0% found this document useful (0 votes)
2 views87 pages

17-19 May, 2025 - MED

The National University of Medical Sciences (NUMS) is inviting prequalification applications from reputable vendors for the supply, installation, and commissioning of various lab and electro-medical equipment. Eligible firms must have at least five years of experience, be registered with relevant authorities, and not be blacklisted. The deadline for submission of proposals is May 30, 2025, and the process will adhere to PPRA rules.

Uploaded by

Muhammad shahbaz
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
2 views87 pages

17-19 May, 2025 - MED

The National University of Medical Sciences (NUMS) is inviting prequalification applications from reputable vendors for the supply, installation, and commissioning of various lab and electro-medical equipment. Eligible firms must have at least five years of experience, be registered with relevant authorities, and not be blacklisted. The deadline for submission of proposals is May 30, 2025, and the process will adhere to PPRA rules.

Uploaded by

Muhammad shahbaz
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 87

Invitation for Prequalification

Prequalification of Vendors for Supply, Installation and commissioning of Misc Lab/ Electro
Medical Equipment Glassware/ Consumables etc for UG/PG Labs and CTU

National University of Medical Sciences (NUMS) invites applications / Proposals from Interested,
reputable & competent Firms/ Authorized Dealers/ Sole Distributors/ Vendors having vast experience of
Public/Private sector firms/ organizations etc. for supply, Installation and commissioning of Misc Lab and
Electro Medical Equipment/ Glassware/ Consumables etc. Prequalification process will be conducted in
accordance with PPRA Rules. This advertisement is also available on EPADS-PPRA
(https://www.ppra.org.pk) and NUMS website (https://numspak.edu.pk/tender-notice.php).

Eligibility Criteria: Interested Firms/companies must meet the following requirements:


 Experience: Minimum of five (5) years and above experience for supply of Lab and Electro Medical
Equipment in any gov’t/ Semi gov’t/ Private Sector Firms / Hospitals, Institutions, organizations.
 Registration: Must be registered with relevant authorities and possess valid GST, Income Tax
license and should be listed as Active Taxpayer status with the FBR.
 Subcontracting: Upon selection, subletting of the contract will absolutely be prohibited.
 Integrity: The firm must not be blacklisted by any government or private organization.
 Only the successfully Prequalified applicants shall be entitled to participate in the subsequent
procedure of Financial bidding / proposal.

Documents Detail: Prequalification documents containing detail scope of work/ supplies, eligibility
criteria, evaluation methodology and other terms & conditions can be obtained from the address mentioned
at the end of this advertisement on provision of pay order/demand / draft amounting to PKR 3,000/- (non-
refundable fee) in favor of “NUMS” from Wednesday 14th May 2025 till Friday 30th May 2025 from 0800-
1600 hours on any working day.

Submission Deadline: Last date for submission of Pre-qualification proposals/ applications is Friday 30th
May 2025 by 1100 hrs. Late/Email/ Fax submission of Docs/applications shall not be entertained. All
submitted applications will be opened & evaluate by the Tender Opening & Evaluation Board on same day
of opening Envelops/Proposals at 1130 hrs in Seminar Room, Crown Complex, NUMS PWD Campus,
Police Foundation, Islamabad in the presence of participating interested firms or their authorized
representatives.
Evaluation Criteria & Selection Process: Submitted applications will be assessed based on compliance
with eligibility criteria, duly supported with documentary evidences. Submission of documents without valid
and supporting documentary evidences will be straight away liable for rejection. No amendments, addition,
deletion, revisions, or supplements in/ regarding submitted documents will be entertained. Only the Pre-
qualified firms will be informed in due course of time and will be invited to submit financial proposals through
a formal request as and when required.

The NUMS Competent Authority reserves the right to accept/reject any or all applications on technical or
any other ground or to cancel the entire process of Prequalification according to Public Procurement
(PPRA) Rules.

Procurement Directorate, NUMS


PWD Campus, Police Foundation, House No. 733, B Block, Street # 05, Islamabad
Ph: 051-5170364
Invitation for Tender
Procurement of Chemicals, Consumables, Glassware and Lab
Equipment for UG/PG Lab
Sealed bids are invited from reputed firms / concerned dealers / vendors / suppliers for Procurement of
Chemicals, Consumables, Glassware and Lab Equipment for UG/PG Lab. Bidders must be
registered with Income Tax and Sales Tax departments and be listed on the Active Taxpayer List (ATL)
of FBR. This advertisement is also available on EPADS-PPRA (https://www.ppra.org.pk) and NUMS
website (https://numspak.edu.pk/tender-notice.php).

The tender shall follow “Single Stage Two Envelopes” bidding Procedure. Technical Proposals and
Financial Proposals must be submitted in separate sealed envelopes and placed in a single package.
Initially, only Technical Proposals will be opened. Financial Proposals will remain sealed until the
technical evaluation is complete. The opening date and time for Financial Proposals will be
communicated to technically accepted bidders in due course of time.

Tender documents, containing specifications, detailed terms & conditions, instructions to bidders etc. can
be obtained from the address mentioned at the end of Advertisement for PKR 3,000/- (non-refundable)
via Demand Draft/Pay Order only in favor of “National University of Medical Sciences” between
Wednesday, 7th May 2025 to Thursday, 22nd May 2025.

Last date for submission of Bids is Thursday, 22nd May 2025 before 1100 hours. Bids submitted after
due date & time will be liable for rejection. Email or fax submissions of bidding documents will not
be accepted. Bids will be publicly opened on the same day at 1130 hours in Seminar Room, Crown
Complex, NUMS PWD Campus, Police Foundation, Islamabad, in the presence of all participating
bidders or their representatives.

Bid Security of 2% of the total bid amount (refundable) must be attached in the form of a Demand Draft/
Pay Order/ CDR in favor of NUMS (NTN # 9010197-0). Quantity of items can be increased / decreased
as per NUMS demand without change in unite price.

Competent Authority in NUMS reserves the right to accept / reject any or all bids as per Public
Procurement (PPRA) Rules 2004.

Procurement Directorate, NUMS


PWD, Police Foundation, House No. 733, B Block, Street # 5, Islamabad
Ph: 051-5170364
NCE IN GEOLOGY, UNIVERSITY OF PESHAWAR
Peshawar‐25130, Khyber Pakhtunkhwa, Pakistan
Phone: +92‐91‐9221254, 9221256 Fax: +92‐91‐9221228

Web: http://nceg.uop.edu.pk

INVITATION TO e‐BID
1. NCE in Geology, University of Peshawar invites electronic bids from the original manufacturers/
authorized distributors/ suppliers/ contractors/ service providers etc. registered with Income Tax
and Sales Tax Department for supply of following items:
Sr. No Laboratory Items
A Geophysics Laboratory Items (Li‐Ion Battery pack 12V (12Ah), Li‐Ion Battery 7.5 V
(8.8Ah), Repairing of GPR 50 MHZ antenna)
B 3D topographic model for placer deposits of Pakistan (Physical)
2. e‐bidding documents as per regulations, containing detailed terms and conditions, specifications
and requirements etc. are available for the registered bidders on EPADS at (www.eprocure.gov.pk)
3. The electronic bids, must be submitted by using EPADS on or before Wednesday 4th June 2025
10:30AM. Manual bids, shall not be accepted. Electronic Bids will be opened on the same day at bid
opening time at least 30 minutes after bid closing time i.e., 4th June 2025 11:00AM.
Note: Notification of the GRC constituted in terms of Rule‐48 of PPRA rules, 2004 is provided on EPADS
at www.eprocure.gov.pk and on PA’s website (if any)
Name & Designation: Dr. Liaqat Ali (Director)
Address: NCE in Geology
Phone/Fax Number: 091‐9221254
Email address: [email protected]
CamScanner
TENDER NOTICE

1. The Center of Aviation, Government of Khyber Pakhtunkhwa (KPK), invites sealed


proposals under KPPRA rules in PKR for the conversion of an existing MI-171
helicopter into a multi-patient air ambulance from qualified and experienced firms, who
are on Active Taxpayers list of the Federal Board of Revenue (FBR). This helicopter-based
EMS capability shall serve remote and hard-to-reach regions where ground transport is not
feasible, thereby enhancing the KPK’s Emergency Medical Services infrastructure. The
selected contractor shall supply conversion kit in original OEM Packing. The procurement
procedure shall be single stage two envelopes bidding (covering technical and
commercial quotations separately).

2. Quotation (Commercial) shall be submitted as per under mentioned format.


Total price
Unit price without GST Total price
Part including
Nomenclature Condition Quantity including all other taxes) / GST with GST for
number GST per
expenses all quantities
single item

3. Scope of work: The selected contractor shall be responsible for supplying and
installing an Emergency Medical Service (EMS) conversion kit suitable for 6-patient
evacuation onboard a MI-171 helicopter. The EMS kit must meet the following criteria:
a. Be compatible with the Government-owned MI-171E platform and currently in
operational use.
b. Includes self-contained power solutions (e.g., rechargeable battery-powered medical
equipment) with no requirement of electrical supply from helicopter.
c. Requires no structural modifications to the helicopter (minor mod only).
d. Features medical equipment stack racks that comply with EASA/FAA minor mod
standards.
e. Utilize existing hard points for installation.
f. Be removable/installable within 2 hours, facilitating quick role change for the
helicopter as per the operational requirement.
g. Supports a modular design for flexibility and maintainability.
h. Airworthiness approvals, as required from PCAA, shall be the responsibility of the
contractor.
4. Technical Proposal Requirements: Interested firms shall submit a
comprehensive Technical Proposal including:-

a. Description and specifications of the proposed EMS conversion kit and its
components.
b. Certification that the solution qualifies under EASA/FAA minor modification
guidelines (documentation shall be required).
c. Project execution plan with key milestones and timelines.
d. Installation and commissioning plan.
e. Safety assurance measures, quality compliance protocols.
f. Warranty coverage, support services, and maintenance plans.
g. Bidders shall provide an outline of the Technical Data Package (TDP) with all
relevant documentation and interface requirements.

5. Commercial Proposal: Commercial Proposal of only those firms whose


Technical Proposals are evaluated as compliant shall be opened in accordance with
KPPRA Rules.
6. Tender document: Interested firms may obtain the complete tender
documents from the Office of the Director General Aviation, Government of Khyber
Pakhtunkhwa, upon submission of a Bank Draft of non-refundable tender fee of
Rs. 10,000/-, payable to Chief Administrator, Center of Aviation.
7. Taxes: As per government rules, all payments will be made in Pak Rupees
after retention of 5% of income tax, 1% stamp duty & 1/5 of 18% GST at
Center of Aviation (being withholding agent).

8. Customs Duty: The delivery of the all items will be on a DDP (Delivered Duty
Paid) basis. Custom clearance shall be the responsibility of the firm (including custom
agent fee and all other allied charges / taxes except Federal Custom Duty), however, the
Procuring agency shall assist in the form of provision of all required documents, such as
Governor KP exemption for non-payment of custom duties. In case exemption certificate is
not provided, or not accepted by customs authorities, the custom duties & demurrages /
storage charges shall be borne by Center of Aviation

9. It shall be mandatory for all participating firms to prove their legitimate trade link /
import channel with OEM. Verification of trade link shall be done with OEM Companies
with the verified link with OEM shall qualify for financial stage.

10. Bid Submission: Signed bids complete in all respect are required to be submitted
personally, or through courier services, to reach in the office, on or before, 4th June, 2025
at 1100 hours PST at “Director General Aviation KP, Air Headquarters, Peshawar”
Tele / Fax No: 091-9210787/ 091-5253442, e-mail: [email protected].

11. Bid Opening: Technical Bids will be opened in the office of the DGAKP at the
address “Director General Aviation KP, Air Headquarters, Peshawar” Tele / Fax No:
091-9210787/ 091-5253442, e-mail: [email protected] by 1300 hrs PST on
4th June, 2025 in the presence of bidders or their authorized representatives having NTN
and SECP approvals documents. Only the successfully qualified bidders will be informed
separately about financial bid opening date.

