143
GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY S TANDARD B IDDING D OCUMENT P ROCUREMENT OF O FFICE S TATIONERY , P RINTED O FFICE D OCUMENTS , F OOD T ESTING & S AMPLING E QUIPMENT , G ENERATORS , IT E QUIPMENT , O FFICE E QUIPMENT & A PPLIANCES (R EFRIGERATOR , S PLIT AC, W ATER G EYSER ETC ), CCTV C AMERAS & DVR, O FFICE F URNITURE AND O FFICIAL V EHICLE T YRES March 2020

kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

STANDARD BIDDING DOCUMENT

PROCUREMENT OF OFFICE STATIONERY, PRINTED OFFICE

DOCUMENTS, FOOD TESTING & SAMPLING EQUIPMENT,

GENERATORS, IT EQUIPMENT, OFFICE EQUIPMENT &

APPLIANCES (REFRIGERATOR, SPLIT AC, WATER GEYSER

ETC), CCTV CAMERAS & DVR, OFFICE FURNITURE AND

OFFICIAL VEHICLE TYRES

March 2020

Page 2: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

SECTION-I INSTRUCTIONS TO BIDDERS

Page 3: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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. General Conditions of Contract (GCC)

This Section includes the general clauses to be applied in all contracts.

PART 2 – PROCUREMENT SPECIFIC CONDITIONS (SCC)

Section IV. Technical Financial 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 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: Standard 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.

Page 4: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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.

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.

Page 5: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 each item/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 Call-off Contract, to deliver

the Goods, and, if applicable, Related Services, as and when required. A Supplier may also

be referred to as a “FA Supplier”;

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. It is only used for comparison of bids.

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.

Page 6: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 / 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

Submission of required amount of bid security with

Financial Bid

Page 7: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

REQUIRED DOCUMENTATION BIDDER'S INITIAL DOCUMENT NAME

CHECKLIST PROVIDED

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

Page 8: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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.

Page 9: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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

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

Page 10: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB NO INSTRUCTIONS TO BIDDERS

44 Presentation of Samples

45 Framework Agreement Criteria

46 Notification to Conclude a Framework Agreement

47 No Obligation to Purchase

48 Non-exclusivity

49 Signing the Framework Agreement

50 Procurement Related Complaint

Page 11: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 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: KP-

FS&HFA/03/2020-1

1.3 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.

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 and will be subject in all respects

to the terms and conditions of that Agreement.

3. APPLICABILITY

OF RULES AND

PROCEDURES

3.1 Bidding will be conducted through “Open Competitive

Bidding” process, specified in Rules of the Khyber

Pakhtunkhwa Public Procurement Goods, Works and

Page 12: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 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. KP-FS&HFA may host a Q&A session, if

required, at KP-FS&HFA 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.

Page 13: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 defines,

for the purposes of this provision, the terms set forth below

as follows:

a. “corrupt practice” is the offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence improperly the actions of another part

b. “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;

c. “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;

d. “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 par

e. “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

Page 14: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

disclosing its knowledge of matters relevant to the

investigation or from pursuing the investigation, or acts

intended to materially impede the exercise of the ’s

inspection and audit rights provided for under Clause 6

of the Agreement;

f. Procuring Agency 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;

g. Procuring Agency 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;

h. Procuring Agency 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:

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;

i. Furthermore, Supplier / Bidders will be aware of the

provision stated in Clause 25(c) of the Agreement.

j. 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

Page 15: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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,

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.

Page 16: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

7.5 Supplier / Bidders will provide such evidence of their continued

eligibility satisfactory to the Procuring Agency as the Procuring

Agency will reasonably request.

7.6 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.

7.7 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:

(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

Page 17: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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

on8account of expenditures for the Goods and Services,

provided by nationals of, and produced in or supplied from,

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 4.2 (a) (i) or (ii).

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 Clause 14, 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 by the goods’

Manufacturer or producer to supply the in Pakistan;

Page 18: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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

VI, 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 II.

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 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.

Page 19: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 29. 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.

(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:

Page 20: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

(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.

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

Page 21: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 1

15.2 The Bidding document consists of Parts 1, 2, 3, and 4,

which include all sections, schedules, annexes. and should

be read in conjunction with any addenda issued in

accordance with ITB 8.

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

Page 22: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 Sub-Clause 10.1 and

will be communicated in writing to all Procuring Agencies

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 also be uploaded on

the website. 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.

