per specifications with
additional benefits. 5
b. Goods/ Items/ Quality is as per specifications with
some additional benefits. 4
c. Goods/ Items/ Quality is as per specifications with
no additional benefits 3
4 Financial Capabilities 10
a. Audit reports of last consecutive 3 years showing
Go financial position of bidder’s firm / company
submit
5
b. Last sales tax paid Form 4
c. Bank Statement for Last Two (02) years Showing
go good financial position showing minimum
transactions of 02 (Two) million or above.
5 After Sale Service 10 a. Established Mechanical Workshop (wheel
balancing & Alignment) within Peshawar district 5
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EVALUATION CRITERIA LOT-6 (Vehicle Tyres)
SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES
with 24/7 telephone support & after sale service
facility.
b. Established Mechanical Workshop (wheel
balancing & Alignment) within Peshawar district
with 24/7 telephone support & after sale service
facility.
4
c. Established Mechanical Workshop (wheel
balancing & Alignment) after sale service facility
within Peshawar district with no telephone support.
3
6 Bidder’s / firms Experience 10 03 certificates submitted clearly mentioning
Excellent / very good performance”.
02 certificates submitted clearly mentioning
Excellent / very good performance”.
01 certificate certificates submitted clearly
mentioning Excellent / very good performance”.
7 Delivery Schedule 10 a. Delivery date confirmed within 07 days from the
date of the Purchase order.
b. Delivery date confirmed within 14 days from the
date of the Purchase Order.
c. Delivery date confirmed within 20 days from the
date of the purchase order.
Total 100
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
EXAMPLE SCORING METHODOLOGY OF RATED TYPE CRITERIA
The example below shows how the weighted scores are calculated for each criterion and sub-criterion, the weighing of the intermediate scores,
and application of the weighing factor for mandatory rated criteria. Each Bidder is scored on the scale specified above for each Criteria and Sub
Criteria where applicable. For example. For the Category 1 evaluation criteria “Quality – 32%”, the scoring methodology is as follows:
Technical Criteria Criteria
Weight
Sub Criteria
Weight
Score
(out of
Max = 5)
% Score Sub Criteria
Weighted Score
Criteria
Weighted
Score
D E F G H I
i Quality 32% (8 + 6 + 8 + 8)
= 30
A Product Quality 25% 5 5/5 = 100%
(100 x 25 x 32) x 100
= 8
B
Compliance/Conformity
with requirements 25% 4 4/5 = 80%
(80 x 25 x 32) x 100=
6
C
Product Performance &
Productivity 25% 5 5/5 = 100%
(100 x 25 x 32) x 100
= 8
D
Equipment / item local
Standard, Quality,
Calibration and Accuracy
of Results Certifications
25% 5 5/5 = 100% (100 x 25 x 32) x 100
= 8
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
FINANCIAL CRITERIA / LIFE CYCLE COSTS
Financial / Cost evaluation will be done on details provided for each equipment / item
separately by bidder / firm using below Template. Before All the costs i.e “Bid/Acquisition
and Maintenance / Operation” are added, Each “Maintenance / Operation cost” will be the
number of years of useful life provided and sum of such cost will be added to
“Bid/Acquisition Cost”. Total Cost of Ownership or the cost Procuring Agency will have
to incur for each equipment / item in order to get best and accurate results.
Costs will be calculated as follows:
1. Total Costs =
(Maintenance Cost (Service + Spare parts + Consumables (1+2+3), Upgrade &
Calibration) x Number of years (useful life)) + Bid Cost (Purchase + Accessories +
Delivery)
2. Total Cost of Ownership / Life Cycle Cost =
Total Cost – Savings
Example Calculation:
Bid Cost = 150, Maintenance / Operation Cost = 50, Savings = 40, Useful life (years) = 5
Maintenance Cost = 50 x 5 = 250
Total Cost = 150 + 250 = 400
Total Cost of Ownership / Life Cycle Cost = 400 – 40 = 360
Applying Life Cycle Costing and Combined Scores. Once each Proposal cost has been
calculated it is scored using the following calculation:
= Lowest Evaluated Bid Cost ÷ Evaluated Bid Cost x Cost/Financial weight
Example Calculation
Evaluated Bid Cost = 360
Lowest Evaluated Bid Cost = 300
Weight = 30%
Score = 300 ÷ 360 x 30% = 25
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-IV GENERAL CONDITIONS OF CONTRACT
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No Title
1 Definitions
2 Contract Documents
3 Fraud and Corruption
4 Interpretation
5 Language
6 Joint Venture
7 Eligibility
8 Notices
9 Governing Law
10 Settlement of Disputes
11 Scope of Supply
12 Delivery
13 Supplier’s Responsibilities
14 Procuring Agency's Responsibilities
15 Contract Price
16 Terms of Payment
18 Performance Security
19 Copyright
20 Confidential Information
21 Subcontracting
22 Specifications and Standards
23 Packing and Documents
24 Insurance
25 Transportation
26 Inspections and Tests
27 Liquidated Damages
28 Warranty
29 Patent Indemnity
30 Limitation of Liability
31 Change in Laws and Regulations
32 Force Majeure
33 Change Orders and Contract Amendments
34 Extensions of Time
35 Termination
36 Assignment
37 Respectful Work Environment
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
GENERAL CONDITIONS OF THE CONTRACT
No GCC Title Description
1 Definitions The following words and expressions will have the meanings hereby
assigned to them:
a. "Contract" means the Agreement entered between the
Procuring Agency and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendixes, and all documents incorporated by
reference therein.
b. "Contract Documents” means the documents listed in the
Agreement, including any amendments thereto.
c. "Contract Price" means the price payable to the Supplier as
specified in the Agreement, subject to such additions and
adjustments thereto or deductions therefrom, as may be made
pursuant to the Contract.
d. "Delivery means" the transfer of the Goods from the Supplier
to the Procuring Agency in accordance with the terms and
conditions set forth in the Contract.
e. "Completion” means the fulfillment of the Related Services by
the Supplier in accordance with the terms and conditions set
forth in the Contract.
f. "Eligible Countries” means the countries and territories
eligible as listed in Section 5.
g. "GCC” means the General Conditions of Contract.
h. "Goods” means all of the commodities, raw material, machin-
ery and equipment, and/or other materials that the Supplier is
required to supply to the Procuring Agency under the
Contract.
i. "Procuring Agency's Country” is the country specified in
the Special Conditions of Contract (SCC).
j. "Procuring Agency” means the entity purchasing the Goods
and Related Services, as specified in the SCC.
k. "Related Services” means the services incidental to the supply of
the goods, such as insurance, installation, training and initial
maintenance and other similar obligations of the Supplier under
the Contract.
l. "SCC” means the Special Conditions of Contract.
m. "Subcontractor” means any natural person, private or
government entity, or a combination of the above, including its
legal successors or permitted assigns, to whom any part of the
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
Goods to be supplied or execution of any part of the Related
Services is subcontracted by the Supplier.
n. "Supplier” means the natural person, private or government
entity, or a combination of the above, whose bid to perform the
Contract has been accepted by the Procuring Agency and is
named as such in the Agreement and includes the legal
successors or permitted assigns of the Supplier.
o. "Procuring Agency” is the Khyber Pakhtunkhwa Food
Safety & Halaal Food Authority.
p. "Regional Office” where applicable, means the places of
delivery named in these bidding documents where Procuring
Agency has offices apart from Directorate General at
Peshawar.
2 Contract
Documents 2.1 Subject to the order of precedence set forth in the Agreement,
all documents forming the Contract (and all parts thereof) are
intended to be correlative, complementary, and mutually
explanatory.
3 Fraud and
Corruption
3.1 The Procuring Agency in pursuance to Khyber Pakhtunkhwa
Public Procurement Laws, Acts and other Laws of
Government of Pakistan and Khyber Pakhtunkhwa
requires that, Supplier / Bidder / contractors and their agents,
Service providers or Suppliers, and any personnel thereof,
observe the highest standard of ethics during the procurement
and execution of contracts financed through Public Funds; and
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) "Corrupt Practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) "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;
(iii) "Coercive Practice” means impairing or harming, or
threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the
actions of a party;
(iv) "Collusive Practice” means an arrangement between two
or more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
(v) "abuse” means theft, waste, or improper use of assets related
to Procuring Agency related activity, either committed
intentionally or through reckless disregard;
(vi) "Conflict Of Interest” means any situation in which a party
has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations;
(vii) "Obstructive Practice” means (a) deliberately destroying,
falsifying, altering, or concealing of evidence material to
Procuring Agency investigation, or deliberately making false
statements to investigators, with the intent to impede
Procuring investigation; (b) threatening, harassing, or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to a Bank investigation or from
pursuing the investigation; or (c) deliberate acts intended to
impede the exercise of Procuring Agency contractual rights
of audit or inspection or access to information; and
(viii) "Integrity Violation" is any act, as defined under Procuring
Agency Integrity Principles and Guidelines (2015, as amended
from time to time), which violates Procuring Agency
Anticorruption Policy, including (i) to (vii) above and the
following: violations of Procuring Agency sanctions, retaliation
against whistleblowers or witnesses, and other violations of
Procuring Agency Anticorruption Policy, including failure to
adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the
Bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in
competing for the Contract;
(c) will cancel the portion of the financing allocated to a
contract if it determines at any time that representatives of
the borrower or of a beneficiary of Procuring Agency-
financing engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices or other integrity violations during
the procurement or the execution of that contract, without
the borrower having taken timely and appropriate action
satisfactory to Procuring Agency to remedy the situation;
(d) will impose remedial actions on a firm or an individual, at
any time, in accordance with Procuring Agency
Anticorruption Policy and Integrity Principles and
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
Guidelines, including declaring ineligible, either indefinitely
or for a stated period of time, to participate in Procuring
Agency-financed, -administered, or -supported activities or
to benefit from an Procuring Agency-financed, -
administered, or -supported contract, financially or
otherwise, if it at any time determines that the firm or
individual has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations; and
3.2 All Bidders, consultants, contractors, suppliers and other third
parties engaged or involved in Procuring Agency-related
activities have a duty to cooperate fully in any screening or
investigation when requested by Procuring Agency to do so.
Such cooperation includes, but is not limited to, the following:
1. being available to be interviewed and replying fully and
truthfully to all questions asked;
2. providing Procuring Agency with any items requested
that are within the party’s control including, but not
limited to, documents and other physical objects;
3. upon written request by Procuring Agency, authorizing
other related entities to release directly to Procuring
Agency such information that is specifically and materially
related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
4. cooperating with all reasonable requests to search or
physically inspect their person and/or work areas,
including files, electronic databases, and personal
property used on Procuring Agency activities, or that
utilizes Procuring Agency Information and
Communications Technology (ICT) resources or
systems (including mobile phones, personal electronic
devices, and electronic storage devices such as external
disk drives);
5. cooperating in any testing requested by Procuring
Agency, including but not limited to, fingerprint
identification, handwriting analysis, and physical
examination and analysis; and
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
6. preserving and protecting confidentiality of all
information discussed with, and as required by, Procuring
Agency.