12. Directorate General Aviation, Govt of Khyber Pakhtunkhwa reserves the right to
accept or reject any / all bids any time prior to acceptance of bids under Rule 47(1) of
Khyber Pakhtunkhwa procurement Rules, 2014.

13. Contact points for any queries are as under.

a. Administrative / procurement queries:


Chief Admin Contact No 0320-9211914 / 091-5253547
b. Technical queries:
Chief Engineer Contact No 0321-5385358 / 091-7087388
1.1 INVITATION TO BIDDERS
Bid Reference No. PRO/60/2025

PROCUREMENT OF CYCLOTRON CONSUMABLES


(FRAMEWORK CONTRACT)
1. E- Bids are invited from original Manufacturers / Sole Distributor of Foreign or Local
Manufacturer / Distributor of Sole Distributor for supply of goods, registered with income tax
and sales tax Department / authorities. The E- Bids shall be received as per single stage two
envelope bidding procedure of PPRA-2014.
2. Interested eligible bidders may get the Bidding Documents free of cost from PKLI website
https://pkli.org.pk/tenders/ with detailed specifications. A tender notice is also available for
information and can be downloaded from the websites of www.ppra.punjab.gov.pk and
https://eprocure.gov.pk. Bidding documents are immediately available after the date of
publication.

Lot Description Estimated Qty Estimated Bid Security Bidding Delivery


No. Amount @ 2 % of the procedure Terms
(in millions) estimated
amount
As mentioned
2% of the
Procurement of in bidding Single
estimated cost DDP, PKLI
1. Cyclotron documents - 45.95 Stange Two
against quoted Lahore.
Consumables schedule of Envelope
items
requirement

3. E-bids shall be submitted online on or before 02.06.2025 at 11:00 AM on e-Punjab Acquisition


and disposal system (e-PADS) https://eprocure.gov.pk. Hard copies of e-bids are not required.
The procuring agency shall not be responsible for any failure on the part of firms to submit an
e bid or account of any technical error or internet failure.
4. All Bids must be accompanied by a Bid Security of 2% of the estimated amount in the form
of CDR/Bank Guarantee / Demand Draft / Pay Order.
5. The Bids will be opened on the same day 02.06.2025 at 11:30 AM Hours in the presence of
the Bidders’ representatives who may choose to be present at the address below.
6. Interested eligible Bidders may obtain further information from Supply Chain department,
PKLI&RC at the address given below from date of publishing during office hours 08:30AM to
05:30 PM.
7. Bid Validity period is 180 days from the date of opening of bids.
8. In case of official holiday on the day of submission, next day will be treated as closing date.
9. PKLI&RC will not be responsible for any cost or expense incurred by bidders about the
preparation or delivery or electronic submission of bids.
10. Pre-Bid meeting will be held on 20.05.2025 @ 11:30 AM in the meeting room supply chain
department, PKLI&RC Lahore.
11. Procurement shall be governed by Punjab Procurement Rules 2014(amended) & Punjab
Procurement Regulations 2024.

GM Supply Chain
Pakistan Kidney & Liver Institute and Research Center,
Ground Floor Package A, One PKLI Avenue, Opposite DHA Phase-6, Knowledge City,
Lahore
Tel: 92-42-111-117-554, Ext: 3734
Email: [email protected]
CamScanner
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/92

DISSOLUTION TEST APPARATUS


(LOT-147)
The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of DISSOLUTION TEST APPARATUS for Punjab Agriculture, Food & Drug
Authority (PAFDA) with an estimated cost of PKR Rs.255,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 02nd JUNE 2025 not later than 10:45 AM. Technical proposal will be
opened on the same day on EPADS at 11:15 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.2,550,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/95

Next Generation Sequencer (LOT- 106.4)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Next Generation Sequencer for Punjab Agriculture, Food & Drug
Authority (PAFDA) with an estimated cost of PKR Rs.132,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 02nd JUNE 2025 not later than 11:30 AM. Technical proposal will be
opened on the same day on EPADS at 12:00 PM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.1,320,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/94

DNA SEQUENCER (LOT- 106.1)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of DNA SEQUENCER for Punjab Agriculture, Food & Drug Authority
(PAFDA) with an estimated cost of PKR Rs.180,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 2nd June 2025 not later than 11:15 AM. Technical proposal will be
opened on the same day on EPADS at 11:45 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.1,800,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
TENDER NOTICE

The Medical Superintendent, THQ Hospital Sharaqpur Sharif is inviting the bids
for the annual contracts / framework contracts of given below categories on DDP
basis through open competitive bidding (single stage two envelops bidding
procedure) under PPRA Rules 2014 (Amended) on EPADS for Social Welfare
Department, THQ Hospital Sharaqpur Sharif during the Financial Year 2024-25.
Complete details are available in Bidding Documents.
1. Framework Contract for the Purchase of Up to 2% of Estimated Cost
Social Welfare Medicine
• The tender notice and bidding documents can also be downloaded from PPRA
website and EPADS Website.
• The Bidder shall provide Bid Security in shape of CDR / Bank Draft for each category
as per Rule 27 of PPRA Rules which details are mentioned in Bidding Documents.
Original CDR must be delivered before closing time.
• The complete Bids must be submitted to the EPADS till 11:00 AM, on or before 31-
05-2025. Late received bids shall not be enetertained.
• All the bids shall be opened at 11:30 AM on the same day as above at office of
the undersigned in the presence of purchase committee and according to the
governing circulars of PPRA on EPADS.
• Submission of any false statement/documents found at any stage shall disqualify
the bidder without any notice and such firm shall be blacklisted.
• The Tender notice is available on E-PADS PPRA website (https://eprocure.gov.pk )
• All tender processes shall be completed as per PPRA Rules 2014 and Punjab
Procurement Regulations 2024 amended time to time. Any discrepancy shall
automatically revert to EPADS and Punjab Procurement Regulations 2024.

Dr. Aman Ali


Medical Superintendent
THQ Hospital Sharaqpur Sharif
Contact No. 056-2500074
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/96

Automated Sample Preparation System (LOT-116)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Automated Sample Preparation System for Punjab Agriculture,
Food & Drug Authority (PAFDA) with an estimated cost of PKR Rs.108,000,000/-
Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 02nd JUNE 2025 not later than 11:45 AM. Technical proposal will be
opened on the same day on EPADS at 12:15 PM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.1,080,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/98

Scanning Electron Microscope (LOT-127)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Scanning Electron Microscope for Punjab Agriculture, Food & Drug
Authority (PAFDA) with an estimated cost of PKR Rs.105,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 02nd JUNE 2025 not later than 11:10 AM. Technical proposal will be
opened on the same day on EPADS at 11:30 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.1,050,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/93

FOOD PATHOGEN DETECTION SYSTEM (LOT-149)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of FOOD PATHOGEN DETECTION SYSTEM for Punjab Agriculture,
Food & Drug Authority (PAFDA) with an estimated cost of PKR Rs.201,600,000/-
Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 02 JUNE 2025 not later than 12:00 PM. Technical proposal will be
opened on the same day on EPADS at 12:30 PM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.2,016,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
INVITATION TO BIDS
[Tender Notice/Advertisement/Request for Tender]

E-bids on Delivered Duty Paid Basis (DDP / FOR) are invited from Registered Bidders on EPADS
i.e. Registered Sales Tax and Income Tax (Active) Sole Agents of Foreign Manufacturers,
registered with relevant Registration Authorities and Tax Departments/Authorities (Income Tax,
Sales Tax & Punjab Sales Tax etc.). The e-Bids shall be received as per single stage two envelope
procedures as mentioned in PPRA Rules 2014 (as amended up to date).
The bidding Document, in the English language, can be downloaded by the interested
registered Bidders with EPADS from PPRA/EPADS Web Site,
www.ppra.punjab.gov.pk/eprocure.gov.pk & PESSI Website, www.pessi.gop.pk.
LIST OF EQUIPMENT FOR PROCUREMENT FOR KHAWAJA FARID SOCIAL SECURITY HOSPITAL
F.Y 2024-25 ON DDP/FOR BASIS THROUGH E-PROCUREMENT is as under:

Item. Name of equipment Qty Consignee Ends Estimated unit Total Estimated
# price in rupees Price in rupees
Including all Including all
taxes taxes
1 PCNL Set (Adult) With Khawaja Farid Social
Accessories And Security Hospital
01 16,000,000/- 16,000,000/-
Optional Including Hd Multan
Camera
2 Khawaja Farid Social
Thulium Fiber Laser 60
01 Security Hospital 20,000,000/- 20,000,000/-
Watt
Multan
3 Khawaja Farid Social
Bipolar Resectoscope
01 Security Hospital 8,000,000/- 8,000,000/-
With Enucleation
Multan
4 Khawaja Farid Social
Autoclave 01 Security Hospital 3,000,000/- 3,000,000/-
Multan
5 Khawaja Farid Social
Dental Unit Local 01 Security Hospital 3,500,000/- 3,500,000/-
Multan
TOTAL (Rupees Fifty million five hundred thousand only) 50,500,000/-
E-Bids must be submitted on E-PADS PPRA on or before 02.06.2025 at 10:00 A.M. Hours. The
firms shall submit (2%) Bid Security of the estimated price of quoted tender in the form of
CDR/Bank Guarantee / Demand Draft / Pay Order in the Office of Medical Superintendent
Khawaja Farid Social Security Hospital on or before the closing date & time of the tender. The
bids will be opened on the same day at 10:30 A.M. Hours through E-procurement on E-PADS
PPRA. Interested eligible Bidders may obtain further information from Khawaja Farid Social
Security Hospital’s given address from the date of advertisement to 02.06.2025, 10:00 A.M.
Bidding Documents will immediately be available after date of publication. Khawaja Farid Social
Security Hospital will not be responsible for any cost or expense incurred by Bidders in
connection with the preparation or submission of Bids. In case of official holiday on the day of
submission, next day will be treated as closing date. The Bidding document carrying all details
can also be downloaded from PESSI website and website of Punjab Procurement Regulatory
Authority/EPAD Shttp://ppra.punjab.gov.pk/eprocure.gov.pk.
DR. ABIDA AMJAD
Medical Superintendent
Khawaja Farid Social Security Hospital, Vehari Road Multan.
Ph. No. 061-4481005 E-mail: [email protected]
CamScanner
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/99

Bacterial Biochemical Identification System (VIDAS or


Equivalent) (LOT- 137.1)
The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Bacterial Biochemical Identification System (VIDAS or
Equivalent) for Punjab Agriculture, Food & Drug Authority (PAFDA) with an estimated
cost of PKR Rs.27,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 3rd JUNE 2025 not later than 10:00 AM. Technical proposal will be
opened on the same day on EPADS at 10:30 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.270,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/100

Viral Identification System (Real Time PCR) (LOT- 137.2)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Viral Identification System (Real Time PCR) for Punjab Agriculture,
Food & Drug Authority (PAFDA) with an estimated cost of PKR Rs.52,800,000/-
Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 03 June 2025 not later than 10:15 AM. Technical proposal will be
opened on the same day on EPADS at 10:45 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.528,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/103

GC-Flame ionization Detector (LOT-101.1)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of GC-Flame ionization Detector for Punjab Agriculture, Food & Drug
Authority (PAFDA) with an estimated cost of PKR Rs.63,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 3rd June 2025 not later than 10:30 AM. Technical proposal will be
opened on the same day on EPADS at 11:00 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.630,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/105

Purchase of Pyrolysis GC-MS (LOT-101.3)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Pyrolysis GC-MS for Punjab Agriculture, Food & Drug Authority
(PAFDA) with an estimated cost of PKR Rs.60,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 3RD June 2025 not later than 10:45 AM. Technical proposal will be
opened on the same day on EPADS at 11:15 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.600,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/97

GENETIC ANALYZER (LOT-106.2)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of GENETIC ANALYZER for Punjab Agriculture, Food & Drug Authority
(PAFDA) with an estimated cost of PKR Rs.60,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 3rd June 2025 not later than 11:00 AM. Technical proposal will be
opened on the same day on EPADS at 11:30 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.600,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
PUNJAB AGRICULTURE, FOOD AND DRUG AUTHORITY
HOME DEPARTMENT
THOKAR NIAZ BAIG, LAHORE

E-TENDER NOTICE No. PAFDA/TND-LAB/2024-25/104

Mitochondrial DNA Analysis (LOT-106.3)


The Punjab Agriculture, Food and Drug Authority (PAFDA) is an autonomous body
established under the "Punjab Agriculture, Food and Drug Authority Act 2016" by the
Government of Punjab to provide state-of-the-art testing facilities for food, agriculture, and
pharma.