16.3 To give prospective Supplier / Bidders reasonable time in

which to take the amendment into account in preparing

their Bids, the Procuring Agency will 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 12;

Page 23: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

(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 20.3;

(iv) Bidder’s Eligibility: documentary evidence in

accordance with ITB 7 establishing the Bidder’s eligibility

to Bid;

(v) Qualifications: documentary evidence in accordance

with ITB 7 establishing the Bidder’s qualifications to

perform the Contract if its Bid is accepted;

(vi) Eligibility of Goods and Related Services:

documentary evidence in accordance with ITB 5,

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 19.1 The Supplier / Bidder will complete the Bid Form and other

forms furnished in the Document for setting up Agreement,

indicating the Goods to be supplied, a brief description of

the Goods, their country of origin, etc.

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 Clause 21. 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

Page 24: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

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.

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

Page 25: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

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

Page 26: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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: 7th April 2020 Time: 11:00 AM

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 25 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 22.1 of any modifications

Page 27: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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

23.

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 26.2(b),

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.

Page 28: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

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

Page 29: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

Agency on any matter related to its Bid, it should do so in

writing.

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.

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-

Page 30: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

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.

Page 31: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 (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

Page 32: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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.

• 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.

33.5 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.

33.6 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

Page 33: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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

33.7 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:

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

Page 34: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

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 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 i.e Electricity is consumed. The Consumption will

be provided in "Units" and for a period of 12 hours nonstop operation.

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, and to annul the bidding process and reject all bids,

at any time prior to award of Contract (acceptance of a bid

or proposal as per Rule 47 of KPPRA Rules 2014, 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

Page 35: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

the grounds. Notice of the rejection of all the bids will be

given promptly to all the bidders.

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. Non-exclusivity 37.1 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.

38. Signing of

Agreements

38.1 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 CONTRACTS)

38.2 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 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.

38.3 Contract period will be initially for the period of One (1)

year from the date of issuance of Letter of Intent and

Page 36: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

subsequent issuance of first relevant Purchase Order to the

Bidder.

38.4 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.

38.5 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

38.6 The Bidder shall deliver Goods/items within fifteen (05) days

from the issuance of relevant Purchase Order (s) during the

period of Framework Agreement, subsequent to the

issuance of Letter of Acceptance.

LOT-2 FOOD TESTING & SAMPLING EQUIPMENT

38.7 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 38.8 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)

38.9 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.

LOT-5 OFFICE FURNITURE 38.10 Within twenty-one (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

38.11 Within Ten (10) Days of receipt of Purchase order

bidder sign the contract and supply Vehicle Tyres as per

specification.

Page 37: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

39. Performance

Security

39.1 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.

39.2 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.

39.3 Performance Security shall be submitted as per the BDS.

40. Award of

Purchase

Orders

40.1 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.

41. Procuring

Agency’s Right

to Vary

Quantities at

Time of Award

41.1 The Procuring Agency reserves the right at the time of

contract award to increase or decrease the overall quantity

of goods either specified in the Schedule of Requirements

or not specified without any change in unit price or other

terms and conditions.

42. Presentation of

Samples

42.1 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.

42.2 If the Procuring Agency 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.

42.3 The Procuring Agency 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

Page 38: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

bidders. If samples are not claimed by unsuccessful bidders

within 6 months, they shall be forfeited to the government.

42.4 Unless the Procuring Agency decides otherwise, a sample

supplied by the successful bidder shall stay with the

Procuring Agency until the completion of the procurement

process to be used for checking conformity during delivery.

43. Term

Extension

(Framework

Agreement

only)

43.1 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.

44. No Obligation

to Purchase

44.1 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 agreement.

45. Grievance

Redressal

45.1 For all procurement related complaints, Procuring Agency

has established a Grievance Redressal Committee. Details

at BDS.

46. Integrity Pact 46.1 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

47. Notice of Intention

to Award

47.1 When a Standstill Period applies, it shall commence when the

Purchaser has transmitted to each Bidder the Notification of

Intent 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;

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

Page 39: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB TITLE DESCRIPTION

g) Instructions on how to request a debriefing or submit a

complaint during the standstill period.

Page 40: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 KP-FS&HFA/03/2020-1

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.

PRIMARY CONTACT

Khalid Rahim

Assistant Director (Procurement)

[email protected]

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

ITB 14.1

(h)

The Bidder shall include with its bid the Manufacturer’s Authorization for

the following Lots / item(s):

• Food Testing & Sampling Equipment

• All Electronic Equipment / Items under various LOTs.

• Non-Stationary and Non-Furniture Equipment / Items.

Page 41: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB REF DESCRIPTION

• 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, it is sole discretion of Procuring

Agency to accept alternative bid of only bidder who is ranked 1st and

achieves the highest combined scores for Technical and Financial

Evaluation and has qualified for award of contract.

• 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, a soft copy in MS Word or Excel 2007 or

above shathe number of copies only Technical Bids is

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: 7th April 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: 7th April 2020

Time: 12:00 PM

ITB 38

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 43 The initial Term of the Framework Agreement will be for 1 (One) Year.