3.2 All Bidders, consultants, contractors and suppliers will ensure
that, in its contract with its sub-consultants, Subcontractors and
other third parties engaged or involved in Procuring Agency
related activities, such sub-consultants, Subcontractors and
other third parties similarly undertake the foregoing duty to
cooperate fully in any screening or investigation when requested
by Procuring Agency to do so.
3.3 The Supplier will permit Procuring Agency to inspect the
Supplier’s accounts and records relating to the performance of
the Supplier and to have them audited by auditors appointed by
Procuring Agency, if so required by Procuring Agency.
Please Note: Sub Contracts are not allowed under this bidding. The
above clauses only cover the scenario wherein it is not avoidable to
sub contract by supplier. For any such Sub Contracts prior written
intimation will be sent to Procuring Agency and written approval will
be sought by the supplier from the Procuring Agency.
4 Interpretati
on
4.1 If the context so requires it, singular means plural and vice
versa.
4.2 Entire Agreement
the Contract constitutes the entire agreement between the
Procuring Agency and the Supplier and supersedes all
communications, negotiations, and agreements (whether
written or oral) of parties with respect thereto made prior to
the date of Contract.
4.3 Amendment
No amendment or other variation of the Contract will be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.4 Nonwaiver
(a) Subject to GCC Subclause 4.4(b) below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other will
prejudice, affect, or restrict the rights of that party under
the Contract, neither will any waiver by either party of any
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
breach of Contract operate as waiver of any subsequent
or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which
it is being waived.
4.5 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity,
or unenforceability will not affect the validity or enforceability
of any other provisions and conditions of the Contract.
5 Language 5.1 The Contract as well as all correspondence and documents
relating to the Contract exchanged by the Supplier and the
Procuring Agency, will be written in the language specified in
the SCC. Supporting documents and printed literature that are
part of the Contract may be in another language provided they
are accompanied by an accurate translation of the relevant
passages in the language specified in the SCC, in which case, for
purposes of interpretation of the Contract, this translation will
govern.
5.2 The Supplier will bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
6 Joint
Venture 6.1 If the Supplier is a Joint Venture all the parties will be jointly
and severally liable to the Procuring Agency for the
fulfillment of the provisions of the Contract and will designate
one party to act as a leader with authority to bind the Joint
Venture. The composition or the constitution of the Joint
Venture will not be altered without the prior consent of the
Procuring Agency.
7 Eligibility 7.1 The Supplier and its Subcontractors will have the nationality of
an eligible country. A Supplier or Subcontractor will be deemed
to have the nationality of a country if it is a citizen or
constituted, incorporated, or registered, and operates in
conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the
Contract and financed by Procuring Agency will have their
origin in Eligible Countries. For this clause, "country of origin”
means the country where the goods have been grown, mined,
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially
recognized article results that differs substantially in its basic
characteristics from its imported components.
8 Notices 8.1 Any Notice given by one party to the other pursuant to the
Contract will be in writing to the address specified in the SCC.
The term "in writing” means communicated in written form
with proof of receipt.
8.2 A Notice will be effective when delivered or on the Notice’s
effective date, whichever is later.
9 Governing
Law 9.1 The Contract will be governed by and interpreted in accordance
with the laws of the Procuring's country, unless otherwise
specified in the SCC.
10 Settlement
of Disputes 10.1 The Procuring Agency and the Supplier will make every
effort to resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If the parties fail to resolve such a dispute or difference by
mutual consultation within 28 days from the commencement of
such consultation, either party may require that the dispute be
referred for resolution to the formal mechanisms specified in
the SCC.
11 Scope of
Supply
11.1 Subject to the SCC, the Goods and Related Services to be
supplied will be as specified in Section-V (Schedule of
Requirements).
11.2 Unless otherwise stipulated in the Contract, the Scope of
Supply will include all such items not specifically mentioned in
the Contract but that can be reasonably inferred from the
Contract as being required for attaining Delivery and
Completion of the Goods and Related Services as if such items
were expressly mentioned in the Contract.
12 Delivery 12.1 Subject to GCC Subclause 33.1, the Delivery of the Goods and
Completion of the Related Services will be in accordance with
the Delivery and Completion Schedule specified in the Section-
V (Schedule of Requirements). The details of shipping and other
documents to be furnished by the Supplier are specified in the
SCC.
13 Supplier’s
Responsibili
ties
13.1 The Supplier will supply all the Goods and Related Services
included in the Scope of Supply in accordance with GCC Clause
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
11, and the Delivery and Completion Schedule, as per GCC
Clause 12.
14 Procuring's
Responsibili
ties
14.1 Whenever the supply of Goods and Related Services requires
that the Supplier obtain permits, approvals, and import and
other licenses from local public authorities, the Procuring
Agency will, if so required by the Supplier, make its best effort
to assist the Supplier in complying with such requirements in a
timely and expeditious manner.
14.2 The Procuring Agency will pay all costs involved in the
performance of its responsibilities, in accordance with GCC
Subclause 14.1.
15 Contract
Price
15.1 The Contract Price will be as specified in the Agreement
subject to any additions and adjustments thereto, or deductions
therefrom, as may be made pursuant to the Contract.
15.2 Prices charged by the Supplier for the Goods delivered and the
Related Services performed under the Contract will not vary
from the prices quoted by the Supplier in its bid, except for any
price adjustments authorized in the SCC.
16 Terms of
Payment 16.1 The Contract Price will be paid as specified in the SCC.
16.2 The Supplier’s request for payment will be made to the
Procuring Agency in writing, accompanied by invoices
describing, as appropriate, the Goods delivered, and Related
Services performed, and by the documents submitted pursuant
to GCC Clause 12 and upon fulfillment of all the obligations
stipulated in the Contract.
16.3 Payments will be made promptly by the Procuring Agency,
no later than 60 working days after submission of an invoice or
request for payment by the Supplier, and the Procuring
Agency has accepted it. Subject to conditions specified in the
SCC.
16.4 The currency or currencies in which payments will be made to
the Supplier under this Contract will be specified in the SCC.
17 Taxes and
Duties
For goods supplied from outside the Procuring Agency's country, the
Supplier will be entirely responsible for all taxes, stamp duties, license fees,
and other such levies imposed outside the Procuring Agency's country.
17.1 For goods supplied from within the Procuring Agency's
country, the Supplier will be entirely responsible for all taxes,
duties, license fees, etc., incurred until delivery of the
contracted Goods to the Procuring Agency.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
17.2 If any tax exemptions, reductions, allowances or privileges
may be available to the Supplier in the Procuring Agency's
Country, the Procuring Agency will use its best efforts to
enable the Supplier to benefit from any such tax savings to
the maximum allowable extent.
18 Performan
ce Security
18.1 The Supplier will, within 10 working days of the notification
of Contract award, provide a Performance Security for the
due performance of the Contract in the amounts and
currencies specified in the SCC.
18.2 The proceeds of the Performance Security will be payable to
the Procuring Agency as compensation for any loss
resulting from the Supplier’s failure to complete its
obligations under the Contract.
18.3 The Performance Security will be denominated in the
currencies of the Contract, or in a freely convertible
currency acceptable to the Procuring Agency and will be
in one of the forms stipulated by the Procuring Agency in
the SCC, or in another form acceptable to the Procuring
Agency.
18.4 The Performance Security will be discharged by the
Procuring Agency and returned to the Supplier not later
than 28 days following the date of completion of the
Supplier’s performance obligations under the Contract,
including any warranty obligations, unless specified otherwise
in the SCC.
19 Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Procuring
Agency by the Supplier herein will remain vested in the
Supplier, or, if they are furnished to the Procuring Agency
directly or through the Supplier by any third party, including
suppliers of materials, the copyright in such materials will
remain vested in such third party.
20 Confidentia
l
Informatio
n
20.1 The Procuring Agency and the Supplier will keep
confidential and will not, without the written consent of the
other party hereto, divulge to any third party any documents,
data, or other information furnished directly or indirectly by
the other party hereto in connection with the Contract,
whether such information has been furnished prior to, during
or following completion or termination of the Contract.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
Notwithstanding the above, the Supplier may furnish to its
Subcontractor such documents, data, and other information
it receives from the Procuring Agency to the extent
required for the Subcontractor to perform its work under
the Contract, in which event the Supplier will obtain from
such Subcontractor an undertaking of confidentiality like that
imposed on the Supplier under GCC Clause 25.
20.2 The Procuring Agency will not use such documents, data,
and other information received from the Supplier for any
purposes unrelated to the Contract. Similarly, the Supplier
will not use such documents, data, and other information
received from the Procuring Agency for any purpose
other than the design, procurement, or other work and
services required for the performance of the Contract.
20.3 The obligation of a party under GCC Subclauses 25.1 and 25.2
above, however, will not apply to information that
(a) the Procuring Agency or Supplier needs to share
with or other institutions participating in the financing
of the Contract;
(b) now or hereafter enters the public domain through no
fault of that party;
(c) can be proven to have been possessed by that party at
the time of disclosure and which was not previously
obtained, directly or indirectly, from the other party;
(d) or otherwise lawfully becomes available to that party
from a third party that has no obligation of
confidentiality.
20.4 The above provisions will not in any way modify any
undertaking of confidentiality given by either of the parties
hereto prior to the date of the Contract in respect of the
Supply or any part thereof.
20.5 The provisions of GCC Clause 25 will survive completion or
termination, for whatever reason, of the Contract.
21 Subcontrac
ting
21.1 Sub Contracts are not allowed under this bidding. The word
has been referred to multiple times throughout the Bidding
Documents only for the purpose and scenario if arises wherein
it is not avoidable to sub contract by supplier in order to meet
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
his obligation under the contract. However, such contracts will
be subject to;
a) Prior written intimation will be sent to Procuring Agency
and written approval will be sought by the supplier before
any sub contract.
b) Written justification is mandatory and must provide along
with the written intimation.
c) Procuring Agency will review any such request submitted
by a supplier and will respond within 7 working days in
writing.
d) Supplier after seeking written approval will submit a copy
of any subcontract as and when signed.
e) If Procuring Agency satisfies itself that the sub contract
may not lead to a better outcome may result in any loss
or damage to the Procuring Agency and Public Funds the
Procuring Agency will be entitled to cancel the Sub
Contract or the overall contract; and
f) To purchase the goods elsewhere on the supplier account
and risk and the supplier shall be liable for any loss or
damage which the procuring Agency may sustain in
consequence of arising out of such purchase.
22 Specificatio
ns and
Standards
22.1 Technical Specifications and Drawings
(a) The Supplier will ensure that the Goods and Related
Services comply with the technical specifications and
other provisions of the Contract.
(b) The Supplier will be entitled to disclaim responsibility for
any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Procuring Agency, by
giving a notice of such disclaimer to the Procuring
Agency.
(c) The Goods and Related Services supplied under this
Contract will conform to the standards mentioned in
Section-V (Schedule of Requirements) and, when no
applicable standard is mentioned, the standard will be
equivalent or superior to the official standards whose
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
application is appropriate to the country of origin of the
Goods.
