17-19 May, 2025 - MED
17-19 May, 2025 - MED
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).
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.
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.
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
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.
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.
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
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.
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
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.
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
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.
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.
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
❖ Kindly print the biding document, read carefully, sign and stamp on
each page and submit with the technical quotation.
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
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
Dear Sir,
1. I invite you to tender for supply of store / services details in the attached
Schedule to Tender (Form PACB -002A)
(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.
(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).
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.
10. VALIDITY OF QUOTATION The quotation must be valid up to 120 days from
the date of opening the tender.
Page 5 of 34
PACB/721/02/2025-26/0792/P-3
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.
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.
(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).
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.
(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
(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.
(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.
(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.
(q) Offers not accompanied with prescribed tender / Challan fee of Rs. 200/-
(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.
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.
(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.
(k) Undertaking that their firm and their proprietors have not been in
litigation/blacklisted by any Govt./Semi-Govt/Autonomous body.
(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.
(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.
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.
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”.
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: -
(b) To purchase from elsewhere stores not delivered, at the risk and expense of
the Supplier and without notice to him, or
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.
(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.
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.
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: -
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.
(TILAL MAZHAR)
Squadron Leader
Asstt Dir Central Proc
PAC, Kamra
Enclosure: -
Page 13 of 34
PACB/721/02/2025-26/0792/P-3
(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.
(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:-
(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.
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
(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.
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
Page 22 of 34
PACB/721/02/2025-26/0792/P-3
SCHEDULE TO TENDER
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
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
Name: Name:
Signing: Address:
Date: Date:
Tele:
Telex/Fax:
Page 24 of 34
PACB/721/02/2025-26/0792/P-3
Page 25 of 34
PACB/721/02/2025-26/0792/P-3
SPECIAL INSTRUCTIONS
Under mentioned information must be provided along with quotation else your
quotation will be rejected: -
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.
Page 27 of 34
PACB/721/02/2025-26/0792/P-3
Annexure “G”
NON-DISCLOSURE AGREEMENT
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: -
(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.
(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.
Page 29 of 34
PACB/721/02/2025-26/0792/P-3
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.
(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
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.
(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.
(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: -
Dated: -
(company/Limite
Percentage Identity of
d Liability Percentage
Date of Incorporation/
of natural
partnership/ of
Business 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)
Page 34 of 34
E