Subject to satisfactory performance by the supplier throughout the initial

Page 42: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

ITB REF DESCRIPTION

Framework Agreement and receiving no complaint from the Procuring

Agency throughout the term of the Framework Agreement.

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 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.

Page 43: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

SECTION-III

QUALIFICATION & EVALUATION CRITERIA

Page 44: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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. All

bids will be evaluated for Responsiveness using below criteria, 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 in ITB, GCC, SCC, Bid Data Sheet, Addendums and other mandatory Forms

provision etc. by signing each page of the document.

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 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

Page 45: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 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

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.

Page 46: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 Good/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

herein.

Page 47: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

Weighted Score of Phase-1 will be calculated using below formula:

Phase-1 Weighted Score = Tph1 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

a. Financial Capabilities

Availability of signed / attested audit reports for the last consecutive three years along with

financial statements for the past three fiscal years.

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).

b. 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

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

Page 48: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

is provided. The Certificate should NOT be older than 03 year and must be duly

verified.

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 within Khyber Pakhtunkhwa.

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.

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 & QUALITY STANDARDS)

Samples will be compared and evaluated based on Performance & Quality Standards specified

herein 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

Page 49: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 following districts:

1. Swat 2. Mardan 3. Peshawar 4. Kohat 5. Bannu 6. DI Khan 7. Abbottabad.

The Procuring agency will extend its offices to following districts by end of April

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 Weightage2

Where:

Tph2 = Total Score Achieved by a bid in Phase-II (Sample Evaluation)

Weightage2 = Weightage of Phase-1 of Technical Evaluation i.e 40%

Page 50: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 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

Page 51: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 has been fixed at 6 years for all items / equipment.

Added Value (if any):

a. 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.”

Product replacement/ Upgrade Savings (if Any):

b. 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.

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.

Page 52: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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 rated and

weighted evaluation scoring. Weights for each criterion has been determined by their level

of importance.

b. Scores/ Points 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.

c. The total Technical score for the Bids for each item will be determined through this method

and will be added together to form the basis for ranking for Technical 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 bid for all criteria

separately 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 rated points/ scores awarded 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 Totals to

100 Points / scores.

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 = (𝑻

𝑴𝑨𝑿𝒑𝒐𝒊𝒏𝒕𝒔) ∗ 𝑪𝒓𝒊𝒕𝒆𝒓𝒊𝒂 𝑾𝒆𝒊𝒈𝒉𝒕

Page 53: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

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:

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

Page 54: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

Assessment Definition Points

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.

Page 55: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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

b. Delivery within 10 working Days. 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

c. Bank Statement for Last Two (02) years Showing

good financial position showing minimum

transactions of 02 (Two) million or above. 3

Page 56: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-1 (OFFICE STATIONERY & OFFICIAL PRINTED MATERIAL)

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

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

a. Established Business Place & Warehouse within

Peshawar. 5

b. Established Business place without warehouse in

Peshawar. 4

c. Established Business Place and Warehouse in 100 KM

from Peshawar 3

Total 100

Page 57: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 conducted. Evidence of

5

Page 58: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-2 FOOD TESTING & SAMPLING EQUIPMENT

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

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. List of personnel working as a full-service

technician with a minimum 50% dedicated to

Generator or Split AC Services.

5

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

c. 01 certificate certificates submitted clearly

mentioning Excellent / very good performance”. 3

Page 59: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-2 FOOD TESTING & SAMPLING EQUIPMENT

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

v

Delivery Schedule

10

a. Delivery date confirmed within 10 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

Page 60: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 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

Total Weight: Criteria (i + ii + iii + iv

+ v + vi) = 100 100

Page 61: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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

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

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

6 Bidder’s / firms Experience 10 a. 03 certificates submitted clearly mentioning

Excellent / very good performance”. 5

Page 62: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-3 (GENERATORS)

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

b. 02 certificates submitted clearly mentioning Excellent

/ very good performance”.

4

c. 01 certificate certificates submitted clearly

mentioning Excellent / very good performance”.

3

7 Delivery Schedule 10

a. Delivery date confirmed within 15 days from award

of contract.

5

b. Delivery date confirmed within 25 days from award

of contract

4

c. Delivery date confirmed within 35 days from award

of contract.

3

100

Page 63: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 parts

provided as per requirements specified. 5

b. One-year International Warranty for replacement of

parts provided as per requirements specified. 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 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

telephone support after sale service facility. 5

b. Established office within Khyber Pakhtunkhwa with

24/7 telephone support after sale service facility. 4

c. Established office within Khyber Pakhtunkhwa with

24/7 telephone support after sale service facility. 3

Page 64: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-4 (IT EQUIPMENT, CCTV CAMERAS & DVR AND OFFICE EQUIPMENT & APPLIANCES)

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”.