22.2 Wherever references are made in the Contract to codes and
standards in accordance with which it will be executed, the
edition or the revised version of such codes and standards will
be those specified in the Section-V (Schedule of Requirements).
During Contract execution, any changes in any such codes and
standards will be applied only after approval by the Procuring
Agency and will be treated in accordance with GCC Clause
33.
23 Packing and
Documents 23.1 The Supplier will provide such packing of the Goods as is
required to prevent their damage or deterioration during
transit to their destination, as indicated in the Contract.
During transit, the packing will be enough to withstand,
without limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights will take into consideration, where
appropriate, the remoteness of the destination of the Goods
and the absence of heavy handling facilities at all points in
transit.
23.2 The packing, marking, and documentation within and outside
the packages will comply strictly with such special
requirements as will be expressly provided for in the Contract,
including additional requirements, if any, specified in the SCC,
and in any other instructions ordered by the Procuring
Agency.
24 Insurance Unless otherwise specified in the SCC, the Goods supplied under the
Contract will be fully insured, in a freely convertible currency from
an eligible country, against loss or damage incidental to manufacture
or acquisition, transportation, storage, and delivery, in accordance
with the applicable Incoterms or in the manner specified in the SCC.
25 Transporta
tion
Unless otherwise specified in the SCC, obligations for transportation
of the Goods will be in accordance with the Contract signed because
of this bidding document and if any specified here in Section-V
(Schedule of Requirements).
26 Inspections
and Tests 26.1 The Supplier will at its own expense and at no cost to the
Procuring Agency carry out all such tests and/or inspections
of the Goods and Related Services as are specified in Section 5
(Schedule of Requirements).
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
26.2 The inspections and tests may be conducted on the premises
of the Supplier or its Subcontractor, at point of delivery, and/or
at the destination of the Goods, or in another place in the
Procuring Agency's country as specified in the SCC. Subject
to GCC Subclause 26.3, if conducted on the premises of the
Supplier, all reasonable facilities and assistance, including access
to drawings and production data, will be furnished to the
inspectors at no charge to the Procuring Agency.
26.3 The Procuring Agency or its designated representative will
be entitled to attend the tests and/or inspections referred to in
GCC Subclause 26.2, provided that the Procuring Agency
bear all its own costs and expenses incurred in connection with
such attendance including, but not limited to, all traveling and
board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it will give a reasonable notice, including the place
and time, to the Procuring Agency. The Supplier will obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Procuring Agency or its
designated representative to attend the test and/or inspection.
26.5 The Procuring Agency may require the Supplier to carry out
any test and/or inspection not required by the Contract but
deemed necessary to verify that the characteristics and
performance of the Goods comply with the technical
specifications, codes, and standards under the Contract,
provided that the Supplier’s reasonable costs and expenses
incurred in the carrying out of such test and/or inspection will
be added to the Contract Price. Further, if such test and/or
inspection impedes the progress of manufacturing and/or the
Supplier’s performance of its other obligations under the
Contract, due allowance will be made in respect of the Delivery
Dates and Completion Dates and the other obligations so
affected.
26.6 The Supplier will provide the Procuring Agency with a
report of the results of any such test and/or inspection.
26.7 The Procuring Agency may reject any Goods or any part
thereof that fail to pass any test and/or inspection or do not
conform to the specifications. The Supplier will either rectify or
replace such rejected Goods or parts thereof or make
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
alterations necessary to meet the specifications at no cost to
the Procuring Agency, and will repeat the test and/or
inspection, at no cost to the Procuring Agency, upon giving
a notice pursuant to GCC Subclause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance
by the Procuring Agency or its representative, nor the issue
of any report pursuant to GCC Subclause 26.6, will release the
Supplier from any warranties or other obligations under the
Contract.
27 Liquidated
Damages 27.1 Except as provided under GCC Clause 32, if the Supplier fails
to deliver any or all of the Goods or perform the Related
Services within the period specified in the Contract, the
Procuring Agency may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage
specified in the SCC of the Contract Price for each week or
part thereof of delay until actual delivery or performance, up to
a maximum deduction of the percentage specified in the SCC.
Once the maximum is reached, the Procuring Agency may
terminate the Contract pursuant to GCC Clause 35.
28 Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they
incorporate all recent improvements in design and materials,
unless provided otherwise in the Contract.
28.2 Subject to GCC Subclause 22.1, the Supplier further warrants
that the Goods will be free from defects arising from any act or
omission of the Supplier or arising from design, materials, and
workmanship, under normal use in the conditions prevailing in
the country of destination.
28.3 Unless otherwise specified in the SCC, the warranty will remain
valid for 12 months after the Goods, or any portion thereof as
the case may be, have been delivered to and accepted at the
destination indicated in the SCC, or for 18 months after the
date of shipment or loading in the country of origin, whichever
period concludes earlier.
28.4 The Procuring Agency will give Notice to the Supplier,
stating the nature of any such defects together with all available
evidence thereof, promptly following the discovery thereof.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
The Procuring Agency will afford all reasonable opportunity
for the Supplier to inspect such defects.
28.5 Upon receipt of such Notice, the Supplier will, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Procuring
Agency.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Procuring Agency
may proceed to take within a reasonable period such remedial
action as may be necessary, at the Supplier’s risk and expense
and without prejudice to any other rights which the Procuring
Agency may have against the Supplier under the Contract.
29 Patent
Indemnity 29.1 The Supplier will, subject to the Procuring Agency's
compliance with GCC Subclause 29.2, indemnify and hold
harmless the Procuring Agency and its employees and
officers from and against any and all suits, actions or
administrative proceedings, claims, demands, losses, damages,
costs, and expenses of any nature, including attorney’s fees and
expenses, which the Procuring Agency may suffer as a result
of any infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at
the date of the Contract by reason of
29.2 the installation of the Goods by the Supplier or the use of the
Goods in the country where the Site is located; and
29.3 the sale in any country of the products produced by the Goods.
29.4 Such indemnity will not cover any use of the Goods or any part
thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.
29.5 If any proceedings are brought or any claim is made against the
Procuring Agency arising out of the matters referred to in
GCC Subclause 29.1, the Procuring Agency will promptly
give the Supplier a notice thereof, and the Supplier may at its
own expense and in the Procuring Agency's name conduct
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
such proceedings or claim and any negotiations for the
settlement of any such proceedings or claim.
29.6 If the Supplier fails to notify the Procuring Agency within 10
working days after receipt of such notice that it intends to
conduct any such proceedings or claim, then the Procuring
Agency will be free to conduct the same on its own behalf.
29.7 The Procuring Agency will, at the Supplier’s request, afford
all available assistance to the Supplier in conducting such
proceedings or claim, and will be reimbursed by the Supplier
for all reasonable expenses incurred in so doing.
29.8 The Procuring Agency will indemnify and hold harmless the
Supplier and its employees, officers, and Subcontractors from
and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and
expenses of any nature, including attorney’s fees and expenses,
which the Supplier may suffer as a result of any infringement or
alleged infringement of any patent, utility model, registered
design, trademark, copyright, or other intellectual property
right registered or otherwise existing at the date of the
Contract arising out of or in connection with any design, data,
drawing, specification, or other documents or materials
provided or designed by or on behalf of the Procuring
Agency.
30 Limitation
of Liability
30.1 Except in cases of gross negligence or willful misconduct,
(a) neither party will be liable to the other party for any
indirect or consequential loss or damage, loss of use, loss
of production, or loss of profits or interest costs, provided
that this exclusion will not apply to any obligation of the
Supplier to pay liquidated damages to the Procuring
Agency; and
(b) the aggregate liability of the Supplier to the Procuring
Agency, whether under the Contract, in tort, or
otherwise, will not exceed the amount specified in the
SCC, provided that this limitation will not apply to the cost
of repairing or replacing defective equipment, or to any
obligation of the Supplier to indemnify the Procuring
Agency with respect to patent infringement.
31 Change in
Laws and
Regulations
31.1 Unless otherwise specified in the Contract, if after the date of
the Invitation for Bids, any law, regulation, ordinance, order or
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
bylaw having the force of law is enacted, promulgated,
abrogated, or changed in the place of the Procuring's country
where the Site is located (which will be deemed to include any
change in interpretation or application by the competent
authorities) that subsequently affects the Delivery Date and/or
the Contract Price, then such Delivery Date and/or Contract
Price will be correspondingly increased or decreased, to the
extent that the Supplier has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost
will not be separately paid or credited if the same has already
been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.
32 Force
Majeure 32.1 The Supplier will not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and
to the extent that its delay in performance or other failure to
perform its obligations under the Contract is the result of an
event of Force Majeure.
32.2 For purposes of this clause, "Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the
Procuring Agency in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions,
and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier will promptly
notify the Procuring Agency in writing of such condition and
the cause thereof. Unless otherwise directed by the
Procuring Agency in writing, the Supplier will continue to
perform its obligations under the Contract as far as is
reasonably practical and will seek all reasonable alternative
means for performance not prevented by the Force Majeure
event.
33 Change
Orders and
Contract
33.1 The Procuring Agency may at any time order the Supplier
through Notice in accordance GCC Clause 8, to make
changes within the general scope of the Contract in any one or
more of the following:
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
Amendme
nts
Drawings, designs, or specifications, where Goods to be furnished under
the Contract are to be specifically manufactured for the Procuring
Agency;
(a) the method of shipment or packing;
(b) the place of delivery; and
(c) the Related Services to be provided by the Supplier.
(d) Total Quantity of all items
(e) Material Change subject to SCC.
33.2 If any such change causes an increase or decrease in the cost
of, or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment will be
made in the Contract Price or in the Delivery and Completion
Schedule, or both, and the Contract will accordingly be
amended. Any claims by the Supplier for adjustment under this
Clause must be asserted within 28 days from the date of the
Supplier’s receipt of the Procuring's change order.
33.3 Prices to be charged by the Supplier for any Related Services
that might be needed but which were not included in the
Contract will be agreed upon in advance by the parties and will
not exceed the prevailing rates charged to other parties by the
Supplier for similar services.
34 Extensions
of Time 34.1 If at any time during performance of the Contract, the Supplier
or its Subcontractors should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 12, the Supplier will promptly notify
the Procuring Agency in writing of the delay, its likely
duration, and its cause. As soon as practicable after receipt of
the Supplier’s notice, the Procuring Agency will evaluate the
situation and may at its discretion extend the Supplier’s time
for performance, in which case the extension will be ratified by
the parties by amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC
Clause 37, a delay by the Supplier in the performance of its
Delivery and Completion obligations will render the Supplier
liable to the imposition of liquidated damages pursuant to GCC
Clause 32, unless an extension of time is agreed upon, pursuant
to GCC Subclause 39.1
35 35.1 Termination for Default:
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
Terminatio
n
(a) The Procuring Agency, without prejudice to any other
remedy for breach of Contract, by Notice of default sent to
the Supplier, may terminate the Contract in whole or in part,
(i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within
any extension thereof granted by the Procuring
Agency pursuant to GCC Clause 34; or
(ii) if the Supplier fails to perform any other obligation
under the Contract;
(iii) if the Supplier, in the judgment of the Procuring
Agency has engaged in integrity violations, as defined
in GCC Clause 3, in competing for or in executing the
Contract.