1. The objective of this advertisement is to call bids from reputable firms/companies for
“Procurement of Mitochondrial DNA Analysis for Punjab Agriculture, Food & Drug
Authority (PAFDA) with an estimated cost of PKR Rs.60,000,000/- Approximately.
(Scope and requirements are provided in the tender documents).

2. The tender documents comprising the Technical & Financial proposal prepared in
accordance with the instructions in the Tender Document, must be submitted on
EPADS on or 3rd June 2025 not later than 11:15 AM. Technical proposal will be
opened on the same day on EPADS at 11:45 AM.
Manual bids shall not be accepted.

3. Technical bid must be accompanied by a bid security of amount Rs.600,000/- in the


form of CDR/Pay Order/Demand Draft/Bank Guarantee in favor of “Punjab
Agriculture, Food and Drug Authority (PAFDA)”

PAFDA management may reject all bids or proposals at any time prior to the acceptance of a
bid or proposals, as provided under Rule – 35 of Punjab Procurement Rules, 2014.

Please note that said procurement shall be carried out through EPADS of Punjab
Procurement Regulatory Authority only. All interested applicants are required to
register on EPADS to be eligible for participation. Tender Notice / Tender Document
containing detailed requirements, terms & conditions is available for the registered bidders on
EPADS at punjab.eprocure.gov.pk and Punjab Procurement Regulatory Authority (PPRA)
website: ppra.punjab.gov.pk.

Director General
Punjab Agriculture Food & Drug
Authority
Multan Road, Lahore - 53700
Phone No: 042-99233617
[email protected]
CamScanner
CamScanner
PACB/721/02/2025-26/0792/P-3

PLEASE READ CAREFULLY

❖ Kindly print the biding document, read carefully, sign and stamp on
each page and submit with the technical quotation.

❖ Participating bidders are required to submit bids according to


instructions mentioned in bidding documents. These bids should meet the
requirements / criteria illustrated in bidding documents along with fulfillment of
other terms and conditions of tenders.

❖ According to PPRA rule 31 no bidder is allowed to alter or modify his


bids after the bids have been opened. Moreover, as per rule 36 (vi) no
amendment in the technical proposal is permitted during technical evaluation.
Therefore, in the light of prevailing Govt procedures, requests for amendments
in quotations and clarifications leading to change of substance of bid after
opening of bids cannot be accepted and bids not conforming to tender
requirements are liable to be rejected.

❖ Participating bidders are therefore requested to read the bidding


documents thoroughly and submit their quotes accordingly without any
condition in conformance to all tender requirements including DP, bid validity,
provisioning, 10% BG confirmation etc for consideration of bid. Bid found non-
conforming to tender requirements is liable to be rejected on tender opening
date.

❖ Participating firms are to provide particulars of their reps on


Ph No 051-9099-2244 at least 01 day prior to tender opening.

Page 1 of 34
PACB/721/02/2025-26/0792/P-3

INDEX

CONTENTS
LIST OF CLAUSES AND ANNEXURES GENERAL PARTICULARS

CLAUSE TITLE

1. INVITATION
2. CONDITION GOVERNING CONTRACTS
3. DELIVERY OF TENDER. (SINGLE STAGE TWO ENVELOPE BASIS)
4. FORM PACB - 002A & PACB - 002B
5. SINGLE/MULTIPLE OFFERS
6. DATE & TIME FOR RECEIPT OF TENDER
7. DELIVERY PERIOD
8. RIGHTS RESERVED
9. ADDITION AND DELETION OF STORE
10. VALIDITY OF QUOTATION
11. TECHNICAL LITERATURE, SPECIFICATIONS AND NTERCHANGEABILITY
12. DEVIATION FROM SPECIFICATIONS
13. PACKING
14. RESTRICTION OF EXPORT / IMPORT LICENSE
15. APPLICATION OF OFFICIAL SECRET ACT 1923
16. EXAMINATION OF SPECIFICATION / SAMPLES
17. QUOTING OF PRICES
18. PRICES
19. COUNTRY OF MANUFACTURE
20. DISQUALIFICATION
21. PAYMENT
22. DOCUMENTS REQUIRED
23. SECURITY DEPOSIT / BANK GUARANTEE
24. INSPECTION / ACCEPTANCE OF STORES
25. CHECKING OF STORE
26. TENDER OPENING
27. WITHDRAWAL OF OFFER
28. TREASURY CHALLAN
29. SEQUENCE OF QUOTATION

Page 2 of 34
PACB/721/02/2025-26/0792/P-3

CLAUSE TITLE
30. FAX QUOTATION
31. BID SECURITY
32. FORCE MAJEURE
33. ARBITRATION
34. LITIGATION
35. RISK PURCHASE
36. LATE DELIVERY
37. AUTHORITY TO SIGN DOCUMENTS
38. REGISTERED SUPPLIER WITH FBR
39. TERMINATION OF CONTRACT
40. DISCREPANCY
41. PRIOR INTIMATION REGARDING SUBMISSION OF QUOTATION
42. BIDDING CLARIFICATIONS TO TENDER
43. RESPONSE TIME
44. SECRECY
45. NON – DISCLOSURE AGREEMENT

ANNEX “A” SCHEDULE OF STORES


ANNEX “B” Form PACB-002A SCHEDULE OF TENDER
ANNEX “C” Form PACB - 002B UNDER TAKING
ANNEX “D” Form PACB-002C QUESTIONNAIRE TO BE FILLED IN BY BIDDER
ANNEX “E” Form PACB-002D SPECIAL INSTRUCTIONS
ANNEX “F” GENERAL CONDITIONS FOR BG
ANNEX “G” NON-DISCLOSURE AGREEMENT

Page 3 of 34
PACB/721/02/2025-26/0792/P-3

Form PACB-002

GOVERNMENT OF PAKISTAN
MINISTRY OF DEFENCE PRODUCTION
PAKISTAN AERONAUTICAL COMPLEX BOARD KAMRA

INVITATION TO TENDER AND GENERAL INSTRUCTIONS TO BIDDERS


(SINGLE STAGE TWO ENVELOPE BASIS)
(FOR)
Tender No PACB/721/02/2025-26/0792/P-3
Directorate of Central Procurement
Pakistan Aeronautical Complex Board
Kamra Distt. Attock
Tel: +92-51-9099-2244, 2534
Fax: +92-57-9317491
Email: [email protected]
16 May 2025
To,

PPRA & PAC Websites

Dear Sir,

1. I invite you to tender for supply of store / services details in the attached
Schedule to Tender (Form PACB -002A)

2. CONDITION GOVERNING CONTRACTS The “Contract” made as a result of


this Tender Inquiry shall mean the agreement entered into between the parties i.e., the
“Purchaser” and the “Seller” on PACB Contract Form (PACB – 003) in accordance with the
law of contract Act, 1872 and those contained in PAC purchase procedures and other
special conditions that may be added to given contract for the supply of PAC stores
specified therein.

3. DELIVERY OF TENDER (SINGLE STAGE TWO ENVELOPE BASIS)

(a) Technical Offer It shall contain all relevant specifications along with
essential literature / brochure in duplicate in a separate envelope and clearly
marked “Technical Offer without prices”, tender number and date of opening.

(b) Commercial Offer It shall indicate prices quoted in figures as well as in


words and clearly marked on face of a separate envelope “Commercial Offer with
prices”, tender number and date of opening.

(c) Bid Security. Tender number should be clearly marked on the back
side of the Bid Security along with firm’s stamp & signature. It shall be sealed in an
envelope separate from technical & financial bids.
(d) All three “Envelopes” should be enclosed in one cover, properly sealed,
bearing the address of Directorate of Central Procurement (DCP), PAC, Kamra with
“tender number and opening date”.

Page 4 of 34
PACB/721/02/2025-26/0792/P-3

4. FORM PACB - 02A & PACB - 02B Form PACB - 02A (Annex ‘A’) & PACB - 02B
(Annex ‘C’) duly filled-in are to be returned with the offer duly signed by the authorized
signatory person.

5. SINGLE / MULTIPLE OFFERS Only one offer can be made in relevant currency
for same item. Multiple rates, if quoted, will be rejected. Multiple quotation against the
tender will also be rejected.

6. DATE & TIME FOR RECEIPT OF TENDER The tender must reach DCP PACB
Kamra by the date and time specified in the Schedule to Tender (PACB – 002A attached).
Tenders received after the prescribed date and time will, NOT be entertained. The
appointed time will, however fall on next working day in case of closed/forced holiday.
Telegraphed / Faxed / Telexed bids will be rejected unless specifically asked for. Tender
can also be sent through courier however you are required to intimate this office (DCP)
regarding dispatch of quotation through courier giving details of the courier through fax so
that courier service may be tracked to ensure your participation in the Tender. In case
tender is dispatched by courier then same should reach DCP, PAC Board at least 01
working day prior to tender opening date. You or your representative may also attend the
proceeding (Name / Designation of attendees’ along with copy of CNIC will be required
03 working days prior to tender opening date for arranging their entry).

7. DELIVERY PERIOD Stores are required within minimum possible delivery


period 40 days of purchase order, in the shortest time frame. Offers with minimum
delivery period are likely to be preferred. However, delivery period is to be factual as no
extension will be subsequently granted except under extreme unavoidable circumstances
beyond control of SELLER or under Force Majeure for which intimation with full
justification/evidences is to be dispatched well in advance for consideration.

8. RIGHTS RESERVED PAC Board Kamra reserves the right to accept or reject
any tender and to annul the tendering process and reject all tenders at any time prior to
contract award as per rule 33 of PPRA rules 2004 without thereby incurring any liability to
the affected Bidder. Moreover, past performance of the firms may also be considered.

9. ADDITION AND DELETION OF STORE The purchaser has the right to


increase or decrease the quantity of any item and cancellation of the contract partially or
fully without any financial repercussion on either side without assigning any reason within
30 days of signing the contract. Such information will be passed on to the supplier / seller
through the fastest means e.g., telephone, telegram or fax etc.

10. VALIDITY OF QUOTATION The quotation must be valid up to 120 days from
the date of opening the tender.

11. TECHNICAL LITERATURE, SPECIFICATIONS AND INTERCHANGEABILITY

Offers are to be submitted in duplicate supported by brochures and technical


literature in original. Offers must conform to tender specifications. A certificate of complete
interchangeability must be endorsed on the quotation for all substitute or in-lieu items,
otherwise the same are likely to be rejected. A copy of relevant page of publication must be
attached to prove correctness of offered / interchangeable / in-lieu item. Prices of master,
substitute and in-lieu items must be quoted separately. For any query regarding technical
issues, firms may contact Tel Ext 051-90990-2352 or PAC Hospital, Kamra District
Attock (Logistics Flight).

Page 5 of 34
PACB/721/02/2025-26/0792/P-3

12. DEVIATION FROM SPECIFICATIONS Stores received at consignee, if found not


conforming to the contract specifications will be rejected and replacement in accordance
with contractual specifications against rejected stores would be provided to consignee as
per delivery schedule laid down in the contract. The replacement will be provided without
any additional cost. In case stores are rejected after delivery schedule of the contract,
replacement is to be provided at the earliest or by the date advised by Directorate of
Central Procurement PAC Board.

13. PACKING Stores must be dispatched in standard trade packing unless otherwise
specified to protect them against any damage. Any loss/damage caused due to poor
packing will be recovered from the Supplier. In case items are shipped through sea,
packing shall be sea worthy.