4

c. 01 certificate certificates submitted clearly mentioning

Excellent / very good performance”.

3

7 Delivery Schedule 10

a. Delivery date confirmed within 15 days from award of

contract.

5

b. Delivery date confirmed within 25 days from award of

contract

4

c. Delivery date confirmed within 35 days from award of

contract.

3

Total 100

Page 65: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL 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 Good

financial position of bidder’s firm / company submitted. 5

b. Last sales tax paid Form 4

a. 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

telephone support after sale service facility. 5

b. Established office within Khyber Pakhtunkhwa with

24/7 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

a. 03 certificates submitted clearly mentioning Excellent /

very good performance”. 5

Page 66: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-5 OFFICE FURNITURE

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

b. 02 certificates submitted clearly mentioning Excellent /

very good performance”.

4

c. 01 certificate certificates submitted clearly mentioning

Excellent / very good performance”.

3

7 Delivery Schedule 10

a. Delivery date confirmed within 15 days from award of

contract.

5

b. Delivery date confirmed within 25 days from award of

contract

4

c. Delivery date confirmed within 35 days from award of

contract.

3

Total 100

Page 67: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-6 VEHICLE TYRES

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

1 Compliance/Conformity

with requirements 10

d. 100% compliance with additional benefits 5

e. 100% compliance no additional benefits. 4

f. 90% compliance. 3

c. Anti-Termite Warranty for 06 months provided. 4

2 Sample Evaluation 40

d. Goods/ Items/ Quality is as per specifications with

additional benefits. 5

e. Goods/ Items/ Quality is as per specifications with

some additional benefits. 4

f. Goods/ Items/ Quality is as per specifications with no

additional benefits. 3

3 Financial Capabilities 10

c. Audit reports of last consecutive 3 years showing Good

financial position of bidder’s firm / company submitted. 5

d. Last sales tax paid Form 4

b. Bank Statement for Last Two (02) years Showing good

financial position showing minimum transactions of 02

(Two) million or above.

3

4 Manufacturing Date of

Tyres 20

d. Manufacturing Date is within 1 month from bid opening

date. 5

e. Manufacturing Date is within 2 months from bid

opening date. 4

f. Manufacturing Date is within 3 months from bid

opening date. 3

5 Bidder’s / firms

Experience 10

c. 03 certificates submitted clearly mentioning Excellent /

very good performance”. 5

d. 02 certificates submitted clearly mentioning Excellent /

very good performance”.

4

Page 68: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY

EVALUATION CRITERIA LOT-6 VEHICLE TYRES

SNO CATEGORY WEIGHT CRITERIA FOR SCORE SCORES

d. 01 certificate certificates submitted clearly mentioning

Excellent / very good performance”.

3

6 Delivery Schedule 10

d. Delivery date confirmed within 07 days from award of

contract.

5

e. Delivery date confirmed within 14 days from award of

contract

4

f. Delivery date confirmed within 20 days from award of

contract.

3

Total 100

Page 69: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Page 70: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SECTION-IV GENERAL CONDITIONS OF CONTRACT

Page 71: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Page 72: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

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 into 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, machinery 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 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.

Page 73: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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;

(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

Page 74: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 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

Page 75: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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

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: Subcontracts are not allowed under this bidding. The

above clauses only cover the scenario wherein it is not avoidable to

subcontract by supplier. For any such Subcontracts prior written

Page 76: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

intimation will be sent to Procuring Agency and written approval will

be sought by the supplier from the Procuring Agency.

4 Interpretatio

n

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 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.

Page 77: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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, 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.

Page 78: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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

Responsibiliti

es

13.1 The Supplier will supply all the Goods and Related Services included

in the Scope of Supply in accordance with GCC Clause 11, and the

Delivery and Completion Schedule, as per GCC Clause 12.

14 Procuring

Agency's

Responsibiliti

es

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.

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.

17.2 If any tax exemptions, reductions, allowances or privileges may be

available to the Supplier in the Procuring Agency's Country, the

Page 79: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

Procuring Agency will use its best efforts to enable the Supplier

to benefit from any such tax savings to the maximum allowable

extent.

18 Performance

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 Confidential

Information

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. 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.

Page 80: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 Subcontracti

ng

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

subcontract by supplier in order to meet 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 subcontract may not

lead to a better outcome may result in any loss or damage to

the Procuring Agency and Public Funds, the Procuring Agency

Page 81: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 Specification

s 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 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

Page 82: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 Transportati

on

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).

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

Page 83: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 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

Page 84: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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. 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 such proceedings or claim

Page 85: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 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,

Page 86: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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

Amendment

s

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:

(a) Drawings, designs, or specifications, where Goods to be furnished

under the Contract are to be specifically manufactured for the

Procuring Agency;

(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

(e) Total Quantity of all items

(f) 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

Page 87: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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 Termination 35.1 Termination for Default:

(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

Page 88: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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.