(b) In the event the Procuring Agency terminates the Contract
in whole or in part, pursuant to GCC Clause 35.1(a), the
Procuring Agency may procure, upon such terms and in
such manner as it deems appropriate, Goods or Related
Services like those undelivered or not performed, and the
Supplier will be liable to the Procuring Agency for any
additional costs for such similar Goods or Related Services.
However, the Supplier will continue performance of the
Contract to the extent not terminated.
35.2 Termination for Insolvency
(i) The Procuring Agency may at any time terminate the
Contract by giving Notice to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the Procuring Agency.
35.3 Termination for Convenience
(a) The Procuring Agency, by Notice sent to the Supplier,
may terminate the Contract, in whole or in part, at any
time for its convenience. The Notice of termination will
specify that termination is for the Procuring's
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
No GCC Title Description
(b) The Goods that are complete and ready for shipment
within 28 days after the Supplier’s receipt of the Notice of
termination will be accepted by the Procuring Agency
at the Contract terms and prices. For the remaining
Goods, the Procuring Agency may elect
i) to have any portion completed and delivered at the
Contract terms and prices; and/or
ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.
36 Assignment 36.1 Neither the Procuring Agency nor the Supplier will assign,
in whole or in part, their obligations under this Contract,
except with prior written consent of the other party.
37 Respectful
Work
Environme
nt
37.1 The Contractor will ensure that its employees and
Subcontractors observe the highest ethical standards and refrain
from any form of bullying, discrimination, misconduct and
harassment, including sexual harassment and will, always, behave
in a manner that creates an environment free of unethical
behavior, bullying, misconduct and harassment, including sexual
harassment. The Contractor will take appropriate action against
any employees or Subcontractors, including suspension or
termination of employment or subcontract, if any form of
unethical or inappropriate behavior is identified.
37.2 The Contractor will conduct training programs for its
employees and Subcontractors to raise awareness on and
prevent any form of bullying, discrimination, misconduct, and
harassment including sexual harassment, and to promote a
respectful work environment. The Contractor will keep an up
to date record of its employees and Subcontractors who have
attended and completed such training programs and provide
such records to the Procuring Agency at their first written
request.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-V SPECIFICATIONS OF REQUIREMENTS
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
GENERAL REQUIREMENTS
1. The item should be new, and the vendor will ensure originality of the procurement channel as well as
the item.
2. The firm must have office/ sales service center in all divisional Headquarters of Khyber Pakhtunkhwa
Province Peshawar (preferably) or Islamabad region, which is able to provide doorstep after sale services
to the Institute.
3. Successful Supplier shall ensure to complete the supply of the furniture at the earliest but not later than
45 days of issuance of purchase/supply order.
4. Payment will be released after successful delivery and installation as per the specifications mentioned in
this document, and upon the satisfaction of Procurement Committee.
5. The Bidder must submit the duly filled checklist form Annex-II given at the end.
6. Conditional Bids will not be entertained.
7. The firms submitting which Submit bids for Furniture must quote the supply & fixing charges of items
separately otherwise the same will not be paid if not quoted in bids.
SPECIFIC REQUIREMENTS
LOT-1 (OFFICE STATIONERY, PRINTING OF OFFICIAL DOCUMENTS)
LOT No. 1
(Office Stationery, Printing of Official Documents)
No Items Description UOM
1 Air Fresheners
Room Air Fresheners, Small Size can be used in Automated Perfume Diffuser are preferred. and shall
also be free from hazardous substances. Bottles
2 Air Fresheners (Cars) Liquid Air Fresheners shall be easily attachable to AC Grill / Duct of all sorts of vehicle. and shall also be free from hazardous substances.
Pieces
3 Ball Point (Black) Common use good quality Pens shall have no ink leakage issues and shall also be free from hazardous substances.
Packets
4 Ball Point (Blue)
Common use good quality Pens shall have no ink leakage issues and shall also be free from hazardous
substances. Packets
5 Ball Point (Red) Common use good quality Pens shall have no ink leakage issues and shall also be free from hazardous
substances.
Packets
6 Bells
Wireless bells, with adjustable Volume, Tone. Care shall be taken as the several offices share single corridor frequencies shall be different for each wireless bell.
Piece
7 Calculator Standard Calculator, Standard Size, Battery Powered.
Piece
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT No. 1
(Office Stationery, Printing of Official Documents)
No Items Description UOM
8 Cash Book Printed Cash Book for Office Use. All cashbooks will be printed with Procuring Agency's logo.
Piece
9 Color Clips Multicolor paper clips for office use, Good Quality different sizes "Small, medium, large".
Packets
10 Common Pin Good quality common pins for office use, Good Quality, stainless steel.
Packets
11 Cutter Good Quality Stainless Steel cutter for office use. Cutter shall be safe to use and can be used with ease.
Piece
12 Double tape Good Quality white double tape, all three sizes "Small, Medium, Large".
13 Dusting Cloth Good Quality general purpose dusting clothes for dusting furniture, electronic equipment etc. Three sizes "Small, medium, Large".
14 Envelops (A4) White color Printed Envelops White Color with Authority's Logo
15 Envelops (Small)
16 Eraser
17 File Board
18 File Cover
19 Flags
20 Fluid/Whitener
21 Fresh Dak File Cover
22 Glass
23 Gum Stick
24 Heavy Duty Stapler
25 Highlighter
26 Ink Pad
27 Insect Spray
28 KP Map
29 Logbooks
30 Note Pad
31 Notice Board Pins
32 Paper (A4)
33 Paper (Legal)
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT No. 1
(Office Stationery, Printing of Official Documents)
No Items Description UOM
34 Paper Clips
35 Paper File Tray
36 Permanent Marker
37 Pencil
38 Peon Books
39 Punch
40 Punch Machine
41 Punch Machine (Double)
42 Scales
43 Scissors
44 Sharpeners
45 Stapler
46 Stapler (Large)
47 Stapler Pins (Small)
48 Stationery Register
49 Sticky Notes
50 Stock Register
51 Tablecloth (Green)
52 Tag
53 Tape
54 Tissue Box
55 Toilet Roll
56 Uniball eye Special
57 USBs (16 GB)
58 USBs (32 GB)
59 Visiting Cards Holder
60 World Globe
61 Year Planner
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT No. 1
(Printed of Official Documents)
No Item Name Details
1. Business License
Certificate As per Sample
2. Training Certificate As per Sample
3. File Covers As per Sample
4. Small Notebook
Size 3 x 5 Inches. 50 pages (4 color printed, 80 Gram Paper Quality) notebook with
hardbound glossy cover (4 color printing) with loop binding.
5. NoteSheet As per sample provided
6. Business Cards Size 3.5 x 2 Inches. 4 color printing on Laminated Art Card.
7. Letter Head 4 color printed, quote for textured and plain paper printing in A4 size. 100 Gram.
8. Certificates A4 Art Card. 4 color printing on one side of Art Card.
9. Small Envelope 4*9, 4 color printed. 100 Gram.
10. Large Envelope 10*12 (A4), 4 color printing. 100 Gram.
11. Improvement Notices
12. Sealing Forms
Please Note: All the printed items Quality will be evaluated as per samples shown during
the response period. Samples provided by bidder will also be compared with the
samples shown in case of any confusion Procuring Agency will follow the quality matrix specified for sample evaluation.
Sno Lot-2 (Food Testing & Sampling Equipment)
01 Traceable Portable Electrical Conductivity/TDS/Temp Meter. Made in in USA, UK, EUROPE, GERMANY AND JAPAN “Portable” Measures Micro Siemens (Micromhos), Dissolved Solids, with RS-232 Output. Backlit dual display shows answer and temperature simultaneously. Accuracy: + 1.0% + 1Digit Switchable Temp Range: 0.0 to 80.0°C (32.0 to 176.0°F) with a Resolution of 0.1° and an Accuracy of 0.6°C. Performance Chart: Range in Conductivity: 0.00 to 19.99 µS, 0.0 to 199.9 µS 0 to 1999 µS, 0 to 19.99 µS, 0 to 199.9 µS Range in Dissolved Solids: 0.00 to 9.99 ppm, 0.0 to 99.9 ppm 0 to 999 ppm, 0 to 9.99 ppt, 0 to 99.9 ppt
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Sno Lot-2 (Food Testing & Sampling Equipment)
Supplied with: Conductivity / Temp Probe, Traceable Certificate, 9-Volts Alkaline Battery and Serial Computer Output, Operator Manual and Carrying Case
02 Portable pH/mV/ORP/Temp Meter (Made in USA, UK, EUROPE, GERMANY AND
JAPAN)
• Simultaneously display pH, Temperature or mV, Temperature
• Automatic buffer recognition
• Automatic lock mode and end point sensing
• Auto Shut Off
• pH Range : -2 to 16.00pH
• mV Range : + 1999.9mV
• Temp Range : -10 to 120°C Complete System with:
• Meter PT-380
• pH Electrode BA25, Nylon Plastic Shaft, Gel Electrolyte, BNC Plug, 1m Cable, fiber diaphragm
• ATC Probe 6000 AST
• Buffer Solution (4, 7) each 100ml
• 9V Battery
• Operator Manual and
• Carrying Case 03 Ultra-Sonic spectroscopic milk analyzer specifications milk analyzer S60 Ultra-Sonic
Spectroscopic Milk Analyzer for direct measure milk samples in 60 seconds 3 calibration channels for 3 different samples New and user-friendly menu. MEASUREMENT PARAMETERS:
• Fat
• Proteins
• Lactose
• SNF
• Density
• Added water content
• Ph with ph probe
• Freezing point
• Salts
• Temperature of milk
• Conductivity
• Sample temperature: 1°C - 40°C
• Humidity 0% - 80%
• Frequency 50/60 Hz
• Measurement time: 60 seconds (no sample preparation required)
• Milk Analyzer which can make quick analyses of Cow, UHT, Sheep, Goat, Buffalo & Camel Milk.
• Direct Analysis of cold milk samples, starting at 5°C.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Sno Lot-2 (Food Testing & Sampling Equipment)
• Equipment shall be of latest technology and User-friendly: simple in operation, maintenance, calibration and installation.
• Shall be Portable and compact design for easy carrying in the field.
• Shall not require periodic calibration Very small Sample/quantity of milk required (25ml per one measurement)
• Low power consumption
• Weight: < 3Kg
• Power: Input 100-240V ` 1.6A max. 50/60Hz.