14. RESTRICTION OF EXPORT / IMPORT LICENSE Offer subject to restriction of


Import/Export License will not be entertained.

15. APPLICATION OF OFFICIAL SECRET ACT 1923 All matters connected with this
inquiry and subsequent actions arising thereafter fall within the scope of the Pakistan
Official Secret Act 1923 which forbid providing contractual information to un-authorized /
un-concerned person / organization. It is therefore, requested to ensure complete secrecy
regarding documents and stores concerned with the inquiry to limit the number of
employees having accesses to this information.

16. EXAMINATION OF SPECIFICATION / SAMPLES When sealed pattern of stores


are mentioned in the “Schedule to Tender” these may be seen at the place stated in the
schedule and should be examined by you, or competent person on your behalf before the
submission of tender.

17. QUOTING OF PRICES Prices are to be quoted as follows: -

(a) FOR price of the stores (Line-Item Wise).

(b) The prices must be stated for each item separately both in figures and words.
Additional information if any must be linked with entries on the Schedule to Tender
(Form PACB – 002A).

(c) Shelf / installation life of each item (if applicable) is to be mentioned


separately.

18. PRICES The prices quoted must be per unit of issue / accounting unit as shown
in the “Schedule to Tender” inclusive of sales tax/excise duty and surcharges. The
breakdown of taxes/excise duty is to indicated separately. The prices must be stated for
each item separately both in figures and words in Pak currency. Over writing / erasing in
prices will be rejected. Mention GST separately.

19. COUNTRY OF MANUFACTURE Country /place of manufacture of stores is to be


provided along with offer.

20. DISQUALIFICATION Offers are liable to be rejected if: -

(a) Dental Items should be genuine and the same will be authenticated through
lab test of the sample.

(b) There is deviation from any instruction described in this invitation to tender.

Page 6 of 34
PACB/721/02/2025-26/0792/P-3

(c) Offers are found conditional or incomplete in any respect.

(d) Multiple quotations against the tender.

(e) Multiple rates are quoted against one item.

(f) Manufacturer relevant brochure is not attached (in case of equipment or major
assemblies of equipment).

(g) Form PACB - 02A and PACB - 02B & Questionnaire duly filled – in and signed
by the Tenderer are not received with the offer.

(h) Offer received later than appointed date and time.

(j) Tender specification if not conforming to the offer. In case of equipment/ major
assemblies manufacturer’s brochures shows specifications different from those given
in tender.

(k) Offer subject to restriction of Export License will not be entertained.

(l) Over writing / erasing in prices will be rejected.

(m) Change in prices by the supplier after opening of tender will not be
entertained and will be considered against sanctity of tender unless asked by
Directorate of Central Procurement PAC Board.

(n) Quotations are received for those Tender Inquiries / store for which firm is not
registered with PACB.

(p) Validity of offer is not quoted as required in IT or made subject to confirmation


later.

(q) Offers not accompanied with prescribed tender / Challan fee of Rs. 200/-

(r) Bid Security not provided.

(s) Offer with Prior sale condition.

(t) Complete IT Document dully signed and stamped on each page by authorized
signatory of the firm not provided.

(u) Prices are inclusive of sales taxes and surcharges, but break down in not
shown separately.

(v) No quotation will be accepted in photo copy, through Fax and after due date /
time.

(w) Quotation without authority letter from OEM will not be accepted.

21. PAYMENT 100% on CRV’s with 10% Performance Bank Guarantee.

22. DOCUMENTS REQUIRED Following information’s / copies of document must


be provided with Tender: -

Page 7 of 34
PACB/721/02/2025-26/0792/P-3

(a) Complete IT Document duly filled, signed and stamped on each page by
authorized signatory of the firm.

(b) Photo copies of valid registration and indexation of foreign principal with
PACB/DGDP applicable to the store / equipment offered.

(c) A copy of letter showing firm’s financial capability. Bank statement for last
01 year and other details to ascertain financial capability of firm.

(d) Copies of audited accounts of the company for the last two accounting years
that are prepared in accordance with the International Accounting Standards (IAS).

(e) Photo copies of General Index number (GID), National Tax number (NTN),
Sales Tax registration certificate. Foreign firms are required to provide copy of the
company’s valid Tax Compliance certificate issued by Revenue Authority of the
domiciled country, valid as at the tender closing date.

(f) Documentary evidence of the company’s registration details / Certificate of


Incorporation (Legal structure) by a recognized body in the domiciled country.
Registration number issued by respective Department of Commerce or concerned
department authorising to deal in subject store and export of store.

(g) List and evidence of certification from recognized international bodies


like ISO.

(h) List of major clients and references (complete with names of contact persons,
address and telephone numbers) of which the company has supplied similar items in
the last 05 years. Number of years in the business or dealing in similar items may
also be mentioned.

(j) Firm/Supplier name, complete address, contact numbers, and email


addresses.

(k) Undertaking that their firm and their proprietors have not been in
litigation/blacklisted by any Govt./Semi-Govt/Autonomous body.

(l) Any other document if required during procurement proceedings according to


Rule 17 of PPRA rules 2004.

Note: Security clearance of firm is mandatory before participation in tender.


Firms having applied for security clearance or those intend to apply for
security clearance soon after tender date can also participate in tender after
submission of following additional documents. However, firm will be required
to apply for security clearance immediately after tender submission: -

(m) In case of foreign supplier photocopy of resident card, passport or equivalent


identification card of person signing the tender is to be provided along with
02 passport size photographs.

(n) Local agents / firms have to submit the copy of CNIC and 02 passport size
photographs of person signing tender.

Page 8 of 34
PACB/721/02/2025-26/0792/P-3

(p) Letter of authorisation from the Manufacturer confirming that the bidder is
authorized to deal with the item quoted.

23. SECURITY DEPOSIT / BANK GUARANTEE To ensure timely and correct supply
of stores / services, the firm shall furnish an unconditional bank guarantee (BG) from a
scheduled bank of Pakistan for an amount 10% of the contract value on a judicial stamp
paper of the value of (Rs 100.00) as per prescribed format in the currency same as of
contract. The bank guarantee shall be endorsed in favour of CMA (ISO) Rawalpindi who is
the accounts officer specified in the contract. CMA (ISO) Rawalpindi have the like power of
seeking encashment at site of the bank guarantee as if the same has been demanded by
the purchaser himself. The bank guarantee shall be submitted by the supplier at the time of
Contract signing and will remain valid for up to 60 days after completion of warranty period
and remain in force till one year ahead of the date given in the contract. If period of contract
is extended, the supplier shall arrange the extension of bank guarantee within 30 days after
the original period to keep its validity always one year ahead of the extended period.

24. INSPECTION / ACCEPTANCE OF STORES

(a) Stores will be accepted at firm’s premises / consignee by the inspector /


inspection officer of the PAC Board.

(b) Warranty / Guarantee as per format for period of 01 year will be applicable for
stores commencing from the acceptance of store / installation at consignee.

25. CHECKING OF STORE Stores will be checked at consignee in the presence of


representative of Supplier if he arrives within 15 days after initiation of letter.

26. TENDER OPENING Only authorized person of firm will be allowed to attend
tender opening.

27. WITHDRAWAL OF OFFER If the firm withdraws its offer or backs out from
providing items won by the firm within validity period at any stage of contract finalization,
the Competent Authority may place such firm under Embargo for a period of six months,
which may extend up to one year / forfeit the earnest money.

28. TREASURY CHALLAN Offer must be accompanied with a challan form of


RS 200/- (obtainable from State Bank of Pakistan / Government Treasury) and debit able to
Major Head C02501-20, Main Head 12, Sub Head ‘A’ Miscellaneous (Code Head
1/845/30). Only one offer can be made for same item on one Challan. Multiple offer / rates,
if quoted will be rejected.

29. SEQUENCE OF QUOTATION Quotation must be prepared according to the item


serial no sequence of Schedule to Tender (Form PACB-002A).

30. FAX QUOTATION Fax / Email quotations will not be accepted except when
specifically called for under emergency / urgency, however, Fax / Email quotation, if
received will only be considered subject to condition that original Performa invoice for each
quotation is received within 7 days of Tender Inquiry opening or as advised by procurement
agency. In case original quotation is not received within specified time, the offer will be
excluded from the competition without any notice to bidder.

31. BID SECURITY The Bid Security@ 5% (not exceeding Rs. 0.400M) will be
deposited by all firms. Bid Security will be deposited in favour of CMA (ISO) Rawalpindi in
the form of CDR / Pay order / Demand draft only at the time of tenders opening (with

Page 9 of 34
PACB/721/02/2025-26/0792/P-3

technical quotation), in a separate envelope. Bid Security will be returned to all firms except
three commercially lowest bidding firms on finalization of commercial quotes. Whereas Bid
Security to the 2nd and 3rd commercially lowest bidders will be returned on signing of the
contract. Bid Security of the contract concluding firm will be returned on submission of bank
guarantee and on receipt of performance bank guarantee acceptance certificate from CMA
(ISO) Rawalpindi. Quotations once submitted cannot be withdrawn (Partially/Fully) during
validity of the quotation. Firms not complying with the said instructions would be liable for
disciplinary action beside forfeiture of the bid money.

Note: - No Quote will be accepted without Bid Security which will be as per
IT clause 31. However, Bid Security must be provided in shape of CDR / Pay order /
Demand draftonly otherwise quotation will be rejected.

32. FORCE MAJEURE “Force Majeure” means any event, act / or other
circumstances not being an event, act or circumstances, under the control of the Purchaser
or of the Seller. The Seller will notify the Purchaser in writing of any such event within 15
days by Fax/Telex/Telegram of its commencement, which is relied upon by the Seller for its
failure to comply with its obligation. The Purchaser have the right to conduct investigations
to satisfy itself about the genuineness of the “Force Majeure” event non-availability of raw
material for the manufacture of stores, or of export permit for the export of the contracted
stores from the country of its origin, not constitute “Force Majeure”.

33. ARBITRATION All matters of dispute or difference, except regarding rejection of


stores / Services by the inspector and or cancellation of the contract by the Purchaser
arising out of this contract between the parties hereto, settlement of which is not otherwise
specifically provided for in this contract, be referred for adjudication to two arbitrators, one
to be nominated by each party. Deputy Chairman PAC, Kamra will be nominated Arbitrator
from PAC. The Arbitrators, before entering on the reference appoint an umpire by mutual
consent, and if they do not agree, a judge of the superior court will appoint the umpire. The
arbitration proceedings will be held in PAC Kamra under Pakistani Law. The Arbitration
award shall be unspoken.

34. LITIGATION The “Seller” is restricted, not to take the matter in any court of
law and not to disclose the matter by mass communication through any mode. In case of
any dispute, only Court of Jurisdiction at Attock has the Jurisdiction to decide the matter.

35. RISK PURCHASE In the event of failure on the part of the Seller to comply with the
contractual obligations, the contract is liable to be cancelled at his risk and expense in
accordance with General Condition Governing Contracts.

36. LATE DELIVERY If the Supplier fails to deliver any or all of the Goods by the
Date(s) of delivery or perform the Related Services within the period specified in the
Contract, the Purchaser may take following actions: -

(a) Cancel the contract, and/or.

(b) To purchase from elsewhere stores not delivered, at the risk and expense of
the Supplier and without notice to him, or

(c) To recover liquidated damages when the Competent Purchase Officer is


satisfied that the failure to supply the stores / services within the scheduled delivery
period has been for reasons within the control of the Supplier, and/or if the
Government has suffered loss for reasons of belated delivery. These liquidated
damages, if imposed, will be recovered at the rate of up to 2% but not less than 1%
(depending on the merit of the case as decided by Competent Purchase Officer) of
Page 10 of 34
PACB/721/02/2025-26/0792/P-3

the value of stores / service supplied late per month or a part of a month for the
period exceeding the original delivery period, subject to the provision that the total
liquidated damages thus imposed will not exceed 10% of the total value of the stores
/ services delivered late.

(d) The purchaser’s decision under this clause shall NOT be subjected to
arbitration.