(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

Environment

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

Page 89: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

GENERAL CONDITIONS OF CONTRACTS

NO GCC TITLE DESCRIPTION

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.

Page 90: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SECTION-V SPECIFICATIONS OF REQUIREMENTS

Page 91: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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)

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

8 Cash Book

Printed Cash Book for Office Use. All

cashbooks will be printed with Procuring

Agency's logo.

Piece

Page 92: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SPECIFIC REQUIREMENTS

LOT-1 (OFFICE STATIONERY, PRINTING OF OFFICIAL DOCUMENTS)

NO ITEMS DESCRIPTION UOM

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)

34 Paper Clips

35 Paper File Tray

Page 93: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SPECIFIC REQUIREMENTS

LOT-1 (OFFICE STATIONERY, PRINTING OF OFFICIAL DOCUMENTS)

NO ITEMS DESCRIPTION UOM

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

LOT-1 PRINTED OFFICIAL DOCUMENT

NO ITEM NAME DETAILS

1. Business License

Certificate As per Sample

2. Training Certificate As per Sample

Page 94: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-1 PRINTED OFFICIAL DOCUMENT

NO ITEM NAME DETAILS

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)

1. 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

Page 95: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

2. 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

3. 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.

• 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.

Page 96: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SNO LOT-2 (FOOD TESTING & SAMPLING EQUIPMENT)

• 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

4. 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

5. 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)

6. Balance & Scales

7. ICE Boxes

8. Reader with incubator

9. Incubator with kits

10. Melting point and Boiling Point

11. Test Tubes

12. Test Tube Stand

13. Test Tube with Cap

14. Pipette filler

15. Pipette Jester

16. Pipette Tips

17. Sterilizer for Equipment's

18. Distillery Unit for Distal Water

19. Filter Paper

20. Disposable Syringes

21. Sterilized Bottles

22. Sterilized Sampling Bags

LOT-2 (FOOD TESTING & SAMPLING EQUIPMENT)

TURBIDITY METER

Circuit Custom one-chip of microprocessor LSI circuit.

Page 97: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-2 (FOOD TESTING & SAMPLING EQUIPMENT)

TURBIDITY METER

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 GENERATORS

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

• Battery Voltage Display

• Machine Temperature Display

• Generator Single Working Time

• Generator Accumulative working time

Page 98: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-3 GENERATORS

NO TITLE DESCRIPTION

• 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

• 01 Years Warranty or 600 hours whichever is later from the

date of testing and commissioning

• ISO certification is preferred.

e Installation

including

• Silenced Canopy with Wheels preferred

• 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 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).

Page 99: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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 Keyboard (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.

Page 100: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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.

Page 101: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Pages output minimum 20,000 Each

Page 102: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-4 (SPLIT AIR CONDITIONER 1 TON)

NO TITLE DESCRIPTION

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

Page 103: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-4 ELECTRIC GEYSER

NO FEATURE DESCRIPTION

5 Technical Manual Nil

6 Breaker 32 Amp 01 for each Geyser

7 7 x 29 Cable 30 m for Each Geyser

8 Insulation Imported genuine glass wool is used to maintain the

desired temperature that controls the switch on and

off 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 REQUIRED 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

Refrigerator

• Branded Double door,18 Cft Refrigerator with 5 KVA, Stabilizer

(copper)

• Cooling Type Direct Cool

• Freezing Capacity 5.2 kg/24hr

• Handle Type Concealed Handle

• Dimensions (WxHxD).

Location: Head office Peshawar

3 Air

Conditioner

Branded AC 1.5 tone Split unit with 10 KVA stabilizer (copper

winded).

5 Water

Dispenser

Branded Best quality water dispenser.

Page 104: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-4 (OTHER EQUIPMENT & APPLIANCES)

NO ITEM REQUIRED SPECIFICATIONS

6

Electric

Geyser

Electric Geyser 15 Gallon or more

Storage Type

Thermostat for Temperature Control Brand and Model Must be

mentioned

7 Amplifier

8 Biometric

Device

9 Gas Heaters

10 Gas Cylinders

11 Hand Mic

LOT-5 (OFFICE FURNITURE)

NO ITEM SPECIFICATION

1 Executive

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

Chair

Structure made of solid wood, seat & back cushion 1st quality

foam cover with leathered refine.

3 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 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.

5 5-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 Executive

Table

Table size 6x3 made of high-density laminations sheet with pvc

edge banding on edges with 3 drawers. Sample to be approved.