• Output +12V 4.17A min ELECTRICAL PARAMETERS
• Switching adopter input; 100-240 1.6 A max 50-60 Hz
• Output Power: 12Volts 4.17 A min 50-65 watts
• Built in printer model, RS232 data exit for PC or printer connection
• Sample volume: 5-20 ml
• 12Volts 4.17 A min 50-65 watts
• DIMENSIONS; 130x230x220 mm Accessories;
• PH probe (01)
• RS232 data exit for PC or printer connection
• 2 sample plastic cups
• Cleaning solutions (daily and weekly)
• AC Adaptor 04 Digital Laser + Needle Thermometer
(Made in USA, UK, EUROPE, GERMANY AND JAPAN)
• Pocket size, with easy to read Jumbo Display
• - 50°C to + 300°C
• Accuracy: ± 1°C in the range of -30° till +150°, otherwise ± 2°C
• Visible 115 mm stainless steel piercing sensor probe
• Alarm at high-/low temperature with battery,
• Memory recalling. Auto shut off 05 Frying Oil Testometer (to analyze the Total Polar Compound (TPC) in cooking
Oil/Ghee at 180 oC), (Made in USA, UK, EUROPE, GERMANY AND JAPAN)
06 ICE Box
07 Balance & Scales
08 Disposable Syringes
09 Distillery Unit for Distal Water
10 Incubator with Kits
11 Pipette filler
12 Pipette Jester
13 Pipette Tips
14 Pipettes
15 Reader with Incubator
16 Melting Point & Boiling Point
17 Test Tubes
18 Test Tube Stands
19 Test Tube with Cap
20 Sterilizer for Equipment’s
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Sno Lot-2 (Food Testing & Sampling Equipment)
21 Filter Paper
22 Sterilized Bottles
23 Sterilized Sampling Bags.
Turbidity Meter
Feature Description
Circuit Custom one-chip of microprocessor LSI circuit.
Display LCD size: 41 mm x 34 mm.
Range 0.00 to 50.00 NTU, 50 to 1,000 NTU: Nephelometric Turbidity Unit
Auto range
Resolution 0.0001 NTU on Lowest Range
Accuracy ± 5 % F.S. or ± 0.5 NTU, whichever is greater.
Light source L, 850 nm.
Detector Photo diode
Standard Meet ISO 7027
Response time Less than 10 seconds.
Sample volume needed 10-30 mL.
Data hold Freeze the display reading.
Memory recall Maximum & Minimum value.
Display sampling time Approx. 1 second.
Power off Auto shut off saves battery life or manual off by push button.
Calibration points Automatic 3-point calibration
Operating 0 to 50 .
temperature and humidity Less than 85% R.H.
Power supply DC 1.5 V battery (UM4, AAA) x 6 PCs, or equivalent.
Power current Stand by Approx. DC 3.5 mA.
Testing Approx. DC 36 mA.
Weight 320 g/0.70 LB. @ Battery is included.
Dimension 155 x 76 x 62 mm (6.1 x 3.0 x 2.4 inch)
Accessories Instruction manual
Optional Testing bottle with 100 NTU standard solution, TU-100NTU
Accessories Testing bottle with 0 NTU standard solution, TU-0NTU
Empty testing bottle, 0601
Output RS-232 Serial Port
Lot-3 (Generator 5 KVA)
No Title Description
a Description
5 KVA Branded Diesel Generator Set, 1 pf, electric start with
push button with Soundproof and weatherproof Canopy and
Digital Module Displaying.
b Display • Voltage Display
• Current Display
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Lot-3 (Generator 5 KVA)
No Title Description
• Battery Voltage Display
• Machine Temperature Display
• Generator Single Working Time
• Generator Accumulative working time
• Power Display
c Protections &
Safety
• Low Oil Pressure Protection
• Over Current Protection
• High Voltage Protection
• Low Voltage Protection
• Over Frequency
• Low Battery Voltage Protection
• High Battery Voltage Protection
• Startup Failure
• Stop failure Protection
d Other General
Aspects
• Starting motor – Electric, Static Battery Charger
• First fill lube oil
• Air/ Water Cooled
• Full Built Model (preferred)
• Automatic Voltage & Frequency regulated 230/240 Volts,
3 phase, 4 wire, 50 Hz Class H type insulation
• Acoustic/Insulated Enclosure Powder Coated, Weatherproof
Canopy
• Exhausts system Heavy duty residential grade silencer with a
flexible exhaust pipe
• 02 Years Warranty or 1500 hours whichever is later from the
date of testing and commissioning
• ISO certification is preferred, or Registration or Certification
of a Public Sector Pakistan based Organization relevant to
Generation equipment,,byb.
e Installation
including
• Foundation & Earthing (if required) of good standard
• Power Cable: 4 Core, 16mm (Pakistan cables/equivalent)
• Earth Cable: 1 Core, 10mm
• Control Cable: 4 Core, 2.5mm
f
After Sales
Service /
Technical
Requirements
Shall have a fully functional office and after sales Service and
Technical Support Offices in Peshawar and Divisional
Headquarters of Khyber Pakhtunkhwa.
Supplier will demonstrate this ability by providing addresses
and Contact / In charge of office Number.
Please Note:
Procuring Agency will not accept Generators manufactured and shipped from China. However, Procuring
Agency reserves the right to accept Generators manufactured and shipped from China, if no other bidder
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Lot-3 (Generator 5 KVA)
No Title Description
has proposed a genuine brands Generator manufactured and shipped from USA, UK, Japan, or other
European county.
Procuring Agency reserves the right to accept Bids from local manufacturers' only if the manufacturer is
Bona fide manufacturer registered with Pakistan Engineering Development Board (EBD).
LOT-4 (ICT Equipment)
ICT Equipment
No Name of Goods Description
1 Core i5 Branded Desktop Computer
• 8th or 7th Generation Core™ i5 Processer (64 bit)
• Supports Windows /Linux/Unix Operating system
• 8GB DDR4 Memory
• Optical drive (DVD RW)
• 1 TB Hard Drive
• Ports: USB 2.0, 3.0, HDMI, VGA, Audio combo Jack
• Branded Keyboard Board & Scroll optical Mouse
• Intel Integrated HD Graphics
• Intel integrated Ethernet Gigabit network, Internal WLAN
• 18.5 or above LED backlit Display
• Mini Tower/Tower Casing with Power
• Power Interface, VGA Cables and other accessories
• Registered Antivirus
NOTE: 03 Year Parts/Labor Local warranty for all components on site.
2
Core i7 Branded Laptop Slim & Light Weight 14" or above
• 8th Generation Core™ i7 Processor (64 bit)
• supports Windows/Linux/Unix Operating systems
• Minimum 8 GB 2400 MHz DDR4
• Storage M2 SSD 256 GB or higher
• Hard Drive size 500 GB or above
• Intel Integrated HD Graphics 620 or higher
• Battery as per manufacturer standard
• Port USB 3.0, VGA, HDMI
• Integrated Sound, Blue tooth, Wi Fi dual band, HD Webcam, Multimedia Card Reader
• Touch pad and Key Board (backlit)
• Display 14’’ ― LED Full HD (1920 X 1080) or higher
• Manufacturer Power Adopter
• Original manufacturer carrying case.
• Registered Antivirus
NOTE: 03 Parts/Labor Local warranty for all components on
site.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT-4 (ICT Equipment)
ICT Equipment
No Name of Goods Description
3 Projector
• DLP Technology
• True 1024x768 XGA or higher resolution
• 3300 Lumens or above
• 15,000:1 or above Contract ratio
• 5000/10000 hours lamp life or higher
• RGB, USB input, HDMI port
• Remote Control
• Laser Pointer
• With 6x8 Feet trypot portable Screen
NOTE: 01 Year Parts/Labor Local warranty for all
components on site.
4 Biometric Attendance
Device
• More than 2,000 user enrollment capacity
• Log Capacity 50,000 events or above
• Luminated LCD Screen
• Communication TCP/IP, Wireless LAN (Optional)
• Identify fake fingerprints
• Strong finger recognition
• USB Memory Slot for backup
• Identification Time Less than 1sec
• No installation is required NOTE: 01 Years Parts/Labor Local warranty for all
components on site.
5
Laser Printer/ Scanner/
Fax/ Copier
(Multifunctional)
• 20 PPM, A4, legal
• 400 MHz or higher Processor and 256 MB or above RAM
• 1200 x 1200 dpi scanning resolution, optional scan to e-mail
• 100 or more sheets Input tray
• Duty cycle 10,000
• Copy up to 20 CPM, 30 or above pages ADF
• Fax Res: 300 X 300 dpi fax resolution, forward and backward support
• 500 pages memory
• Connectivity: USB ports,10/100/1000 base-T Ethernet Network port Telephone port. Wireless (optional)
• Operational Manuals, Drivers, Power & Interface Cable.
• Printing Economy NOTE: 01 Years Parts/Labor Local warranty for all
components on site.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT-4 (ICT Equipment)
ICT Equipment
No Name of Goods Description
6 CCTV Cameras
• 2 MP or higher resolution
• HD Real Time Video
• IR LED 20/40m
• True day /night
• IP66 weatherproof
• Four Chanel Digital Video Recorder with 1TB Storage
• Onsite installation and network connectivity
NOTE: 01 Years Parts/Labor Local warranty for all
components on site.
7 Portable Hard Drive Storage Capacity 1TB
NOTE: 01 Years Local warranty on site.
8 Laser Printer
• 12 PPM (A4) or higher Resolution:
• 600 x 600 dpi resolution
• Monthly duty cycle is 2,000 pages or above
• Connectivity: USB,
• Operational Manuals, Drivers, Power & Interface
• Printing Economy NOTE: 01 Years Parts/Labor Local warranty for all
components on site.
9
Access Point / WIFI
Router
Mid-range, 802.11ac Wave 1 dual- concurrent internet Access
Point.
PHY rate • 867 Mbps (5GHz)
• 300 Mbps (2.4GHz)
Wi-Fi technology • 802.11ac (5GHz)
• 802.11n (2.4GHz)
Minimum Users Capacity 500 Individual
Radio Chains: Streams 2 x 2:2
Antenna gain • Up to 4dBi
Rx sensitivity (2.4/5GHz) • -100 / -95dBm
Ethernet ports • 2 x 1GbE
WLAN Control and
Management
• Zone Director
• SmartZone
• Cloud Wi-Fi
10 Printer Toners XEROX VersaLink C7000 High Capacity Toner Cartridge.
Minimum Pages Output = 20,000 Each.
Lot-4 (Split Air Conditioner 1 Ton)
No Title Description
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
1 Split Air Conditioner (1
Ton)
Wall mounted split AC Compliant Heat and Cool auto restart / auto sleep 12000
to 18000 or greater BTU with health filters Ultra Low Frequency Torque Control, Fireproof Electric Box with minimum one-year compressor part warranty or (any other equivalent).
Lot-4 (Refrigerators & Water Dispensers)
No Title Description
1 Refrigerator Cooling Type Direct Cool
Net Capacity: 232 L
Freezing Capacity 5.2 kg/24hr
Handle Type Concealed Handle
Dimensions (WxHxD).