37. AUTHORITY TO SIGN DOCUMENTS Tender must be accompanied by Letter of


Authorization to sign the Tender on behalf of the Bidder. Bidder must prove that the person
who signs this Tender is fully authorized to bind his establishment / company. Such proof
shall be in the form of clear official documents fully legalized by designated authorities in
respective countries.

38. REGISTERED SUPPLIER WITH FBR

(a) Only registered supplier who are on Active Taxpayers List (ATL) of FBR
eligible to supply goods / services Government Department.

(b) The payment to the registered persons will be linked with the active taxpayer
status of the suppliers as per FBR database if any registered supplier is not in ATL
his payment should be stopped till he files his mandatory returns and appears on
ATL of FBR.

39. TERMINATION OF CONTRACT

The purchaser shall be entitled to terminate this contract for default on the part of
supplier. If the supplier becomes bankrupt, or have a receiving order made against him, or
compound with his creditors, or being a corporation commences to be wound up, not being
a member’s voluntary winding up for the purpose of reconstitution or amalgamation, or
carries on its business under a receiver for the benefit of its creditors.

In case the Purchaser elects to terminate this Contract, the Purchaser shall give
notice in writing to the Supplier to make good the default. Should the Supplier fail to initiate
proceedings in order to comply with the notice within 15 days from the date of serving of
such notice, the Purchaser may forthwith terminate this contract by notice in writing to the
Supplier without prejudice to any rights which may have occurred there under to either
PARTY prior to such termination. Termination of the Contract shall be without prejudice to
any right of arbitration under the contract hereafter.

If the supplier delays delivery of any Equipment to be supplied to the Purchaser


under this Contract for more than 21 (twenty-one) days from the time specified for delivery,
there of or, 15 days for any extension of subsequent delays then the purchaser reserve the
right to terminate this contract without prior notice to the supplier and purchase from
elsewhere (other firm or country) stores not delivered, at the risk and expense of the
supplier. However, intimation to such a cancellation would be affected by registered letter
sent to be supplier and without need to legal or judicial or other formalities. In addition, the
purchaser will have the right to recover any loss or damage or payment made to the
supplier.

Upon termination the Supplier shall refund all such payments for which goods and/or
services have not been delivered or rendered. The Supplier shall refund the amount due
with interest at 1% above the Libor rate.

Page 11 of 34
PACB/721/02/2025-26/0792/P-3

40. DISCREPANCY The consignee will render a discrepancy report within 90 days
after receipt of the material in Pakistan for any discrepancy found in consignment and
shortage in quantities for which the seller is responsible to replace short quantity free of
cost. If the seller is unable to provide the replacement for the rejected store / short
quantities within 90 days, the seller will make a complete refund of any payment received
against the rejected store / short quantities to the purchaser. In case of surplus supply by
the seller, the purchaser will render to the seller the material delivered in excess at seller’s
expense. Discrepancy report regarding loss/damage will be immediately lodged with the
seller/carrier. Reasonable time be provided to the purchaser to inspect the store. The seller
will co-operate with purchaser in filling claims with the carrier. In case the stores on
checking / test after receipt at consignee’s warehouse are found not conforming strictly to
the contract specification and other particular, the Seller shall immediately replace the
rejected store by acceptable store free of cost and without any obligation to the Purchaser.
If the seller is unable to provide the replacement for the rejected store within 90 days, the
seller will make a complete refund of any payment received against the rejected store to the
purchaser. Rejected stores will be disposed off by the Seller under his own arrangements
within 14 days from the date of rejection and within 72 hours in case of dangerous, infected
and perishable stores. In case the seller fails to lift the stores within the above-mentioned
stipulated period he will pay storage charges at the following rates. Moreover, the
purchaser shall not be responsible or accountable for the safety or security of the rejected
stores if not lifted by the seller after the stipulated time period: -

Cost of the Stores Storage Charges


(a) Upto Rs. 1 M 5% per Annum
(b) Above 1 and upto 5 M 4% ““
(c) 5 to 10 M 3% ““
(d) over 10 M 2% ““

41. PRIOR INTIMATION REGARDING SUBMISSION OF QUOTATION To avoid


misplacement of the quotations, all firms are required to intimate this office regarding
dispatch of their quotation through courier giving details of the courier through telephone /
fax, so that courier service may be tracked to ensure your participation in the competition.

42. BIDDING CLARIFICATIONS TO TENDER In case any clarification is required


regarding tender, firm may contact on following address however, queries in regards to the
tender shall only be entertained till one week prior to the deadline for submission of tenders.

Technical Clarification: Logistics Flight PAC Hospital, Kamra District Attock


Tel Ext 051-9099-2352.

Bidding / Contracting Procedure: Directorate of Central Procurement PAC Board


Kamra Tel No 051-9099-2534 (Email: [email protected]).

43. RESPONSE TIME: Firms are requested to provide only valid email and
telephone numbers for contact and addressing technical queries. It is further highlighted
that during TSR due to limited time, firms are requested to respond / reply to queries within
time specified in letter/ email in soft and hard copies. In case of late or nil reply/ feedback,
that item(s) having query will be rejected without any justification and subsequently will not
be entertained at any stage.

44. SECRECY: The name of PAC Kamra should never be disclosed in any form
as client. The contract document be kept confidential / secret and must not be
Page 12 of 34
PACB/721/02/2025-26/0792/P-3

shared / mishandled along with no scanning / photocopy etc. and violation would be liable
for punitive legal actions including cancellation of contract & confiscation of BG / EM etc.

45. NON – DISCLOSURE AGREEMENT: The firm will provide Non-Disclosure


Agreement as per annexure ‘H’ on stamp paper of Rs. 100/-.

(TILAL MAZHAR)
Squadron Leader
Asstt Dir Central Proc
PAC, Kamra

Enclosure: -

(i) Annex “A” (Schedule of Stores)


(ii) Annex “B” Form PACB-002A (Schedule of Tender)
(iii) Annex “C” Form PACB - 002B (Under Taking)
(iv) Annex “D” Form PACB-002C (Questionnaire to Be Filled in By Bidder)
(v) Annex “E” Form PACB-002D (Special Instructions)
(vi) Annex “F” (General Conditions for BG)

Page 13 of 34
PACB/721/02/2025-26/0792/P-3

EARNEST MONEY (E.M ) “FOR’’ CONTRACTS

(1) Return of Earnest Money

(i) Earnest Money will be returned to the firms except three lowest quotes on
preparation of CST.

(ii) Earnest Money to unsuccessful bidder out of three lowest quotes will be
returned on finalization of contract.

(iii) Earnest Money of the firm with whom contract is concluded will be returned on
submission of Bank Guarantee, if stipulated in the contract.

(2) SALES TAX

Following documents must be attached with the quotation:-

(i) A copy of registration of certificate issued by sales tax department duly


authenticated.

(ii) For all taxable goods, the bidders will have to mention sale tax in their offer
which will clearly be mentioned in the contract if any item is quoted as nontaxable by
the supplier than the bidder should attach necessary proof/ document with the
quotation to confirm that item in question is non-taxable.

(iii) Quotation is liable to be rejected if above mention documents are not attached
with the quotation.

(3) For Release of Payment The supplier would be required to furnish document to
Director Bgt & Account of respective factories. However, such documents are required
along with tender/quotation:-

(i) Proof of registration with sales tax department, (copy of registration


certificate).

(ii) Sales tax invoice showing description/quantity/value of the goods and


correct amount of sales tax livable there on.

(iii) Photocopy of sale tax return cum payment challan duly


verified/attested.

(iv) If a supplier claims that he is neither importer nor manufacturer and not
authorized to issue tax invoices, he is required to produce the sales tax
invoice and attested copy of return cum challan issued by the concerned
registered importers/ manufacturers from whom such supplier has procured
the goods.

Page 14 of 34
PACB/721/02/2025-26/0792/P-3

Technical and Commercial quotes should be submitted as per the following formats.

Technical quotes format


Quoted /
Ind Generic Quoted Manufacturer / Dosage
S.No A/U Qty Not
S.No Name Brand Company Form
Quoted

Commercial quotes format

Unit
Ind Generic Quoted Manufacturer / Dosage Price
S.No A/U Qty
S.No Name Brand Company Form (without
GST)

Page 15 of 34
PACB/721/02/2025-26/0792/P-3

Annexure ‘A’

SCHEDULE OF STORES

Tender Inquiry No: - PACB/721/02/2025-26/0792/P-3

TENDER SUBMISSION TIME: - Before 1030 Hrs on opening date

TIME & DATE OF OPENING 1100 Hrs 02-06-2025

(Note: Firms are requested to read carefully all the paras of IT. Moreover, unit price against
same unit of issue as mentioned in IT is to be provided.

Procurement of Dental Items


Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
1 1 Abbrasive Paste Polishing 45 gm Bott 12
Multinational
National /
2 2 Abrasive Strip Matel (Single Side) Pkt 5
Multinational
National /
3 3 Abrasive Strip Plastic (Pkt of 250) Pkt 10
Multinational
National /
4 7 Actosept Spray 1000 ml Bott 50
Multinational
National /
5 8 Alchol 2.5Ltr Bott 3
Multinational
National /
6 9 Alveogel 12 gm Bott 5
Multinational
National /
7 10 Amalgam Capsule 2 Spill Box 40
Multinational
National /
8 11 Amalgam Capsule 3 Spill Box 30
Multinational
National /
9 12 Amalgam Polishing Kit Pkt of 9 Kit 5
Multinational
National /
10 13 Apexit Plus (Pkt of 2) 2x6 Gm Pkt 18
Multinational
National /
11 14 Aquasil Soft Putty Regular Putty 300+300ml President Pkt 12
Multinational
National /
12 17 Barier Tap Roll 6
Multinational
National /
13 18 Biocremic Sealer Pkt 5
Multinational
National /
14 19 Biodentene Tube 5
Multinational
National /
15 20 Bonding Brush No 10
Multinational
National /
16 21 Bulk-Fill Composite No 5
Multinational
National /
17 22 Butan Gas Cylinder 280ml Bottle 10
Multinational
National /
18 23 Calcium Hydroxide (Dycal) Pkt 5
Multinational
National /
19 24 Calcium Hydroxide Powder Ca(oh)2 (Pkt of 50gm) Pkt 8
Multinational
National /
20 25 Canal Plus Prep rite RC 5 gm Syring 24
Multinational
National /
21 26 Cavex Impression Paste 65+140 gm Pkt 2
Multinational

Page 16 of 34
PACB/721/02/2025-26/0792/P-3

Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
22 27 Cavit Temporary Filling 40 gm (Provis) Bott 50
Multinational
National /
23 28 Celluloid Crown Pkt 2
Multinational
National /
24 30 Clorobetanol Bott 10
Multinational
National /
25 31 Cloth Glass Polishing Piece of 1 Mtr Piece 70
Multinational
National /
26 32 Composit A1 Shade (4 gm) Tube 20
Multinational
National /
27 33 Composit Filling Tube (4 gm) Pkt 20
Multinational
National /
28 34 Composite Bonding 5 gm Bott 20
Multinational
National /
29 35 Composite Filling fill magic 4 gm Tube 20
Multinational
National /
30 36 Composite Packable No 10
Multinational
National /
31 37 Composite Polishing Kit Kit 5
Multinational
National /
32 38 Composition Impression CA 37 (Bott of 453 gm) Bott 170
Multinational
National /
33 39 Compsit Finishing Disc (Burs) Pkt of 3 Box 5
Multinational
National /
34 40 Cotton Roll for Dental Use (Box of 2000) Box 10
Multinational
National /
35 42 Cresophene 15 ml Bott 10
Multinational
National /
36 43 Dental Floss Oral-B Pkt 10
Multinational
National /
37 44 Dental Needle Large Pkt of 100 Box 100
Multinational
National /
38 45 Dental Needle Small Pkt of 100 Pkt 100
Multinational
National /
39 46 Dental Wedge Wooden No 20
Multinational
National /
40 48 Diamond Bur Fisher FG, FAVA (Pkt of 3) Pkt 500
Multinational
National /
41 49 Diamond Bur Inverted Cone (Pkt of 3) Pkt 500
Multinational
National /
42 50 Diamond Bur Round FG,FAVA (Pkt of 3) Pkt 500
Multinational
National /
43 51 Diamond Wheel Bur (Burs Pkt of 03) Pkt 50
Multinational
National /
44 52 Disp Examination Set Set 20
Multinational
National /
45 53 Disposabel Dental Gloves (Pkt of 100) Pkt 100
Multinational
National /
46 54 Disposable Face Mask (Pkt of 50) Pkt 130
Multinational
National /
47 55 Disposable Glass No 10,000
Multinational
National /
48 56 Disposable Suction Tips (Pkt of 100) Pkt 100
Multinational
National /
49 57 Distal Water Bott of 6 Ltr Bott 250
Multinational
National /
50 58 Dyract Flow Dental Composite Brilent Flow 2.3 gm Tube 15
Multinational