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"

Page 105: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

LOT-5 (OFFICE FURNITURE)

NO ITEM SPECIFICATION

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)

NO DESCRIPTION REMARKS

1. Tyre (175/65 R15)

Tubeless Tyres for Honda City (Michelin, Bridgestone,

Dunlop or equivalent) fresh pieces (not older than 3

months ) from date of manufacturing.

2. Tyre (165/65 R14)

Tubeless Tyres for Suzuki Cultus (Michelin, Bridgestone or

equivalent) (not older than 3 months ) from date of

manufacturing.

3. Tyre (145/50 R12)

Tubeless Tyres for Suzuki Bolan/Carry Van (Michelin,

Bridgestone, Dunlop or equivalent) (not older than 3

months ) from date of manufacturing.

Page 106: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SECTION-VI SPECIAL CONDITIONS OF CONTRACT

Page 107: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

Date: 04th March 2020

No. KP-FS&HFA/03/2020/APP-01

Invitation for Bid / Tender

Sealed bids are invited from eligible bidders/ firms/ companies for the Supply of following Goods,

complete details are provided in Standard Bidding Documents:

No Item / Equipment Name

1 IT Equipment

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 acquired by submitting written request to

[email protected] via email or by visiting the office of the undersigned. Bidding / Tender

documents can also be downloaded from the Procuring Agency's website www.kpfsa.gov.pk

and Khyber Pakhtunkhwa Public Procurement Regulatory Authority (KPPRA) website

www.kppra.gov.pk from date of publishing in the newspaper till closing date.

Bidding will be conducted through Single Stage –Two Envelopes Bidding Procedure

comprising a single package containing two envelopes as prescribed under Rule No. 6(2b) of

KPPRA Rules-2014. Each envelope shall contain separately Technical and financial bid clearly

marked in bold & legible letters. The firms are bound\ to provide complete information of the

bidder along with its postal as well as valid email address and phone number/s on each of the

respective envelope. Interested bidders are required to submit two per cent (2%) of the quoted

cost as bid security in the name of the undersigned along with submission of bids.

Bids must be delivered before Closing Time 11:00 AM and Closing Date 24-03-2020. Bids

will be opened on the same day after One (01) Hour i.e at Time 12:00 PM and Date 24-03-

2020 in the presence of bidders’ representatives who choose to attend Conference Room of

KP-Food Safety & Halal Food Authority (KP-FS&HFA), located at New C&W

building, Ground Floor, Khyber Road, Peshawar.

In case of any query, Procurement Department may be contacted on Telephone No. 091-

9212959) Email: [email protected] during office hours (Monday to Friday excluding Public

Holidays).

Assistant Director (Procurement)

Khyber Pakhtunkhwa Food Safety & Halal Food Authority

Tel# 091-9212959, Email: [email protected]

Page 108: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

Dated: 17th March 2020

IFB No. KP-FS&HFA/03/2020/APP-01

CORRIGENDUM

Reference to Invitation for Bid IFB No. KP-FS&HFA/03/2020/APP-01 published in Daily

Siyaq, Daily Aaj and Daily Awaz-e-Subh on 9th March 2020 vide INF(P) 982/20. Following

changes have been made and are notified to all interested bidders:

1. Bid Closing Date for submission of bids has been extended till Date 7th April 2020 &

Time 11:00 AM. Technical Bids will be opened after 01 (One) hour on the same day

at 12:00 PM on 7th April 2020.

2. Samples for all the Goods/ Items requested under all the Lots will be submitted by the

bidders along with the Technical Bids on 7th April 2020 Time 11:00 AM. Samples

submitted late will not be accepted.

Revised / Updated bidding documents are available and may be downloaded from

www.kpfsa.gov.pk & KPPRA's website www.kppra.gov.pk or by sending an email request on

[email protected] till 6th April 2020.

Others terms and conditions remains the same.

Assistant Director (Procurement)

Khyber Pakhtunkhwa Food Safety & Halal Food Authority

Tel# 091-9212959, Email: [email protected]

Page 109: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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.

SPECIAL CONDITIONS OF CONTRACT

SCC NO GCC REF NO DESCRIPTION

1 GCC 1.1(j) Country of Origin:

The Procuring Agency's country is Pakistan.

2 GCC 1.1(k) Procuring Agency:

The Purchaser is: Khyber Pakhtunkhwa Food Safety &

Halaal Food Authority.

3 GCC 1.1 (q) The Site Specifically, for LOT 2 IT Equipment, LOT-3

Generators, Split Air Conditioners, Refrigerators,

Water Dispensers and LOT-4 Office Furniture is

"Khyber, Kurram, Charsadda, Nowshera, Swabi, Upper Dir, Lower Dir, Malakand, Buner, Tank, Lakki Marwat, Hangu,

Haripur, Mansehra and Peshawar".