2 Water Dispenser Hot, Cold and Normal Water Outlets
Chiller / Freezer beneath
Low / No Noise
Voltage: 220 to 240
Input Power 570W
Heating Power 420W
Cooling Power 150W / 1.0A or any other equivalent
Lot-4 (Stabilizers)
No Feature Description
1 Wiring Genuine Copper Wiring
2 Input Voltage 80, 90, 100, 110 to 200
3 Output Voltage 220 – 250 Voltage
4 Phase 3
5 Frequency 50 – 60 Hz
6 Response Time < 0.8 sec (against 10% input voltage deviation)
7 Efficiency better than 90%
8 Power Factor better than 95%
9 Ambient Temperature – 5% °C – + 40 °C
10 Relative Humidity Less than 90%
11 Temperature Rise less than 75 °C
12 Control System DC Servo Motor
13 Insulation Resistance > 2M Ω (more than M Ω at DC 500V)
14 Dielectric Strength Tested at AC 1500V for 1 min
Lot-4 Electric Geyser
No Feature Description
1 Make Pakistani
2 Company Name Asia
3 Model Nil
4 Capacity 01 x 30 Gallons
5 Technical Manual Nil
6 Breaker 32 Amp 01 for each Geyser
7 7 x 29 Cable 30 m for Each Geyser
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Lot-4 Electric Geyser
No Feature Description
8 Insulation Imported genuine glass wool is used to maintain the desired temperature that controls the switch on and off of the Geyser through
temperature control and saves Gas consumption.
9 Fitting for Hot Water Supply 40 m GI Pipe for Geyser along with 06 x warm water fitting.
10 Scope of Work Procurement, installation and testing of electric geyser
11 Warranty 01 x Years
12 Acceptance Criteria Test Trial by Base Staff
13 Any other information Items will only be accepted after satisfactorily installation and test of final delivered product.
LOT-4 (OTHER EQUIPMENT & APPLIANCES)
No Item Name Specifications
1 49’’ Smart LED
• Screen Size 49 Inch or better
• Resolution 3840 x 2160 or better
• Television Ports & Slots USB Types Supported, HDMI Type Supported
• Television Network Connectivity WiFi Supported and Bluetooth Supported
• Installation Type Wall Mount Voice control TV Plus Web Browser
• Speaker Type Dual Speakers
• Speaker Capacity 20 Watts or more
• input power 220VAC
2 Amplifier
3 Biometric Device
4 Gas Heaters
5 Gas Cylinders
6 Hand Mic
LOT-5 (Office furniture)
No Item Specification
1 Executive
Revolving
Chair VIP
Structure made of solid wood, seat & back cushion 1st quality foam cover
with natural letter underneath five-star hydraulic revolving pedestals.
2 Executive
Revolving
Chair
Structure made of solid wood, seat & back cushion 1st quality foam cover
with leathered refine.
3 Executive
Table VIP
Made of shisham wood and MDF pressed with natural shisham veneer. Top
and side with profile beading, Both sides drawer box, each side three
drawers. upper lockable, back closed. with side rack and keyboard tray.
finished with NC lacquer spray polish.
4 Executive
Table VIP
Made of shisham wood and MDF pressed with natural shisham veneer. Top
and side with profile beading, Both sides drawer box, each side three
drawers. upper lockable, back closed. with side rack and keyboard tray,
finished with NC lacquer spray polish.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
LOT-5 (Office furniture)
No Item Specification
5 Five-Seater
Sofa Set
Sofa Set Two singles + one three-seater Structure made of solid wood.
cover cushion 1" quality foam. fully cushioned with natural leather.
6 Center Table Centre Table Set (3-Pieces) Structure made of solid shisham wood with
glass top 12mm, four side chamfer Centre table size: 4x2 ft. Side table size:
2x2 ft. Finished with NC lacquer , polish
7 Visitor Chairs Made of solid shisham wood. seat & back cushion cover with leathered
rexine. finished with NC lacquer spray polish.
TRAINING FURNITURE
8 Rostrum
(Dice)
Structure made of Laminated Board having thickness of 16mm used for
overall structure. Top thickness enhanced by laminating an additional
packing strip underneath the top having thickness of 29mm in total.
Exposed edges covered with 2mm thick Imported PVC Edging having beech
grain lines.
Size: H = 4'-0" x W = 2'- 4" from Front, Depth=1'- 6"
9 White Board Overall structure is made of chipboard laminated with white colored High
Gloss Formica pressed on both sides, thickness of the board enhanced by
laminating an additional layer of 16mm laminated board on the back, Edges
covered with approx 29mm imported PVC Edging. Provision of Tripod
Stand and Duster Tray, Board Size 6' x 4'
10 Trainers Table
LOT-6 Vehicle Tyres (Honda City, Suzuki BRV & Suzuki Cultus)
Sno Description Remarks
1. Tyre (195/65 R15)
Tubeless Tyres for Honda City (Michelin, Bridgestone, Dunlop or
equivalent) fresh pieces
2. Tyre (175/70 R13)
Tubeless Tyres for Suzuki Cultus (Michelin, Bridgestone or Dunlop
equivalent) fresh pieces
3. Tyre (145/50 R12)
Tubeless Tyres for Suzuki Bolan/Carry Van (Michelin, Bridgestone,
Dunlop or equivalent)
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SECTION-VI SPECIAL CONDITIONS OF CONTRACT
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
The following Special Conditions of Contract (SCC) supplements the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
SCC GCC Description
Ref No Ref No
1 GCC 1.1(j) The Procuring Agency's country is Pakistan.
2 GCC 1.1(k) The Purchaser is: Khyber Pakhtunkhwa Food Safety &
Halaal Food Authority.
3 GCC 5.1 The language for translation of supporting documents and printed
literature is: English, if any document has been published in any
other language the same will be translated before submission.
4 GCC 8.1 For notices and any other correspondence, the Purchaser’s
address is:
Attention: The Khyber Pakhtunkhwa Food Safety & Halaal
Food Authority
Street address: Police Lines, Khyber Road
Floor/ number: Ground Floor, New C&W Building
City: Peshawar
Country: Pakistan
E-mail: [email protected]
5 GCC 9.1 The governing law shall be: The Khyber Pakhtunkhwa Public
Procurement of Goods, Works and Services Rules, 2014.
Following rules will also be considered as and when necessary:
• The Employment of Children (ECA) Act
1991
• The Bonded Labour System (Abolition) Act
of 1992
• The Factories Act 1934
6 GCC 10.2 The formal mechanism for the resolution of disputes shall be:
KPPRA Rules 2014.
Place of arbitration: Peshawar
7 GCC 12.1 Details of shipping and documents to be furnished by the Supplier
shall be:
If applicable upon shipment, the Supplier shall notify the Procuring
Agency the full details of the shipment, including Contract
number, description of Goods, quantity and usual transport
document.
The Supplier shall transport and deliver the consignment at sites
specified in these bidding documents and Special Conditions
above, and supplier will provide following documents:
• Supplier's invoice showing Goods' description, quantity,
unit price, and total amount;
• Packing List identifying the contents of each package;
• Delivery note, railway receipt, or truck receipt;
• Insurance certificate when Supplier is responsible for
transportation;
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SCC GCC Description
Ref No Ref No
• Warranty and guarantee certificate;
• Certificate from the Supplier that correct Goods
exactly in accordance with
• The specifications have been provided.
• Certificate of origin.
8 GCC 16.1 Payment of the Contract Price shall be made in the
following manner:
• Payments for Framework Contracts will be released on
Quarterly basis at the receipt of third invoice from the
supplier for the deliveries made.
• Payments for all other contracts will be made within 60
working days from the receipt of the Goods by the
Procuring Agency and submission of all the
documentation by supplier, and fulfillment of all
obligations by the supplier under the contract.
9 GCC 16.4 The currencies for payments shall be: Pakistani Rupees.
10 GCC 18.1 The Supplier will furnish a Performance Security of 10%
(Ten) percent of the Contract Price. Performance
Security will be submitted alongwith the signed contract
by the supplier.
11 GCC 18.3 A proforma has been prescribed provided for furnishing
performance security subject to that the guarantee is issued by
any of the approved Banks within 10 working days of issuance of
the letter of acceptance. The performance guarantee will remain
valid throughout the execution of purchase order/contract. If
such Guarantee is issued by a foreign bank, it should be
countersigned by a Pakistani bank on the approved list of banks.
12 GCC 18.4 Discharge of the Performance Security shall take place: Within 10
working days after the expiry of warranty period, satisfactory
performance certificate is availed by the supplier from the
Procuring Agency and notice for release of Performance Security
submitted by the supplier.
13 GCC 23.2 The packing and marking will be in the form to protect each item
delivered under the subsequent contract as an outcome of this
bidding process and must comply to manufacturer's and general
industry standards.
14 GCC 24.1 The insurance coverage shall be up to the delivery site. Without
any additional liability for the Procuring Agency.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
SCC GCC Description
Ref No Ref No
15 GCC 25.1 Obligations for transportation of the Goods shall be in
accordance with: The Contract signed because of this bidding
process. All the transportation obligations will be pre-decided and
in conformance with the requirements specified throughout these
bidding documents and as agreed upon by the Procuring Agency
and the Supplier at the time of signing the contract.
16 GCC 26.2 All the goods will be tested and inspected at various stages as per
the requirements set here in these bidding documents and
especially specified in Section-V (Specifications of
Requirements).
17 GCC 27.1 The maximum amount of liquidated damages that will be deducted
from the non-performing supplier will be equivalent to 0.067% /
Day and 2% / month of the total value of contract in case of
failure to deliver as per agreed timelines, provided that the total
penalty will be decided by the Competent Authority of the
Procuring Agency.
18 GCC 28.3 Warranty for only replacement of parts not repair will be
accepted and the period of validity of the Warranty for each
LOT/Item has been prescribed in Section-V Schedule of
Requirements.
19 GCC 28.5 The Supplier shall correct any defects covered by the Warranty
within 12 hours of receiving the first intimation whether in writing
or telephonically. If the supplier fails to correct or replace the
equipment within the stipulated time then the supplier will be
subject to penalty for each day till the defect is completely
removed and equipment is available for use of the procuring
agency:
• Day-1 "Penalty of 0.10%"
• Day-2 "Penalty of 0.15%"
• Day-3 "Penalty of 0.20%"
Penalty of a maximum upto 0.20% for each day will be allowed
for a maximum of 10 working days after which the Procuring
Agency will decide additional actions to be taken.