Page 17 of 34
PACB/721/02/2025-26/0792/P-3

Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
51 60 EDTA Gel Tube 10
Multinational
National /
52 61 Endomethasine Liquid 10 ml Bott 4
Multinational
National /
53 62 Endomethasine Powder 14 gm Bott 4
Multinational
National /
54 63 Etching Gel Pkt of 2 Pkt 24
Multinational
National /
55 64 FG Diamond Bur Round 30-C No 100
Multinational
National /
56 65 Fiber Free Guaze Box 100
Multinational
National /
57 67 Finger Sprcede (Plugger) 15 - 40 Pkt 20
Multinational
National /
58 68 Fissure Bur EX-26 Pkt 100
Multinational
National /
59 69 Fissure Bur TC-II Pkt 100
Multinational
National /
60 70 Flexible Remears No. 15 No 30
Multinational
National /
61 71 Flucal Gel Gilato APF Gell 480 ml Pkt 5
Multinational
National /
62 72 Gates (1-6) Pkt 10
Multinational
National /
63 73 GC Freegend No 2
Multinational
National /
64 74 Gel Topical Anaesthetic (30gm) Bottle 5
Multinational
National /
65 75 Glass Ionomer for Crown Type-I 15 gm Bott 40
Multinational
National /
66 76 Glass Ionomer for Filling Type-II 10 gm Pkt 100
Multinational
National /
67 77 GP Cutter Pkt 5
Multinational
National /
68 78 GP Point (45-80) (Pkt of 120) Pkt 5
Multinational
National /
69 79 GP Remover File 1S - 4N Hand File No 10
Multinational
National /
70 80 Gp Remover File Rotary No 10
Multinational
National /
71 81 GP Solvent Bott 3
Multinational
National /
72 82 Gutta Percha Point F1 Pkt 170
Multinational
National /
73 83 Gutta Percha Point F2 Pkt 150
Multinational
National /
74 84 Gutta Percha Point F3 Pkt 100
Multinational
National /
75 85 Gutta Percha Point No 15-40 (Pkt of 120) Pkt 100
Multinational
National /
76 86 H File (Pkt of 6) 28mm Pkt 10
Multinational
National /
77 87 H File (Pkt of 6) 31mm Pkt 10
Multinational
National /
78 88 H File No. 15-40 (Pkt of 6) 21mm Pkt 300
Multinational
National /
79 89 H File No. 45-80 (Pkt of 6) 21mm Pkt 10
Multinational

Page 18 of 34
PACB/721/02/2025-26/0792/P-3

Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
80 90 Hand Piece Lubricating Oil 500 Ml Bott 20
Multinational
National /
81 91 Hand Pluger No. 15-40 Pkt 20
Multinational
National /
82 94 Hemocollagene (Pkt of 20) Pkt 6
Multinational
National /
83 95 Isodan Denteen Desentizer 12 ml Bott 3
Multinational
National /
84 96 K File (Pkt of 6) 28mm Pkt 20
Multinational
National /
85 97 K File (Pkt of 6) 31mm Pkt 20
Multinational
National /
86 98 K File No. 15 21mm Pkt 200
Multinational
National /
87 99 K File No. 15 25mm Pkt 200
Multinational
National /
88 100 K File No. 15-40 (Pkt of 6) 21mm Pkt 200
Multinational
National /
89 101 K File No. 15-40 (Pkt of 6) 25mm Pkt 200
Multinational
National /
90 102 K File No. 30 25mm Pkt 50
Multinational
National /
91 103 K-File No. 10 Pkt 50
Multinational
National /
92 104 K-File No. 21mm No. 20 Pkt 100
Multinational
National /
93 105 K-File No. 25mm No. 20 Pkt 100
Multinational
National /
94 106 K-File No. 6 Pkt 50
Multinational
National /
95 107 K-File No. 8 Pkt 50
Multinational
National /
96 108 Kit Endopost Kit 3
Multinational
National /
97 109 Lentulo Spiral 25-40 (Pkt of 04) Pkt 50
Multinational
National /
98 110 Light Cure G.I.C Box 4
Multinational
Medicaine HCL with Adrenalin 2% (Dental) 1.8ml (Pkt National /
99 111 Pkt 240
of 50) Multinational
National /
100 112 Micro -10 (Bottle of 500 ml) Bott 70
Multinational
National /
101 113 Miracle Mix Pkt 6
Multinational
National /
102 114 Mirror Top (Pkt of 12) Pkt 50
Multinational
National /
103 115 Modeling Wax Pkt 15
Multinational
National /
104 116 Mouth Wash Tablet No 5
Multinational
National /
105 117 MTA / Biodentine Pkt 3
Multinational
National /
106 118 Napkin Dental 15x15 cm (Box of 500) Cotton Box 40
Multinational
National /
107 119 OPG X-Ray Films (10 x 12) Pkt 2
Multinational
National /
108 120 Paper Articulating Book 60
Multinational

Page 19 of 34
PACB/721/02/2025-26/0792/P-3

Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
109 121 Paper Point No. 45-80 Pkt 10
Multinational
National /
110 122 Paper Point No 15-40 Pkt 200
Multinational
Parcan 5.25% Sodium Hydro Chloride Vista Dental National /
111 123 Bott 8
480ml Multinational
National /
112 124 Peeso Reamer Set Screw Post (Drills) No 10
Multinational
National /
113 125 Plaster of Paris Hard Special Dental Kg 100
Multinational
National /
114 126 Plaster of Paris Soft Special Dental Kg 100
Multinational
National /
115 127 Plastic Wedges Dental Pkt 8
Multinational
National /
116 128 Polishing Flex Brush Pkt of 100 No 10
Multinational
National /
117 129 Polybib Towel (Dental) Pkt of 500 Pkt 50
Multinational
National /
118 130 Posterior Composit Fill Magic Pkt 20
Multinational
National /
119 131 Posterior Gic 9 (GC-9 Mini) Pkt 40
Multinational
National /
120 132 Powder Free Gloves (Pkt of 100) Medium Box 200
Multinational
National /
121 133 Powder Free Gloves (Pkt of 100) Small Box 200
Multinational
National /
122 134 Preparation Set (Shofu) Set 12
Multinational
Prophy Paste (Unit Dose Cup) Gilato Pkt of 200 cups National /
123 135 Pkt 5
02 gm each Multinational
National /
124 136 Protaper Manual 21mm Pkt 40
Multinational
National /
125 137 Protaper Manual 25mm Pkt 30
Multinational
National /
126 138 Protaper Manual 28mm (Pkt of 6) Pkt 15
Multinational
National /
127 139 Protaper Manual 31mm (Pkt of 6) Pkt 5
Multinational
National /
128 140 Protaper Manual Heat Activation No 10
Multinational
National /
129 141 Protaper Paper Point F1 Pkt 170
Multinational
National /
130 142 Protaper Paper Point F2 Pkt 170
Multinational
National /
131 143 Protaper Paper Point F3 Pkt 100
Multinational
National /
132 144 Protaper Universal Rotary Files Pkt 50
Multinational
National /
133 145 R Shaper Endontic File with Heat Activation No 50
Multinational
National /
134 146 Resin Based Sealer Pkt 12
Multinational
National /
135 147 Resin Modified Glass Ionomer Pkt 3
Multinational
National /
136 148 Retraction Cord Dental (Aluminium Sulphate) No 10
Multinational
National /
137 149 Root Repair Bioceramic Material Pkt 3
Multinational

Page 20 of 34
PACB/721/02/2025-26/0792/P-3

Indent
S No. Nomenclature Manufacturer A/U Qty
S. No
National /
138 150 Rubber Dam Kit Kit 1
Multinational
National /
139 152 Scaler tip (woodpacker) No 10
Multinational
National /
140 153 Scaller Tips No 20
Multinational
National /
141 154 SDR Flow+ Pkt of 50 Pkt 4
Multinational
National /
142 155 Sectional Matrix Pkt 2
Multinational
National /
143 158 Self Curve White Crylic Pkt 2
Multinational
National /
144 159 Self Seal Sterilization Puches (Pkt of 200) Pkt 200
Multinational
National /
145 160 Soft Liner GC Pkt 3
Multinational
National /
146 162 Steel Bur Round for micromotor Pkt of 6 Pkt 20
Multinational
National /
147 163 Steel Strips (Ivory Matrex Band) Pkt 20
Multinational
National /
148 164 Steri Guage Pkt 6
Multinational
National /
149 165 Steria Spray 400 ml Bott 10
Multinational
National /
150 166 Sterillium Antiseptic Hand Solution 1000 ml Orosept Bottle 10
Multinational
Suctional Matrix Band (Suctional Matrix Band) with V National /
151 167 No 10
Shape Holder Multinational
National /
152 168 T.S.R No 6
Multinational
National /
153 169 Te Econom (4 Shade) Kit 6
Multinational
National /
154 170 Topical Floride Application Bott 4
Multinational
National /
155 171 Urthodontic Wire (0.018” Stainless Steel) No 5
Multinational
National /
156 172 Urthodontic Wire (0.018” Nickel Titanium) No 5
Multinational
National /
157 173 W 250 Oil Bott 2
Multinational
National /
158 174 Whitening Kit (In Office) Kit 2
Multinational
National /
159 178 X-Ray Pouches for Digora Size 0 (Pkt of 100 Pcs) Pkt 12
Multinational
National /
160 179 X-Ray Pouches for Digora Size 1 (Pkt of 100 Pcs) Pkt 12
Multinational
National /
161 180 X-Ray Pouches for Digora Size 2 (Pkt of 100 Pcs) Pkt 12
Multinational
National /
162 181 X-Ray Sleeves (Pkt of 500 Sleeves) Box 12
Multinational
National /
163 182 Xylocaine Spray Desensoteen 15 ml Bottle 5
Multinational
National /
164 183 Zinc Phosphate Pkt 5
Multinational

Page 21 of 34
PACB/721/02/2025-26/0792/P-3

SPECIAL TERMS & CONDITIONS


1. Brands of dental items quoted by supplier should be of well-known / reputable firms
and must be registered in accordance with DRAP rules and regulations.
2. Final technical acceptance / rejection of dental items lies with the technical officers /
users based on quality / Previous experience / trials of quoted items and reputation of
respective manufacturer. Samples are to be provided by vendors for trials / testing during
technical scrutiny on demand by PAC, Hospital.
3. Firms / vendor shall provide valid good manufacturing practice certificate (GMP) of
quoted brands.
4. Supplier / Vendor participating in tender must provide copy of Valid Drug Sales
License as a reputed manufacturer / authorized distributor where applicable.
5. In case of imported items valid importer license issued by Drug Regulatory Authority
of Pakistan (DRAP) should be attached along with manufacturer enlistment certificate of
quoted brands where applicable.
6. Valid Manufacturer authorization certificates / Supplier conformance certificate of
quoted brands must be provided by vendors along with technical quote.
7. Source of origin of dental items must be mentioned in technical quote.
8. Suppliers participating in tender are registered at PAC Board or registration must be
completed before final contract.
9. Suppliers having experience with Armed forces / Govt. / Semi Govt. / Well reputed
private organizations / Hospitals are to provide valid performance certificate in technical
quote.
10. Stores delivered after finalization of contract should be of latest production and must
have at least 80% remaining shelf life at the time of delivery.
11. After delivery of stores short expiry items less than 06 Months are to be replaced by
respective suppliers within 1 month.
12. After contract finalization stores delivered shall be stenciled/ marked with words “For
PAC KAMRA USE ONLY” on every individual pack.
13. Acceptance of stores is subject to inspection of stores by Board of Officers at PAC
Hospital premises.
14. Black listed firms cannot participate in tender. No litigation certificate is to be
provided along with the technical quote. Provision of fake / false documents will subject to
blacklisting of firm.
15. All bidding firms will provide their Active Payer List, GST, NTN and Professional Tax
Registration certificate (ATL).
16. Payment shall be made as per PAC Board purchase procedures.
17. Temperature sensitive items will be supplied in temperature controlled environment
at the time of delivery of stores.
18. At the time of delivery of stores, random sampling is to be carried out on vendor’s
account (Quantity for samples & charges for test / analysis) on as and when required
basis.