4 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.

5 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]

6 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

7 GCC 10.2 The formal mechanism for the resolution of disputes shall

be: KPPRA Rules 2014. Place of arbitration: Peshawar

8 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

Page 110: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SPECIAL CONDITIONS OF CONTRACT

SCC NO GCC REF NO DESCRIPTION

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;

• Warranty and guarantee certificate;

• Certificate from the Supplier that correct Goods

exactly in accordance with

• The specifications have been provided.

• Certificate of origin.

9 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.

10 GCC 16.4 The currencies for payments shall be: Pakistani Rupees.

11 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.

12 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.

Page 111: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SPECIAL CONDITIONS OF CONTRACT

SCC NO GCC REF NO DESCRIPTION

13 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.

14 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.

15 GCC 24.1 The insurance coverage shall be up to the delivery site.

Without any additional liability for the Procuring Agency.

16 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.

17 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).

18 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.

19 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.

Page 112: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SPECIAL CONDITIONS OF CONTRACT

SCC NO GCC REF NO DESCRIPTION

20 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.

Page 113: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

SECTION-VII BIDDING FORMS

Page 114: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Number (IFB/Tender)

To: Khyber Pakhtunkhwa Food Safety & Halal Food Authority

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.

(a) 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.

Page 115: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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: ________________________

(b) 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].1

(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.

1 Use one of the two options as appropriate.

Page 116: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Page 117: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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

Page 118: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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.

Page 119: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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:1

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

Page 120: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

PRICE SCHEDULE FOR GOODS

TO BE OFFERED FROM WITHIN THE PROCURING AGENCY'S COUNTRY

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___

ITEM DESCRIPTI

ON

COUNT

RY OF

ORIGIN

DOMEST

IC VALUE

ADDED

IN

PERCEN

T

QUANTITY

AND UNIT

OF

MEASURE

MENT

UNIT

PRICE

EXW

TOTAL

EXW

PRICE

PER ITEM

SALES

AND

OTHER

TAXES

PER ITEM

TOTAL

PRICE

PER ITEM

INCLUDIN

G TAXES

1 2 3 4 5 6 7 = 5 X

6

8 9 = 7 +

8

Total Amount

Notes:

Column 4: In accordance with margin of preference ITB 38, if applicable.

Domestic Value Added comprises domestic labor, the domestic content of materials, domestic overheads and

profits from the stage of mining the raw material until final assembly.

Column 6: Incoterm in accordance with ITB 14

Currency in accordance with ITB 15

Price shall include all customs duties and sales and other taxes already paid or payable on the components

and raw materials used in the manufacture or assembly of the item or the customs duties and sales and other

taxes already paid on previously imported items.

Column 8: Payable in the Procuring Agency's country if Contract is awarded

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 121: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

PRICE SCHEDULE FOR GOODS

TO BE OFFERED FROM OUTSIDE THE PROCURING AGENCY'S COUNTRY

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___

ITEM DESCRIPT

ION

COUNT

RY

OF

ORIGIN

QUANTITY

AND UNIT OF

MEASUREMEN

T

UNIT

PRICE

CIF (...)

OR

CIP (...)

UNIT

PRICE

FOB (...)

OR

FCA (...)

TOTAL

PRICE

CIF OR

CIP PER

ITEM

TOTAL

PRICE

FOB OR

FCA

PER ITEM

1 2 3 4 5 6 7 = 4 X 5 8 = 4 X 6

Total Amount

Notes:

Columns 5 and 6: Incoterm in accordance with ITB 14

Currency in accordance with ITB 15

Column 6: Only to be used if the Purchaser wishes to reserve transportation and insurance to domestic

companies or other designated sources. Identification of the lowest evaluated bid must be on

the basis of the CIF or CIP price, but the Purchaser may sign the contract on FOB or FCA

terms and make its own arrangement for transportation and/or insurance.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 122: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

PRICE SCHEDULE FOR RELATED SERVICES

TO BE OFFERED

FROM OUTSIDE AND WITHIN THE PROCURING AGENCY'S COUNTRY

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___

ITEM

NO.

DESCRIPT

ION

COUNT

RY OF

ORIGIN

QUANTIT

Y

AND

UNIT OF

MEASUR

EMENT

UNIT PRICE TOTAL PRICE PER ITEM

(A) (B) (A) (B)

FOREIGN

CURRENCY

LOCAL

CURREN

CY

FOREIGN

CURRENCY

LOCAL

CURRENCY

1 2 3 4 5(A) 5(B) 6(A) = 4 X

5(A)

6(B) = 4 X

5(B)

Total Amount

Notes:

Columns 5 and 6: Currencies in accordance with ITB 15

Prices are to be quoted inclusive of all customs duties, sales and other similar taxes applicable in the Procuring Agency's

country and payable on the Related Services, if the Contract is awarded to the Bidder

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 123: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

BID SECURITY BANK GUARANTEE

[insert bank’s name, and address of issuing branch or office] 1

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. 458.2

[Authorized signature(s) and bank’s seal (where appropriate)]

Page 124: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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)

Page 125: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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).