The penalty for each day will be summed and the total of the sum
will be the amount of Penalty that will be deducted from the
invoice / payment of the supplier.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Section 7: Bidding Forms
Table of Forms
TECHNICAL BID SUBMISSION SHEET ................................................................................................... 4-122
COUNTRY OF ORIGIN DECLARATION FORM .............................................................................................. 4-5
PRICE BID SUBMISSION SHEET ............................................................................................................... 4-6
PRICE SCHEDULE FOR GOODS TO BE OFFERED FROM WITHIN THE PROCURING AGENCY'S COUNTRY ........ 4-8
PRICE SCHEDULE FOR GOODS TO BE OFFERED FROM OUTSIDE THE PROCURING AGENCY'S COUNTRY ..... 4-9
PRICE SCHEDULE FOR RELATED SERVICES TO BE OFFERED FROM OUTSIDE AND WITHIN THE PROCURING
AGENCY'S COUNTRY ............................................................................................................................ 4-10
BID SECURITY ...................................................................................................................................... 4-11
BID-SECURING DECLARATION ............................................................................................................... 4-12
MANUFACTURER’S AUTHORIZATION ...................................................................................................... 4-13
AFFILIATE COMPANY GUARANTEE ......................................................................................................... 4-14
BIDDER’S QUALIFICATION ..................................................................................................................... 4-15
FORM ELI – 1: BIDDER’S INFORMATION SHEET ......................................................................... 4-16
FORM ELI - 2: JOINT VENTURE INFORMATION SHEET ................................................................ 4-17
FORM CON - 1: HISTORICAL CONTRACT NONPERFORMANCE .................................................... 4-18
FORM EXP - 1: CONTRACTUAL EXPERIENCE ............................................................................ 4-19
FORM EXP - 2: TECHNICAL EXPERIENCE ................................................................................. 4-20
FORM EXP - 3: PRODUCTION CAPACITY .................................................................................. 4-21
FORM FIN - 1: HISTORICAL FINANCIAL PERFORMANCE ............................................................. 4-22
FORM FIN - 2: SIZE OF OPERATION (AVERAGE ANNUAL TURNOVER) ......................................... 4-23
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
FORM FIN - 3: CASH FLOW CAPACITY ...................................................................................... 4-24
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Technical Bid Submission Sheet
Note
The Bidder must accomplish the Technical Bid Submission Sheet on its letterhead clearly showing the Bidder’s complete
name and address.
Date:
Open Competitive Bidding (OCB) No.:
Invitation for Bid (IFB) No.:
Alternative No.:
To: [insert complete name of the Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Document, including the Addenda issued in accordance with Instructions to Bidders (ITB) 8.
(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery
schedule specified in Section 6 (Schedule of Supply), the following Goods and Related Services: [insert a brief description of the goods and related services]
(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert validity
period as specified in ITB 20.1 of the BDS] days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
(d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB 4.2.
(e) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict
of interest in accordance with ITB 4.3.
(f) We are not participating, as a Bidder, either individually or as partner in a Joint Venture, in more than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers in accordance with the Bidding Document.
(g) Our firm, Joint Venture partners, associates, parent company, its affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the contract, are not subject to, or not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the Asian Development Bank or a debarment imposed by the Asian Development Bank in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the Asian Development Bank and other development banks.1
(h) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the Contract, are not, or have never been, temporarily suspended, debarred, declared ineligible, or blacklisted by the Procuring Agency's country, any international organization, and other donor agency.
(i) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the Contract, are not, or have never been,
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
temporarily suspended, debarred, declared ineligible, or blacklisted by the Procuring Agency's country, any international organization, and other donor agency.
If so debarred, declared ineligible, temporarily suspended or blacklisted, please state details (as
applicable to each Joint Venture partner, associate, parent company, affiliate, subsidiaries,
Subcontractors, and/or Suppliers):
(i) Name of Institution: __________________ (ii) Period of debarment, ineligibility, or blacklisting [start and end date]: ____________ (iii) Reason for the debarment, ineligibility, or blacklisting: ________________________
(j) Our firms, Joint Venture partners, associates, parent company’s affiliates or subsidiaries, including any Subcontractors or Suppliers key officers and directors have not been [charged or convicted] of any criminal offense (including felonies and misdemeanors) or infractions/violations of ordinance which carry the penalty of imprisonment.
If so charged or convicted, please state details:
(i) Nature of the offense/violation: __________________ (ii) Court and/or area of jurisdiction: __________________ (iii) Resolution [i.e. dismissed; settled; convicted/duration of penalty]: __________________
(iv) Other relevant details [please specify]: _______________
(k) We understand that it is our obligation to notify Procuring Agency should our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any Subcontractors or Suppliers, be temporarily suspended, debarred or become ineligible to work with Procuring Agency or any other Public or Private Sector organization, the Procuring Agency's country, international organizations, and other donor agencies, or any of our key officers and directors be charged or convicted of any criminal offense or infractions/violations of ordinance which carry the penalty of imprisonment.
(l) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any Subcontractors or Suppliers, are not from a country which is prohibited to export goods to or receive any payments from the Procuring Agency's country by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.
(m) [We are not a government-owned enterprise] / [We are a government-owned enterprise but meet the requirements of ITB 4.5].2
(n) We have not been suspended nor declared ineligible by the Purchaser based on execution of a Bid-Securing Declaration in accordance with ITB 4.6.
(o) We agree to permit Procuring Agency or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by Procuring Agency.
(p) We understand that any misrepresentation that knowingly or recklessly misleads, or attempts to mislead may lead to the automatic rejection of the Bid or cancellation of the contract, if awarded, and may result in remedial actions, in accordance with rules & laws of Khyber Pakhtunkhwa related to Anticorruption, Public Procurement etc.
2 Use one of the two options as appropriate.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Country of Origin Declaration Form
Name of Bidder _____________________ IFB Number ______________ Page ___ of ___
Item Description Country of Origin
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Price Bid Submission Sheet
Note
The Bidder must accomplish the Price Bid Submission Sheet on its letterhead clearly showing the Bidder’s complete
name and address.
Date:
Open Competitive Bidding (OCB) No.:
Invitation for Bid (IFB) No.:
Alternative No.:
To: [insert complete name of the Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Document, including the Addenda issued in accordance with Instructions to Bidders (ITB) 8.
(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery
schedule specified in Section 6 (Schedule of Supply), the following Goods and Related Services: [insert a brief description of the goods and related services]
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is
(d) The discounts offered and the methodology for their application are as follows: Discounts: If our Bid is accepted, the following discounts shall apply: [specify in detail each discount
offered and the specific item of the Schedule of Supply to which it applies] Methodology of Application of the Discounts: The discounts shall be applied using the following method: [specify in detail the method that shall be used to apply the discounts]
(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 20.1 of the BDS] days from the date fixed for the submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents.
[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount
in figures]
The total bid price from the price schedules should be entered by the Bidder inside this box. Absence of
the total bid price in the Price Bid Submission Sheet may result in the rejection of the bid.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
(g) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract:3
Name of Recipient Address Reason Amount
__________________
_
__________________
_
______________
__
_________
__
__________________
_
__________________
_
______________
__
_________
__
(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed.
(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.
(j) We agree to permit Procuring Agency or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by Procuring Agency.
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
3 If none has been paid or is to be paid, indicate “None.”
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Bid Security
Bank Guarantee
[insert bank’s name, and address of issuing branch or office] 4
Beneficiary: [insert name and address of the Purchaser]
Date: [insert date (as day, month, and year)]
Bid Security No.: [insert number]
We have been informed that [insert name of the bidder] (hereinafter called "the Bidder") has submitted to you its bid dated [insert date (as day, month, and year)] (hereinafter called "the Bid") for the execution of [insert name of contract] under Invitation for Bids No. [insert IFB number] (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.
At the request of the Bidder, we [insert name of bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of [insert amount in words] [insert amount in figures] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Technical Bid Submission Sheet and Price Bid Submission Sheet; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity, (i) fails or refuses to execute the Contract Agreement; or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.5
4 All italicized text is for use in preparing this form and shall be deleted from the final document.
5 Or 758 as applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
[Authorized signature(s) and bank’s seal (where appropriate)]
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Bid-Securing Declaration
Date: [insert date (as day, month, and year)]
Bid No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a bid for an alternative]
To: [insert complete name of the Purchaser]
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of [insert number of years indicated in ITB 21.2 of the BDS] starting on the date that we receive a notification from the Purchaser that our Bid-Securing Declaration is executed, if we are in breach of our obligation(s) under the bid conditions, because we
(a) have withdrawn our Bid during the period of bid validity specified in the Technical Bid Submission Sheet and Price Bid Submission Sheet; or
(b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”)
(c) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract Agreement, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder, or (ii) 28 days after the expiration of our Bid.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]
Name: [insert complete name of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of [insert complete name of the bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Corporate Seal (where appropriate)
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Manufacturer’s Authorization
Date: [insert date (as day, month, and year) of bid submission]
OCB No.: [insert number of bidding process]
To: [insert complete name of the Purchaser]
WHEREAS
We [insert complete name of the manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of manufacturer’s factories], do hereby authorize [insert complete name of the bidder] to submit a bid the purpose of which is to provide the following
goods, manufactured by us [insert name and/or brief description of the goods], and to subsequently
negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General
Conditions, with respect to the goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the manufacturer]
Title: [insert title] Duly authorized to sign this Authorization on behalf of [insert complete name of the manufacturer]
Dated on ____________ day of __________________, _______ [insert date of signing]
-- Note --
All italicized text is for use in preparing this form and shall be deleted from the final document.
The bidder shall require the manufacturer to fill out this form in accordance with the instructions indicated. This
letter of authorization should be signed by a person with the proper authority to sign documents that are binding on
the manufacturer. The bidder shall include it in its bid, if so indicated in the Bid Data Sheet (BDS).
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
AFFILIATE COMPANY GUARANTEE
Name of Contract/Contract No.: __________________________________________________________ Name and address of Purchaser: _________________________________________________________ [together with successors and assigns].
We have been informed that [name of Contractor] (hereinafter called the “Contractor”) is submitting an offer for the above-referenced Contract in response to your invitation, and that the conditions of your invitation require its offer to be supported by an affiliate company guarantee. In consideration of you, the Purchaser, awarding the Contract to the Contractor, we [name of affiliated company] irrevocably and unconditionally guarantee to you, as a primary obligation, that (i) throughout the duration of the Contract, we will make available to the Contractor our financial, technical capacity, expertise and resources required for the Contractor’s satisfactory performance of the Contract; and (ii) we are fully committed, along with the Contractor, to ensuring a satisfactory performance of the Contract. If the Contractor fails to so perform its obligations and liabilities and comply with the Contract, we will indemnify the Purchaser against and from all damages, losses and expenses (including legal fees and expenses) which arise from any such failure for which the Contractor is liable to the Purchaser under the Contract. This guarantee shall come into full force and effect when the Contract comes into full force and effect. If the Contract does not come into full force and effect within a year of the date of this guarantee, or if you demonstrate that you do not intend to enter into the Contract with the Contractor, this guarantee shall be void and ineffective. This guarantee shall continue in full force and effect until all the Contractor’s obligations and liabilities under the Contract have been discharged, when this guarantee shall expire and shall be returned to us, and our liability hereunder shall be discharged absolutely. This guarantee shall apply and be supplemental to the Contract as amended or varied by the Purchaser and the Contractor from time to time. We hereby authorize them to agree on any such amendment or variation, the due performance of which and compliance with which by the Contractor are likewise guaranteed hereunder. Our obligations and liabilities under this guarantee shall not be discharged by any allowance of time or other indulgence whatsoever by the Purchaser to the Contractor, or by any variation or suspension of the works to be executed under the Contract, or by any amendments to the Contract or to the constitution of the Contractor or the Purchaser, or by any other matters, whether with or without our knowledge or consent. This guarantee shall be governed by the law of the same country (or other jurisdiction) that governs the Contract and any dispute under this guarantee shall be finally settled under the [Rules or Arbitration provided in
the Contract]. We confirm that the benefit of this guarantee may be assigned subject only to the provisions for assignment of the Contract.