Page 22 of 34
PACB/721/02/2025-26/0792/P-3

Annexure “B” (Form PACB – 02A)

PAKISTAN AERONAUTICAL COMPLEX KAMRA

SCHEDULE TO TENDER

1. Tender Inquiry No PACB/721/02/2025-26/0792/P-3

2. Time and Date of opening Tender at 1100 Hrs on 02 June, 2025.


(No further extension in opening date will be granted except under extreme
circumstances).

(1) (2) (3) (4) (5) (6)

Item Description of stores Unit of issue Qty Price per unit Total price
No and specifications

Grand Total_____________

Signature of Tenderer
(Capacity in which signing)

Page 23 of 34
PACB/721/02/2025-26/0792/P-3

Annexure “C” (Form PACB - 02B)

UNDER TAKING
(Fill in and Return)

To,

Member Commercial
Pakistan Aeronautical Complex Board
Kamra Distt Attock

Dear Sir,

I/We hereby offer to supply to PAC Board the stores detailed in the Schedule to
Tender or such portion thereof as you may specify in the contract at the prices given in
Form
PACB – 02A (Annexure ‘B’) and further agree that this offer will remain valid upto
_____________and will not be withdrawn or altered in terms of rates quoted and the
condition stated therein on or before this date. I/We shall be bound by your communication
of acceptance to be dispatched within the prescribed time.

I/We understood the instructions to Tenders and condition of contract as laid down in
Form PACB – 10 titled “General Conditions Governing Contract” and thoroughly
examine specification / drawing and / or patterns quoted in the Schedule to Tender and
am/are fully aware to the nature of the stores required and my/our offer is to supply stores
strictly in accordance with the requirements.

Yours faithfully

Witness’s Signature: Signature of Tenderers:

Name: Name:

N.I.C No. N.I.C No.

Address: Capacity in which

Signing: Address:

Date: Date:

Tele:

Telex/Fax:

Page 24 of 34
PACB/721/02/2025-26/0792/P-3

Annexure “D” (Form PACB – 02C)

QUESTIONNAIRE TO BE FILLED IN BY BIDDER

Firm is required to provide confirmation of following points and in case of any


change, same is to be highlighted in remarks column.

SNo Description Yes / No Remarks

Whether stores offered conform to the specification and confirmation to


1.
this effect has been made in the quotation given in Form PACB – 002A.
Whether deviation from the demanded specification is attached with Form
2.
PACB – 002A.

3. Whether complete quotation has been submitted in duplicate.

Whether the prices are exclusive of taxes/duties if so whether taxes/duties


4.
have been shown separately.
Whether Form PACB–002A & 002B duly filled in and signed by the Bidder
5.
have been returned in herewith.
Whether copy of valid registration / business authorization of firm have
6.
been enclosed herewith.
Whether tender fee challan amounting to Rs 200/- has been enclosed
7.
herewith.
Whether details of financial capability (Bank Statement etc.) and financial
8.
load of contracts outstanding against your firm have been provided.
It is confirmed that no Taxes / Duties & Dues payable to Pakistan Govt are
9.
outstanding at the part of vendor / firm.
Copy of NTN OR Equivalent Tax compliance Certificate (for foreign firms)
10.
has been attached.
It is confirmed that firm and their proprietors have not been in litigation /
11.
blacklisted by any Govt./Semi-Govt / Autonomous body
Unit Price has been provided against same unit of issue as mentioned in
12. IT. In case of change in unit of issue, price has been converted as per ITs
unit of issue in a separate column along with conversion formula
All requisite documents as per Para 22 of Invitation to tender have been
13.
attached.
14. 10% PBG will be provided at the time of signing of contract

15. Warranty / Guarantee will be provided for required period

Letter of Authorization to sign Tender Documents on behalf of firm has


16.
been attached.
17. Offer is without any condition
Complete IT Document dully signed and stamped on each page by
18.
authorized signatory of the firm is provided.

Dated: _________________ (Signature of Bidder & Stamp)

Page 25 of 34
PACB/721/02/2025-26/0792/P-3

Annexure “E” Form PACB-002D

SPECIAL INSTRUCTIONS

Under mentioned information must be provided along with quotation else your
quotation will be rejected: -

S. No Description / Requirement Remarks / Attached

Delivery Period within 40 days of purchase


1.
order.

2. Warranty period 01 Year.

3. Quotation Validity up to 120 Days.

4. Terms of Payment (As per Para 21 of IT)

5. BG% (Confirmation to provide 10% BG)

Complete Bank address and Account Details


6.
for Payment.

7. NTN & STRN NO

Previous Experience (Nature of Business and


8.
No of Years in Business)

9. Registration Status with PAC

Signing Authority (Name, Designation,


10.
Contact Details)

Address of firm along with


11.
contact No, email etc.

Page 26 of 34
PACB/721/02/2025-26/0792/P-3

Annexure ‘F’
GENERAL CONDITIONS FOR BG

(a) To ensure timely and correct supply of stores, the firm will furnish an
unconditional Bank Guarantee within 30 days of the signing of the contract from a schedule
Bank for an amount of Rs ___________ i.e,______% of the total value of the contract (on a
judicial Stamp paper of the value of Rs 100/-). The Bank Guarantee shall be endorsed in
favour of CMA (ISO) Rawalpindi who is the Account Officer specified in the contract. The
CMA (ISO) Rawalpindi concerned shall have the like power of seeking encashment of the
Bank Guarantee as if the same has been demanded by the purchase officer himself.

(b) The Bank Guarantees will be of following types with validity and amount has
mentioned in each type: -

(i) Bank Guarantee against contract performance. It will be 10% of total value of
contract excluding taxes/duties and freight/handling charges etc. It shall remain
enforce till 60 days beyond the Delivery Period stipulated in the contract.

(ii) Bank Guarantee against Advance/ Down Payment. It will be equal to amount
paid in advance /down payment shall remain valid till 60-days beyond the Delivery
Period stipulated in the contract.

(iii) Bank Guarantee against Warranty Period. It will be for amount 10% of
contract value excluding taxes/duties and freight /handling charges, etc. Duration of
BG against Warranty Clause is variable. Normally under DPL –15, it is for one year
for the general type of equipment / spares. For consumable goods, the warrantee
period should also expire after 6 months or when the goods are fully consumed
whichever is earlier or as per terms of contract.

(c) If the supply of store is on warranty, the supplier shall be bound to extend the validity
of Bank guarantee for such further reasonable period if so, required by the purchase officer
to cover the warranty period.

(d) If the supplier fails to provide the Bank guarantee within 30 days after signing a contract,
such failure shall constitute a breach of contract and the Director purchase shall be entitled to make
other arrangements at the risk and expense of the supplier if no other BG / Bid Security of the same
supplier for an equal amount is held up for final release, with the purchaser against any other
completed contract(s). In the event of unsatisfactory performance or of any breach of terms of the
contract, Bank guarantee shall be forfeited to the Govt. at the discretion of the purchaser. On
satisfactory performance of the contract, the Bank Guarantee will be returned to the supplier by
CMA (ISO) Rawalpindi on receipt of instruction from the purchaser i.e., Directorates of
Procurements etc.

(e) In case of FOR tenders / contract it is imperative that BGs are obtained from
firms/suppliers/agents through scheduled Banks of State Bank of Pakistan so as to safeguard the
interest of the state.

(f) In case of FOB tenders/contracts, Bank Guarantee is to be obtained preferably from LC


opening Bank of Pakistan and through supplier, LC opening Bank abroad. In case the firm does not
agree to the aforesaid condition, then BG should at least, be obtained from supplier’s country Bank
located in Pakistan or any enlisted scheduled Bank of Pakistan in favour of LC opening Bank in
Pakistan or any scheduled Bank of Pakistan, and the same will be a Bank to Bank Guarantee in
favour of CMA (ISO) Rawalpindi.

Page 27 of 34
PACB/721/02/2025-26/0792/P-3

Annexure “G”
NON-DISCLOSURE AGREEMENT

Supplier information I Disclosing Party


Supplier Address:
Tel:
Fax: Email:

User Information I Receiving Party


Pakistan Aeronautical Complex, Kamra
Tel: +92-051-9099-2534

This Understanding Certificate stipulates the pre-term and conditions agreed and signed
between M/S ____________ and Pakistan Aeronautical Complex, Kamra, Directorate of
Central Procurement Contract No __________dated__________. The design, production,
testing/ qualification files pertaining to this contract are shared (and its amendments, if any)
including Technical Scrutiny Report (TSR), Acceptance Test Producers (ATPs), PCB
Gerber files and Bill of Material (BOM), Mechanical design files and BOM, and all other files
related to production, testing and qualification.

Definitions
1. In this Agreement: -

(a) "Agreement" shall mean this Non-Disclosure Agreement, including the


Recitals.
(b) "Applicable Law" shall mean all laws, regulations regulatory requirements,
directives, orders, and codes of practice of any relevant jurisdiction applicable to this
Agreement as amended and in force from time to time.
(c) "Commencement Date" shall mean the date on which this Agreement is
signed by both the Parties or as per already signed contract if any.
(d) "Confidential Information" shall mean any sensitive information (regardless
of form or format, and including, but not limited to, design, processes, drawings,
specifications, data, trade, secrets, software, know,-how) in the care, custody or
control of a Party which is disclosed to or observed by the other Party which is either
regarded by the Disclosing Party as confidential and which is notified to the Receiving
Party or is disclosed to or observed by the Receiving Party in circumstances in which
the Receiving Party ought reasonably to be aware that the Disclosing Party regards
the information as confidential, and, in any case,
when disclosed orally or visually, is identified as confidential at the time of disclosure
and is promptly (within thirty (30) days at the latest) confirmed and designated in
writing as Confidential Information of the Disclosing Party with all protection and
restriction as to use and disclosure applying during such thirty (30) days period and
includes but is not limited to: -
(e) Any information which is marked 'Confidential' or 'Proprietary of Pakistan
Aeronautical Complex, Kamra ' or marked with any other proprietary marking or
which is or could be classified matter under the relevant Pakistani Laws and other law
as applicable;
(f) Any information that is protected by as user identification, password or other
authentication mechanism; and/or
Page 28 of 34
PACB/721/02/2025-26/0792/P-3

(g) Any information relating to products, technology, processes, specifications,


invention or design, whether patentable or not, used or developed by the Disclosing
Party and trade secrets, knowledge, know-how and information of a commercially
sensitive nature; and/or
(h) The planned or actual financial or business affairs of the Disclosing Party or
customers of the Disclosing Party.

(j) "Disclosing Party" shall mean that party which directly or indirectly provides
or makes available confidential Information to the other in connection with this
Agreement.

(k) "Keep Confidential" shall mean not disclosing, using, publishing,


communicating, copying, duplicating, causing to be communicated or making
available, or any attempt to facilitate or permit these acts to persons who are not
parties to this Agreement, except in accordance with this Agreement and unless
otherwise agreed in writing by the Parties.

(l) "Receiving Party" shall mean that party which receives or obtains
Confidential Information directly or indirectly from the Disclosing Party in connection
with this Agreement.