Page 126: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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:__________________________

Page 127: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

Signature:___________________________ Signature:__________________________

[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.

Page 128: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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

Page 129: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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).

Yea

r Matter in Dispute

Value of

Pending Claim

in $ Equivalent

Value of

Pending

Claim as a

Percentage

of Net

Worth

[inser

t

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 -

Page 130: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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.

Page 131: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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

E-mail

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.

Page 132: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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.

Page 133: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

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,1 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 (RS 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.

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)

Page 134: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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

Current Liabilities (CL)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Profits After Taxes (PAT)

2. Financial documents

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 statements1 for the [number of years] years required above; and complying

with the requirements.

1 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.

Page 135: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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.

Page 136: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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

N

o

.

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

Page 137: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

HISTORICAL CONTRACT NON-PERFORMANCE

[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. HISTORY OF NON-PERFORMING CONTRACTS NON-PERFORMING CONTRACTS

Contract non-performance did not occur since 1st January [insert year], in accordance with the Prequalification criteria,

or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.

Contract(s) not performed since 1st January [insert year], in accordance with the Prequalification criteria, or Section

III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, is(are) indicated below:

Year Non- performed

portion of Contract

Contract

Identification

Total Contract

Amount (current

value, currency,

exchange rate and

USD equivalent)

[insert year] [insert amount and

percentage] • Contract Identification: [indicate complete

Contract name, number, and any other

identification]

• Name of Employer: [insert full name]

• Address of Employer: [insert street/city/country]

• Reason(s) for non performance: [indicate main reason(s)]

[insert amount]

Page 138: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

2. PENDING LITIGATION

PENDING LITIGATION

No pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria,

Sub-Factor 2.2.2, as appropriate.

Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-

Factor 2.2.2, as appropriate, is indicated below:

Year of dispute Amount in

dispute

(currency)

Outcome as

Percentage

of Net

Worth

Contract Identification Total Contract

Amount (current

value, currency,

exchange rate and

USD equivalent)

[insert year] [insert

amount]

[insert

percentage] • Contract Identification: [indicate

complete Contract name, number,

and any other identification]

• Name of Employer: [insert full name]

• Address of Employer: [insert street/ city/ country]

• Matter in dispute: [indicate main

issues in dispute]

• Status of dispute: [indicate if it is being treated by the Adjudicator,

under Arbitration or being dealt with by the Judiciary]

[insert amount]

Page 139: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

Litigation History

LITIGATION HISTORY

No court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification

criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate.

Court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with the Prequalification

criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, as appropriate, are indicated below:

Year of

award

Contract Identification Total Contract Amount

(current value,

currency, exchange rate

and USD equivalent)

[insert year] • Contract Identification: [indicate complete Contract name, number, and any other identification

• Name of Employer: [insert full name]

• Address of Employer: [insert street/city/country]

• Matter in dispute: [indicate main issues in dispute]

• Party who initiated the dispute: [indicate “Employer” or “Contractor”]

• Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the

Judiciary]

[insert amount]

Page 140: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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]

IFB No.: [insert number]

Page [insert page number] of [insert total number] pages

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

The Bidder and its Parties shall provide copies of the financial statements for [number of years] years pursuant to the

Prequalification Criteria or Section III, Evaluation and Qualifications 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.

Page 141: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

Attached are copies of financial statements1 for the [number of years] years required above; and complying

with the requirements.

Page 142: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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]

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 construction cash flow demands of the subject Contract or

Contracts as indicated in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2 (Following Prequalification), or

Sub-Factor 2.3.3 (Without Prequalification), as appropriate.]

FINANCIAL RESOURCES

No. Source of financing Amount (USD equivalent)

1

2

3

Page 143: kpfsa.gov.pkkpfsa.gov.pk/assets/downloads/Standard.pdf · GOVERNMENT OF KHYBER PAKHTUNKHWA FOOD SAFETY & HALAL FOOD AUTHORITY SUMMARY PART 1-FIXED CONDITIONS OF CONTRACT (ITB & GCC)

GOVERNMENT OF KHYBER PAKHTUNKHWA

FOOD SAFETY & HALAAL FOOD AUTHORITY

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]

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, Clause 2.2 (Following Prequalification), or Sub-Factor 2.3.3 (Without

Prequalification), as appropriate.]

CURRENT CONTRACT COMMITMENTS

NO. NAME OF

CONTRACT

EMPLOYER’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