Signed by:…………………………………………… Signed by:
……………………………………………
[signature]
[signature]
…………………………………………… ……………………………………………
[name] [name]
…………………………………………… ……………………………………………
[position in parent/subsidiary company] [position in parent/subsidiary company]
Date:……………………………………………
-- Note --
If permitted in accordance with ITB 34.2 of the BDS, the Bidder shall fill out the Affiliate Company Guarantee Form
for each subsidiary, parent entity, affiliate, Subcontractor, etc. that the Bidder submits for consideration of the
Purchaser in determining its qualifications.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form ELI - 1: Bidderʼs Information Sheet
Bidderʼs Information
Bidderʼs legal name
In case of a Joint
Venture, legal name of each partner
Bidderʼs country of
constitution
Bidderʼs year of
constitution
Bidderʼs legal address
in country of
constitution
Bidderʼs authorized
representative
(name, address, telephone number(s), fax
number(s) and
e-mail address)
Attached are copies of the following documents:
1. In case of a single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2
2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 22.2
3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1
4. In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with ITB 4.5
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form ELI - 2: Joint Venture Information Sheet
Each member of the Joint Venture must fill out this form separately.
Joint Venture Information
Bidderʼs legal name
Joint Venture Partnerʼs
legal name
Joint Venture Partnerʼs
country of constitution
Joint Venture Partnerʼs
year of constitution
Joint Venture Partnerʼs
legal address in
country of constitution
Joint Venture Partnerʼs
authorized
representative
information
(name, address,
telephone number(s), fax
number(s) and e-mail
address)
Attached are copies of the following documents:
1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2
2. Authorization to represent the firm named above, in accordance with ITB 22.2
3. In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form CON – 1: Historical Contract Nonperformance
For Contract type B, each Bidder must fill out this form in accordance with Criteria 2.2.1 and 2.2.3 of
Section 3 (Evaluation and Qualification Criteria) to describe any history of nonperforming contracts
and pending litigation or arbitration formally commenced against it.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name:
Joint Venture Partner: ___________________
Table 1: History of Nonperforming Contracts
Choose one of the following:
No nonperforming contracts.
Below is a description of nonperforming contracts involving the Bidder (or each Joint Venture member if Bidder is a Joint Venture).
Year Description
Amount of
Nonperformed
Portion of Contract
($ equivalent)
Total Contract
Amount ($
equivalent)
[insert year] Contract Identification: [indicate complete contract name/
number, and any other identification]
Name of Purchaser: [insert full name]
Address of Purchaser: [insert street/city/country]
Reason(s) for nonperformance: [indicate main reason(s)]
[insert amount] [insert amount]
Table 2: Pending Litigation and Arbitration Choose one of the following:
No pending litigation and arbitration.
Below is a description of all pending litigation and arbitration involving the Bidder (or each Joint Venture member if Bidder is a Joint Venture).
Year Matter in Dispute Value of Pending
Claim in $
Equivalent
Value of
Pending Claim as a
Percentage of
Net Worth
[inse
rt
year]
Contract Identification: [indicate complete contract
name/ number, and any other identification]
Name of Purchaser: [insert full name]
Address of Purchaser: [insert street/city/country]
Matter of Dispute: [indicate full description of dispute]
Party who initiated the dispute: [indicate “Purchaser” or
“Contractor”]
Status: [indicate status of dispute]
[insert amount] [insert amount]
- Note -
Table 2 of this form shall only be included if Criterion 2.2.3 (Contract Type B) of Section 3 (Evaluation and
Qualification Criteria) is applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form EXP - 1: Contractual Experience
Fill out one (1) form per contract.
Contractual Experience
Contract No . . . . . . of . . .
. . . Contract Identification
Award Date Completion Date
Role in Contract Manufacturer Supplier Subcontractor
Total Contract Amount $
If partner in a joint
venture or
subcontractor, specify
participation of total
contract amount
Percent of Total Amount
Purchaserʼs name
Address
Telephone/Fax Number
Description of the Similarity in Accordance with Criteria 2.2.1 (Contract Type A) or 2.3.1
(Contract Type B) of Section 3 (Evaluation and Qualification Criteria)
- Note -
This form shall only be included if either Criterion 2.2.1 (Contract Type A) or 2.3.1 (Contract Type B) of Section 3
(Evaluation and Qualification Criteria) is applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form EXP - 2: Technical Experience
Fill out one (1) form per contract.
Technical Experience
Name of Product
Manufacturer: Address and Nationality:
Requirements in Accordance with Criterion 2.3.2 (Contract Type B) of Section 3 (Evaluation
and Qualification Criteria)
(i) Product has been in
production for at
least . . . . . . . . .
years.
(ii) Product (or equipment) has been
sold a minimum of . .
. . . . . units of similar
type and
specification over
the last three (3)
years.
(iii) Product has been in
operation for a
minimum of . . . . . . . .
years.
- Note -
This form shall only be included if Criterion 2.3.2 (Contract Type B) of Section 3 (Evaluation and Qualification
Criteria) is applicable. Add pages as necessary. The Purchaser reserves the right to verify authenticity of Bidder
submissions.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form EXP - 3: Production Capacity
Fill out one (1) form per product and manufacturer.
Production Capacity
Name of Product
Manufacturer: Address and Nationality:
Requirements in Accordance with Criterion 2.3.3 (Contract Type B) of Section 3 (Evaluation
and Qualification Criteria)
Production facility 1
(include location):
Production facility 2
(include location):
Production facility 3
(include location):
- Note -
This form shall only be included if Criterion 2.3.3 (Contract Type B) of Section 3 (Evaluation and Qualification
Criteria) is applicable. The Purchaser reserves the right to verify authenticity of Bidder submissions.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIN - 1: Historical Financial Performance
Each Bidder must fill out this form.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name:
Joint Venture Partner: ___________________
Financial Data for Previous ___ Years [$ Equivalent]
Year 1: Year 2: Year __:
Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
Net Worth = TA-TL
Current Assets (CA)
Current Liabilities (CL)
Working Capital = CA -
CL
Most Recent
Working Capital
To be obtained for most recent year and carried forward
to FIN - 3 Line 1; in case of Joint Ventures, to the
corresponding Joint Venture Partner’s FIN - 3.
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last _____ years, as indicated above, complying with the following conditions:
• Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflect the financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.
• Historical financial statements must be audited by a certified accountant.
• Historical financial statements must be complete, including all notes to the financial statements.
• Historical financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).
- Note -
This form shall only be included if Criterion 2.3.1 (Contract Type A) or 2.4.1 (Contract Type B) of Section 3
(Evaluation and Qualification Criteria) is applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIN - 2: Size of Operation (Average Annual Turnover)
Each Bidder must fill out this form.
The information supplied should be the Annual Turnover of the Bidder or each member of a Joint
Venture in terms of the amounts billed to clients for each year for work in progress or completed,
converted to US dollars at the rate of exchange at the end of the period reported.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name:
Joint Venture Partner: ___________________
Annual Turnover Data for the Last . . . . Years
Year Amount
Currency
Exchange
Rate $ Equivalent
Average Annual Turnover
- Note -
This form shall only be included if Criterion 2.3.2 (Contract Type A) or 2.4.2 (Contract Type B) of Section 3
(Evaluation and Qualification Criteria) is applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIN - 3: Cash Flow Capacity
Specify proposed sources of financing, such as working capital, liquid assets,6 lines of credit, and other
financial resources (other than any contractual advance payments) available to meet the cash flow
requirements indicated under Criterion 2.4.3 (Contract Type B) of Section 3 (Evaluation and
Qualification Criteria).
Financial Resources
No. Source of financing Amount ($ equivalent)
1
2
3
- Note -
This form shall only be included if Criterion 2.4.3 (Contract Type B) of Section 3 (Evaluation and Qualification Criteria)
is applicable.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIN - 1: Financial Situation
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
1. Financial data
Type of Financial
information in
(currency)
Historic information for previous [insert number] years
(amount, currency, exchange rate, USD equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
2. Financial documents
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
The Bidder and its Parties shall provide copies of the financial statements for [number of years] years
pursuant to Section III, Evaluation and Qualification Criteria, Sub-factor 2.3.1. The financial statements
shall:
(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
Attached are copies of financial statements7 for the [number of years] years required above;
and complying with the requirements.
7 If the most recent set of financial statements is for a period earlier than twelve (12) months from the date of
Bid, the reason for this should be justified.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIN - 2: Average Annual Turnover
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Annual Turnover Data
Year Amount and Currency Exchange rate USD equivalent
[indicate
year] [insert amount and indicate
currency] [insert
applicable
exchange rate]
[insert amount in
USD equivalent]
Average Annual Turnover *
* Total USD equivalent for all years divided by the total number of years, in accordance with
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIR - 1: Financial Resources
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total cash flow
demands of the subject Contract or Contracts as indicated in Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.3.3.]
Financial Resources
No. Source of financing Amount (USD equivalent)
1
2
3
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form FIR - 2: Current Contract Commitments
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Bidders and each member of a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or
for contracts approaching completion, but for which an unqualified, full completion certificate has yet
to be issued, in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.3.]
Current Contract Commitments
No.
Name of Contract
Purchaser’s Contact
Address, Tel, Fax
Value of Outstanding
Work [Current USD Equivalent]
Estimated Completion
Date
Average Monthly Invoicing Over Last
Six Months [USD/month)
]
1
2
3
4
5
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form EXP - 1: General Experience
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Identify contracts that demonstrate continuous supply over the past [number] years pursuant
to Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1. List contracts
chronologically, according to their commencement (starting) dates.]
General Experience
Starting
Year
Ending
Year Contract Identification
Role of
Bidder
[indicate
year] [indicate
year] • Contract name: [insert full name]
• Brief description of the supply performed by the Bidder: [describe supply performed briefly]
• Amount of contract: [insert amount, currency, exchange rate and USD equivalent]
• Name of Purchaser: [indicate full name]
• Address: [indicate street/number/town or city/country]
[insert "Prime
Supplier”(Single
entity or JV
member) or
"Subcontractor”]
GOVERNMENT OF KHYBER PAKHTUNKHWA
FOOD SAFETY & HALAAL FOOD AUTHORITY
Form EXP - 2: Specific Experience
[The following table shall be filled in for contracts performed by the Bidder and by each
member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per contract, in accordance with Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.4.2.]
Contract of Similar Capacity
Item Information
Contract Identification [insert contract name and reference identification number, if
applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract
[check the appropriate box]
Prime Supplier
Single entity
JV member
Total Contract Amount [insert total contract amount
and currency(ies)]
USD [insert exchange rate and
total contract amount in USD
equivalent]
Supply and/or Production Capacity
performed under the contract per year or part of the year
[insert extent of participation
indicating actual capacity
performed]
Total capacity in
the contract
(i)
Percentage
participation
(ii)
Actual
capacity performed
(i)x(ii)
Purchaser’s Name: [insert full name]
Address:
Telephone/fax number
E-mail:
[indicate street / number / town or city / country]
[insert telephone/fax numbers, including country and city
area codes]
[insert E-mail address, if available]