Obligations and Restrictions on Disclosure

2. The Receiving Party hereby undertakes to:


(a) Keep Confidential and not disclose to any third party any Confidential
Information which may come to its knowledge, either directly or indirectly, except
upon express written authorization of the Disclosing Party and use the same degree
of care as it uses to protect its own Confidential Information, but in no case less than
reasonable care; and
(b) Use Confidential Information only to carry out the obligations relating to the
purpose of this Agreement; and
(c) Ensure that any Confidential Information will only be disclosed to its
employees, advisors, consultant and contractors on a "need to know" basis; in such
case, upon request of the Disclosing Party, the Receiving Party shall notify in writing
the identity of the persons to which the Confidential Information is going to be
disclosed and the Receiving Party shall ensure compliance by such employees,
advisors, consultants and contractors with the rules of confidentially and protection
herein provided; and
(d) Implement all the necessary measures to prevent that its employees,
advisors, consultants and contractors may disclose or divulge Confidential
Information to third parties; and
(e) Promptly notify the Disclosing Party of any unauthorized use of disclosure of
Confidential Information and cooperate with the Disclosing Party's efforts to prevent
further unauthorized use or disclosure; and
(f) Not remove and/or modify any proprietary or confidential marking on the
Confidential Information; and
(g) Comply with Applicable Law on information security, with particular reference
to the laws on privacy; and
(h) Cease to use, copy or reproduce any Confidential Information upon written
demand by the Disclosing party.

Page 29 of 34
PACB/721/02/2025-26/0792/P-3

(j) All type of shared information, documentation, modules will not be


disseminated to any third party in any form. The documentation including codes,
sketches, results, analysis sheets etc will not be reproduced/ published or shared in
any form i.e. electronic and hard copy. The photocopy of any paw page/section will
not be made in any case.
(k) Any Involved party shall be liable for legal obligations in case of any
breach/violation mentioned above. This Agreement may only be modified by a writing
signed by an officer of the party to be bound. If any court of competent jurisdiction
determines that any provision of this Agreement is invalid, the remainder of the
Agreement will continue in full force and effect, and the invalid provision shall be
restated to most nearly give effect to its stated intent.
(l) Return all documentation to CDTL & Directorate of Air Intelligence CRDC
(SD) after feasibility and approved utilization.
4. In addition to provisions set forth under Clause 3, the [Receiving Party] agrees to:

(a) Protect the paper or electronics Confidential Information by implementing all


the necessary measures to prevent unauthorized access (i.e. Confidential paper data
should be kept in a safety box, while Restricted paper data should be locked in
drawers or cabinets; it is highly recommended to keep Confidential and Restricted
electronic data in a segregated technical infrastructure with adequate peripheral
security systems);
(b) Do not duplicate confidential and restricted data and exercise strict control in
the event of duplication and/or printing of internal Data;
(c) Use suitable means (e.g. a shredder machine for the paper format) in case
where the data must be deleted or destroyed;
(d) Provide immediate notice to CDTL & Directorate of Air Intelligence CRDC
(SD) in the event of a security incident concerning any Confidential Information of
CDTL & Directorate of Air Intelligence CRDC (SD) specifying the circumstances of the
event and the data involved; information security incidents are both computer incident
related to CDTL & Directorate of Air Intelligence CRDC (SD) Confidential Information
present in the computer systems of M/S Falcon systems and those regarding the M/S
Falcon Systems hardware containing CDTL & Directorate of Air Intelligence CRDC
(SD) Confidential Information (e.g., the theft of a computer or computer incident).
Nothing in this Agreement shall require the Receiving Party to Keep
Confidential or otherwise maintain the confidentiality of the Confidential
Information disclosed, for the Purpose of this Agreement, if:
The release and/or the use and/or the disclosure of the Confidential Information is
approved and authorized in writing by the Disclosing Party.

Page 30 of 34
PACB/721/02/2025-26/0792/P-3

Duration
5. Without prejudice to Clause above, Agreement shall remain in full force and effect from the
Commencement Date for a period of [25] years after which it shall automatically expire.

Return of Confidential Information


6. In case of expiration and/or termination of this Agreement, the Receiving Party shall
lose all the rights to receive, possess and/or make use of Confidential Information provided
by the Disclosing Party.
7. In case of expiration and/or termination of this Agreement, or upon written instruction of the
Disclosing Party issued at any time during this Agreement, the Receiving Party shall:

(a) Promptly and irretrievably return or delete, as the case may be any
confidential Information stored on any magnetic or optical disk or memory and all
information derived from such sources which is in its possession or under its control;
and

(b) Not retain copies, extracts or reproductions, in any form or means, of


Confidential Information, which the Disclosing Party has required the restitution or
destruction of as provided for in clause 3 (h); and
(c) Provide, upon requested of the Disclosing Party, a signed statement that it
has complied in full with its obligations under this Clause-7, together with such
reasonable evidence of its compliance, as the Disclosing Party may request.
Assignment
8. Neither Party may assign or transfer this Agreement as well as any of the rights or
obligations arising thereunder, other than for the purpose of any internal corporate
reconstructions, re-organization or merger, without the prior written consent of the other
Party, which consent shall not be unreasonably withheld.

Equitable Relief

9. The Receiving Party acknowledges that any breach or infringement of this agreement may
cause serious harm to the Disclosing Party, the amount of which may be difficult to
ascertain, and therefore agree that the Disclosing Party shall have the right to apply to any
competent court for an order restraining and enjoining any such further infringement and for
such other relief as the Disclosing Party deems appropriate. This right of the Disclosing
Party is to be in addition to the remedies otherwise available to Disclosing Party. In no
event, however, shall either party or any of its respective officers, directors or employees
be liable to the other Party hereunder for any indirect, consequential, multiple or punitive
damages.

Rights on Confidential Information


10. It is expressly understood and agreed by the Parties that;
(a) Any Confidential Information exchanged under this Agreement shall remain the
property of the Disclosing Party; and

(b) The disclosing and provision of Confidential Information under this Agreement by
either Party to the other Party shall not be constructed as granting to the Receiving
Party any rights, whether express or implied, by license or otherwise, on the matters,
inventions or discoveries to which such Confidential Information pertains or any
copyright, trademark or trade secrets; and

Page 31 of 34
PACB/721/02/2025-26/0792/P-3

(c) All the intellectual property rights pertaining to Confidential Information and data
disclosed under this Agreements shall, subject to any right of any other owner, be and
remain the property of the Disclosing Party; and
(d) The Receiving Party shall under no circumstances obtain any right on the
Disclosing Party's patents, trademark or know-how by reason of this Agreements or by
disclosure of Confidential Information hereunder.

Governing Law and Jurisdiction


11. It is agreed by the Parties that;
(a) This Agreement shall be governed by and construed in accordance with the laws
of Pakistan, without recourse to its conflict of law provisions.

(b) These parties hereby agree to enter into good-faith negotiations to resolve any
dispute arising from and/or in connection with this Agreement. These parties agree to
attempt resolution of any claim or dispute before the Parties' respective senior
management bodies. If after two weeks such claim or dispute has not been resolved to
the mutual satisfaction of the Parties, such claim or dispute shall be submitted to the
Parties' respective executive management bodies. If after two weeks such claim or
dispute has not been resolved to the mutual satisfaction of the Parties, the Parties
hereby agree that said dispute shall be finally settled by the exclusive jurisdiction of the
Courts of Pakistan.

Relationship
12. It is agreed by the Parties that;
(a) This Agreement is not intended to constitute, create, give effect to, or otherwise
recognize a joint venture, partnership or formal business entity of any kind and the
rights and obligation of the Parties shall be limited to those expressly set forth herein.
(b) Nothing in this Agreement shall grant to any Party the understanding and/or the
right to make any commitment of any kind, whatsoever, for or on behalf of each Party,
without the written consent of the other Party.
(c) This Agreement is not intended to create any obligation on the Parties to enter
into any future agreements(s).
(d) The execution, existence and performance of this Agreement shall be kept
confidential by the Parties here-to and shall not be disclosed by any Party without the
prior written consent of the other Party.

Waiver
13. Failure to exercise, or any delay in exercising, any right or remedy provided under this
Agreement or by law shall not constitute a waiver of that or any other right or remedy, nor
shall it preclude or restrict any further exercise of that or any other right or remedy. For
the avoidance of doubt, no single or partial exercise of any right or remedy provided
under this Agreement or by law shall preclude or restrict the further exercise of that or
any other right or remedy.

IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed in two
counterparts by their duly authorized representatives and each counterpart shall be
deemed to be an original copy of this Agreement.

______________________ Supplier:
Pakistan Aeronautical Complex, Kamra Address:

Page 32 of 34
PACB/721/02/2025-26/0792/P-3

Dated: - Dated: -

Directorate of Central Procurement

Dated: -

Declaration of Ultimate Beneficial Owner Information for Public Procurement


Contracts.
1. Name _______________________
2. Fathers Name/ Spouse Name _______________________
3. CNIC/ NICOP/ Passport No _______________________
4. Nationality _______________________
5. Residential Address _______________________
6. E mail Address _______________________
7. Date on which shareholding control or _______________________
interest acquired in the business
8. In case of indirect shareholding, control or interest being exercised through
intermediary, entries or other legal persons or legal arrangements in the chain of ownership
or control, following additional particulars to be provided:
1 2 3 4 5 6 7 8 9 10
Legal form
Name of registering Authority

(company/Limite
Percentage Identity of
d Liability Percentage
Date of Incorporation/

of natural
partnership/ of
Business Address

shareholding person who


E-mail Address

Association of shareholding
Registration

control or ultimately
persons/ Single control or
Country

interest of owns or
Name Member interest of
legal person control the
Company/ BO in the
or legal legal person
Partnership legal person
arrangement or
Firm/ Trust/ Any or legal
in the arrangemen
other individual, arrangement
company t
Body corporate
(to be specified)

Page 33 of 34
PACB/721/02/2025-26/0792/P-3

9. Information about the Board of directors (details shall be provided regarding number
of shares in the capital of the company as set opposite respective names)

1 2 3 4 5 6 7
8
Name CNIC No. Father’s Current Any other occup Residential Number
and (in case of / Nationalit nationality ation address in full of shares
Surname foreigner, Husban y or the taken by
(in block passport d name registered / cash
capital) No) in full principal office subscribe
address for a (in
ubscribers figures
other than and
natural person words)

10. Any other information incidental to or relevant to beneficial owner (s).

Page 34 of 34
E

PAKISTAN NAVY WAR COLLEGE \,


r
TENDER NOTICE PtrtSt

1. Pakistan Navy War College invites the Quotations from reputed,


GST professional tax registered firms/suppliers for the items
according to PPRA Rules 2004
a. Daily Purchase Local Supply of Medicines for Financial Year
2025-2026
2. Tender Documents along with detals/specifications can be
obtained during working hours (09:00 Hrs to 13:00 Hrs) within 15
days of publication of advertisement from PN War Cofege Naval
Complex Waton Askari V. Gulberg-lll Lahore. Further information
may be obtained on Phone No. 042-66960437 during working
hours.
3. Commandant PN War College may reject all bicis or proposals
at any time prior to the acceptance of a bid or proposal Pakistan
Navy War College shall, upon request communicate to any
supplier or contractor who submitted a bid or proposal, the
grounds for s rejection of all bids or proposals, but is not required
to justify grounds.
4. O2o/o bid money should be anached with the proposal /
Quotation in the form of Pay OrderiBack Draft.
5. Quotations are required to be submitted by 30 May 2025 at
'll:00 Hrs PN Wor College. Ad quotations will be opened in PN
War College in the presence of all reps quotation holders on 30
May 2025 at 12:30 Hrs. Shortlisted bidders will have to get
security clearance from respective Naval authorities, as per
procedure in vogue. Al Gost taxes shall be deducted as ppr rule in
vogue.
6. Estimated cost Rs: 3o,oo,o0o .'ol"[tuS'?r')

The Commandant Pakistan Navy War College


Nava! Gomplex Waton
Askar-V Gulberg-ll I LAHORE

You might also like